Rehabilitation of Colonial Parkway, Phase 1 - VA NP COLO 1A21 B42 C18 D51 2
Description
FEDERAL HIGHWAY ADMINISTRATION
REHABILITATE COLONIAL PARKWAY, PHASE 1
COLONIAL NATIONAL HISTORICAL PARK
PROJECT NO.: VA NP COLO 1A21 B42 C18 D51
693C73-22-R-000013
TWO-PHASE DESIGN-BUILD (D-B) SOLICITATION
PHASE I
REQUEST FOR QUALIFICATIONS (RFQ)
The Eastern Federal Lands Highway Division (EFLHD) of the Federal Highway Administration (FHWA), in cooperation with the National Park Service (NPS), is conducting a two-phased Design-Build (D-B) selection process. Under this Notice, the EFLHD is soliciting D-B firms/teams to participate in Phase One Qualifications Based Selection of this "two-phased" D-B selection process.
Project Description:
The project consists of the rehabilitation of approximately 10.3 miles of the Colonial Parkway (Parkway) from Milepost (MP) 0.17 to MP 1.61 and MP 6.02 to MP 14.88 within the Colonial National Historical Park in York County, the City of Williamsburg, and James City County, Virginia. The work includes exposed aggregate concrete pavement slab replacement to match existing, asphalt pavement rehabilitation, concrete curb replacement, bridge and tunnel rehabilitation, new tunnel lighting system installation, culvert rehabilitation or replacement, storm drain system rehabilitation or replacement, historic brick headwall rehabilitation or up-sized replacement, ditch grading and shoulder stabilization, stormwater management, steel-backed timber guardrail replacement, installation of additional steel-backed timber guardrail, traffic counter installation, temporary traffic control, sign replacement, pavement marking replacement, and other miscellaneous work.
Planned and designed during the 1930's and constructed from 1931-1957, the Parkway embodies the characteristics of a modern parkway. Its curving alignments, limited access, pleasurable driving experience, and use of designed plantings and park-like features remain intact today. The exposed aggregate concrete surface is a design element meant to evoke the dirt roads of the 17th and 18th centuries. Today, the Parkway has become an important local commuter route. The road is designated as an All-American Road under the FHWA National Scenic Byways Program. Also, a prestigious Centennial Medallion of the American Society of Landscape Architects describes the road as one of the finest parkway archetypes in the country . Listed on the National Register of Historic Places, the road provides access to several National Park Service (NPS) recreational and historic sites along the Parkway. The NPS issued a Categorical Exclusion (CE) for the National Environmental Policy Act (NEPA) compliance in January 2022. The project design and construction will need to adhere to the conditions and mitigation measures outlined in the CE and Section 106 of the National Historic Preservation Act documentation for protecting the environment and landscape, preserving the historic character of the Parkway, and meeting the Secretary of the Interior's Standards for Treatment of Historic Properties per 36 CFR part 68. The design will be subject to review by the Virginia Department of Historic Resources (VDHR). The work is split into bid schedules as follows:
Schedule A: The base contract for the design of all work included in Schedules A through F. The base contract also includes the rehabilitation of approximately 3.23 miles of the Parkway from MP 11.65 to MP 14.88, and the rehabilitation of Parkway Drive Bridge, Page Street Bridge, C&O (CSX) Railroad Bridge, Lafayette Street Bridge, Williamsburg Tunnel, Newport Avenue Bridge, and Papermill Creek box culvert.
Work may be added to the contract in the form of contract options (see FAR Clause 52.217-4 and 52.217-5). These contract options are for the construction of the following:
Option 1 (Schedule B): The rehabilitation of approximately 3.14 miles of the Parkway from MP 8.51 to MP 11.65, including the rehabilitation of Hubbard's Lane Bridge.
Option 2 (Schedule C): The rehabilitation of approximately 1.42 miles of the Parkway from MP 7.09 to MP 8.51, including the rehabilitation of Penniman Road Bridge.
Option 3 (Schedule D): The rehabilitation of approximately 1.07 miles of the Parkway from MP 6.02 to MP 7.09.
Option 4 (Schedule E): The rehabilitation of Yorktown Creek Bridge, U.S. Route 17 Parkway Bridge, and Old Williamsburg Road Bridge from MP 0.17 to MP 1.61, including drainage and safety improvements throughout this 1.44-mile segment.
Option 5 (Schedule F): The rehabilitation of approximately 1.44 miles of the Parkway from MP 0.17 to MP 1.61.
The design and construction cost for this base contract plus all options is estimated to be between $100,000,000 and $150,000,000.
Design-Build Scope of Work (SOW): The detailed scope of work to be undertaken by the successful Offeror under the Design-Build contract for this project will be identified in the Request for Proposal (RFP). However, the work is anticipated to include, but is not limited to, the following:
(a) Design and construction of exposed aggregate concrete and asphalt roadway pavements and exposed aggregate concrete curbs within the Parkway, access ramps, waysides, shoulders, and other components of the Parkway. Design exposed aggregate concrete pavement assuming a 50-year service life;
(b) Design and construction of grassed aggregate-topsoil shoulders;
(c) Design and installation of drainage inlets, storm drain systems, and culverts;
(d) Design and construction of paved waterway repair or reconstruction, or replacement with grass swales;
(e) Design and installation of drainage outfall repairs;
(f) Design and installation of stormwater management (SWM) features;
(g) Design and installation of erosion and sediment control measures, including temporary stream diversions for culverts and bridges;
(h) Developing and acquiring approval of the Erosion and Sediment Control Plan and the SWM Plan and coverage under the General VPDES Permit for Discharges of Stormwater from Construction Activities (VAR10) per the Virginia Department of Environmental Quality (VDEQ), and preparation of applications and all supporting design documentation for any other environmental permits;
(i) Design and construction of mockups of brick-faced bridge parapet walls with concrete core walls to replicate existing historic bridge parapet walls;
(j) Design and construction of mockups of brick headwalls to replicate existing historic headwalls;
(k) Replacement of designated existing bridge parapet walls and steel-backed timber guardrail in accordance with Government approved mockups;
(l) Replacement of designated existing brick headwalls in accordance with Government approved mockups for each configuration;
(m) Design and installation of bridge and culvert expansion joints;
(n) Removing abandoned sewer main under bridge deck;
(o) Cleaning and painting bridge structural steel (including designing and installing containment systems), and designing and replacing bridge bearings;
(p) Replacing missing fasteners for bridge structural connections;
(q) In-depth bridge inspection to identify required structural and aesthetics repairs;
(r) Design and construction of bridge concrete repairs matching existing color and texture, including superstructure and substructure concrete repairs, and exposed aggregate concrete bridge deck repairs;
(s) Design and replacement of exposed aggregate concrete bridge decks;
(t) Design and partial depth replacement of exposed aggregate reinforced concrete slab bridge decks;
(u) Design and replacement of bridge concrete sidewalks, curbs, and gutters;
(v) Design and replacement of brick sidewalks at tunnel portals as necessary due to disturbance or subsidence.
(w) Design and repair of masonry retaining walls, and drainage and weep systems behind retaining walls;
(x) Design and installation of tunnel portal waterproofing membrane;
(y) Cleaning, repointing, and repairing deteriorated mortar joints in brick and stone masonry, and replacing missing and damaged bricks in kind;
(z) Design and installation of utilities, including tunnel lighting system, and traffic counter system;
(aa) Development and implementation of a Transportation Management Plan (TMP) that defines construction sequencing, areas of disturbance, detours, and operational impacts to normal traffic flow;
(bb) Traffic analysis for the TMP, and coordination with Virginia Department of Transportation (VDOT), City of Williamsburg, James City County, and York County;
(cc) Design and implementation of temporary traffic control plans;
(dd) Design and installation of permanent signing and pavement markings;
(ee) Survey and mapping;
(ff) Geotechnical design report that summarizes pertinent subsurface investigations, tests, and engineering evaluations.
(gg) Utility designation, location, and mapping, and other utility investigations, including test holes where needed;
(hh) Visual and video inspection of culverts and inlets proposed to remain in place with report summarizing findings;
(ii) Design and construction of repairs to damaged culvert and inlets;
(jj) Utility relocations and adjustments, and coordination with local utility owners for the timely completion of utility work;
(kk) Maintaining utilities throughout construction;
(ll) Development and implementation of a Quality Management Program;
(mm) Overall project management, including coordination with NPS, VDOT, VDEQ, City of Williamsburg, James City County, York County, CSX Railroad, U.S. Navy, U.S. Coast Guard, utility companies, emergency services, and the surrounding public communities and commuters;
(nn) Preparation of photos and plans for NPS coordination with the VDHR;
(oo) Functional Wetland delineation;
(pp) Biological monitoring;
(qq) Design and installation of turf or native seed, tree and shrub replacements, and other vegetative re-establishment;
(rr) Design and installation of wetland plantings, where required;
(ss) Preparation of weekly workplan/schedule describing where and when ground disturbing activities will take place.
(tt) Preparation of temporary construction easements.
The following is a listing of some of the major work elements expected for this project:
Design Work:
Field verification of mapping, supplemental survey and mapping as necessary, deed research, and property boundary location
Utility as-built investigation and verification, including:
o Researching utility as-built plans and other records
o Utility designation for horizontal location and mapping
o Utility test pits for horizontal and vertical location
o Subsurface utility exploration (SUE) report
Utility relocation coordination with all affected utility companies
Utility relocation plans
Geotechnical investigation and subgrade characterization
Geotechnical design, including:
o Slope stability evaluation of cut and fill slopes
o Subgrade stabilization
o Soil analysis and infiltration testing for stormwater best management practice (BMP) features
o Geotechnical design recommendations and report
Pavement design, including:
o Pavement field reconnaissance and investigation
o Pavement design analysis and recommendations and report
Geometric roadway design
Drainage design, including:
o Inspection and condition assessment of existing drainage structures
o Hydraulic and hydrologic analysis and design of culverts, inlets, ditches, paved waterways, and storm drain systems
o Drainage outfall repair and stabilization design
o Hydraulic design recommendations and report
Perform bridge condition inspection to identify required repairs
Design of bridge and culvert expansion joints replacement
Design of exposed aggregate concrete bridge deck
Design of partial depth slab replacement of exposed aggregate reinforced concrete slab bridge
Design of bridge concrete repairs
Design of tunnel portal waterproofing membranes
Design of bearing retrofit, and bearing replacement on the bridges
Design of bridge concrete sidewalks, curbs, and gutters
Design of masonry retaining wall repairs, including drainage system
Design of masonry weep drains
Design of temporary erosion and sediment control measures using applicable VDEQ, City of Williamsburg, James City County, and/or York County standards and guidelines
Design of permanent stormwater management BMP features in consultation with the NPS using VDEQ and local government standards and guidelines that are consistent with the historic cultural landscape and park environment, as appropriate
Calculation of the Total Maximum Daily Load (TMDL) reductions for the NPS to report to the state as part of their requirements to improve water quality in the Chesapeake Bay Ecosystem
Design of landscaped areas to be restored and rehabilitated in the context of the cultural historic landscape character defining features and views within the project area in consultation with NPS
Design of conduit, pull boxes, and related infrastructure for traffic count system.
Design of tunnel lighting system, including power supply
Development of a TMP in accordance with the FHWA's manual for Developing and Implementing Transportation Management Plan for Work Zones, and VDOT's Instructional and Informational Memorandum, I&IM-LD-241
Design of maintenance of vehicular and pedestrian traffic during construction, including:
o Construction phasing
o Construction staging
o Temporary pavement widening
o Temporary safety barriers
o Temporary traffic signals
o Temporary signing and pavement markings
o Detours
Design of permanent signing and pavement markings
Design of steel-backed timber guardrails
Design of non-connected transition from steel-backed timber guardrail to brick-faced bridge parapet wall
Design of mockups for each configuration of brick-faced bridge parapet wall with concrete core wall to replicate existing historic bridge parapet wall
Design of mockups for each configuration of brick headwalls matching the appearance, color, and finish of the existing historic brick headwalls
Design of protection for existing historic features, cultural landscapes, natural resources, and archeological resources
Preparation of plans, specifications, and all supporting design documentation
Preparation and coordination of submittals for review; and resolution of review comments
Design coordination and approval from NPS, EFLHD, VDOT, VDEQ, VDHR, City of Williamsburg, York County, James City County, CSX Railroad, U.S. Navy; U.S. Coast Guard, and utility companies
Preparation of any required design waivers and/or exceptions, submission, resolution of comments, and obtaining all required design waivers and exceptions for approval of the project documents
Obtaining all required permits for construction of the project including, but not limited to:
o Preparation of permit applications and all supporting design documentation
o Preparation and coordination of submittals for review
o Resolution of review comments
o Wetland permits as necessary from VMRC and local county wetlands board if required based on the design
Community and Stakeholder involvement and coordination, including organizing, leading, and documenting meetings
Quality management program development and implementation
Preparation and review of shop drawings and material submittals during construction
Responding to Request for Information
Preparation of design documentation (record drawings and as-built plans) stamped by the Designer of Record
Construction Work:
Development of appropriate pre-construction or construction protocols as designated by federal, state, and local regulations and guidelines, for review and acceptance by EFLHD and NPS including, but not limited to:
o Work Plan
o Accident Prevention Plan
o Health and Safety Plan
o Environmental Management Plan
o Waste Management Plan
o Recycling Plan
Construction survey stakeout
Implementation and updating of the TMP
Implementation of the temporary traffic control plan for construction including, but not limited to:
o Construction of temporary pavement widening
o Installation of temporary safety barriers
o Installation of temporary signing and pavement markings
o Relocation of temporary traffic control devices for staged construction
o Maintenance of temporary traffic control devices
o Coordination of temporary traffic control plan with adjacent projects, NPS, VDOT, City of Williamsburg, York County, James City County, CSX Railroad, U.S. Navy, U.S. Coast Guard, emergency services, and the surrounding public communities and commuters
Installation of temporary and permanent erosion and sediment control measures
Installation of new and repair of existing drainage features including inlets, culverts, storm drain systems, ditches, and paved waterways
Reconstruction of existing concrete and asphalt roadways
Construction of curbs
Replacement of bridge and culvert expansion joints
Removal of abandoned sewer main under bridge
Repairing bridge concrete to match existing color and texture, including superstructure and substructure concrete repairs, and exposed aggregate concrete bridge deck repairs
Replacement of bridge concrete sidewalks, curbs, and gutters
Install paint containment system, removing and applying paint to structural steel, and replacing missing structural nuts and bolts
Replacement and retrofitting of existing bearings
Replacement of exposed aggregate concrete bridge deck
Partial depth slab replacement of exposed aggregate reinforced concrete slab bridge deck
Cleaning, repointing, and repair of deteriorated mortar joints and damaged bridge and stone masonry, install masonry weep drains, replace missing and damaged brick in kind
Repair of brick masonry retaining walls and install drainage system
Installation of tunnel portal waterproofing membrane
Construction of erosion repairs and stabilization
Construction of permanent SWM features
Turf establishment and landscaping, including rehabilitation of historic brick tree wells
Installation of tunnel lighting system, including connection to power supply
Installation of conduit, pull boxes, and related infrastructure for traffic counter system
Construction of mockups of brick-faced bridge parapet wall with concrete core wall to replicate existing historic bridge parapet wall for Government approval
Construction of designated existing bridge parapet wall and steel-backed timber guardrail in accordance with Government approved mockups
Construction of mockups of brick headwalls matching the appearance, color, and finish of the existing historic brick headwalls for Government approval
Construction of designated existing brick headwalls in accordance with Government approved mockups
Installation of new concrete-core bridge parapet walls with brick-facing and bridge parapet piers
Installation of steel-backed timber guardrail
Protection of historic features, cultural landscapes, natural resources, and archeological resources to remain
Biological monitoring during construction
Coordination with an independent archaeological monitoring firm and independent tribal monitoring during construction
Installation of permanent signs and pavement markings
Project administration, management, and scheduling
Formal and informal coordination with NPS, EFLHD, VDOT, VDEQ, City of Williamsburg, York County, James City County, CSX Railroad, U.S. Navy, U.S. Coast Guard, and utility companies
Implementation of permit requirements, including obtaining compensatory mitigation if needed
Compliance with regulations and project requirements, including identification, special handling, removal, and remediation of contaminated material
Implementation of Quality Management Program, including:
o Providing independent construction inspection
o Performing independent material sampling and testing
o Preparing construction submittals
Preparation of as-built plans
All incidentals needed to complete the project
Procurement Overview of the Project. Under this Notice, the EFLHD is soliciting D-B firms/teams to participate in Phase One Qualifications Based Selection of this "two-phased" D-B selection process.
A selection committee will review and evaluate the Statement of Qualifications (SOQ) submitted by all responsive D-B firms/teams (Offerors). The selection committee will select up to a maximum of three of the most highly qualified Offerors to participate in Phase Two of this D-B selection process based on the established RFQ evaluation criteria. A copy of the draft RFP will be available to interested Offerors during Phase One.
During Phase Two, the selected Offerors will be issued a Request for Proposal (RFP), which will outline the remainder of the selection process requirements. The RFP will contain the requirements necessary for the shortlisted Offerors to submit both a Technical Proposal and a Price Proposal during Phase Two. Those Offerors will be required to provide the necessary information to the EFLHD within approximately 60 calendar days after receiving the RFP. A site visit/pre-proposal meeting will be held within the first 15 calendar days of the Phase Two period to provide additional information. It is anticipated that a stipend will be awarded to each Phase Two Offeror who provides a responsive but unsuccessful proposal.
After receipt of the Phase Two Technical and Price Proposals, the Contracting Officer (CO) will conduct a "best value" analysis. Award of one Firm Fixed Price contract is anticipated by the 2nd quarter of Fiscal Year 2023.
Evaluation and Weighting Criteria: All Offerors responding during Phase One will be evaluated and a maximum of three Offerors will be shortlisted based on the evaluation factors and their relative importance listed below:
The relative importance of the evaluation factors are as follows:
Factor 1: Third most important
Factor 2: Fourth most important
Factor 3: Second most important.
Factor 4: Most important.
The Government selection of offerors during Phase I will be based on the Highest Qualified Offerors in accordance with the above factors.
Factor 1. Key Personnel and Experience. The Government will review and evaluate each Offeror's design and construction experience, including technical and geographical similarities between the Offeror's design experience and the work described in this solicitation.
Submit documentation for the key design and construction personnel listed below who will be involved in the design and construction of the project, indicating their specific experience within the past ten (10) years performing work similar in scope to the proposed design and construction work for this project. The specific areas for evaluation include design and construction work on projects for EFLHD, NPS, or similar state or federal government agencies that included highways, bridges, tunnels, geotechnical, pavement, hydrology and hydraulics, stormwater management, transportation management plans, erosion control, permitting, historic preservation, cultural landscapes, utility coordination, project management, and QA/QC.
Design-Build Project Manager The Offeror's principal point of contact for all activities throughout the entire design-build process. In addition to the experience described above, the Design-Build Manager must have experience performing technically the same or similar work on two (2) projects within the past ten (10) years involving the design and construction of complex multi-phased roadway projects using innovative/accelerated project design and construction methods.
Designer of Record The Offeror's single point of responsibility for all design procedures and decisions. This individual shall be a licensed Professional Engineer in the state of Virginia. In addition to the experience described above, the Designer of Record must have experience performing technically the same or similar work on a minimum of two (2) projects within the past ten (10) years involving the design and construction of complex multi-phased roadway projects using innovative/accelerated project design and construction methods.
Construction Manager(s) The Offeror's authorized representative in charge of the construction work. In addition to the experience described above, the Construction Manager must have experience performing technically the same or similar work on two (2) projects within the past ten (10) years involving the design and construction of complex multi-phased roadway projects using innovative/accelerated project design and construction methods.
Submit documentation for the following key personnel, demonstrating a minimum of three (3) years of experience within the past ten (10) years performing complex multi-phased roadway design and construction work similar in scope to the proposed design and construction work for this project. The specific areas for evaluation include design and construction work on projects for EFLHD, NPS, or similar state or federal government agencies that included highways, bridges, tunnels, geotechnical, pavement, hydrology and hydraulics, stormwater management, transportation management plans, erosion control, permitting, historic preservation, cultural landscapes, utility coordination, project management, and QA/QC.
Quality Control Manager (QCM) The Offeror's designee responsible for providing Quality Control of the construction work and ensuring conformance with the Contract documents. The QCM is responsible for the oversight of all construction activities.
Permitting and Utility Coordinator The Offeror's representative responsible for compliance with environmental regulations, NEPA requirements, and Section 106 requirements both in the project design and construction phases. This individual is also the Offeror's single point of contact for coordinating with permitting agencies and utilities. This individual shall have experience performing technically the same or similar work in the state of Virginia, and shall be familiar with coordination with Virginia Department of Environmental Quality. The Offeror may separate these responsibilities by assigning a permit coordinator separate from the utility coordinator.
Historic Landscape Architect The Offeror's representative responsible for compliance with the National Historic Preservation Act (NHPA), and for meeting the Secretary of the Interior's Standards and Guidelines for Archaeology and Historic Preservation (1983) and the NPS Director's Order 28: Cultural Resource Management (1998). This individual shall have a working knowledge of cultural landscapes both in the project design and construction phases and be able to direct efforts of the Offeror's cultural resources team to satisfy historic architectural, landscape, and archeological requirements. This individual shall be a licensed Landscape Architect.
Geotechnical and Pavement Engineer The Offeror's representative in charge of the geotechnical design, pavement design, foundations, retaining walls, and slope stability. This individual shall be a licensed Professional Engineer.
Hydraulic Engineer The Offeror's representative responsible for hydraulic design. This individual shall be competent in open-channel flow hydrologic and hydraulic analysis; culvert design; storm sewer design; floodplain analysis; scour analysis; countermeasure design; and stormwater management. This individual shall be a licensed Professional Engineer.
Bridge Engineer The Offeror's representative responsible for bridge design. This individual shall be a licensed Professional Engineer.
Safety Manager The Offeror's on-site representative in charge of safety with authority to halt work if warranted by safety violations.
Traffic Manager The Offeror's representative in charge of the design of the Transportation Management Plan (TMP), Maintenance of Traffic (MOT) plans, and procurement of MOT permits. This includes implementation and adjustment of the TMP during construction, coordination with stakeholders, and addressing stakeholder comments and concerns with the TMP and MOT. This individual shall be a licensed Professional Traffic Operations Engineer.
Public Information Manager The Offeror's representative in charge of providing information to the NPS for public outreach and awareness.
Submit the organizational structure, identifying major participants and describing their roles in the project. Submit a communication plan identifying how each partner and subcontractor will interact and fit into the overall D-B team.
Obligation to keep team intact:
In connection with the services covered by this procurement process, any in-house personnel, subcontractors, and outside associates or consultants will be limited to the individuals or firms that are specifically identified during the RFQ submittal process. The Offeror shall obtain the Contracting Officer's written consent before making any substitution for these designated in-house personnel, subcontractors, associates, or consultants. Key personnel cannot hold more than one position.
Adjectival Rating Factor 1: Key Personnel and Experience, Description / Indicators
Outstanding Resumes of 100% of the key personnel demonstrate a minimum of three (3) years of experience within the past 10 years performing work on projects similar in scope, complexity, and geographical location as described in the solicitation.
Excellent qualifications were provided for all the key design and construction personnel.
The DBPM, DOR, and CM each provided 2 project examples within the past 10 years which demonstrated their experience in design and construction of complex multi-phased roadway projects using innovative/accelerated project design and construction methods.
At least 90% of the personnel identified have experience working on the EFLHD and the NPS projects with similar cultural landscape.
Good Resumes of at least 75% of the key personnel demonstrate a minimum of three (3) years of experience within the past 10 years performing work on projects similar in scope, complexity, and geographical location as described in the solicitation.
Excellent qualifications were provided for all key design and construction personnel.
The DBPM, DOR, and CM each provided 2 project examples within the past 10 years which demonstrated their experience in design and construction of complex multi-phased roadway projects using innovative/accelerated project design and construction methods.
At least 75% of the personnel identified have relevant experience working on the EFLHD or the NPS projects with similar cultural landscape.
Acceptable Resumes of at least 50% of the key personnel demonstrate a minimum of three (3) years of experience within the past 10 years performing work on projects similar in scope, complexity, and geographical location as described in the solicitation.
Good qualifications were provided for all key design and construction personnel.
The DBPM, DOR, and CM each provided 1 project example within the past 10 years which demonstrated their experience in design and construction of complex multi-phased roadway projects using innovative/accelerated project design and construction methods.
At least 50% of the personnel identified have relevant experience working on projects with EFLHD, NPS, or similar state or federal government agencies.
Marginal Resumes of at least 25% of the key personnel demonstrate a minimum of three (3) years of experience within the past 10 years performing work on projects similar in scope, complexity, and geographical location as described in the solicitation.
Acceptable qualifications were provided for at least 75% of the key design and construction personnel.
At least 25% of the personnel identified have relevant experience working on local, state or federal government projects.
Unacceptable Resumes of less than 25% of the key personnel demonstrate a minimum of three (3) years of experience within the past 10 years performing work on projects similar in scope, complexity, and geographical location as described in the solicitation.
Less than 25% of the personnel identified have relevant experience working on local, state, or federal government projects.
Factor 2. Offeror Past Performance. The Government will review and evaluate the information about each Offeror's past performance and experience in the design and construction of roadway projects based on the Offeror's record and reputation for satisfactorily completing projects similar in size and scope.
1. Submit documentation that shows direct experience of the Offeror, joint venture partners, and Offerors related by an ownership agreement, and experience of subcontractors that the Offeror proposes to utilize in the execution of this D-B project. Identify any projects where the lead contractor and the lead designer have worked together on the same project in a Design-Build relationship. If any D-B project is provided as a reference that was not performed together by the lead design firm and lead construction contractor, then the Offeror shall identify the design professional or construction entity with whom it contracted for each such project.
2. The lead design firm and lead construction contractor shall each list at least three (3) but no more than five (5) projects completed in the past ten (10) years similar in scope to the proposed design, concrete pavement, stormwater management, stakeholder coordination, resource protection, and construction work for this project, including the following:
Experience in design and construction of exposed aggregate concrete pavements;
Ability to develop, implement, and maintain safe work zones and manage vehicle traffic through a high-volume directional road network including detours;
Experience in seeking roadway design approval through local governments;
Experience obtaining permits from the VDEQ;
Experience with design/construction adjacent to historic/archeological sites and coordination with the VDHR, and ability to work around and maintain historic and natural resources and cultural landscapes;
Experience working with NPS on historic roads, parkways, landscapes, and historic bridges, and meeting the aesthetic requirements set forth by the Secretary of Interior Guidance for Treatment of Historic Properties;
Experience with archeological monitoring and dealing with known and unknown discoveries during construction;
Experience demonstrating that the proposed contractor team has prior experience with the proposed designer as a design-build entity;
Demonstration of prior experience supporting community involvement activities and hearings for construction projects;
Demonstration of long-term, multiple project relationships with owners;
Experience developing and implementing TMP involving long-term lane closures, detours, and reversible traffic lanes;
Experience with design of stormwater management in sensitive environment;
Experience preserving historic features and brick elements including cataloging, removing, storing, and reconstructing brick structures with salvaged bricks.
3. The lead design firm and lead construction contractor shall each submit three (3) past performance evaluations from the owner agencies on projects of similar scope performed within the past ten (10) years, indicating that quality work was completed on-schedule and within budget. Include any statements as to the Offeror's integrity, reasonable and cooperative conduct, and commitment to QA, QC, and customer satisfaction. The lead design firm and lead construction contractor shall provide evidence of performance with past and present customers; past and present subcontractors; and Federal (CPARS), State, and local government agencies. The lead design firm and lead construction contractor shall submit a minimum of two (2) references each. Include agency or firm's name, point of contact name, email addresses and phone numbers, date work was performed, and nature of work. The lead construction contractor's projects should be those with a contract value of greater than $25,000,000 completed in the last ten (10) years similar in scope to the proposed design and construction work for this project.
4. Provide description of measures to be used to partner or form team cohesion between construction, design, and subcontractors.
Adjectival Rating Factor 2: Offeror Past Performance, Description / Indicators
Outstanding The lead contractor and the lead designer have worked together on at least two projects in a Design-Build relationship.
Past example projects submitted for both the lead contractor and lead designer are similar in scope and complexity to the proposed design and construction, and demonstrated 100% of the experience listed under Subfactor 2.
Excellent description of measures to achieve team cohesion.
CPARS and past performance evaluations show at least one exceptional rating, and do not show any satisfactory or lower ratings.
Good The lead contractor and the lead designer have worked together on at least one project in a Design-Build relationship.
Past example projects submitted for both the lead contractor and lead designer are similar in scope and complexity to the proposed design and construction, and demonstrated at least 80% of the experience listed under subfactor 2.
Good description of measures to achieve team cohesion.
CPARS and past performance evaluations show at least one very good or better rating, and do not show any marginal or lower ratings.
Acceptable Both the lead contractor and the lead designer have experience working on a Design-Build project, but not on the same project.
Past example projects submitted for both the lead contractor and lead designer are similar in scope and complexity to the proposed design and construction, and demonstrated at least 60% of the experience listed under subfactor 2.
CPARS and past performance evaluations show 100% of the ratings as Satisfactory or better.
Marginal Past example projects submitted for both the lead contractor and lead designer are similar in scope and complexity to the proposed design and construction, and demonstrated at least 40% of the experience listed under subfactor 2.
CPARS and past performance evaluations show at least three Satisfactory or better ratings.
Unacceptable Past example projects are not similar in scope and complexity to the proposed design and construction.
Lead constructor's project examples all have a contract value of less than $25,000,000.
Majority of factor ratings are Marginal or below.
Factor 3. Quality Management Approach. The Government will review and evaluate each Offeror's approach to assess the soundness and reasonableness of the Offeror's planned quality management for all activities and materials on the project.
1. Submit the approach to managing the quality control (QC) and quality assurance (QA) for design, and QC for construction activities. Describe the authority and responsibility of quality management personnel and discuss how they will interface with the Offeror's organization, EFLHD, and NPS.
2. Submit a description of the system that will be used to manage project quality and describe how the system will be updated and monitored.
3. Identify quality risks for this specific project and discuss the processes and approaches to mitigate the risks to provide a high-quality project.
Adjectival Rating Factor 3: Quality Management Approach, Description / Indicators
Outstanding Narrative for QA/QC approach exceptionally addresses all of the 3 identified elements.
Good Narrative for QA/QC plan thoroughly addresses all of the 3 identified elements.
Acceptable Narrative for QA/QC plan adequately addresses all of the 3 identified elements.
Marginal Narrative does not adequately address all the QA/QC plan elements.
Unacceptable Narrative does not meet the requirements of this factor, and it contains two or more deficiencies.
Factor 4. Project Understanding and Approach. The Government will review and evaluate each Offeror's understanding of tasks involved and approach to managing, designing, and constructing the project.
1. Submit a general description of the tasks involved in the project and the approach the Offeror will take for design and construction administration, including the involvement of the design members of the Offeror's team during construction.
2. Identify potential risk factors, special issues, or problems that are likely to be encountered, and explain the approach to mitigate those risks, issues, or problems.
3. Describe the means and methods by which Offeror will plan and control the scheduling of design, permitting, and construction work to meet the contractual completion date(s), including any plans which address the possibility of early completion.
Adjectival Rating Factor 4: Project Understanding and Approach, Description / Indicators
Outstanding Narrative identifies project specific tasks involved in this project and includes exceptional approach the Offeror will take for design and construction administration, including the involvement of the design members of the Offeror's team during construction.
Narrative identifies project specific risks and includes exceptional approach to mitigate those risks.
Narrative addresses plans for early completion.
Good Narrative identifies specific project tasks involved in this project and includes a thorough approach the Offeror will take for design and construction administration, including the involvement of the design members of the Offeror's team during construction.
Narrative identifies project specific risks and includes a thorough approach to mitigate those risks.
Narrative addresses the plan to meet the contractual completion date.
Acceptable Narrative identifies the specific project tasks involved in this project adequately.
Narrative identifies project specific risks and includes adequate approach to mitigate those risks.
Marginal Narrative does not adequately describe project specific tasks involved in this project.
Narrative does not include project specific risks or the mitigation approach.
Unacceptable Narrative contains two or more deficiencies which demonstrate the Offeror's lack of project understanding.
Phase One Submittals: Interested Offerors may use the Standard Form (SF) 330 U.S. Government Architect-Engineer Qualifications, as the basis for their Statement of Qualifications (SOQ). SF 330's are available on the U.S. General Services Administration website at: http://www.gsa.gov/forms/. Although SF 330's are formatted for Architect-Engineer and Related Services, the construction elements of the Offeror's SOQ may also be included on the SF 330. Alternate forms and formats may be submitted, provided that the applicable information from the SF 330 is included.
Each Offeror must provide one (1) clearly marked original and eight (8) copies of the completed SOQ, and an electronic version via Universal Serial Bus (USB) thumb drive. The SOQ should contain no more than fifty (50) pages typed on one side only. The Phase One SOQ shall be bound and tabbed with the major headings. If tabs contain project-specific information they will be counted as pages. The cover letter and SF330 Part II are excluded from the page count. The SOQ shall be written on 8.5" x 11" paper. Offerors are allowed to use one 11 x17 page for their Organizational Chart. All SOQs shall be written using Times New Roman with a font of 12-point and using one-inch margins. The SOQ should address each of the rating categories in the same order as listed above.
It is not the intent of EFLHD to receive project specific design or engineering recommendations as part of this Phase One selection process. Offerors should limit their SOQs to the information required by this Notice, and other information that may be relevant to the qualifications and experience of the Offeror. No reimbursement will be made for any expenses associated with the preparation of Phase One SOQs.
Send one (1) original, eight (8) copies, and an electronic version of the completed SOQ to the following address:
Federal Highway Administration
Eastern Federal Lands Highway Division
Quantum Park
22001 Loudoun County Parkway
Building E-2, Suite 200
Ashburn, Virginia 20147
ATTN: ACQUISITIONS Ms. Shirley Anderson
(Fax and email submissions will not be accepted.)
Copies of the Draft RFP will be available on or about June 15, 2022. All interested Offerors are strongly encouraged to review the Draft RFP. Questions concerning this solicitation may be directed to Shirley Anderson at EFLHD.contracts@dot.gov. All Phase One SOQs must be received no later than 2:00 p.m. (Eastern Time) on July 12, 2022, in order to be considered for further evaluation.