Pennsylvania Code & Bulletin
COMMONWEALTH OF PENNSYLVANIA

• No statutes or acts will be found at this website.

The Pennsylvania Bulletin website includes the following: Rulemakings by State agencies; Proposed Rulemakings by State agencies; State agency notices; the Governor’s Proclamations and Executive Orders; Actions by the General Assembly; and Statewide and local court rules.

PA Bulletin, Doc. No. 00-1024

NOTICES

TURNPIKE COMMISSION

Retention of Engineering Firms

[30 Pa.B. 2977]

Full Depth Roadway Reconstruction
Allegheny County, PA

Reference No. 1-116

   The Turnpike Commission (Commission) will retain an Engineering firm for the design of the Full Depth Roadway Reconstruction Project between approximate Mileposts 31.20 and 40.00 in Allegheny County. The selected firm will be responsible for the preliminary and final design of this project.

   The engineering services required would include supplemental field surveys, cross sections, evaluation of utility conflicts and potential relocations, development of erosion and sedimentation control plans and specifications, preparation of hydraulic reports for waterway approvals, preliminary and final traffic control plans, structural foundation reports, preparation of Type Size and Location and final bridge plans, preparation of preliminary and final right-of-way plans, geotechnical investigations, preparation of preliminary and final construction plans and specifications in order for the Commission to bid the total reconstruction of the roadway generally between Milepost 31.20 and 40.00. The intent is to rebuild the roadway and widen the existing 10-foot median to a width that will be based on preliminary evaluations. It is anticipated that all of the mainline structures will require widening and that all overhead structures within the project area will be evaluated for rehabilitation, replacement, or elimination. We will consider either rubbilizing the existing concrete roadway and overlay with bituminous material, or removing the existing pavement and replace with full-depth bituminous. An entirely new drainage system will be installed.

   In addition, low-level photography will be available in this area to an accuracy of + .05 feet. Hard copies of the mapping and a disk will be provided to the consultant for their use. A digital terrain model in AutoCAD DWG or Microstation DGN format will also be provided. The consultant will be required to perform supplemental surveys and reestablish the existing centerline of the Turnpike. Also, cross sections will be cut and plotted from the available information. The design for this project will be performed in English Units. All plans (drawings), including cross-sections, profiles, etc. will be prepared utilizing AutoCAD DWG or Microstation DGN format. Translation of the plans from one format to the other is not acceptable.

   Direct inquiries to Michael D. Shaak, P.E., at (717) 939-9551, Ext. 5380; or by E-mail at mshaak@paturn pike.com.

Full Depth Roadway Reconstruction
Westmoreland County, PA

Reference No. 1-117

   The Commission will retain an Engineering firm for the design of the Full Depth Roadway Reconstruction Project between approximate Mileposts 67.00 and 75.00 in Westmoreland County. The selected firm will be responsible for the prefinal and final design of this project.

   The engineering services required would include supplemental field surveys, cross sections, evaluation of utility conflicts and potential relocations, development of erosion and sedimentation control plans and specifications, preparation of hydraulic reports for waterway approvals, preliminary and final traffic control plans, structural foundation reports, preparation of Type Size and Location and final bridge plans, preparation of preliminary and final right-of-way plans, geotechnical investigations, preparation of preliminary and final construction plans and specifications in order for the Commission to bid the total reconstruction of the roadway generally between Milepost 67.00 and 75.00. The intent is to rebuild the roadway and widen the existing 10-foot median to a width that will be based on preliminary evaluations. It is anticipated that all of the mainline structures will require widening and that all overhead structures within the project area will be evaluated for rehabilitation, replacement, or elimination. We will consider either rubbilizing the existing concrete roadway and overlay with bituminous material, or removing the existing pavement and replace with full-depth bituminous. An entirely new drainage system will be installed.

   In addition, low-level photography will be available in this area to an accuracy of + .05 feet. Hard copies of the mapping and a disk will be provided to the consultant for their use. A digital terrain model in AutoCAD DWG or Microstation DGN format will also be provided. The consultant will be required to perform supplemental surveys and reestablish the existing centerline of the Turnpike. Also, cross sections will be cut and plotted from the available information. The design for this project will be performed in English Units. All plans (drawings), including cross-sections, profiles, etc. will be prepared utilizing AutoCAD DWG or Microstation DGN format. Translation of the plans from one format to the other is not acceptable.

   Direct inquiries to Michael D. Shaak, P.E., at (717) 939-9551, Ext. 5380; or by E-mail at mshaak@paturn pike.com.

Full Depth Roadway Reconstruction
Franklin and Cumberland Counties, PA

Reference No. 3-129

   The Commission will retain an Engineering firm for the design of the Full Depth Roadway Reconstruction Project between approximate Mileposts 199.00 and 214.00 in Franklin and Cumberland Counties. The selected firm will be responsible for the prefinal and final design of this project.

   The engineering services required would include supplemental field surveys, cross sections, evaluation of utility conflicts and potential relocations, development of erosion and sedimentation control plans and specifications, preparation of hydraulic reports for waterway approvals, preliminary and final traffic control plans, structural foundation reports, preparation of Type Size and Location and final bridge plans, preparation of preliminary and final right-of-way plans, geotechnical investigations, preparation of preliminary and final construction plans and specifications in order for the Commission to bid the total reconstruction of the roadway generally between Milepost 199.00 and 214.00. The intent is to rebuild the roadway and widen the existing 10-foot median to a width that will be based on preliminary evaluations. It is anticipated that all of the mainline structures will require widening and that all overhead structures within the project area will be evaluated for rehabilitation, replacement, or elimination. We will consider either rubbilizing the existing concrete roadway and overlay with bituminous material, or removing the existing pavement and replace with full-depth bituminous. An entirely new drainage system will be installed.

   In addition, low-level photography will be available in this area to an accuracy of + .05 feet. Hard copies of the mapping and a disk will be provided to the consultant for their use. A digital terrain model in AutoCAD DWG or Microstation DGN format will also be provided. The consultant will be required to perform supplemental surveys and reestablish the existing centerline of the Turnpike. Also, cross sections will be cut and plotted from the available information. The design for this project will be performed in English Units. All plans (drawings), including cross-sections, profiles, etc. will be prepared utilizing AutoCAD DWG or Microstation DGN format. Translation of the plans from one format to the other is not acceptable.

   Direct inquiries to Michael D. Shaak, P.E., at (717) 939-9551, Ext. 5380; or by E-mail at mshaak@paturn pike.com.

   The following factors will be considered by the Commission during the evaluation of the firms submitting Letters of Interest for these projects:

   a.  Specialized experience and technical competence of prime consultant and subconsultants. The Team must clearly demonstrate an ability to analyze available data to make decisions and develop plans to complete the project in a timely and cost effective manner.

   b.  Past record of performance with respect to cost control, work quality, ability to meet schedules and previous experience on similar projects. The consultant should identify similar projects that have been completed by that firm as the prime, the magnitude of the project, and the client.

   c.  The specific experience and number of individuals who constitute the firm.

   d.  Location of consultant's office where the work will be performed.

   e.  Workload of the prime consultant and subconsultants for all Department of Transportation and Turnpike Commission projects.

   f.  Other factors, if any, specific to the project.

General Requirements and Information

   Firms interested in providing the above work and services are invited to submit a Letter of Interest with the required information. The Letters of Interest must include the following:

   1.  One page transmittal letter clearly identifying the project reference number, brief description of the project from the advertisement, the firm's Federal identification number, the firm's legal name, contact person or project manager, address of corporate office and project office. (If the firm has multiple offices, the location of the office performing the work must be identified.) In addition, identify the CADD format to be used on the Project.

   2.  A three page expression of interest on the advertised project. Each firm should demonstrate their ability to perform the specific requirements indicated for each project and provide explanation that the firm has successfully completed similar type projects of the same magnitude.

   3.  An organization chart for the Project, identifying key personnel and any subconsultants and their roles. Any deviation from the subconsultant's listed in the letter of interest will require written approval from the Commission.

   4.  Tabulation of workload for the prime consultant and all subconsultants for all Department of Transportation and Turnpike Commission projects.

   5.  An Annual Qualification Package similar to the one submitted to the Department of Transportation for the current year that is in the same District as this project or one that is best suited for this project.

   The Annual Qualification Package should contain at a minimum the following information for the prime consultant and all subconsultants and attached to the back of the letter of interest (subs to follow primes):

   *  Standard Form (SF) 254--Architect-Engineer and Related Services Questionnaire in its entirety, not more than 1 year old as of the date of the advertisement.

   *  Resumes of key personnel expected to be involved in the project. (limit to one 8 1/2 x 11 page, one side, per person). Only resumes of key personnel should be included.

   *  Copy of the firm's registration to do business in the Commonwealth as provided by the Department of State for firms with out-of-state headquarters or corporations not incorporated in this Commonwealth.

   *  A copy of the Department's DBE/WBE Certification, if applicable.

   If a Joint Venture responds to a project advertisement, the Commission will not accept separate letters of interest from joint venture constituents. A firm will not be permitted to submit a letter of interest on more than one joint venture for the same project reference number. Also, a firm that responds to a project as a prime may not be included as a designated subconsultant to another firm that responds to the same project advertisement. This does not preclude a firm from being set forth as a designated subconsultant to more than one prime consultant responding to the project advertisement.

   The Commission is committed to the inclusion of disadvantaged, minority and woman firms in contracting opportunities. The minimum participation level for DBE/MBE/WBEs in these contracts will be 10% each. Responding firms shall clearly identify DBE/MBE/WBE firms, expected to participate in these contracts, in their letter of interest. If the selected firm does not meet the minimum requirement for DBE/MBE/WBE participation, they will be required to demonstrate good faith efforts to achieve the required level. Proposed DBE/MBE/WBE firms must be certified by the Department of Transportation at the time of the submission of the letter of interest. If further information is desired concerning DBE/MBE/WBE participation, direct inquiries to the Office of Equal Opportunity Development, Turnpike Commission by calling (717) 939-9551, Ext. 4241.

   Firms interested in performing the above services are invited to submit a letter of interest and required information to Barry L. Troup, P.E., Assistant Chief Engineer for Design, at the Turnpike Commission Administration Building located at 176 Kost Road, Carlisle, PA 17013-0779. (FedEx address: 176 Kost Road, Carlisle, PA 17013-0779) (Mailing Address: P. O. Box 67676, Harrisburg, PA 17106-7676).

   The letter of interest and required information must be received by 12 noon, local time, Friday, June 30, 2000. Any letters of interest received after this date and time will be time-stamped and returned.

   Based on an evaluation of acceptable letters of interest received in response to these solicitations, one firm will be selected for each project. The order of preference will be established for the purpose of negotiating an agreement with the highest ranked firm established by the Technical Review Committee and approved by the Selection Committee. Technical Proposals or Requests for Proposals will not be requested prior to selection.

   The Commission reserves the right to reject all letters of interest, to cancel solicitation requested under this notice, and/or to re-advertise solicitation for the work and services.

JAMES F. MALONE, III,   
Chairperson

[Pa.B. Doc. No. 00-1024. Filed for public inspection June 9, 2000, 9:00 a.m.]



No part of the information on this site may be reproduced for profit or sold for profit.

This material has been drawn directly from the official Pennsylvania Bulletin full text database. Due to the limitations of HTML or differences in display capabilities of different browsers, this version may differ slightly from the official printed version.