Prebid Review Control Sheet (PRCS) To be completed, signed and submitted to Contract Documents Coordinator with review copy of Specifications and Final Estimate. Review copy is to be bound in such a manner to facilitate removal and/or insertion of pages. Insert N/A (not applicable) where appropriate in items below. 1. 2. 3. 4. 5. a. MBTA Contract No.: ____________________ b. Contract Specifications Title:__________________________________________ a. FTA Project No.: _______________________ b. FTA Project Title:___________________________________________________ a. Designer's Name: b. Address: __________________________________________________________ c. Individual to Contact: ________________________________________________ d. Professional Service Contract No. ___________________ e. Phone No. _________________ f. FAX No. a. b. Designee of the General Manager: ______________________________________ AGM of Design and Construction Project Manager: c. Phone No. d. FAX No. a. Estimated Construction Cost* ____________________ b. Funds Available** ___________________ c. Proposed Construction Starting Date: _____________ d. Proposed Completion Date: ____________ _________________ *If the Construction Estimate is $1,000,000 or over, the Bidding Documents (Bid Form) must include prequalification paragraphs, project value, and Class of Work. Class of Work recommended must be approved by Contract Administration. **Budget Department approval is required -- Project Office must attach concurrence in writing from Director of Budget. Revised October 2011 PreBid Review Control Sheet 1 6. a. Source of Funds: (Insert Budget No.) ✔ FTA _________ BOND _________ MASSDOT _________ OTHER CBA ID. No. b. c. Source of Funds for Printing and Advertisement of NTB: Area No. _ Account No. Center No. Active Work Order No. Method of Procurement (See attached Decision Matrix) Sealed Bid 7. CMS Work Order No. Two Step Sole Source Desired advertising period (minimum - 30 days) a. If less than 30-days are desired, the Project Manager must obtain approval in writing from Organizational Diversity through the Chief of Design and Construction. This approval must be submitted to Contract Administration. 8. Location, time and number of days after advertising, Prebid Conference will be held: 9. Arrangements for on-site inspection: 10. a. Individual to contact: ___________________________________________ b. Phone No. _______________ FAX No. _____________ c. Special Instructions: ___________________________________ If FTA is participating Project Manager must sign Item g. below. a. Has the Buy America Provision been incorporated? b. Has Cargo Preference U.S. Flag Vessels Provision been incorporated in the Supplementary Conditions? Revised October 2011 PreBid Review Control Sheet YES N/A NO ___ ___ ___ 2 YES N/A NO c. Is Contract known to be of special interest to FTA, sensitive and subject to close scrutiny, or unique and require special evaluation? ___ ___ ___ d. Has FTA requested the opportunity to perform a pre-bid review of the bid form and specifications? ___ ___ ___ e. Has latest provisions of FTA Requirements been incorporated in the Supplementary Conditions? ___ ___ ___ f. Does contract require budgeting or funding action by FTA? (e.g. budget revision or amendments)?* ___ ___ ___ g. This project is FTA Funded and all applicable Federal ___ Provisions are incorporated into the Contract Documents. ___ ___ Concur: ___________________________________________________ Project Manager * Preparation and processing of requests for Budget Revisions (for funding) to FTA are the responsibility of the Project Manager and must be coordinated through the Budget Office. 11. Has latest provisions of Standard Federal EEO Specifications with Appendices Nos. 1, 2 and 3 been incorporated in Supplementary Conditions? Project Managers must furnish data to the Office of Organizational Diversity for establishment of DBE goal. MMU and DBE goals MUST be available prior to advertising. ___ ___ ___ 12. Has the Right-to-Know Law Provisions been incorporated? ___ ___ ___ 13. Real Estate (Real Estate Department approval is required -Project Office must attach concurrence in writing from Director of Real Estate): a. Have all utility relocations been completed or arrangements made for their relocation prior to advertising? ___ ___ ___ b. Is right-of-way available for contractor's operation? ___ ___ ___ c. Have all residential and business relocations been completed? ___ ___ ___ Revised October 2011 PreBid Review Control Sheet 3 YES d. Have rights of entry on all real property or right-ofway required by the contractor for his operation been secured? e. Have all land acquisitions required for this Contract been obtained? N/A NO (If answers 13a, 13b, 13c, 13d, or 13e are negative, the Project Manager must coordinate with General Counsel and submit to Contract Administration a memorandum of explanation and/or his approval to proceed with advertising/bidding process.) 14. Is other Authority construction work under way in the vicinity of this contract or presently planned to be under way during the duration of this work? If yes, please list by name or project number other Authority construction under way in the vicinity: ___________________________________________________ ___________________________________________________ ___________________________________________________ 15. Has the Designer designated specialty items which may be performed by subcontract? (Article 6.01 - subletting or Assignment of Contract) 16. Has sĂůƵĞŶŐŝŶĞĞƌŝŶŐbeen performed on this Contract? a. 17. 18. Is Contract to be lump sum? ___ ___ ___ a. ___ ___ ___ ___ ___ ___ If not, has Schedule of Bid prices (ENG-104) been attached citing quantities, Authority items numbers, descriptions and units? Has detailed Engineering Estimate of Bid Prices been attached? a. 19. If not, The Project must submit to Contract Administration a signed copy of the Value Engineering Waiver. In addition, the Project must also submit to Contract Administration a lump sum breakdown of the Engineer’s Estimate in excel format. Are Allowances to be incorporated in the bidding documents? a. Revised October 2011 If yes, the Project Manager must submit to Contract Administration a letter of approval signed by the Director of Design and Construction. PreBid Review Control Sheet 4 YES N/A NO Has a Bid Escrow account been established? (For projects $1,000,000 or greater) ___ ___ ___ 21. Is Railroad Protection Insurance required? ___ __ __ 22. Is Pollution Liability Insurance required? ___ ___ ___ 20. 23. Are Asbestos, Lead or Hazardous Material Abatement included in this Contract? If yes, a. Have Asbestos Abatement specifications been incorporated in the Construction Specifications? ___ ___ ___ b. Has Lead Abatement specifications been incorporated? ___ ___ ___ c. Has Hazardous Material Abatement specifications been incorporated? ___ ___ ___ 24. Has a copy of Contract specifications, Article 5.04 Insurance Requirements been forwarded to the Risk Manager? ___ ___ ___ 25. Has Article 5.22 - Conflict of Interest been incorporated into the Contract Specifications? ___ ___ ___ 26. Are display panels applicable to this Contract? ___ ___ a. If yes, the Project must incorporate the provisions and detail sketches. 27. If station contract is in excess of $10 million have alternative contracting methods been considered? ___ 28. If contract provides for revenue producing construction costs (concession shells), are separate items included? ___ a. Revised October 2011 If yes, the Project must submit to Contract Administration, a signed letter confirming that the concession plans and Specifications comply with Massachusetts Department of Health Standards. PreBid Review Control Sheet 5 29. If authority-furnished materials are required, has sufficient, long-range procurement planning taken place? 30. Does each product listed in "Part 2" of the specifications provide for a minimum of three equal named brands or a description of material that can be met by a minimum of three manufacturers or producers? (see General Conditions, Article 4.01) a. 31. 33. 34. N/A NO ___ ___ ___ ___ ___ ___ ___ ___ If not, the Project must justify, in writing, and obtain the AGM of Design and Construction's approval. Do the Contract Specifications include paint systems? a. 32. YES If yes, the Project must submit to Contract Administration a signed letter stating that the paint systems have been approved by Construction - Quality Control. Assure that the Contract Documents do not contain restrictive provisions pertaining to the experience and responsibility of the bidders. a. Has the Architect/Engineer submitted an appropriate Certificate of Compliance for conformance with 521 CMR Rules and Regulations of the Architectural Access Board, Department of Transportation 49 CFR, Parts 27, 37 and 38 regulations, ADA, and UFAS as applicable? ___ ___ ___ b. If the project design does not meet regulations of the Architectural Access Board (AAB), has a variance application been submitted to and approved by the AAB? ___ ___ ___ c. Copies of the above must be submitted to Contract Administration. ___ ___ ___ Are equal facilities provided for male and female personnel as applicable? Revised October 2011 PreBid Review Control Sheet 6 35. 36. Has the Liquidated Damages (LD) calculations been attached? a. If no, contract cannot be advertised b. (LD) must be calculated by Project/Designer. Building Permit (When Necessary) Has the necessary review and coordination been accomplished with agencies for the building permit as follows: a. Massachusetts Department of Public Safety, State Building Inspectors? b. Local Fire Departments? c. Executive Secretary Board of Plumbers and Gas Filters (When Necessary)? d. Massachusetts Board of Elevators and Escalators (When Necessary)? Questions on these matters should be referred to the Force Account & Utility Coordinator, Design and Construction (Questions 37-39) 37. Have all safety items been addressed in the specification (refer to sections 5.15, Safety and First Aid, 01568, Construction Safety and 01569, Safety Certification)? 38. Has Force Account Committee Approval been obtained? a. 39. If yes, the Project must submit to Contract Administration a signed letter stating that the force account plan has been approved the Force Account Committee Has structural peer review been completed? a. If yes, have peer structural review comments been incorporated in the Construction Specifications? 40. Has risk analysis been performed at 30% and 100% design? 41. Was a constructability review peformed at 60% design? a. If no, please provide a copy of the approved waiver Revised October 2011 PreBid Review Control Sheet 7 YES N/A NO 42. Have all Environmental permits and approvals been obtained and forwarded to the Director of Environmental Affairs? a. Conservation Commission (S) ___ ___ ___ b. Corps of Engineers (S) ___ ___ ___ c. Chapter 91 License (waterways) (S) ___ ___ ___ d. DEP Soils Management (S) ___ ___ ___ e. Coast Guard (F) ___ ___ ___ f. Coastal Zone Management Consistency Statement (S) ___ ___ ___ g. MEPA Approvals (F) ___ ___ ___ h. NEPA Approvals (F) ___ ___ ___ i. Mass Historical Commissions approval (S) ___ ___ ___ j. 106 Approval (S/F) ___ ___ ___ k. 4F Statement (F) ___ ___ ___ l. Other ___ ___ ___ m. Has the Consultant identified in writing, the Environmental Permits, Licenses and their Status? ___ ___ ___ Environmental requirements must be completed prior to advertisement. Submit a signed copy of Consultant's letter. (S) State Permit (F) Federal Permit Environmental Approval: ___________________________________ Director of Environmental Affairs Revised October 2011 PreBid Review Control Sheet 8 YOUR SIGNATURE(S) SIGNIFIES THAT YOU HAVE REVIEWED THE CONTRACT DOCUMENTS AND RECOMMEND PROCESSING: _______________________________________ Project Manager ____________________________________ Area Director Date of Submission Revised October 2011 PreBid Review Control Sheet 9 <Y> Pre Bid Control Sheet 6(c) EXHIB Method Of Procurement Decision Matrix Rev. 04-2011 METHOD OF PROCUREMENT DECISION MATRIX To best determine which method of procurement Is suitable, classify your situation by checking off the appropriate boxes below. All elements must apply to use that method. Mkro-purchlse Amount < $ 3,000 Multiple sources B Competitive Procurement Amount> $ 3,000 Multiple sources available Not an emergency purchase Sealed Bid (IFB) Complete and adequate specification or purchase Two or more responsible bidder willing to compete Selection can be made on basis of price Procurement suitable for firm, fixed price No discussion with bidders needed after receipt of offers § 0✔ 0 § Competitive Proposel (RFP) Complete specification not feasible Bidder Input needed for specification Two or more responsible bidders willing to compete Discussion needed with Bidder after receipt of proposals, prior to award Sole Source OEM, custom Item Only one source available Approved by FTA-sole source Public exigency Issue/ emera. Competition Is Inadequate after public solicitation Emerpncy Procurement subset of sole sources There Is a health and safety Issue that prohibits delay 0 Contract Type • § 0 Basis of Prldnl Fixed Price Cost Relmbusement Time & Materials •• Delivery & Qulntlty Plrlmeters Indefinite Delivery Contract Blanket Purchase Agreement Flxe<l price can be set after discussions Other Contract Types Procured In accordance wlth The Brooks Act Basic Agreement, Basic Ordering Agreement, FAR Letter Contract • Prohibition aglinst cost plus percentage of cost Prepared •• T&M allowed only when fixe<l By: price can not be set for work or the complete scope of work Is unknown. Project Manager must provide a Justification memo describing why this contract type Date: ~ § B 0 I~ II~NI FTA Circular 4220.1F VI-6, VI-7 Revised October 2011 PreBid Review Control Sheet 10