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. 03-1535

NOTICES

Retention of an Engineering Firm

[33 Pa.B. 3926]

I-95/I-276 (Pennsylvania Turnpike) Interchange Project

Design of Interchange Section, I-95-D

Bucks County

Reference No. 4-064

   The Turnpike Commission (Commission) will retain an engineering firm to provide preliminary and final design services for a direct interchange between I-95 and I-276 in Bucks County. The contract section covers approximately 1.8 miles along the Turnpike, approximately 1.8 miles along existing I-95 and is centered where the two Interstate routes cross. This contract is one of approximately eight contracts for design of specific sections of the I-95/I-276 (Pennsylvania Turnpike) Interchange Project (project).

   Overall Project Description--The project includes: construction of a new interchange between I-95 and I-276; six-lane widening and reconstruction of approximately 8 miles of the Turnpike from west of Interchange 28/351 to the Delaware River Bridge; six-lane widening and reconstruction of approximately 3 miles of I-95 within the Interchange limits southward to Neshaminy Creek Bridge; widening of U. S. Route 1 where it crosses over the Turnpike and Turnpike ramps at Interchange 28/351; construction of a new mainline toll plaza; and modification of existing toll plazas at Interchanges 29/358 and 30/359 (near the west abutment of the Delaware River Bridge).

   Description of Design Contract Section--This contract section includes reconstruction and widening of the Turnpike from just west of the Neshaminy Creek Bridge to just west of the Bristol-Oxford Valley Road overpass and reconstruction and widening of existing I-95 from just north of the interchange ramp termini southward to a point just north of the Route 413 Interchange ramps. The contract also includes all interchange ramps associated with the preferred alternative identified in the Final Environmental Impact Statement, dated June 2003, for the project. Design of the Interchange will be performed in phases that facilitate the staging of its construction.

   Contract Requirements--The contract involves all aspects of preliminary and final design for the roadways and structures within the contract limits as previously described, including: preparation of related right-of-way acquisition plans; utility relocation plans and coordination; geotechnical services; pavement design for approach roadways; traffic control plan preparation; erosion and sedimentation control plans; hydraulic and hydrologic analysis; information needed to secure all permits; noise barrier analysis and design; culverts; retaining walls; support of public involvement program including attendance at public/community meetings; coordination with the project design manager, other design firms, the Department of Transportation (Department) and municipalities, including attendance at design meetings; constructability reviews; and contract document preparation. Design for reconstruction of the Ford Road Bridge over I-95 is included in contract I-95-S.

   Base mapping (50 scale) is being prepared by another firm and will be provided to the successful firm.

   This designer will be required to establish a ''best fit'' geometric alignment along both the Turnpike and I-95 throughout the entire project. This alignment is to be furnished to the project design manager for use by other section designers.

   The Commission will consider the following factors during the evaluation of the statements of interest for these projects:

   a.  Specialized experience and technical competence of prime consultant and subconsultants. The team must clearly demonstrate experience and competence on design of 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 design 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 and Commission projects.

   f.  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.

   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.

   Direct inquiries about this project to Jeffrey C. Davis, (717) 939-9551, Ext. 5160, jdavis@paturnpike.com. Direct contractual questions to George M. Hatalowich, (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. 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 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 of the technical approach.

   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.

   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 attached to the back of the statement of interest (subs to follow primes):

   *  ECMS General Information and Project Experience Forms or Standard Form (SF) 254--Architect-Engineer and Related Services Questionnaire in its entirety, 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 should be included.

   *  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.

   Small firms, DBE firms and other firms who have not previously performed work for the Commission are encouraged to submit a statement of interest.

   Firms interested in performing the previous services are invited to submit a statement of interest and required information to George M. Hatalowich, Manager, Contract Administration, Turnpike Commission, Administration Building, 700 South Eisenhower Boulevard, Middletown, PA 17057 (street address). The Commission 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, August 22, 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 this solicitation, one firm will be selected for each contract. 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 Commission. Technical proposals will not be requested prior to the establishment of the final ranking.

   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.

MITCHELL RUBIN,   
Chairperson

[Pa.B. Doc. No. 03-1535. Filed for public inspection August 1, 2003, 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.