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. 02-1815

NOTICES

TURNPIKE COMMISSION

Retention of an Engineering or Construction Management Firm

[32 Pa.B. 5154]

Construction Inspection/Project Management Services for the Southern Beltway
Transportation Project

PA 60 to PA 22--Findlay Connector
Allegheny and Washington Counties

Reference No. E-016

   The Turnpike Commission (Commission) will retain an Engineering or Construction Management firm for construction inspection, management, administration and documentation services during the construction of 5.5 miles of limited access highway on new alignment between PA 60 to US 22 of the Southern Beltway Transportation Project, also known as the Findlay Connector, in Allegheny and Washington Counties. The selected firm will be expected to provide extensive coordination efforts between several construction contracts during construction as well as providing some coordination with respect to constructability during the final design of this project if necessary.

   Construction of this project will include approximately three construction contracts, plus an additional construction contract for signing. The total estimated cost of this construction is approximately $160 million. The Consultant Agreement is anticipated to start in March 2003 and terminate in January 2006. Actual construction is anticipated to start in the Spring of 2003. This project will be financed with Federal, State and Commission funds, and applicable Federal requirements will apply.

   Wrap-up insurance is expected to be utilized on this project. The Construction Management Firm will participate and be included under this insurance program.

   The selected firm will be required to provide approximately 18 full-time onsite construction inspection staff, with sufficient office personnel, managers, engineers, technicians and clerical staff to support the field functions. The selected firm may be expected to participate in the remaining design and project development meetings. The selected firm will be required to attend the prebid meeting and preconstruction conference, write all project correspondence and review and approve contractor's submissions. In addition, the selected firm will be required to keep records utilizing the Commission's Construction Documentation System to document the construction progress. The selected firm will also be expected to prepare current and final estimates for payment to contractors, prepare change orders, conduct monthly job conferences, monitor monthly progress, provide liaison with affected utilities and railroads, communities and the press, conduct semifinal and final inspection, and determine the final quantities for each contract item. The Construction Management team will also be expected to handle public relation activities for the project, which would include, but may not limited to, development and maintenance of a project website, press conferences, answering customer questions, informational brochures and other duties as required. Significant airport coordination prior to and during construction and full-time environmental monitoring will also be required.

   It should be noted that the Commission may assign its field inspection personnel to this project as an addition to the Construction Management Firm's staff or in lieu of CM's inspection staff on a temporary or permanent basis throughout the life of this project. The Construction Management Firm will be required to make any and all accommodations for Commission personnel.

   Eighty percent of the inspection staff assigned to this Commission construction project must meet the following requirements:

   1.  Be certified by the National Institute for Certification in Engineering Technologies as a Transportation Engineering Technician--Construction Level 2 or higher.

   2.  Be registered as a professional engineer by the Commonwealth with 1 year of highway inspection experience acceptable to the Commission.

   3.  Be certified as an Engineer-in-Training by the Commonwealth with 2 years of highway inspection experience acceptable to the Commission.

   4.  Hold a Bachelor of Science Degree in Civil Engineering or Civil Engineering Technology with 2 years of highway inspection experience acceptable to the Commission.

   5.  Hold an Associate Degree in Civil Engineering Technology with 3 years of highway inspection experience acceptable to the Commission.

   The remaining 20% assigned to this project shall meet the following education and experience requirements:

   Education--Graduation from high school or equivalent certification or formal training. Completion of a training program in construction inspection approved by the Commission may be substituted for high school graduation.

   Experience--One year of experience in construction inspection or workmanship which requires reading and interpreting construction plans and specifications or 1 year of experience in a variety of assignments involving the testing of materials used in highway or similar construction projects. A 2 to 4 year engineering college degree may be substituted for 1 year of experience.

   The following factors will be considered by the Commission during the evaluation of the firms submitting letters of interest for this project:

   a.  Specialized experience and technical competence of prime consultant and subconsultants. The team must clearly demonstrate an ability to coordinate multiple construction contracts and manage large-scale public works projects.

   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 of Transportation (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 letter of interest. Firms expressing interest in this project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Transportation Equity Act for the 21st Century (act) and currently certified by the Department shall have the maximum opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The act requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of DBE. The goal of DBE participation in this contract will be 12%. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they are defined prior to the act), WBEs or combinations thereof. Proposed DBE firms must be certified at the time of submission of the Statement of Interest. If the selected firm fails to meet the established goal, it shall be required to demonstrate its good faith efforts to attain the goal. If further information is desired concerning DBE/MBE/WBE participation, direct inquiries to the Contracts Administration Department, Turnpike Commission Administration Building, 700 South Eisenhower Boulevard, Middletown, PA 17057 (street address), (717) 939-9551 ext. 4241. The Commission's mailing address is P. O. Box 67676, Harrisburg, PA 17106-7676.

   Questions and inquiries concerning this project should be directed to Matthew J. Wagner, P. E., (717) 939-9551, Ext. 5210 or e-mail at mwagner@paturnpike.com. Contractual questions should be directed to George M. Hatalowich, (717) 986-8737 or e-mail at 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.  A 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 subconsultants listed in the Statement of Interest will require written approval from the Commission. The organization chart is not limited to an 8 1/2" × 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 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 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.

   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, November 1, 2002. 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 each 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. 02-1815. Filed for public inspection October 11, 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.