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. 99-432

NOTICES

Retention of Engineering Firms

[29 Pa.B. 1449]

Clearfield and Centre Counties
Project Reference No. 08430AG2302

   The Department will retain an engineering firm to provide final design on the following projects:

   1.  The S. R. 0322, Section C08 and the S.R. 0322, Section A03 projects will be combined into one construction contract.

   S. R. 0322, Section C08 project is the extension of Center Street in Philipsburg. The eastern terminus of the project is at the intersection of Center Street (T. R. 322) and Locust Street and the western terminus of the project is at the intersection of Center Street and S. R. 0053. This project is part of the Philipsburg Transportation Improvement Projects to allow more fluent, continuous flow along S. R. 0322, S. R. 0350 and S. R. 0053 through Philipsburg. This project also involves changes and upgrades to Front Street in Philipsburg, and changes the traffic pattern from a one-way system to a two-way system. The project involves constructing 0.25 miles of two-lane roadway on new alignment and rehabilitating .25 miles of existing roadway.

   S. R. 0322, Section A03 project is a bridge project within the limits of the S. R. 0322, Section C08 project. This bridge will carry S. R. 0322, S. R. 0350 and S. R. 0053 traffic over Moshannon Creek at the Centre County/Clearfield County line. This project will work hand in hand with the S. R. 0322, Section C08 project and be with the same construction contract. This project will also involve the removal of the existing bridge over the Moshannon Creek that carries S. R. 0322 traffic.

   The estimated construction cost for the combined projects is $3.6 million.

   2.  S. R. 0322, Section C09 is the 15th Street Connector project in Philipsburg. This project will route S. R. 0322 traffic around Philipsburg reducing the congestion on Presque Isle Street and Center Street in the downtown area. The eastern terminus begins where S. R. 0322 spans Cold Stream and the alignment continues onto 15th Street which will be redesigned to arterial standards. A new alignment will start from 15th Street going through the east side of the GPU substation, around the east side of the existing ball fields, and connecting to Railroad Street at the intersection with 9th Street Railroad Street will be redesigned to arterial standards from 9th Street to the western terminus at Center Street. The estimated construction cost is $2.5 million.

   The engineering firm will be required to perform surveys, preliminary design/Step 9, utility coordination, wetland mitigation plan, final roadway design, final right-of-way plan, structure design, signing, pavement marking and delineation design/plans, erosion and sedimentation control plan, traffic control plan, 105 & 404 Permits Traffic Signal design, Final Design Air and Noise analysis, geotechnical engineering, and prepare construction plans, specifications, and estimates.

   This project will be performed in Metric units.

   The anticipated duration of the agreement is fifteen (15) months for both projects.

   This project is a complex project.

   The letter of interest will be a maximum of five (5) pages, 8 1/2 x 11, one sided, plus an organizational chart, up to 11 x 17 size.

   The Department will shortlist a minimum of three (3) firms. The following factors, listed in order of importance, will be considered by the Department during the evaluation of the firms submitting letters of interest:

   Specialized experience and technical competence of firm.

   Specialized experience, previous experience, technical competence of individuals who constitute the firm.

   Special requirements of this final design assignment.

   Past record of performance with respect to cost control, work quality, and ability to meet schedules.

   The shortlisting for this project(s) will be done at the District. All firms submitting letters of interest will be notified by the District of the shortlisting date.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen (15%) percent of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information section after the advertised project(s).

   The letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. George M. Khoury, P.E., District Engineer, District 2-0, 1924-30 Daisy Street, P. O. Box 342, Clearfield, PA 16830.

   The Letter of Interest and required information for this project must be received within six (6) calendar days of this Notice. The Deadline for receive of a Letter of Interest at the above address is 4:30 p.m. prevailing time of the sixth day.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Vasco A. Ordonez, P.E., District 2-0 at (814) 765-0439.

   Any questions concerning the submittal of the Letter of Interest can be directed to the Consultant Agreement Division at (717) 783-9309.

York County
Project Reference No. 08430AG2303

   The Department of Transportation will retain an engineering firm for a multi-phase, specific project agreement to provide preliminary studies, environmental studies, preliminary engineering, final design, shop drawing review and consultation during construction. This project is for the relocation and realignment of S. R. 0083, Section 025, Interstate Route 83, for an approximate length of 34.56 km (2.8 miles) and includes S. R. 3036 (Business Route 83) for an approximate length of 3.51 km (2.18 miles). This project is located on S. R. 0083 from a point south of Interchange 4 to a point south of Interchange 6 and on S. R. 3036 (Business Route 83) from Interchange 5 to the York City/Spring Garden Township Line in York Township, York County. The design portion of the multi-phase project is expected to have an overall duration of approximately forty-eight months with shorter, varying schedules for individual phases. The estimated construction cost of the new roadway and structures is approximately $38 million.

   This is a complex project. Letters of interest will be limited to five (5) pages plus organizational chart and any additional resumes.

   The selected firm will be required to provide a variety of services including the following; project administration; field surveys; plotting of topography and cross sections; utility investigation and coordination; geotechnical studies; core borings, foundation designs; preliminary right-of-way investigation; safety reviews; life cycle cost analysis/pavement survey report; pavement and drainage designs; value engineering; field views; environmental studies and documentation; interagency permits; preliminary line, grade and typical section development; and preliminary type, size, and location submission; final design activities including final Step 9 and TS&L; drainage and roadway design; highway lighting design; highway signing and pavement marking plans; right-of-plans; traffic control plans; erosion and sedimentation control plans; structural rehabilitation designs and structure designs; and preparation of a plans, specifications, and estimates package; electronic data transfer; engineering services during construction including shop drawing review and consultation services.

   The design of this project will be developed using metric units.

   Welcom's Open Plan software will be used by the Department for project management and tracking.

   A project specific Quality Development Plan prepared by the selected firm will be required for the project.

   The Department is seeking a large, multi-disciplined firm with environmental, geotechnical, highway design, and structure design experience.

   The following factors, listed in order of importance, will be considered by the Department during the evaluation of the firms submitting letters of interest:

   a.  Specialized experience and technical competence with similar projects and their ability to provide innovative solutions to complex technical problems.

   b.  Experience in highway design, structure design, geotechnical design, and hydrological/hydraulic analysis and design.

   c.  Past record of performance with respect to cost control, work quality, and ability to meet schedules.

   e.  The project team including subconsultants.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen (15%) percent of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information section after the advertised project(s).

   The letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Barry G. Hoffman, P.E., Engineering District 8-0, 2140 Herr Street, Harrisburg, PA 17103, Attention: Mr. David Slimak.

   The Letter of Interest and required information for this project must be received within twenty (20) calendar days of this Notice. The Deadline for receive of a Letter of Interest at the above address is 4:30 p.m. prevailing time of the twentieth day.

   Any technical questions concerning the requirements for this project should be directed to: Mr. David Slimak, District 8-0, at (717) 787-5366.

   Any questions concerning the submittal of the Letter of Interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Fayette County
Project Reference No. 08430AG2304

   The Department of Transportation will retain an engineering firm to perform preliminary design, final design and services during construction (shop drawing review, plans recordation and construction consultation) for S. R. 3009, Section D10, the replacement of York Run Bridge spanning York Run located at segment/offset 0090/000 in Nicholson Township, Fayette County, Engineering District 12-0. The estimated construction cost is $1.0 million.

   The selected firm will be required to: perform field surveys; plot topography and cross sections; prepare Design Field View Submission; prepare a Categorical Exclusion Evaluation; prepare submission for utility verification and relocations engineering; develop erosion control details and narrative; prepare right of way plans; hydrologic and hydraulic analysis; obtain all permits; complete structure designs including type, size and location reports, core boring layouts and foundation designs and reports; develop traffic control plans with narratives; conduct soils investigations and prepare soil reports; investigate utility involvement on projects; provide material for and participate in value engineering reviews; collect accident data and other traffic flow data; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; roadway drainage design, prepare construction plans, specifications, and estimates; provide services during construction and provide efficient project management.

   This is a complex project. Letters of Interest will be limited to five (5) pages plus organizational chart and any additional resumes. The Letter of Interest and required information must be received within twenty (20) calendar days of this notice.

   The following factors, listed in order of importance, will be considered by the Department during the evaluation of the firms submitting acceptable letters of interest:

   a.  Specialized experience and technical competence of firm. The specific experience of individuals who constitute the firms will be considered.

   b.  Understanding of the Department's requirements, Design Manuals, policies and specifications.

   c.  Past record of performance with respect to cost control, work quality, and the ability to meet schedules.

   d.  Location of consultant with respect to the District. This will include ability/provisions for quick responses to District requests.

   e.  Method of controlling quality of projects and submissions. Consideration will be given to coordination between disciplines, subconsultants, etc.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be ten (10%) percent of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information section after the advertised project(s).

   The letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Michael H. Dufalla, P.E., District Engineer, Engineering District 12-0, at P. O. Box 459, North Gallatin Avenue Extension, Uniontown, PA 15401.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Brian S. Hart, P.E., District 12-0, at (724) 439-7156. Any questions concerning the submittal of the Letter of Interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Allegheny County
Project Reference No. 08430AG2305

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately thirteen (13) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services for the Etna Interchange Project which was designed as S. R. 0028, Section 036 which is divided into the following five (5) construction projects:

   1.  S. R. 0028, Section A24, Allegheny County Local Name: Etna Interchange--Phase I This project involves the reconstruction of Ramp D and widening and deck replacement on S. R. 0028 Southbound--Ravine Street Bridge.

   2.  S. R. 0028, Section A20, Allegheny County Local Name: Etna Interchange--Phase II This project involves the reconstruction of a portion of S. R. 0028 Southbound and widening of the SR. 0028 Southbound Bridge over S. R. 0008.

   3.  S. R. 0028, Section A21, Allegheny County Local Name: Etna Interchange--Phase III This project involves the reconstruction of a portion of S. R. 0028 Southbound, reconstruction of the S. R. 0028 Southbound Bridge over Butler Street and widening of the S. R. 0028 Southbound Bridge over CSX railroad tracks. Also included is reconstruction of the Ramp U merge and reconstruction of Ramp B and the Bridge on Ramp B.

   4.  S. R. 0028, Section A22, Allegheny County Local Name: Etna Interchange--Phase IV This project involves the reconstruction of a portion of S. R. 0028 Northbound and widening of the S. R. 0028 Northbound Bridge over CSX railroad tracks. Also included is the reconstruction of Ramp A and the Bridge on Ramp A. Tamp T and the Bridge on Tamp T will also be reconstructed.

   5.  S. R. 0028, Section A23, Allegheny County Local Name: Etna Interchange--Phase V This project involves the reconstruction of a portion of S. R. 0028 Northbound and widening of the S. R. 0028 Northbound Bridge over S. R. 0008. Also included is the widening of S. R. 0028 Northbound--Ravine Street Bridge and reconstruction of Ramp C.

   These projects have been determined to be non-complex. The Letter of Interest shall be limited to three (3) pages, 8 1/2 x 11, one sided; plus an organizational chart; and resumes indicated below.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Engineering Agreement based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

   The following factors, listed in order of importance, will be considered by the Department during the evaluation of the firms submitting letters of interest:

   a.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete, asphalt paving, and drainage

   b.  Understanding of Department's requirements, policies, and specifications.

   c.  Past Performance.

   d.  Number of NICET certified inspectors in each payroll classification.

   e.  Number of available inspectors in each payroll classification.

   The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed employees will be reviewed and approved by the Department.

   It is anticipated that the supplementary construction inspection staff for this assignment will consist of the following number of inspectors who meet the requirements for the following inspection classifications:

No. of
ClassificationInspectors
Transportation Construction Manager 1    (TCM-1)1 (1)
   (NICET Highway Construction Level 4 or equivalent)
Transportation Construction Ins. Super.    (TCIS) 1 (1)
   (NICET Highway Construction Level 3 or equivalent)
Transportation Construction Inspector - 1 (1)
   Materials (TCI-Materials)
   (NICET Highway Materials Level 2 or equivalent)
Transportation Construction Inspector (TCI) 7 (5)
   (NICET Highway Construction Level 2 or equivalent)
Technical Assistant (TA) 2 (0)
   (NICET Highway Construction Level 1 or equivalent)

   The number(s) in parenthesis above indicate the number of inspectors in each Classification that must meet at least one of the following requirements:

   1.  Be certified by the National Institute for Certification in Engineering Technologies (NICET) in the field of Transportation Engineering Technology, subfield of Highway Construction, or subfield of Highway Materials, at the Level required for the Inspection Classification.

   2.  Be registered as a Professional Engineer by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   3.  Be certified as an Engineer-in-Training by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   4.  Hold a Bachelor of Science Degree in Civil Engineering or a Bachelor of Science Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   5.  Hold an Associate Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 1999:

Payroll Classification   Maximum Straight Time
   Reimbursement Per Hour
   Of Inspection
(TCM-1)$46.27
(TCIS)$40.54
(TCI-Materials)$36.55
(TCI)$35.47
(TA)$24.39

   The maximum reimbursement per hour of inspection includes all costs for providing construction inspection services at the project site during the normal work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting.

   The firm selected may be required to attend a pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; one inspector certified in computer documentation and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction.

   The firm selected will be required to supply the following equipment at no direct cost to the Department:

  1Nuclear Densometer Gauge/License
  1Paint Test Kit
  1Vehicle for the Transportation of Nuclear Gauge
10Two-Way Radios

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information Section after the advertised project(s).

   Letters of interest for this project must include a letter, signed by the individuals you propose for all TCM-1 and TCIS positions, giving their approval to use their name in your letter of interest for this specific project.

   The maximum number of resumes to be included in the letter of interest shall be as follows:

ClassificationNo. of Resumes
TCM-12
TCIS2
TCI-M2
TCI9

   No resumes are required for the TA Classification.

   The second copy of the letter of interest and required forms, (see general requirements and information section shall be sent to: Mr. Raymond S. Hack, P.E., District Engineer, District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Bob Collins, P.E., District 11-0, at (412) 429-4928.

   Any questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

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 for each Project Reference Number for which the applicant wishes to be considered.

   The Letter of Interest and required information must be submitted to the person designated in the individual advertisement.

   The Letter of Interest and required information must be received by the Deadline indicated in the individual advertisement.

   All consultants, both prime consultants and subconsultants, who desire to be included in a Letter of Interest must have an Annual Qualification Package on file with the appropriate District Office, by the deadline stipulated in the individual advertisements.

   For Statewide projects, all consultants, both prime consultants and subconsultants, who desire to be included in a Letter of Interest must have an Annual Qualification Package on file with the Central Office, Bureau of Design by the deadline stipulated in the individual advertisements.

   By submitting a letter of interest for the projects that requests engineering services, the consulting firm is certifying that the firm is qualified to perform engineering services in accordance with the laws of the Commonwealth of Pennsylvania.

   Information concerning the Annual Qualification Package can be found in Strike-off Letter No. 433-99-04 or under the Notice to all Consultants published in the February 27, 1999 issue of the Pennsylvania Bulletin.

   If a Joint Venture responds to a project advertisement, the Department of Transportation will not accept separate Letters of Interest from the Joint Venture constituents. A firm will not be permitted to submit a Letter of Interest on more than one (1) 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 subcontractor to another firm that responds as a prime to the project. Multiple responses under any of the foregoing situations will cause the rejection of all responses of the firm or firms involved. The above does not preclude a firm from being set forth as a designated subcontractor to more than one (1) prime responding to the project advertisement.

   If a goal for Disadvantaged Business Enterprise (DBE) participation is established for an advertised project, firms expressing interest in the project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Transportation Equity Act for the 21st century (TEA-21) and currently certified by the Department of Transportation shall have the maximum opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The TEA-21 requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they are defined prior to the act, WEBs or combinations thereof).

   Proposing DBE firms must be certified at the time of submission of the Letter of Interest. If the selected firm fails to meet the established DBE participation goal, it shall be required to demonstrate its good faith efforts to attain the goal.

   Responses are encouraged by small firms, Disadvantaged Business Enterprise (DBE) firms, and other firms who have not previously performed work for the Department of Transportation.

   The assignment of the agreement/contract for the above advertisement(s) will be made to one of the firms who submitted an acceptable Letter of Interest in response to the project advertisement. The assignment will be made based on the Department's evaluation of the firm's qualification and capabilities. The Department reserves the right to reject all letters submitted, to cancel the solicita-tions requested under this Notice, and/or to readvertise solicitation for the work and services.

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 99-432. Filed for public inspection March 12, 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.