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. 99-908

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[29 Pa.B. 2928]

Bucks County

Project Reference No. 08430AG2360

   The Department of Transportation (Department) will retain an engineering firm to perform environmental studies, preliminary engineering, final design, and construction consultation for S.R. 0202, Section 650, U.S. 202 Widening in Whitpain Township, Lower and Upper Gwynned Townships and Montgomery Township, Montgomery County. This project involves final design and construction of a portion of the Selective Widening Alternative for U.S. 202 from Morris Road in Whitpain Township to PA 309 in Montgomery Township, Montgomery County as outlined in the U.S. 202, Section 600, Pre-Final Environmental Impact Statement (April, 1998).

   The limits of the design project are U.S. 202 from Morris Road in Whitpain, Montgomery County to PA 309 in Montgomery Township, Montgomery County; a distance of approximately 4 miles. The estimated construction cost of this portion is $45 million.

   The selected firm will be required to provide the following engineering and design services: surveys; roadway design; pavement design; preparation of cross sections; soils and geological investigations; erosion and sedimentation control design; right-of-way investigation and plan preparation; structure design; hydrologic and hydraulic analysis; preparation of traffic control, pavement marking and signing plans; traffic signal design; sign lighting plans; utility coordination and design; coordination with PUC, PennDEP, U.S. Army Corps of Engineers, municipal officials, and the public; preparation of final plans, specifications and estimates; shop drawing reviews; alternate design review; and construction consultation.

   The selected firm will also be required to provide environmental mitigation services to complete groundwater protection and noise abatement. These services will be conducted to complete the design and construction proposals. The selected firm will be required to provide all necessary environmental services, material and equipment necessary to collect, analyze and organize data; assess impacts; conduct agency and public involvement activities; and prepare reports and plans. The reports and other written graphic material to be prepared may include, but are not limited to, meeting minutes, and coordinating the development of the design with various agencies and special interest groups.

   Firms that are currently serving, or are being considered for selection as 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 a 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 Mr. Timothy O'Brien, at the telephone number listed below.

   Letters of interest for this project will only be accepted from individuals, firms or corporations duly authorized to engage in the practice of engineering. If an individual, firm or corporation not authorized to engage in the practice of engineering desires to submit a letter of interest, said individual, firm or corporation may do so as part of a joint venture with an individual, firm or corporation which is permitted under Sate law to engage in the practice of engineering.

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

   a.  Proven ability to meet schedules and control costs.

   b.  Specialized experience and technical competence of project manager and the individuals who constitute firms team.

   c.  Past record of performance on similar projects in work quality, and capability of coordination efforts between the Department, subconsultants, various agencies and the public.

   d.  Location of consultant with respect to the District.

   This project reference assignment is considered complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), required information, and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. Andrew L. Warren, District Administrator
Engineering District 6-0
200 Radnor-Chester Road
St. Davids, PA 19087
Attention: Madeleine C. Fausto

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 p.m. prevailing time on the twentieth (20th) day following the date of this Notice.

   Engineering District 6-0 will announce the firms that have been shortlisted at an open public meeting to be held in the District office at 200 Radnor-Chester Road, St. Davids, PA on July 7, 1999.

   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).

   Any technical questions concerning the requirements for this project should be directed to: Mr. Timothy O'Brien, P.E., District 6-0, at (610) 964-6526, or Ms. Madeleine C. Fausto, District 6-0, at (610) 964-6531.

Bucks and Montgomery Counties

Project Reference No. 08430AG2361

   The Department will retain a Design Management/Engineering firm to provide project management services and preliminary ITS design for the three (3) design sections of the U.S. 202, Section 700 Improvement Project. The project is the relocation of U.S. 202 onto a four (4) lane limited access freeway. The limits of the project covered by this contract include just south of PA 63 in Upper Gwynedd Township, Montgomery County to the existing PA 611 Bypass in Doylestown Township, Bucks County. Three (3) consulting firms will be retained to perform the preliminary and final design that will be managed under this contract. The total length of the project is approximately nine (9) miles and contains approximately thirty (30) structures. The contract will be for a period of thirty-six (36) months from the date of the agreement. This project will be financed with Federal and State funds and will be subject to federal review and oversight in accordance with federal aid regulations (23CFR, Chapter 1). The estimated construction cost is $180 million.

   The selected firm will be required to provide design management and review services during the design phase of the project and to provide sufficient staff to assist the Department in adequately maintaining project coordination and schedule for design through bidding of the construction contracts. Other tasks required include, but are not limited to: review of design submissions; hydraulic reports; type, size and location submissions; final bridge plans and computations; geotechnical reports and submissions; preliminary and final right-of-way plans; design drawings; special provisions; specifications and estimates prepared by other consulting engineering firms; conduct design review meetings and plan checks; review environmental items of work; coordinate required permit applications; standardize design details; coordinate design and right-of-way acquisition activities; coordinate all traffic control plans to provide optimum traffic flow; coordinate with municipalities, municipal authorities and utilities by means of periodic meetings; prepare master timetables to coordinate all phases of the project; monitor schedules to assure compliance with the master schedule; evaluate all value engineering submissions and make recommendations to the District Administrator. Tasks also include public involvement; development of project newsletters; ITS design; and environmental permit review and tracking, development of a traffic management plan, and congestion mitigation strategies, preparation of materials for a project web site, and responding to public inquiries both through written and e-mail correspondence.

   The selected firm will also be required to develop an overall preliminary ITS Design Plan for the three (3) sections of Section 700 and PA 309 from PA 63 to U.S. 202 including the development of necessary communication system and develop cost estimates.

   Letters of interest for this project will only be accepted from individuals, firms or corporations duly authorized to engage in the practice of engineering. If an individual, firm or corporation not authorized to engage in the practice of engineering desires to submit a letter of interest, said individual, firm or corporation may do so as part of a joint venture with an individual, firm or corporation which is permitted under State law to engage in the practice of engineering.

   This project reference assignment is considered complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), required information, and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. Andrew L. Warren, District Administrator
Engineering District 6-0
200 Radnor-Chester Road
St. Davids, PA 19087
Attention: Mr. Randy Wanger, P.E.

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 p.m. prevailing time on the twentieth (20th) day following the date 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 the firm. The specific experience of the project manager, and the individuals who constitute the firms team will be considered. Previous experience on similar projects will be considered.

   b.  Indication of how the firm will provide management services and the response capabilities to Department and customer requests.

   c.  Past record of performance in meeting deadlines, cost containment, work quality, and capability of coordination efforts between the Department, consultants, community, disciplines.

   d.  Location of the consultant with respect to the District.

   The shortlisted firms will be required to make an oral presentation to the District with or after the submission of their technical proposals.

   The selected firm will be required to provide a full-time permanent staff of qualified and experienced professional engineers and support personnel required to maintain project control. In addition to the full-time staff, other in-house specialists may be required to assist with specific work tasks encountered. The Department must approve the individual who will head the Design Management Team.

   The District will announce the firms that have been shortlisted at an open public meeting to be held in the Engineering District 6-0 Office on Wednesday, July 7, 1999 at 10 a.m. Please specify a contact person in the letter of interest submission.

   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).

   Any technical questions concerning the requirements for this project should be directed to: Mr. Randy Wanger, District 6-0, at (610) 964-6548.

Statewide

Project Reference No. 08430AG2362

   The Department will retain an engineering firm for an Open-End Contract to perform Statewide periodic NBIS bridge safety inspections for designated bridges on the local system throughout the Commonwealth. This contract will be for a period of forty-eight (48) months from the date of execution with projects assigned on an as-needed basis. The amount of this Open-End Contract will be $1.0 million.

   The selected firm will be required to provide all necessary professional and non-professional services, work, material and equipment necessary to inspect/re-inspect and evaluate the condition of locally owned bridges at various locations. The firm will provide updated inspection reports including a bridge load capacity rating/re-rating and/or posting recommendation as warranted. Structure inventory and appraisal data, and completed Bridge Management System coding sheets are also to be furnished. Inventory and operating ratings based on existing conditions for AASHTO and PDT loadings using the Department's computer programs and/or other programs with prior approval when the Department's program is not applicable, may be required.

   Firms responding to this solicitation shall provide the following additional information in their letter of interest:

   1.  Indicate the lead person or sub-consultant on each of the expert service elements and indicate the qualifications and experience of the lead person or sub-consultant specifically related to each expert service area. List NBIS certification credentials and PA Bridge Safety Inspection courses taken by staff.

   2.  Indicate how the firm will provide ''on demand'' response for urgent problems. In the recent past, 200-500 bridges have been inspected per year under similar contracts. Due to variability of inspection schedules and emergencies, this work is not anticipated to be evenly distributed throughout a year or duration of contract.

   3.  Indicate internal procedures for timeliness of report submission, cost containment and quality assurances.

   4.  Indicate computer capabilities including PDT programs and other software. Electronic data collection using Department-provided PC software will be implemented during the first year of the contract.

   The Department will establish an order of ranking of a minimum of three (3) firm's for the purpose of negotiating 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.  Specialized technical expertise and experience of the individuals committed to this project.

   b.  Capabilities of the qualified proposed team to address the bridge inspection, load rating evaluations and recommendations, and related aspects identified in the advertisement.

   c.  Prior technical successes and timeliness in performing work with the Department, especially on bridge inspection related work.

   d.  Available staffing and ''on demand'' response capabilities in the event of emergencies.

   e.  Location, cost containment and quality assurance program.

   The engineering services studies identified above are the general work activities that can be expected under the contract.

   Letters of interest for this project will only be accepted from individuals, firms or corporations duly authorized to engage in the practice of engineering. By submitting a Letter of Interest for this project, the consulting firm is certifying that the firm is qualified to perform engineering services in accordance with the laws of the Commonwealth of Pennsylvania.

   If an individual, firm or corporation not authorized to engage in the practice of engineering desires to submit a letter of interest, said individual, firm or corporation may do so as part of a joint venture with an individual, firm or corporation which is permitted under State law to engage in the practice of engineering.

   Project management will be by the Bridge Quality Assurance Division, Bureau of Design. Engineering inspections will be directed by the respective District Office.

   This project reference assignment is considered non-complex. The letter of interest shall be limited to a maximum of three (3) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), and present work load analysis sheet, 8 1/2" x 11" size, required information, and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. M. G. Patel, Director
Bureau of Design
P. O. Box 3060
Harrisburg, PA 17105-3060

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 p.m. prevailing time on the twentieth (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Suresh Dadhania, P.E., at (717) 787-3590.

Schuylkill County

Project Reference No. 08430AG2363

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately twelve (12) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S.R. 081, Section SDC, I-81.S.R. 407 Interchange, Butler and Cass Townships, Schuylkill County. The project involves construction of a diamond interchange at Interstate 81 and State Route 4007 including approximately 4629 m of ramp construction, also approximately 2164 m of roadway, also continuous composite prestressed concrete spread box beam bridges having overall lengths of 31 m, or alternative design; mechanically stabilized wingwalls; also milling, drainage improvements, guide rail upgrading, erosion control, crossovers and crossover lighting, lighting, signing, impact attenuators, and pavement marking within a length of 5.863 km.

   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, guiderail, pavement markings, milling, erosion control, signing and lighting. The TCI-M has to be NICET Level II Highway Materials certified and nuclear gauge certified. A TCI has to be PennDOT CDS certified.

   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
Classification Inspectors
Transportation Construction Manager 1    (TCM-1)
(NICET Highway Construction Level 4 or    equivalent)
1 (1)
Transportation Construction Ins. Super.    (TCIS)
(NICET Highway Construction Level 3 or    equivalent)
3 (2)
Transportation Construction Inspector--    Materials (TCI-Materials)1 (1)
(NICET Highway Materials Level 2 or    equivalent)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or    equivalent)
5 (4)
Technical Assistant (TA)
(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:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf 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; 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:

  1 Nuclear Densometer Gauge/License
  1Vehicle for the Transportation of Nuclear Gauge
  1Base Radio Station
12Two-Way Radios
  1Two-Way Radio Repeater Station
  1Camera (type 35mm, Film, 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 TCM-1 and TCIS positions, giving their approval to use their name in your letter of interest for this specific project. The Technical Assistant(s) do not need to be identified in the letter of interest.

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

Classification No. of Resumes
TCM-1 2
TCIS4
TCI-M 2
TCI6

   No resumes are required for the TA Classification.

   This project reference assignment is considered non-complex. The letter of interest shall be limited to a maximum of three (3) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), required information, and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. Walter E. Bortree, P.E., District Engineer
Engineering District 5-0
2460 Parkwood Drive
Allentown, PA 18103
Attnetion: Mr. Brian H. Graver

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 p.m. prevailing time on the twentieth (20th) day following the date of this Notice.

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

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. 99-908. Filed for public inspection June 4, 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.