WFlags_cropped gsp6 kflags2_cropped morning_wake sflags_cropped tower westward

03-23-23 Posting Date

WAS-CROSS Marietta Multimodal Transportation Corridor

PID No. 118504

Washington County and City of Marietta

Response Due Date: 04-10-23

Communications Restrictions

Please note the following policy concerning communication between Consultants and Washington County, City of Marietta, and Marietta College during the announcement and selection process:

During the time period between advertisement and the announcement of final consultant selection, communication with consultants (or their agents) shall be limited as follows:

Communications which are strictly prohibited:

Any discussions or marketing activities related to this specific project.

Allowable communications include:

Technical or scope of services questions specific to the project or LOI requirements.

Project Description

The services include preparation of construction contract plans for WAS-CROSS Multimodel Transportation Corridor (PID No.118504). The Connecting Residents on Safer Streets Marietta (CROSS Marietta) project includes Architectural and Engineering Designs which generally incorporate operational and multimodal improvements with a focus on improvements in the City of Marietta along 2nd Street, from Wooster Street to Ohio Street, and on Butler Street from the Harmar Bridge connection to the Harmar neighborhood and existing River Trail to/through the Marietta College campus. Potential elevated intermodal parking facilities on Campus (4th and Butler Street) and on 2nd Street, vehicular traffic, pedestrian, and bicycle safety and traffic calming improvements will be assessed and studied to: make the overall corridor area easier to use, safer for other modes of transportation, and accessible to those with physical impairments as well as for those who do not have access to motor vehicle transportation.

Estimated Construction Cost:        $25,000,000.00
Prequalification Requirements

Prequalification requirements for this agreement are listed below. For all prequalification categories other than Cost Accounting - Unlimited the requirement may be met by the prime consultant or a subconsultant.

Also, please note that only individuals (not firms) are prequalified for right of way acquisition services. In instances where prequalification for these services is required, a prequalified individual, either employed by the prime consultant or a subconsultant, must be named in order to meet the requirement.

Page 1 of 7

For agreements that require prequalification in Cost Accounting – Unlimited, the prime consultant

and all subconsultants that provide engineering and design related services must be

prequalified in this category. Engineering and Design Related Services are defined as follows: Program management, construction management, feasibility studies, preliminary engineering, design engineering, surveying, mapping, or architectural related services with respect to a highway construction project subject to 23 U.S.C. 112(a) as defined in 23 U.S.C 112(b)(2)(A); and

Professional services of an architectural or engineering nature, as defined by State law (ORC 5526), which are required to or may logically or justifiably be performed or approved by a person licensed, registered, or certified to provide the services with respect to a highway construction project to 23 U.S.C. 112(a) and defined in 40 U.S.C. 1102(2).

DESIGN SERVICES:

Bicycle Facilities & Enhancement Design Safety Study:

Limited Right of Way Plan Development:
Subsurface Utility Location Services;
Geotechnical Engineering Services;
Geotechnical Testing Laboratory;

Geotechnical Field Exploration Services; Non-Complex Roadway Design;

Limited Highway Lighting Design

Traffic Signal System Design

ENVIRONMENTAL SERVICES:

Environmental Document Preparation - CE;

Ecological Surveys;

Air Quality Analyses; as needed for future funding opportunities

Waterway Permits;

Archaeological Investigations;

History/Architectural Investigations;

Regulated Materials Review

Right of Way Acquisition Services:

Project Management for Right of Way Acquisition Services;

Title Research;

Value Analysis;

Appraisal;

Negotiation;

Closing;

COST ACCOUNTING SYSTEM

Unlimited (Prime consultant and subconsultants that provide engineering and

design related services must meet this prequalification requirement)

Page 2 of 7

Selection Subfactors

Experience in:

Public Involvement management.

Multimodal design expertise related to urban corridors.

Intermodal Parking Facility Experience including any Design Build criteria development experience.

RAISE Implementation Grant submittal.
Local Let Federally funded projects.
Emphasis will be placed on project approach.
Contract Type and Payment Method

Refer to the Engineers Joint Contract Documents Committee® (EJCDC) E-500 Standard Form of Agreement Between Owner & Engineer for Professional Services, contract payment type is anticipated to be an hourly not to exceed. Based on this guidance, contract type and payment method will be determined during the scope of services and negotiation process.

Estimated Date of Authorization

It is anticipated that the selected Consultant will be authorized to proceed by May 2023.

Completion Schedule

The plans for the project are to be ready to be submitted for a RAISE Implementation grant within eight (8) months from the date of authorization (or no later than February 1, 2024) The design plans are to be completed and on file with Washington County and ODOT District 10 within twelve (12) months from the date of authorization (or no later than June 1, 2024).

Suspended or Debarred Firms

Firms included on the current Federal list of firms suspended or debarred are not eligible for selection.

Page 3 of 7

Compliance with Title VI of the Civil Rights Act of 1964

Washington County, in accordance with Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all bidders including disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, disability, low-income status, or limited English proficiency in consideration for an award.

Selection Procedures

A two step Technical Proposal Selection Process will be utilized. After receipt of Letters of Interest, the CROSS Marietta project team will select approximately three firms for preparation of Technical Proposals and presentations/interviews. Presentations/Interviews are anticipated to be held on April 27, 2023. The requirements for the LoI and the Consultant Selection Rating Form that will be used to rank the consultant are shown below.

Firms interested in being considered for selection should respond by submitting .pdf copies of the

Letter of Interest to the following e-mail address by 5:00 PM on the response due date listed

above.

This email address is being protected from spambots. You need JavaScript enabled to view it.

Subject: CROSS Marietta Intermodal Transportation Corridor

C/O: Robert C. Heady, P.E., P.S., City Engineer

Responses received after 5:00 PM on the response due date will not be considered. Scope of Services

The Scope of Services document and RAISE Grant Application & Corresponding Attachments are available at the following link.

https://depot.mariettaoh.net/url/sfamdprkucxrkgq3

Requirements for Letters of Interest, Programmatic Selection Process

  1. Instructions for Preparing and Submitting a Letter of Interest
  2. Provide the information requested in the Letter of Interest Content (Item B below), in the same order listed, in a letter signed by an officer of the firm. Do not send additional forms, resumes, brochures, or other material.
  3. Letters of Interest shall be limited to ten (10) 81/2" x 11" single sided pages plus two (2) pages for the Project Approach (Item B.5 below).
  4. Please adhere to the following requirements in preparing and binding letters of interest:
  5. Please use a minimum font size of 12-point and maintain margins of 1" on all four sides.

Page 4 of 7

  1. Page numbers must be centered at the bottom of each page.
  2. Use 81/2" x 11" paper only.
  3. Letter of Interest Content
  4. List the types of services for which your firm is currently prequalified by the Ohio Department of Transportation.
  5. List significant subconsultants, their current prequalification categories and the percentage of work to be performed by each subconsultant.
  6. List the Project Manager and other key staff members, including key subconsultant staff. Include project engineers for important disciplines and staff members that will be responsible for the work, and the project responsibility of each.

Address the experience of the key staff members on similar projects, and the staff qualifications relative to the selection subfactors noted.

  1. Describe the capacity of your staff and their ability to perform the work in a timely manner, relative to present workload, and the availability of the assigned staff.
  2. Provide a description of your Project Approach, not to exceed two pages. Confirm that the firm has visited the site and address your firm’s: 1) Technical approach; 2) Understanding of the project; 3) Qualifications for the project; 4) Knowledge and experience concerning relevant ODOT and local standards, procedures and guidance documents; 5) Innovative ideas; 6) Project specific plan for ensuring increased quality, reduced project delivery time and reduced project costs.

Items 1 thru 4 must be included within the 10-page body of the LoI. Remaining space within the ten (10) pages may be utilized to provide personnel resumes or additional information concerning general qualifications.

Page 5 of 7

Consultant Selection Rating Form                                         Project: WAS-CROSS Marietta

Multimodal Transportation Corridor

for                                                                    PID: 118504

Programmatic Selections                                           Project Type: ________  

District: 10

Selection Committee Members:

Firm Name:

Category

Management & Team

Total Value

Scoring Criteria

Score

 

10

See Note 1, Exhibit 1

   

Project Manager

Strength/Experience of Assigned Staff including Subconsultants

25

See Note 2, Exhibit 1

   

Firm's Current Workload/
Availability of Personnel

10

See Note 4, Exhibit 1

   

Consultant's Past Performance

30

See Note 3, Exhibit 1

   

Project Approach

25

     

Total

100

     

If Applicable: Adequate good faith efforts made to meet DBE goal              Y/N

Exhibit 1 - Consultant Selection Rating Form Notes

  1. The proposed project manager for each consultant shall be ranked, with the highest ranked project manager receiving the greatest number of points, and lower ranked project managers receiving commensurately lower scores. The rankings and scores should be based on each project manager’s experience on similar projects and past performance for the LPA and other agencies. The selection committee may contact ODOT and outside agencies if necessary. Any subfactors identified should be weighed heavily in the differential scoring.

Differential scoring should consider the relative importance of the project manager's role in the success of a given project. The project manager’s role in a simple project may be less important than for a complex project, and differential scoring should reflect this, with higher differentials assigned to projects that require a larger role for the project manager.

Page 6 of 7

  1. The experience and strength of the assigned staff, including subconsultant staff, should be ranked and scored as noted for Number 1 above, with higher differential scores assigned on more difficult projects. Any subfactors identified in the project notification should be weighed heavily in the differential scoring.

As above, other agencies may be contacted.

  1. The consultants' past performance on similar projects shall be ranked and scored on a relative, differential scoring type basis, with the highest ranked consultant receiving a commensurately greater number of points. The selection team may consider ODOT CES performance ratings if available, and consult other agencies as appropriate. The use of CES ratings shall place emphasis on the specific type of services requested.

The differential scoring should consider the complexity of the project and any subfactors identified in the project notification.

  1. The consultant's workload and availability of qualified personnel, equipment and facilities shall be ranked and scored on a relative, differential scoring type basis. The scoring shall consider quantifiable concerns regarding the ability of a firm (or firms) rated higher in other categories to complete the work with staff members named in the letter of interest.

Page 7 of 7

 

PDF File available here. 

newcontact
newdirectory
Mayor's Greeting
History of Marietta
Recreational Activities
Walking and Biking Trails
Marietta Aquatic Center
Consumer Confidence Report
Permits
WaterBoilFAQ
Register for Alerts GovDeals.com
fhb4 Tip Hotline
WandS  MAC