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. 02-2261

NOTICES

TURNPIKE COMMISSION

Retention of an Engineering Firm

[32 Pa.B. 6229]

Construction Materials Inspection and Testing

Southern Beltway Project
PA 60 to US 22--Findlay Connector
Allegheny and Washington Counties

Reference No. E-032

   The Turnpike Commission (Commission) will retain an engineering firm on a open-end contract basis for off-site construction materials inspection and acceptance testing services at related plant and laboratory locations for sections of the Southern Beltway Project from PA 60 to US 22 under construction in Allegheny and Washington Counties. Construction of these sections will include earthwork, drainage, structures, concrete and bituminous paving, signing, roadway lighting and toll plaza building construction. A testing laboratory participating in the AASHTO Accreditation Program, capable of performing concrete, bituminous, soils, aggregate and other construction materials tests in a timely manner and must be available throughout the duration of the Open-End Contract. Construction projects may be financed with Federal, State and Turnpike funds and applicable Federal requirements will apply, when appropriate.

   The contract will be for a maximum cost of $750,000 or for a 36 month period.

   The firm will be required to provide sufficient office personnel, managers, engineers, technicians and clerical personnel to support the laboratory functions. In addition, the firm selected may be required to attend the prebid meetings and preconstruction conferences for each project with the Commission.

   The selected firm may be required to test materials at offsite aggregate, concrete, asphalt, supply and precast plants, perform soils testing or testing associated with the manufacture of selected construction materials. Duties may also include the witnessing of testing by the material producers, suppliers, manufactures, fabricators or contractors. In addition, the selected firm may be required to keep records of material inspections and tests, document the testing program, attend job conferences when requested and perform other duties as may be required.

   The selected firm or any of its subconsultants may not be a prime contractor, subcontractor, consultant or have any financial interest in any construction contract, inspection contract or management contract on the Southern Beltway Project from PA 60 to US 22.

   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 letters 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 (Department) 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, (717) 939-9551 ext. 4241.

   The Commission will consider the following factors during the evaluation of the Statements of Interest for this project:

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

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

   Address these items and any necessary further details in a brief yet comprehensive manner in the Statement of Interest.

   Direct inquiries about this advertisement to Eugene C. Mattson at (717) 939-9551 ext. 3502, emattson@paturnpike.com. Direct contractual questions to George M. Hatalowich at (717) 986-8737, ghatalow@paturnpike.com.

General Requirements and Information

   Firms interested in providing the previous work and services are invited to submit a Statement of Interest with the required information for each reference number listed. The Statements 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.)

   2.  A three-page statement of interest on the advertised project. Each firm should demonstrate their ability to perform the specific requirements indicated for the project and provide explanation of the technical approach, stressing the team 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 listed in the Statement of Interest will require written approval from the Commission. The organization chart is not limited to an 8 1/2" x 11" page size.

   4.  Tabulation or listing of workload for the prime consultant and all subconsultants for all Department and Commission projects. Do not graphically represent the firm's workload.

   

5.  A Consultant Qualification Package similar to the one submitted to the Department for the current year or one that is best suited for this project. A copy of the Consultant Qualification Package printed directly from the Department's ECMS website is acceptable.

   The Consultant Qualification Package should contain at a minimum the following information for the prime consultant and all subconsultants and is to be attached to the back of the Statement of Interest (subs to follow primes). The Consultant Qualification Packages should be kept as brief as possible. Only include pertinent information as it relates to the following:

   *  ECMS General Information and Project Experience Forms or Standard Form (SF) 254--Architect-Engineer and Related Services Questionnaire, either 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 two 8 1/2" x 11" pages, per person.) Only resumes of key personnel need to be included. Do not include resumes of all employees.

   *  Copy of the firm's registration to do business in this 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 Statements of Interest from joint venture constituents. A firm will not be permitted to submit a Statement 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 toanother 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.

   Firms interested in performing the previous services are invited to submit one copy of a Statement of Interest and required information to George M. Hatalowich, Engineering Contract Manager, Turnpike Commission Administration Building, 700 South Eisenhower Boulevard, Middletown, PA 17057 (street address). The Commission's mailing address is P. O. Box 67676, Harrisburg, PA 17106-7676.

   The Statement of Interest and required information must be received by 12 p.m. on Friday, January 10, 2003. Statements of Interest received after this date and time will be time-stamped and returned.

   Based on an evaluation of acceptable Statements of Interest received in response to these solicitations, a minimum of three firms will be shortlisted for this project advertisement. Technical proposals will be requested from the shortlisted firms prior to the establishment of the final ranking. An 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 Commission.

   The Commission reserves the right to reject all Statements of Interest, to cancel solicitation requested under this notice and/or to readvertise solicitation for the work and services.

BRADLEY L. MALLORY,   
Chairperson

[Pa.B. Doc. No. 02-2261. Filed for public inspection December 13, 2002, 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.