Similar Projects
Oldfield Road Apartments
New Construction, Infrastructure
Conception
$4,000,000 CJ est. value
Fairfield, CT 06824

Oldfield Road Apartments
New Construction, Infrastructure
Conception
$4,000,000 CJ est. value
Fairfield, CT 06824

Surf Avenue Multi-Residential
New Construction, Infrastructure
Design
$17,000,000 CJ est. value
Stratford, CT 06615

Railroad Avenue Multi Residential
New Construction, Infrastructure
Design
$7,400,000 CJ est. value
Greenwich, CT 06830

Darien Railroad Station Improvements
Infrastructure
Bidding
$30,000,000 CJ est. value
Darien, CT 06820

Darien Railroad Station Improvements
Infrastructure
Bidding
$30,000,000 CJ est. value
Darien, CT 06820

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Fairfield Hall Site Improvements at WCSU's Midtown Campus
Infrastructure
Post-Bid
Danbury, CT 06810

Pavement Preservation and Repairs - Spring 2021
Results
Westport, CT

Pavement Management Program
Results
Norwalk, CT

141 Danbury Road Apartments
New Construction, Infrastructure
Construction
$65,000,000 CJ est. value
Wilton, CT 06897

141 Danbury Road Apartments
New Construction, Infrastructure
Construction
$65,000,000 CJ est. value
Wilton, CT 06897

Forest Commons Building
Demolition, New Construction, Infrastructure - 47,700 SF
Pending Verification
$59,000,000 CJ est. value
Fairfield, CT 06824

Forest Commons Building
Demolition, New Construction, Infrastructure - 47,700 SF
Pending Verification
$59,000,000 CJ est. value
Fairfield, CT 06824

Streetscape And Road Improvements - West Avenue, Quincy, Orchard And Butler Streets - City of Norwalk
Infrastructure
Conception
$1,100,000 est. value
Norwalk, CT

Last Updated 10/13/2022 03:12 PM
Project Title

RFQ Engineering - Planning and Engineering Services for I-95 Exits 19-27A PEL

Physical Address View project details and contacts
City, State (County) Fairfield, CT 06890   (Fairfield County)
Category(s) Heavy and Highway
Sub-Category(s) Maintenance, Paving/Reconstruction, Site Development
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $4,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of October 13, 2022, this project is in the conceptual phase. An engineer has not been selected. Although a firm timeline for construction has not been determined, construction is not expected to start prior to June 2023. *The closed solicitation has been included below for reference: The Department is seeking to engage one (1) consultant engineering firm to provide planning and engineering services associated with developing and examining preliminary alternatives for congestion improvements on I-95 between Exits 19-27A in the town of Fairfield and the city of Bridgeport. This assignment is high complexity for volume considerations. The selected consultant firm will deliver a Planning and Environmental Linkage (PEL) Study which will evaluate existing needs and deficiencies of the project area and will develop potential design concepts for the I-95 mainline as well as the local roadway network. In addition, the PEL Study will consider the implementation of early action and breakout projects in the study area which have independent utility and logical termini, and that improve traffic operations and safety on both the mainline and local roadway network. The selected firm will identify the recommended National Environmental Policy Act (NEPA) class(es) of action for potential projects identified by the PEL, as well as prioritization or phasing of those projects with respect to their importance and anticipated available funding. Discrete engineering tasks to support any early action projects (including Alternative Contracting methods) identified during the study process may be included in the assignment. Final design services to provide contract documents (plans, specifications, and estimates) for a traditional design bid build contract, will not be part of this assignment. The scope of the study will consist of developing a broad spectrum of feasible alternatives for the reconfiguration of the Interstate which address the needs and deficiencies of the corridor. A public involvement program, modern expressway design, and coordination with railroad requirements will guide the development of alternatives. Coordination with Department staff, including the Major Structures Group, will be necessary to ensure Department-led rehabilitation initiatives in the study area are compatible with the temporary construction conditions and final configuration of the corridor. Conceptual renderings and constructability of the proposed alternatives are anticipated to be important components of the studies. The value of this contract is estimated to be approximately $3-4M. It is anticipated this will be a multiphase contract and will utilize either a lump sum or cost plus-fixed fee payment method. An approximate timeline of 2-3 years is expected to complete this PEL Study, at which time the Department anticipates initiating the next phase, which is expected to be a combined NEPA/design assignment. The next phase will not be part of this solicitation. Firms responding to this request should be of adequate size and sufficiently staffed and experienced to perform this assignment and will be required to provide the necessary staffing upon execution of the contract. The selected firm may be required to establish and/or maintain a Connecticut office for the duration of assignment. The Project Manager may be required to work in the Connecticut office and be available for supervision of the staff performing the assignment. Any principal or key personnel of the person, firm or corporation submitting a bid or proposal for a large state contract shall, upon execution of such contract, make the following representations in the resulting contract: (1) That no gifts were made by (A) such person, firm, corporation, (B) any principals and key personnel of the person, firm or corporation, who participate substantially in preparing bids, proposals or negotiating state contracts, or (C) any agent of such person, firm, corporation or principals and key personnel, who participates substantially in preparing bids, proposals or negotiating state contracts, to (i) any public official or state employee of the state agency or quasi-public agency soliciting bids or proposals for state contracts, who participates substantially in the preparation of bid solicitations or requests for proposals for state contracts or the negotiation or award of state contracts, or (ii) any public official or state employee of any other state agency, who has supervisory or appointing authority over such state agency or quasi-public agency; (2) That no such principals and key personnel of the person, firm or corporation, or agent of such person, firm or corporation or principals and key personnel, knows of any action by the person, firm or corporation to circumvent such prohibition on gifts by providing for any other principals and key personnel, official, employee or agent of the person, firm or corporation to provide a gift to any such public official or state employee; and (3) That the person, firm or corporation is submitting bids or proposals without fraud or collusion with any person. The Department, in its sole discretion, reserves the right to cancel this solicitation and terminate the process to retain consultant services, and is under no obligation to contract for the services specified herein. The Department, in its sole discretion, reserves the right to award subsequent phases of an assignment to other qualified firms. The Department reserves the right to add other assignments of a similar nature to this selection process should the need arise prior to the interview phase. All inquiries regarding this request for letters-of-interest shall be directed to Mr. David M. Mancini of the Consultant Selection Office at (860) 594-3498, or to the email listed above. Do not send additional documentation other than what is requested. The Consultant Selection Panel may reject your submittal, and your firm may not be considered for these tasks, if you provide additional documentation such as corporate brochures, background information, and histories. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements.
Division 34 - Transportation, Operation and Maintenance of Transportation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents