rfp mrimf construction management v9 (2)

Upload: theonex1x

Post on 06-Apr-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/2/2019 RFP MRIMF Construction Management v9 (2)

    1/11

    REQUEST FOR PROPOSAL

    Norfolk Southern Railway Company

    Construction Management Services

    Memphis Regional Intermodal Facility

    January 2011

    I. PROJECT DESCRIPTION

    Norfolk Southern Railway Company (NSR) is requesting proposals from qualified firms to provideConstruction Management (CM) services for the Facility Construction Phase (FCP) of the MemphisRegional Intermodal Facility (MRIMF). The new MRIMF will increase freight transportation capacity in theMemphis, Tennessee region to meet current and future demands for freight transportation to and from thenortheastern United States. The facility will transfer freight between trains and trucks to efficiently deliverfreight over long distances.

    The Construction Manager Provider is to assist NSR Project Engineer with the purpose of monitoring andcertifying compliance that the MRIMF construction complies with the engineering design and the work iscompleted within specified schedule, cost, quality and safety objectives.

    The MRIMF construction includes: sub-grade preparation; fine grading to finish grade; bridgeconstruction; drainage structures; erosion control; sub-grade soil-cement stabilization; sub-ballast; ballast,track construction; turnout installation; pavement sub-grades and base courses; paving; roller-compactedconcrete; utilities (electrical, water, sewer); lighting; security fencing; closed circuit television systems;automated gate systems; administration, maintenance, and operations buildings; and equipmentmaintenance pad(s) with spill control and storm water management features and site appurtenances.

    Primary components of the MRIMF include:

    Double lead tracks about 1.5 miles long connecting the MRIMF to the NSR mainline;

    Three 4,050 foot long pad tracks to for train engines and cargo;

    Support yard with 17,110 feet of track in parallel strips to allow longer trains to be

    separated so they can be loaded/unloaded;

    Loop track at the south end of the facility to allow trains to reverse direction and return to

    the NSR mainline;

    Paved areas for parking approximately 2,000 trailers and containers on chassis; and,

    Administration and support buildings.

    The FCP is expected to start in March 2011 and must be complete by September 30, 2012.

    At the north end of the project site, the Tennessee Department of Transportation (TDOT) will construct abridge overpass along State Route 57 over the NSR Lead Tracks. Although not specifically part of theMRIMF, the NSR Construction Manager will be responsible for coordinating with TDOT regardingactivities that impact construction on both the overpass and MRIMF projects.

    As part of the property transaction agreement, the Seller will provide to NSR a site that has been partiallydeveloped. This will include mass grading and drainage. Further development of the facility, and thesubject of this solicitation, will include facility construction atop the prepared site. The construction timing

    1

  • 8/2/2019 RFP MRIMF Construction Management v9 (2)

    2/11

    is such that both the grading contractor (Seller) and the facility construction contractor could be requiredto work on site concurrently.

    Partial funding for the MRIMF is being provided by the USDOT, Transportation Investment GeneratingEconomic Recovery (TIGER) Program as part of the American Recovery and Reinvestment Act (ARRA)of 2009. The difference between projected total project costs and funds provided under TIGER 2009 willbe provided primarily by NSR, with additional funding support from the State of Tennessee. Total project

    costs are on the order of $100M.

    An Environmental Assessment of the project was conducted by the Federal Highway Administration, andthe Federal Railroad Administration with Eastern Federal Lands Highway Division as the Federal projectmanaging agency.

    Attachment A includes maps showing the MRIMF location. Attachment B includes facility layout drawings(Drawing TD-2009-19 R5) dated 04/28/09 shown for reference only.

    II. SCOPE OF SERVICES

    A. Scope of Work

    The work includes providing the necessary labor, equipment, materials, incidentals, taxes,

    licenses, and permits to perform construction management services under the direction ofNSR Project Engineer for the FCP in support of the MRIMF. The Construction ManagerProvider will provide construction management services under the direction of NSR ProjectEngineer that includes: construction management, coordination, scheduling, administration,ARRA documentation and reporting, inspection, permit compliance, construction surveyingand staking, construction materials quality control testing, construction quality assurancemonitoring, material submittal reviews, contract change reviews coordination, project records,commissioning and project closeout documentation.

    The scope of work includes, but is not necessarily limited to:

    1. Pre-construction Phase

    Review and consult with the NSR Project Engineer bids received.

    Assist NSR Project Engineer in conducting pre-construction conference. Review and coordinate analysis of Contractors submittals with NSR Project

    Engineer.

    Review and provide comments on the Contractors schedule to NSR ProjectEngineer.

    2. Construction Phase

    As directed by NSR Project Engineer, perform management of all constructionactivity to verify work is being completed within specified quality, schedule,cost and safety requirements.

    As directed by NSR Project Engineer, provide inspectors for day-to-day onthe-job observation/inspection of work.

    Conduct environmental inspections and monitoring in accordance with permitsrequirements including inspections and reporting on erosion control measuresand verification of Contractor compliance with storm water pollution preventionplan (SWPPP).

    Perform required monitoring, testing, and results reporting of surface watersamples.

    Prepare daily inspection reports documenting observed construction activities.

    2

  • 8/2/2019 RFP MRIMF Construction Management v9 (2)

    3/11

    Take and maintain digital photographs providing documentation ofconstruction activities; bind and label them.

    Review the Contractors record drawing markups prior to the As-Builts beingapproved.

    Assist NSR Project Engineer in the monthly progress payment applications.Verify or perform quantity measurements when necessary.

    Assist NSR Project Engineer in conducting weekly project meetings andprepare/distribute meeting notes.

    Monitor and track project budget, purchases and payments.

    Establish and process job control documents including:

    Daily inspection diaries.

    Weekly progress reports.

    Monthly construction payments.

    Requests for information.

    Field Change requests.

    Survey requests.

    Material receipts.

    Weigh-master certificates/ Certificates of Compliance or sourcerelease tags.

    Material submittals.

    Material certifications/manufacturers specifications.

    Weekly statements of working days.

    Daily rainfall amounts and duration.

    Construction change orders.

    ARRA and other Federal and / or State documentation.

    Review and update construction schedules:

    Compare work progress with planned schedule and report on

    same. Review Contractors plans to prevent schedule slippage and verify

    schedule recovery plans.

    Analyze the schedule to determine the impact of weather andchange orders.

    Obtain monthly updates from the Construction Contractor ofconstruction schedule incorporating actual progress, weatherdelays and change order impacts.

    Assist NSR Project Engineer in negotiation of contract changes

    Perform quantity and cost analysis as required for negotiation ofchange orders.

    Analyze additional compensation claims that are submitted duringthe construction period and prepare responses under the directionof NSR Project Engineer.

    Perform claims administration including coordinating andmonitoring claims responses, logging claims and tracking claimstatus.

    Review, comment, track, and facilitate responses to Requests for Information(RFI):

    3

  • 8/2/2019 RFP MRIMF Construction Management v9 (2)

    4/11

    Prepare under the direction of NSR Project Engineer responses toRFI related construction issues.

    Transmit design-related RFIs to Designers of Record and copy theNSR Project Manager Construction.

    Assist NSR Project Engineer in conducting meetings with theconstruction Contractor and other parties as needed to discuss and

    resolve RFIs. Evaluate cost reduction incentive proposals and provide recommendations to

    the NSR Project Manager Construction for acceptance or denial.

    Monitor safety and health requirements and enforce applicable regulationsand contract provisions for the protection of the public and project personnel.

    Coordinate with public and private utility agencies and facilitate utilityconstruction with other construction.

    Prepare weekly progress reports for the NSR Project Manager describingwork performed, problem areas and methods to resolve, open items, and astatus of cost, schedule and pending changes. Weekly reports to be submittedby close of business on Wednesday.

    Identify actual and potential problems associated with the construction projectand consult with NSR Project Manager Construction and the Designers ofRecords for resolution.

    Prepare monthly ARRA reports for the NSR Project Manager Construction.

    3. Construction Materials Quality Control Testing and Inspection

    Perform specified or required tests and inspections to verify controlmeasures are adequate to provide a product which conforms to the designrequirements.

    Quality control testing includes operation and/or acceptance tests whenspecified.

    Use the services of a US Army Corps of Engineers approved testing

    laboratory, or equal, or establish an approved testing laboratory at theproject site. Testing laboratory services shall be located within a reasonableproximity to the project site.

    Verify that testing procedures comply with contract requirements.

    Verify that facilities and testing equipment are available and comply withtesting standards.

    Check test instrument calibration data against certified standards.

    Verify that recording forms and test identification control number system,including all of the test documentation requirements, have been prepared.

    Record results of all tests taken, both passing and failing.

    Laboratories used for testing soils, concrete, aggregate, asphalt, and steelshall meet the criteria detailed in ASTM D 3740 and ASTM E 329.

    4. Quality Assurance.

    Prepare a project Quality Assurance (QA) Plan. The QA Plan shall includeprocesses and procedures for assuring the quality of the work performed bythe construction Contractor and for construction materials testing and qualitycontrol. The QA Plan shall include procedures for verifying quality for off-sitematerial sources, manufacturing plants, and fabrication yards.

    4

  • 8/2/2019 RFP MRIMF Construction Management v9 (2)

    5/11

    Ensure that Certificates of Compliance or source release tags are furnished bythe Contractor along with the applicable delivered materials at the project site.

    5. Construction Surveying

    Preserve survey baselines established by the Design Engineer. Re-establishexisting survey baselines and benchmarks that are lost or destroyed.

    Perform construction survey verification as needed.

    Perform the following survey tasks:

    Perform construction verification staking.

    Provide office support for field crews including checking of fieldnotes after staking.

    Maintain a log of construction staking requests.

    Maintain a construction-staking plan set.

    Maintain files of all field notes.

    Make a reasonable effort to schedule field survey needs to meet Contractorsoperations schedule.

    Provide all labor, tools, equipment and materials, including stakes, hubs,flagging, nails and paint, for establishment of one set of initial constructionstakes as required by the construction contract. Re-establishing constructionstaking is the responsibility of the contractor.

    Initial construction staking includes but is not limited to the following:

    Flag limits of stockpile areas at 50 ft. intervals.

    Place finished grading stakes for edge of pavement at all gradebreaks, at 50-foot intervals on straight sections, and at 25-footintervals on curved sections, and at beginning and end of curves.

    Place top of rail and centerline of track referencing for surfacing at50 foot intervals on curves and 100 ft. intervals in tangent track.

    6. Federal Contract Management Requirements.

    Maintain construction documents per Federal requirements.

    Enforce Labor Compliance requirements, including completion of FederalLabor Compliance Pre-job checklist.

    Enforce Quality Assurance requirements.

    7. Post-Construction Phase.

    Prepare a Project Closeout and Systems Commissioning Plan. The plan shalladdress sequencing, functional performance testing, systems commissioning,start-up, operation and maintenance manuals, demonstration to owner,training of owners personnel, delivery of spare parts, adjustments, and finalcleaning.

    Prepare initial punch list and consolidate comments into final punch list forFacility Construction.

    Finalize the bid items, claims, change orders, punch list items and correctshop drawings.

    Prepare as-built drawings.

    Prepare Report of Expenditures Checklist including all necessary attachments.

    Prepare final ARRA reporting documentation.

    Transmit all project files and record drawings to NSR for archiving.

    5

  • 8/2/2019 RFP MRIMF Construction Management v9 (2)

    6/11

    8. Project Facilities.

    Provide and maintain a field office for the CM field staff. The field office is to beweatherproof, with conditioned air, have electrical power and with appropriatesanitary facilities. Be responsible for and pay for all utility connections and utilityusage fees. The field office shall be equipped with furniture and fixtures and shallbe able to comfortably support on-site project meetings of up to 15 people. The

    field office shall have provisions to maintain project communications with on-siteand outside entities to include radios, cellular and land-line telephones, fax,computers, printers and scanners. NSR will designate a suitable location for theproject facilities. Make arrangements for and pay any cost associated withadequate parking for CM staff and visitors. The Construction Manager Provider isresponsible for providing on-site transportation for all of their personnel. Thetransportation shall be suitable to carry all equipment and materials required bythe CM staff. The Construction Manager Provider shall provide all necessarypersonal health and safety equipment required for its personnel to perform thework efficiently and safely in accordance with FRA Roadway Worker and BridgeWorker requirements.

    9. Health and Safety Requirements.

    Review the Contractors Safety Program in conjunction with NSR staff, theContractors Safety Officer, and the Construction Superintendents. Overseecompliance of the Safety Program throughout the project and across all projectteams. NSR safety procedures are required to be part of the Safety Program dueto work being performed on NSR property. All workers must have completedNSRs On-Track Worker Safety training program.

    10. Employee Background Checks.

    The Construction Manager Provider shall secure background investigations of itsemployees through e-VERIFILE.com. The same shall be required of theconstruction Contractors employees. Personnel entering railway property musthave FRA Roadway Worker training and must have identification badges issuedthrough the e-Railsafe program at e-Verifile.com. Employees successfully

    undergoing the background investigation will be issued a picture identificationcard which will be required for all employees to enter and work on NSRsproperty.

    B. Work Performed By Others

    NSR has engaged other firms to perform site preparation. Site preparation includes clearingand grubbing, subgrade preparation, excavations, filling, mass grading, storm water drainage,environmental permitting, environmental controls, and related activity. The work by others isto prepare the site for the FCP. The Construction Manager Provider is to understand that thework by others may be concurrent with the work being performed for the FCP and that theConstruction Manager Provider will be required to coordinate and communicate with others inorder to properly phase and sequence the work.

    III. CONTRACTUAL STRUCTUREThe successful vendor will be awarded a contract. Proposals should include a list of all job classificationsthat will perform work on the project with an estimate of time for each job classification, based on theproject schedule.

    A sample contract is provided as Appendix C.

    Appendix D contains the Special Terms and Conditions for Projects Funded in Whole or in Part by TheAmerican Recovery and Reinvestment Act of 2009.

    6

  • 8/2/2019 RFP MRIMF Construction Management v9 (2)

    7/11

  • 8/2/2019 RFP MRIMF Construction Management v9 (2)

    8/11

    Office Support. Provide the estimated manpower and resource allocations. Describe thecontrols to be used to monitor schedule, cost, quality and safety. Describe the measures tobe employed to accomplish the construction staking, quality assurance, quality control, andcommissioning requirements. Describe the change management and change controlprocedures.

    6. Safety Experience Record- Provide documentation of the firms safety performance record,including the Experience Modification Rate (EMR) for the previous 3 years. EMRs must beon a NCCI form or on letterhead from your insurer.

    VII. PROPOSAL REQUIREMENTS, VOLUME 2 PRICE PROPOSAL

    A. Contents of Volume 2 Price Proposal

    1. General Requirements- Volume 2 shall contain a Proposal Cover Sheet followed by a PriceSchedule and associated man-hour and cost estimates. Submit only one original of thisvolume in a separate sealed envelope.

    2. Proposal Cover Sheet- The Proposal Cover Sheet shall include: The solicitation number. Name, address, telephone and facsimile numbers of the Construction Manager

    Provider. DUNS, CAGE and tax identification numbers of the Construction Manager

    Provider.

    3. Price Schedule Provide a Price Schedule that lists unit rates for all labor, equipment, andmaterials to be provided in order to accomplish the work. Labor rates shall include allburdens, taxes, overhead, general and administrative cost and profit. The Price Scheduleshall provide labor overtime rates as well as the definition of what constitutes laborovertime. Rates for Other Direct Costs, including subcontractors, shall include overhead,profit, and general and administrative costs.

    4. Task and Man-Hour Estimate Provide a listing of project tasks and man-hour effortestimates for each, along with extended costs in accordance with the Price Schedule. Thisestimate should demonstrate a clear understanding of tasks, staffing levels, and laboreffort, including subcontracted costs and expenses, needed to deliver the FCPsuccessfully.

    VIII. SUBMISSION INFORMATION

    A. Technical and contractual questions shall be submitted to the Points of Contact identified below.Questions shall be submitted no later than 5:00 PM eastern time on February 17, 2011.

    Technical questions should be directed to:Mr. James LamkinChief Engineer ConstructionNorfolk Southern Railway1200 Peachtree StreetAtlanta, GA 30309

    [email protected]

    8

    mailto:[email protected]:[email protected]
  • 8/2/2019 RFP MRIMF Construction Management v9 (2)

    9/11

    Questions regarding the submission process, as well as proposal submissions should be directedto:

    Mr. Don SmithManager Service ContractsNorfolk Southern Railway110 Franklin Road

    Roanoke, VA [email protected]

    B. Submission

    All proposals are due by 12:00 PM Eastern Standard Time on February 24, 2011. Proposalsreceived after that time and date will be returned unopened. All proposals shall be submitted to:

    Mr. Don SmithManager Service ContractsNorfolk Southern Railway110 Franklin RoadRoanoke, VA [email protected]

    540-981-3644

    IX. PRE-BID CONFERENCE

    A pre-bid conference is scheduled for 9:00 AM Central Standard Time, Thursday, February 10, 2011 atthe City Hall in Piperton, Tennessee. City Hall is located at 3575 Highway 196, Piperton, TN 38017.Attendance at this pre-bid conference is mandatory. Proposals from firms not attending the Pre-bidConference will not be accepted.

    X. PROPOSAL EVALUATION CRITERIA

    NSR will select the offer that represents a best value to NSR. The award decision will be based on acomparative assessment of proposals against the source selection criteria contained in this RFP. Theevaluation process includes an assessment of the Construction Manager Providers strengths,weaknesses, deficiencies, and risks in addressing the RFP requirements. Proposals that do not providethe requested information or that are vague, generic, lacking in detail may be downgraded. Materialomissions may cause the Qualifications, Experience and Technical Proposal to be rejected as non-responsive.

    A. Evaluation of the Qualifications, Experience, and Technical Proposal

    1. Firm Qualifications and Experience- the Construction Manager Provider will be evaluatedon the extent of the Construction Manager Providers experience on projects of similartype, scope, scale and complexity as compared to the work that is required under this RFP.Firms with successful experience in the management of construction of railway intermodalfacilities or similar facilities will be considered advantageous. Firms with significantexperience in the types of construction to be employed (i.e. soil-cement stabilization, roller-

    compacted concrete pavements, railroad track construction, etc.) and with experience inenvironmental inspections and monitoring for compliance with permit requirements, will beconsidered more advantageous. Information submitted on projects will be evaluated as tothe degree of success in terms of meeting or exceeding technical, cost, schedule, andquality objectives. Information submitted on projects under construction will only beevaluated if the work is completed to the extent from which experience can be creditable,i.e. at least 70% complete. Firms that demonstrate experience with managing andcoordinating the effort of team members such as that with contractors, designers of record,

    9

    mailto:[email protected]:[email protected]:[email protected]:[email protected]
  • 8/2/2019 RFP MRIMF Construction Management v9 (2)

    10/11

    agencies having building code jurisdiction, utility providers, environmental regulators,owners representatives or similar will have a more favorable evaluation.

    2. Organizational Structure and Personnel Resumes- The respective key personnelsqualifications, responsibilities, and authority levels will be evaluated. Personnel will beevaluated on their overall professional experience and specific experience on projects ofsimilar type, scope and complexity. An organizational structure that clearly delineates linesof authority and proposed interfacing with all project entities is advantageous.

    3. Technical- the Construction Manager Provider demonstrating a thorough understanding ofthe RFP technical requirements and providing an execution strategy that manages risk willresult in a more advantageous evaluation. The Construction Manager Provider thatconveys an understanding of the unique requirements of the work will result in a moreadvantageous evaluation.

    4. The successful proposal will be decided based on the following criteria (importance is notindicated by order).

    Firm Qualifications, with focus on experience in successful completion of similarintermodal facilities for Class 1 railroads and with experience in roller compactedconcrete construction 30 points

    Qualifications of Key Personnel, specialized experience and technical competencein the type of work required, including inspections and monitoring of erosion controlmeasures and surface waters for compliance with individual permit requirements,and where appropriate, experience in energy conservation, pollution prevention,waste reduction, and the use of recovered materials 25 points

    Adequacy of Resources to perform the work 20 points

    Past performance on contracts with government agencies and private industry interms of cost control, quality of work, compliance with performance schedules, anddocumentation and reporting in accordance with ARRA requirements 15 points

    Location in the general geographic area 10 points

    B. Evaluation of the Price Proposal1. Price or cost as proposed will be evaluated and considered but will not be rated or

    combined with other aspects of the proposal evaluation. The proposed price will beanalyzed for reasonableness. The proposed price will also be analyzed to determinewhether it is realistic for the work to be performed; reflects a clear understanding of therequirements; and is consistent with the Construction Manager Providers Volume 1proposal. Offers with separately priced line items will be evaluated for unbalanced pricing.

    XI. RFP ATTACHMENTS

    A. Location Maps

    B. Facility Layout DrawingsC. Sample Contract

    D. Special ARRA Terms and Conditions

    E. Attachment D of the Grant Agreement under the American Recovery and Reinvestment Act of 2009Transportation Investments Generating Economic Recovery (TIGER) Discretionary Grant ProgramState of Tennessee Department of Transportation Crescent Corridor Project the Memphis RegionalIntermodal Facility

    10

  • 8/2/2019 RFP MRIMF Construction Management v9 (2)

    11/11

    11