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. 01-1548

NOTICES

TURNPIKE COMMISSION

Retention of an Engineering Firm

[31 Pa.B. 4619]

Open End Contract
Geotechnical-Engineering Services
Systemwide

Reference No. 3-141

   The Turnpike Commission (Commission) will retain an engineering firm for an Open-End Contract for various geotechnical-engineering services on various projects over the entire Turnpike system. This contract will be for a period of 2 years or $500,000, whichever occurs first.

   The firm may be required to perform, but will not be limited to, the following geotechnical engineering services: review geotechnical work performed by private engineering firms; perform geotechnical design for Commission designed projects; prepare scopes of work; investigate slope movements and other geologic hazards for future programming; install and/or monitor geotechnical instruments; provide geotechnical consultation during and after construction; provide drilling inspection in accordance with PennDOT Design Manual Part 4/Publication 293 qualifications and criteria; provide emergency response to geologic hazards; review and comment on Commission procedures and documents; investigate stability of retaining systems; develop specifications; prepare cost estimates; prepare, using DARWin software, and review pavement designs; respond to requests from construction and maintenance for various types of investigations; perform stability analyses of slopes and retaining structures; prepare erosion and sedimentation plans; perform scour analyses and develop remedial solutions; perform settlement analyses and develop remedial solutions; review contour grading plans; review value engineering proposals; prepare prints and information required for a value engineering review; prepare geotechnical engineering reports; attend field views and prepare minutes; prepare submissions for field view meetings; perform field reconnaissance; plot topography and cross sections; and attend coordination and status meetings with Commission personnel and prepare meeting minutes.

   In most cases, the Commission will provide drilling and sampling services through separate open-end drilling contracts. However, the firm may be required to let separate contracts for drilling and will be required to have soil, rock and water testing capabilities including resilient modulus testing. The soil and rock testing must be performed at an AASHTO Materials Reference Laboratory accredited laboratory and the water testing must be performed at a Department of Environmental Resources certified laboratory. Some tests may be required to be performed under a Health and Safety Plan (HASP).

   The firm may be required to perform two-dimensional resistivity surveys utilizing computerized multiple-electrode (more than four) systems. Data collected must be analyzed using finite element or finite difference two-dimensional modeling programs.

   Environmental related work may include, but not be limited to, the following: perform geotechnical investigations under a HASP; develop HASPs for projects; develop remediation for acid mine drainage problems; review preliminary area reconnaissance, initial site assessments, preliminary site investigations, detailed site investigations and waste management plans.

   The format and content of all documents, plans and specifications will be consistent with applicable State and Federal regulations and guidelines.

   The geotechnical, geological and engineering services previously identified are the general work activities that can be expected under this Open-End Contract. A more specific and project-related scope of work will be outlined for each individual Work Order developed under this Open-End Contract.

   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 documents 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 Pennsylvania 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.

   Questions and inquiries concerning this Project should be directed to Kenneth M. Heirendt, P.G., Turnpike Commission, Western Regional Office, at (724) 755-5187 or by e-mail to kheirend@paturnpike.com. Direct contractual questions to George M. Hatalowich at (717) 986-8737, or by e-mail to ghatalow@paturnpike.com.

General Requirements and Information

   Firms interested in providing the previous 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 or listing of workload for the prime consultant and all subconsultants for all Department and Commission projects. Do not submit the firms workload represented graphically.

   5.  An Annual Qualification Package similar to the one submitted to the Department for the current year that is in the same District as this project or one that is best suited for this project. A copy of the Annual Qualification Package printed directly from the Department's Engineering and Construction Management Systems website is acceptable.

   The Annual Qualification Package copy 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 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 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 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 previous services are invited to submit a letter 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). Our mailing address is P. O. Box 67676, Harrisburg, PA 17106-7676.

   The letter of interest and required information must be received by 12 p.m. Friday, August 31, 2001. 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 this 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 readvertise solicitation for the work and services.

BRADLEY L. MALLORY,   
Chairperson

[Pa.B. Doc. No. 01-1548. Filed for public inspection August 17, 2001, 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.