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. 01-2166

NOTICES

TURNPIKE COMMISSION

Retention of an Engineering or Construction Management Firm

[31 Pa.B. 6595]

Construction Inspection/Project Management Services for the Replacement of the Susquehanna River Bridge and Approach Roadway Reconstruction York and Dauphin Counties

Reference No. 3-146

   The Turnpike Commission (Commission) will retain an Engineering or Construction Management firm for constructability analysis, construction inspection, management, administration and documentation for the Replacement of the Susquehanna River Bridge and approach Roadway Reconstruction between approximate Mileposts 245.00 and 247.50 in York and Dauphin Counties. The selected firm will be expected to provide extensive coordination efforts between several construction contracts during construction as well as providing coordination with respect to constructability during the development and design of this project. The Commission will retain the designer of the segmental structure under separate contract for technical assistance, site and plant inspection, and consultation of the precast segmental structure during construction.

   Construction will include the replacement of the existing structure crossing the Susquehanna River at Milepost 245.72 with dual precast concrete segmental structures. The estimated total lengths of the replacement structures are approximately 5,765 feet each. The out-to-out deck width of each of the dual structures will be approximately 55 feet. The new river crossing will be on a new alignment, north of the existing alignment, extending from the west shore of the Susquehanna River to the east of S.R. 0230. Construction will also include reconstruction of the roadway on a new alignment, north of the existing alignment. Additional work includes the replacement of the mainline structure over S.R. 3001 (Eisenhower Boulevard), replacement of the ramp bridge at the Harrisburg-East Interchange and lengthening of the reinforced concrete box culvert over Laurel Run at Milepost 246.97. The total estimated cost of this construction is approximately $100,000,000. The Consultant Agreement is anticipated to start in April 2002 and terminate in June 2007. Actual construction is anticipated to start in the summer of 2003.

   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 a approximately eight full time onsite construction inspection staff, with sufficient office personnel, managers, engineers, technicians and clerical staff to support the field functions. The selected firm will be expected to participate in 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 inspections 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.

   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 Construction Management'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 constructed 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 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 Commission reserves the right to place Commission personnel on the project to assist the Construction Manager with various Construction Management duties.

   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, completing 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 Department of Transportation (Department) and Commission projects.

   e.  Other factors, if any, specific to the project.

   The Commission is committed to the inclusion of disadvantaged, minority and women firms in contracting opportunities. The minimum participation level for DBE/MBE/WBEs in this contract will be 10% total. 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 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 Commission's Contracts Administration office by calling (717) 939-9551 Ext. 4241.

   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 Matthew J. Wagner, P.E., at (717) 939-9551 Ext. 5210 or by e-mail at mwagner@paturnpike.com. Contractual questions should be directed to George M. Hatalowich at (717) 986-8737 or by 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. 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 statement of interest on the advertised project. Each firm should demonstrate their ability to perform the specific requirements indicated for this project and provide explanation of the technical approach, stressing the Team's ability to coordinate several construction contracts that were designed by different design consultants.

   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 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 (subconsultants to follow prime consultant):

   *  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.

   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. Multiple responses under any of the forgoing situations will cause the rejection of all responses of the firm or firms involved. 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 statement of interest and required information to George M. Hatalowich, Engineering Contract Manager, Turnpike Commission Administration Building located at 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., Friday, December 21, 2001. 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, 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 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.

BRADLEY L. MALLORY,   
Chairperson

[Pa.B. Doc. No. 01-2166. Filed for public inspection November 30, 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.