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. 99-514

NOTICES

Retention of Engineering Firms

[29 Pa.B. 1670]

Statewide
Project Reference No. 08430AG2313

   The Department of Transportation will retain an engineering firm to provide Fabricated Structural Steel and Timber Inspection under the supervision of the Chief Structural Materials Engineer. This inspection will be performed ''Statewide'' and out-of-state locations as directed by the Chief Structural Materials Engineer. The Contract will include Fabricated Structural Steel and Timber inspection and other items incidental to highway construction at steel and timber fabrication shops and project sites designated by the Department. Inspection will be conducted in accordance with Department's Publication No. 135. The Contract will be for a period of twenty-four (24) months (2 years) with an option for an additional thirty-six (36) months.

   It is anticipated that a maximum inspection staff of:

   (a)  Forty (40) Certified Welding Inspectors and ten (10) Qualified Welding Inspectors (Non-CWI) may be required at one time at various Statewide and out-of-state fabrication shops as the workload dictates.

   (b)  One (1) two-man team may be required to perform radiographic inspection as requested by the Chief Structural Materials Engineer.

   (c)  One (1) Senior Staff Engineer may be required to perform professional services at any location at the request of the Chief Structural Materials Engineer. This individual must be a Professional engineer registered in the Commonwealth of Pennsylvania.

   (d)  One (1) Metallurgical Engineer may be required to perform professional services at any location at the request of the Chief Structural Materials Engineer. This individual must be a Professional Engineer registered in the Commonwealth of Pennsylvania.

   (e)  One (1) Civil Engineer may be required to perform professional services at any location at the request of the Chief Structural Material Engineer. This individual must be a Professional Engineer registered in the Commonwealth of Pennsylvania.

   (f)  Two (2) Structural Steel Supervisors are required to perform supervisory duties at various Statewide and out-of-state fabrication shops and field locations as the workload dictates. These individuals must be Professional Engineers registered in the Commonwealth of Pennsylvania or a Certified Welding Inspectors (CWI) by the American Welding Society.

   (g)  One (1) Structural Timber Supervisor may be required to perform supervisory duties at various Statewide and out-of-state fabrication shops and field locations as the workload dictates. This individual must be a Professional Engineer registered in the Commonwealth of Pennsylvania.

   (h)  One (1) two-man team may be required to perform test methods for assessing the adhesion of coating films. This work will be performed at various Statewide and out-of-state fabrication shops and field locations.

   (i)  Three (3) Timber Inspectors may be required to perform timber bridge fabrication inspection at various Statewide and out-of-state timber fabrication plants.

   The job descriptions for these classifications can be obtained from the Chief Structural Materials Engineer, who is identified at the end of this solicitation.

   The Department will establish an order of raking of a minimum of three (3) firms for the purpose of negotiating a contract 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 proposal 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 inspector's qualifications with emphasis on fabricated structural steel and timber.

   (b)  Understanding of Department's requirements, policies, and specifications (including ATIC, AASHTO and AWS Specifications).

   (c)  Review of the firm's ''Work Management Plan'' for the shop inspection staff; indicating how the consultant proposes to manage the work.

   (d)  Number of Certified Welding Inspectors and Non-Certified Welding Inspectors available for this contract within the Continental United States.

   (e)  Key personnel being experienced with structural steel and timber shop fabrication practices.

   (f)  Firm's in-house training program to ensure training and certification of all employees.

   (g)  Firm's past performance of structural steel and timber inspection in fabrication shops.

   (h)  Branch office in Pennsylvania.

   (i)  Basic computer skills of inspection/supervisory personnel.

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

Maximum
Inspection PennDOT Reimbursement Per
Staff Equivalent Hour of Inspection
CWI TCIS $40.54
CWI Overtime TCIS $40.54
Non-CWI TCI $35.47
Non-CWI Overtime TCI $35.47
Steel Supr TCM-1 $46.27
RT Level I TCI $35.47
RT Level II TCIS $40.54
Paint Corr Tech TCIS $40.54
Timber Str Supr TCM-1 $46.27
Timber Fab Insp TCI $35.47
Staff Engr Specialist $88.55
Civil Engr TCM-2 $52.77
Metalluroical Engr. Specialist $88.55
Nace Specialist Specialist $88.55

   The firm selected will be required to attend pre-fabrication meetings, quarterly progress review meetings and other meetings with the Department at the request of the Chief Structural Materials Engineer. Under the supervision and direction of the Department, the selected firm will be required to keep records and documentation and submit inspection charges as outlined in Publication 135. It will also assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item. The firm must provide ASNT Level II inspectors to witness Radiographic Testing, Ultrasonic Testing, Magnetic Particle Testing and Penetrant Testing. Performing of Ultrasonic Testing, Magnetic Particle Testing and Penetrant Testing may be required by ASNT Level II inspectors.

   The qualifications and experience required for 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.

   Also, the following minimum qualifications will be taken into consideration:

   1.  Ability to speak, write, read and understand the English language.

   2.  Have basic knowledge of structural steel fabrication.

   3.  Prior experience in structural steel and timber shop fabrication.

   4.  Capable of acting as a direct representative of the Engineer.

   5.  Knowledge of applicable non-destructive testing as required by fabrication specifications.

   6.  Basic computer literacy in the use of databases, spreadsheets, word processor and Internet.

   7.  Demonstrate the above-mentioned qualifications to the Chief Structural Materials Engineer or his representative. Resumes, showing their technical knowledge and experience have to be submitted to the Department, before assigning inspectors to various shops.

   The firm's inspection staff assigned to the Structural Materials Unit of the Bureau of Construction and Materials must comply with the following:

90% of the inspection staff must be Certified Welding Inspectors
70% of the inspection CWI staff must be ASNT Level II Inspectors

   The inspection staff is under the supervision of a manager who is a Professional Engineer registered in the Commonwealth of Pennsylvania with no less than four (4) years of welding related experience.

   The Inspection Supervisor is required to provide direct supervision of the inspection staff by making routine visits to assigned shops.

   This project is a moderately 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 letter of interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for receipt of a letter of interest at the address below is 4:30 p.m. prevailing time on the twentieth day.

   The letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. L. J. Curl, III, Chief, Material and Testing Division, Bureau of Construction and Materials, 1118 State Street, Harrisburg, PA 17120.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Robert D. Horwhat, P.E., Acting Chief, Structural Materials Engineer, Bureau of Construction and Materials at (717) 787-1950.

Montgomery and Chester Counties
Project Reference No. 08430AG2314

   The Department of Transportation will retain an engineering firm to perform preliminary engineering, final design, and construction consultation for the following projects:

   1.  S.R. 0422, Section M01 - T.R. 422

   Pottstown Expressway in Montgomery County. This project involves rehabilitation of a four (4) lane expressway between Chester County Line and Park Drive. Project starts at the Schuylkill River in North Coventry Township in Chester County and continues to Park Drive in Lower Pottsgrove Township in Montgomery County. Included are repairs to six (6) structures, pavement and shoulder reconstruction, median barrier, new signage, geometric changes to several ramps, and drainage appurtances. Total reconstruction length is 2.56 miles. The estimated project construction cost is $3.6 million.

   2.  S.R. 0422, Section M02 - T.R. 422

   Pottstown Expressway, U.S. 0422. Project starts at the Berks County Line in West Pottsgrove Township in Montgomery County to the second crossing of the Schuylkill River in North Coventry Township in Chester County. This project involves rehabilitation of a four (4) lane expressway. Included are repairs to six (6) structures, pavement and shoulder reconstruction, median barrier, new signage including some to be overhead, geometric changes at several ramps, median barrier and related drainage appurtances. Total reconstruction distance is $3.62 miles. The estimated project construction cost is $4.6 million.

   The selected firm will be required to provide the following engineering and design services: surveys; roadway design; pavement design; preparation of cross sections; erosion and sedimentation control design; right-of-way investigation and plan; structure design; preparation of traffic control, pavement marking, and signing plans; utility coordination; coordination with PUC, PADEP, municipal officials, preparation of final plans, specifications, and estimates; shop drawing reviews; alternative design review. The selected firm will also be required to provide environmental services to identify and assess the following: wetlands, floodplains and vegetation for PADEP permits.

   Firms that are currently serving, or are being considered for selection, as the municipal engineer in the municipalities listed in the project description will not be considered for this assignment. Also, firms that are under contract, or are being considered, to provide engineering services to a land developer for site located along the project will likewise not be considered for this assignment. Firms should state in the Letter of Interest that they are not serving in either capacity as a municipal engineer or as a representative of a site developer. Any questions concerning this requirement should be directed to Timothy R. O'Brien, P.E., at the telephone number listed below.

   Firms expressing interest in this project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Intermodal Surface Transportation Efficiency Act of 1991 and 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 Act 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 in this Agreement shall be 15% of the total contract price.

   Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they were defined prior to the Act), WBEs or combination thereof. Proposed DBE firms must be certified at the time of submission of the Letter of Interest. If the selected firm fails to meet the goal established, it shall be required to demonstrate its good faith efforts to attain the goal. Failure to meet the goal and to demonstrate good faith efforts may result in being barred from Department contracts in the future.

   Letters of Interest will be evaluated at the Engineering District 6-0 office with emphasis on the following factors:

   a.  Specialized experience and technical competence of the firm including the firm's experience with similar type projects and their ability to provide innovative solutions to complex technical problems.

   b.  Experience of employees to be associated with this project. Particularly important are the key people assigned to the project including their experience and past record of performance with similar projects.

   c.  Company location from District 6-0 office.

   d.  Past performance record.

   This project is an non-complex project.

   The letter of interest will be a maximum of three (3) pages, 8 1/2 x 11, one sided, plus an organizational chart, up to 11 x 17 size.

   The letter of interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for receipt of a letter of interest at the address below is 4:30 p.m. prevailing time on the twentieth day.

   The letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Andrew L. Warren, District Administrator, District 6-0, 200 Radnor-Chester Road, St. Davids, PA 19087.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Timothy R. O'Brien, P.E., District 6-0, at (610) 964-6526, or Mr. John R. Laughner, P.E., District 6-0. At (610) 964-6539.

Washington County
Project Reference No. 08430AG2315

   The Department of Transportation will retain an engineering firm to perform preliminary engineering, final design and services during construction (shop drawing review, construction consultation and plans recordation) for S.R. 4049, Section C11, the replacement of the existing 64 foot long span steel thru girder bridge over Chartiers Creek at Segment 0060, Offset 0000 located in Chartiers and South Strabane Townships, Washington County, Engineering District 12-0. The estimated construction cost for this project is $1.0 million.

   The selected firm will be required to: develop and evaluate highway improvement alternatives; perform field surveys; plot topography and cross sections; prepare Design Field View Submission; prepare Categorical Exclusion Evaluation and other related documents; prepare submission for utility verification and relocations engineering; develop erosion control details and narrative; prepare right-of-way plans; hydrologic and hydraulic analysis; obtain 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 soils reports; investigate utility involvement; 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; prepare construction plans, specifications, and estimates, and provide project management.

   This project is a moderately 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.

   The Letter of Interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for receipt of a Letter of Interest at the below address is 4:30 p.m. prevailing time of the twentieth day.

   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, ability to meet schedules.

   d.  Location of the 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, North Gallatin Avenue Extension, Uniontown, PA 15401, Attention: Mr. Ronald N. Deems.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Ronald N. Deems, District 12-0, at (724) 439-7322.

Fayette County
Project Reference No. 08430AG2316

   The Department of Transportation will retain an engineering firm to perform preliminary engineering, final design and services during construction (shop drawing review, construction consultation and plans recordation) for S.R. 0381, Section X00, the replacement of the existing 154`-6" single span thru truss bridge over Indian Creek at Segment 0460, Offset 1441 located in Springfield Township, Fayette County, Engineering District 12-0. The estimated construction cost for this project is $4.0 million.

   The selected firm will be required to: develop and evaluate highway improvement alternatives; perform field surveys; plot topography and cross sections; prepare Design Field View Submission; prepare Categorical Exclusion Evaluation and other related documents; prepare submission for utility verification and relocations engineering; develop erosion control details and narrative; prepare right-of-way plans; hydrologic and hydraulic analysis; obtain 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 soils reports; investigate utility involvement; 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; prepare construction plans, specifications, and estimates, and provide project management.

   This project is a moderately 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.

   The Letter of Interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for receipt of a Letter of Interest at the below address is 4:30 p.m. prevailing time of the twentieth day.

   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, ability to meet schedules.

   d.  Location of the 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, North Gallatin Avenue Extension, Uniontown, PA 15401, Attention: Mr. Ronald N. Deems.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Ronald N. Deems, District 12-0, at (724) 439-7322.

Greene County
Project Reference No. 08430AG2317

   The Department of Transportation will retain an engineering firm to perform preliminary engineering, final design and services during construction (shop drawing review, construction consultation and plans recordation) for S.R. 0088, Section 04M, the replacement of the existing 312`-6" long span thru truss bridge over the Ten Mile Creek at Segment 0440, Offset 2021 located in Jefferson Township, Greene County, Engineering District 12-0. The estimated construction cost for this project is $5.5 million.

   The selected firm will be required to: develop and evaluate highway improvement alternatives; perform field surveys; plot topography and cross sections; prepare Design Field View Submission; prepare Categorical Exclusion Evaluation and other related documents; prepare submission for utility verification and relocations engineering; develop erosion control details and narrative; prepare right-of-way plans; hydrologic and hydraulic analysis; obtain 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 soils reports; investigate utility involvement; 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; prepare construction plans, specifications, and estimates, and provide project management.

   This project is a moderately 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.

   The Letter of Interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for receipt of a Letter of Interest at the below address is 4:30 p.m. prevailing time of the twentieth day.

   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, ability to meet schedules.

   d.  Location of the 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, North Gallatin Avenue Extension, Uniontown, PA 15401, Attention: Mr. Ronald N. Deems.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Ronald N. Deems, District 12-0, at (724) 439-7322.

Washington County
Project Reference No. 08430AG2319

   The Department of Transportation will retain an engineering firm to perform preliminary engineering, final design and services during construction (shop drawing review, construction consultation and plans recordation) for S.R. 4029, Section A01, the replacement of the existing 60` long single span concrete encased plate girder bridge over the North Fork of Cross Creek at Segment 0020, Offset 2966 and S.R. 4029, Section A02, the replacement of the existing 56` long single span steel thru girder bridge over the Middle Fork of Cross Creek at Segment 0020, Offset 0000 located in Cross Creek Township, Washington County, Engineering District 12-0. Both projects will encompass one (1) Engineering Agreement. The estimated construction cost for these two (2) projects is $1.05 million.

   The selected firm will be required to: develop and evaluate highway improvement alternatives; perform field surveys; plot topography and cross sections; prepare Design Field View Submission; prepare Categorical Exclusion Evaluation and other related documents; prepare submission for utility verification and relocations engineering; develop erosion control details and narrative; prepare right-of-way plans; hydrologic and hydraulic analysis; obtain 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 soils reports; investigate utility involvement; 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; prepare construction plans, specifications, and estimates, and provide project management.

   This project is a moderately 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.

   The Letter of Interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for receipt of a Letter of Interest at the below address is 4:30 p.m. prevailing time of the twentieth day.

   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, ability to meet schedules.

   d.  Location of the 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, North Gallatin Avenue Extension, Uniontown, PA 15401, Attention: Mr. Ronald N. Deems.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Ronald N. Deems, District 12-0, at (724) 439-7322.

Washington County
Project Reference No. 08430AG2320

   The Department of Transportation will retain an engineering firm to perform preliminary engineering, final design and services during construction (shop drawing review, construction consultation and plans recordation) for S.R. 0917, Section K00, the replacement of the existing 19` long single span girder bridge over Saw Mill Run at Segment 0230, Offset 1187 located in Fallowfield Township, Washington County, Engineering District 12-0. The estimated construction cost for this project is $400 thousand.

   The selected firm will be required to: develop and evaluate highway improvement alternatives; perform field surveys; plot topography and cross sections; prepare Design Field View Submission; prepare Categorical Exclusion Evaluation and other related documents; prepare submission for utility verification and relocations engineering; develop erosion control details and narrative; prepare right-of-way plans; hydrologic and hydraulic analysis; obtain 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 soils reports; investigate utility involvement; 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; prepare construction plans, specifications, and estimates, and provide project management.

   This project is a moderately 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.

   The Letter of Interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for receipt of a Letter of Interest at the below address is 4:30 p.m. prevailing time of the twentieth day.

   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, ability to meet schedules.

   d.  Location of the 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, North Gallatin Avenue Extension, Uniontown, PA 15401, Attention: Mr. Ronald N. Deems.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Ronald N. Deems, District 12-0, at (724) 439-7322.

Lehigh County
Project Reference No. 08430AG2321

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately six (6) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S.R. 2044, Section 002, Upper Saucon Township, Lehigh County, Saucon Valley Road. This project involves the construction of approximately 5,918 feet of S.R. 2044 on new alignment, consisting of superpave asphalt mixture design; the variable widening of approximately 700 feet of existing T-835; and the variable widening of approximately 180 fee of existing S.R. 0378, including ramp construction. Includes erosion and sediment pollution control; pavement marking and signing; traffic control, including a 1.2 mile detour of T-835 and a temporary signal at the intersections of S.R.0309 and S.R. 2036; the installation of traffic signals at the intersection of S.R. 0378 and S.R. 2044, and S.R. 0378 and S.R. 2036; wetland mitigation, including the construction of two (2) detention basins, a channel change and a wetland mitigation area; within an overall length of 16,684.99 linear feet.

   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 acceptable 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, drainage, superpave paving, E. & S. control, pavement markings, traffic signals and wetland mitigation. The TCI-M has to be nuclear gauge certified. One TCI has to be PennDOT CDS certified.

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

   c.  Past performance.

   d.  Number of available inspectors in each payroll classification.

   e.  Number of NICET certified 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
Classification Inspectors
Transportation Construction Ins. Super. (TCIS)
   (NICET Highway Construction Level 3 or
   equivalent)
2 (2)
Transportation Construction Inspector--
   Materials (TCI-Materials) (NICET Highway
   Materials Level 2 or equivalent)
1 (1)
Transportation Construction Inspector (TCI)
   (NICET Highway Construction Level 2 or
   equivalent)
2 (1)
Technical Assistant (TA)
   (NICET Highway Construction Level 1 or
   equivalent)
1 (0)

   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:

Maximum Straight Time
Reimbursement Per
Payroll Classification Hour Of Inspection
(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; and perform other duties as may be required.

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

1 Nuclear Densometer Gauge/License
1 Vehicle for the Transportation of Nuclear Gauge
1 Base Radio Station
6 Two-Way Radios
1 Two-Way Radio Repeater Station
1 Camera (type 35mm, film and developing)

   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 TCIS positions, giving their approval to use their name in your letter of interest for this specific project.

   This project is a non-complex project.

   The Letter of Interest will be a maximum of five (5) pages, 8 1/2 x 11, one sided, plus an organization chart up to 11 x 17.

   The Letter of Interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for receipt of a Letter of Interest at the below address is 4:30 p.m. prevailing time of twentieth day.

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

Classification No. of Resumes
TCIS 3
TCI-M 2
TCI 3

   No resumes are required for the TA Classification.

   The letter of interest and required forms, (see general requirements and information section shall be sent to: Mr. Walter E. Bortree, P.E., District Engineer, District 5-0, 2460 Parkwood Drive, Allentown, PA 18103, Attention Mr. Brian H. Graver.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Brian H. Graver, District 5-0, at (610) 791-6022.

Montgomery County
Project Reference No. 08430AG2322

   The Department of Transportation will retain an engineering firm to provide Construction Management Support Services for the reconstruction and improvements to the Route 309 corridor in Montgomery County, Engineering District 6-0.

   Construction Management Support Services will be utilized on eight (8) design projects, S.R. 0309, Section 100; S.R. 0309, Section 101; S.R. 0309, Section 102, S.R. 0309, Section 1FF; S.R. 0309, Section 2FF; S.R. 2018, Section 88S; S.R. 3014, Section 001; and S.R. 2054, Section 89S with an emphasis on the first three.

   The services will also be utilized on ten (10) construction contracts. The construction contracts are: S.R. 0309, Section 100; S.R. 0309, Section 101; S.R. 0309, Section 102; S.R. 0309, Section 1FF; S.R. 0309, Section 2FF; S.R. 2018, Section 88S; S.R. 3014, Section 001; S.R. 0073, Section 04N; S.R. 0073, Section M04 and S.R. 2054, Section 89S. All are located in Montgomery County.

   The three (3) S.R. 0309 projects will reconstruct the limited access four-lane (directional) expressway over its entire length from its beginning in Cheltenham Township at its connection with Ogontz Avenue to its termination in Lower Gwynedd Township at Bethlehem Pike near S.R. 0063, Welsh Road.

   The design and construction of the expressway will encompass major highway construction items such as construction of new structures, new roadway, reconstruction of other structures, roadway and bridge demolition, drainage, sign structures, signs, lighting and landscaping all being done while maintaining vehicular traffic.

   The construction of the other seven (7) projects will precede the expressway reconstruction and improve alternate routes expected to be used by motorists during the expressway work. Work on these projects includes bridge replacements, intersection improvements, signal improvements, widening and some new roadway construction. All are located in the S.R. 0309 corridor, which roughly parallels the expressway, over its entire length, between Old Bethlehem Pike and Limekiln Pike.

   The Department's Construction Unit staff will be in responsible charge and the Construction Management Support Consultant will be given direction by the staff. The Construction Management Support Consultant will assist the staff by providing construction services as needed. The services will include, but not be limited to, the following:

   During design--provide input on constructability issues; provide input on construction durations; evaluate proposed schedules and each project's schedule relative to other projects; monitor the design progress and its impact on construction target dates; provide input on ways to avoid construction problems encountered on past projects and advise of other potential construction problems.

   During construction--Analyze contractor's CPM schedules and monitor progress during construction; facilitate at progress meetings and record and distribute minutes; review and made recommendations on design and construction problems; review design changes and make recommendations; evaluate value engineering proposals; perform constructibility reviews; prepare correspondence for signature on all issues; track all submissions including shop drawings; review and prepare responses on potential claims and assist in resolving claims; furnish change order evaluations and assist in their preparation; coordinate and participate in community relations including personal contacts with community representatives and community meetings; coordinate work with other agencies and utility companies; and assist in highway construction-related problem-solving with the Department's field and office staffs as well as the consultant designer.

   The selected firm will be required to establish and maintain a field office within the S.R. 0309 expressway corridor between Limekiln Pike and Old Bethlehem Pike. This field office will be fully equipped to meet the needs of the Construction Management Support Service staff, several members of the Department and FHWA construction staffs and will contain office equipment, furniture, photocopying capabilities, telephones, fax facilities, and a conference room able to accommodate twenty (20) people.

   Firms providing final designs, construction inspection, or constructibility review services for any of the above projects, are not eligible for this assignment.

   Firms who are performing work for contractors presently working on Department construction contracts, or firms who intend to perform work for contractors during the time period of the Construction Management Support Services agreement cannot be member of the Construction Management Support Services Team.

   The active members of the Construction Management Support Services Team will vary depending on the work schedule but the following personnel will be required: One Project Manager (must be a Professional Engineer registered in Pennsylvania); Two Construction Engineers (one must be a Professional Engineer); Two Schedule Engineers; One Technician and a Secretary/Receptionist.

   The following factors listed in the order of their importance will be considered by the Consultant Selection Committee during the evaluation of the firms submitting letters of interests:

   a.  Specific experience of the individuals listed for each position on the Construction Management Support Services team with emphasis on their background representing an owner's interest while coordinating and managing construction projects.

   b.  Past record of performance on similar construction management assignments for the Department or other agencies with an emphasis on the ability to be responsive to the Department's needs; the ability to understand and carry out the Department's objectives; the ability to create an atmosphere conducive to moving the projects to timely completion; the ability to perform quality work; and the ability to meet deadlines.

   c.  Specific external and internal communication experience and technical competence that would demonstrate the ability to effectively communicate the Department's message to the public.

   d.  Familiarity with PennDOT specifications and procedures.

   e.  Familiarity with PennDOT's commitment to achieve Baldrige-like status.

   f.  The capacity of firm to provide full and timely Construction Management Support Services to the Department.

   g.  Responsiveness to the requirements of this proposal; the firm's knowledge of highway and bridge construction methods; the firm's knowledge of the construction to take place on the projects for which the service is to be provided.

   Shortlisted firms will be required to make an oral presentation regarding these factors.

   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).

   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 letter of interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for receipt of a letter of interest at the address below is 4:30 p.m. prevailing time on the twentieth day.

   The letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Andrew L. Warren, District Administrator, District 6-0, 200 Radnor-Chester Road, St. Davids, PA 19087.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Joseph F. Meehan, P.E., at (610) 964-6555 or Mr. Marshall S. Linton, P.E., District 6-0, at (610) 964-6684.

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 solicitations requested under this Notice, and/or to readvertise solicitation for the work and services.

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 99-514. Filed for public inspection March 26, 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.