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. 00-927

NOTICES

TURNPIKE COMMISSION

Retention of Engineering Firms

[30 Pa.B. 2699]

Open-End Contract Materials Inspection Services Mon/Fayette Transportation Project

Allegheny, Fayette and Washington Counties

Reference No. E-017

   The Turnpike Commission (Commission) will retain an engineering firm for an open-end off-site construction materials inspection and acceptance testing service contract at related plant and laboratory locations for sections of the Mon/Fayette Transportation Project under construction in Allegheny, Fayette 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 $500,000 or for a 24-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 for the Mon/Fayette Transportation Project.

   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.

   Direct inquiries to Eugene C. Mattson at (717) 939-9551, Ext. 3502; or by E-mail at emattson@paturnpike.com.

Open-End Contract Materials Inspection Services Districts 3, 4 and 5

Berks Bucks, Carbon, Chester, Cumberland, Dauphin, Lackawanna, Lancaster, Lebanon, Lehigh, Luzerne, Montgomery and York Counties

Reference No. 4-055

   The Commission will retain an engineering firm for an open-end contract for construction materials inspection and testing services both at the project site and at related plant locations in the Eastern Region (Milepost 200.0 to Milepost 359.0 and the Northeast Extension) of the Pennsylvania Turnpike. A testing laboratory capable of performing concrete, bituminous, aggregate, and soils tests in a timely manner must be available throughout the life of the contract. The types of projects that materials inspection and testing will be conducted under this contract may include, but are not limited to, roadway reconstruction, bituminous overlays, bridge construction and rehabilitations, service plaza parking lot expansions and toll plaza construction.

   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 staff to support the field functions. In addition, the firm selected may be required to attend construction meetings with the Commission.

   The selected firm may be required to test materials at asphalt and concrete plants, perform soils and aggregate testing, or perform testing associated with the manufacture of selected construction materials. Duties may also include the witnessing of onsite testing by the contractor. In addition, the selected firm may be required to keep records, document the construction work, attend monthly job conferences, determine from the project records the final quantities of certain contract items, and perform other duties as may be required.

   Direct inquiries to Eugene C. Mattson at (717) 939-9551, Ext. 3502; or by E-mail at emattson@paturnpike. 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 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.)

   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 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 is 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 Michael W. Flack, P.E., Assistant Chief Engineer for Construction, 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 noon, Local Time, Friday, June 16, 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 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 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. 00-927. Filed for public inspection May 26, 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.