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. 99-1824

NOTICES

TURNPIKE COMMISSION

Retention of an Engineering Firm

[29 Pa.B. 5568]

Final Design of Section 54C of the Findlay Connector
Allegheny and Washington Counties, Pennsylvania

Reference No. E-010

   The Turnpike Commission (Commission) will select an engineering firm to perform the final design of the Findlay Connector (PA 60 to US 22) of the Southern Beltway Transportation Project in Allegheny and Washington Counties. One consultant will be selected to develop complete plans, specifications and estimates for the section that includes the interchange with US 22 in Washington County and extends approximately 4.0 kilometers to north of the proposed Bald Knob Road interchange in Allegheny County. The Commission will provide complete Step 9 plans to the selected consultant. The estimated construction cost for this section is $37 million.

   The firm selected may be required to perform field surveying; geotechnical and mining investigations; Roadway Design; Structural Design including Type, Size and Location (TS&L) and final plans of structures; Utility Coordination; Drainage; Storm Water Management; Erosion and Sedimentation Control Plan; traffic analysis; defining environmental impacts; public involvement; and coordination with various Federal, State and local agencies and special interest groups.

   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 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.

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

   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 this contract will be 10%. Responding firms shall clearly identify DBE/MBE/WBE firms, expected to participate in this contract, 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, Pennsylvania Turnpike Commission at the above address, or by calling (717) 939-9551, Ext. 4241.

   Direct inquiries to Mark F. Raup, at (717) 939-9551, Ext. 3632, or by e-mail at mraup@paturnpike.com.

Final Design of Section 54B of the Findlay Connector
Allegheny County, Pennsylvania

Reference No. E-011

   The Turnpike Commission (Commission) will select an engineering firm to perform the final design of the Findlay Connector (PA 60 to US 22) of the Southern Beltway Transportation Project in Allegheny and Washington Counties. One consultant will be selected to develop complete plans, specifications and estimates for the section that extends approximately 3.0 kilometers from north of the proposed Bald Knob Road interchange to north of the proposed interchange with US 30 in Allegheny County. The Commission will provide complete Step 9 plans to the selected consultant. The estimated construction value for this section is $27 million.

   The firm selected may be required to perform field surveying; geotechnical and mining investigations; Roadway Design; Structural Design including Type, Size and Location (TS&L) and final plans of structures; Utility Coordination; Drainage; Storm Water Management; Erosion and Sedimentation Control Plan; traffic analysis; defining environmental impacts; public involvement; and coordination with various Federal, State and local agencies and special interest groups.

   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 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.

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

   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 this contract will be 10%. Responding firms shall clearly identify DBE/MBE/WBE firms, expected to participate in this contract, 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 at the above address, or by calling (717) 939-9551, Ext. 4241.

   Direct inquiries to Mark F. Raup, at (717) 939-9551, Ext. 3632, or by e-mail at mraup@paturnpike.com.

Final Design of Section 54A of the Findlay Connector
Allegheny County, Pennsylvania

Reference No. E-012

   The Turnpike Commission (Commission) will select an engineering firm to perform the final design of the Findlay Connector (PA 60 to US 22) of the Southern Beltway Transportation Project in Allegheny and Washington Counties. One consultant will be selected to develop complete plans, specifications and estimates for the section in Allegheny County that extends approximately 2.0 kilometers from north of the interchange with US 30 to and including, the interchange with PA 60 at the Pittsburgh International Airport and all work along PA 60, approximately 5.5 kilometers. The Commission will provide complete Step 9 plans to the selected consultant. The estimated construction value of this section is $56 million.

   The firm selected may be required to perform field surveying; geotechnical and mining investigations; Roadway Design; Structural Design including Type, Size and Location (TS&L) and final plans of structures; Utility Coordination; Drainage; Storm Water Management; Erosion and Sedimentation Control Plan; traffic analysis; defining environmental impacts; public involvement; and coordination with various Federal, State and local agencies and special interest groups.

   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 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.

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

   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 this contract will be 10%. Responding firms shall clearly identify DBE/MBE/WBE firms, expected to participate in this contract, 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 at the above address, or by calling (717) 939-9551, Ext. 4241.

   Direct inquiries to Mark F. Raup, at (717) 939-9551, Ext. 3632, or by e-mail at mraup@paturnpike.com.

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.

   2.  Three page expression of interest in the advertised project. Each firm should demonstrate their ability to perform the specific requirements indicated for this 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 subconsultants 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.  A copy of the Annual Qualification Package 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. If a firm desires to submit a letter of interest for more than one of the projects listed above, only one copy of the Annual Qualification Package needs to be submitted.

   The Annual Qualification Package should contain at a minimum, the following information for the prime consultant and all subconsultants which should be 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 this Commonwealth as provided by the Department of State for firms with out-of-State headquarters or corporations not incorporated in Pennsylvania.

   *  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.

   Firms interested in performing the above services are invited to submit a letter of interest and required information to Frank J. Kempf, P.E., Assistant Chief Engineer Development Projects/Programs, at the Turnpike Commission Administration Building located at 176 Kost Road, Carlisle, PA 17013-9779 (parcel delivery address) (Mailing Address: P. O. Box 67676, Harrisburg, PA 17106-7676).

   The letter of interest and required information must be received by 12 p.m. (noon), Friday, November 12, 1999. 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 this solicitation, 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. 99-1824. Filed for public inspection October 22, 1999, 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.