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. 99-2144

NOTICES

Retention of Engineering Firms

[29 Pa.B. 6379]

Centre County

Project Reference No. 08430AG2462

   The Department will retain an engineering firm to provide final design services for S.R. 0080, Section B18 and S.R. 0080, Section A18 in Spring and Marion Townships, Centre County. These projects include the construction of two (2) interchanges between Interstates 80 and 99 and Interstate 80 and PA Route 26, respectively. The Department reserves the right to add construction consultation and shop drawing review at a later date.

   S.R. 0080, Section B18 is the high-speed interchange between Interstates 80 and 99. This project includes the analysis/design of four (4) culverts, the replacement of two (2) sets of dual bridges (two 104', 112' and 105') and seven (7) new structures whose lengths are approximately 230', 197', 131', 131,' 230', 1755' and 1165'. This Interchange is designed for continuity with the associated ramps. S.R. 0080, Section A18 is the construction of a new interchange between Interstate 80 and PA Route 26. This project includes one (1) structure approximately 328' in length. Approximately 3.5 miles of Interstate 80 will be designed using I-4R standards. Traffic for S.R. 0080 will be maintained using temporary crossovers. Traffic for S.R.'s 0026, 1005, 1008 will be maintained using temporary roadways, lane closures, flagging operations, and detours as necessary. Wetland mitigation will be required. The estimated construction cost is $80 million for both Interchanges and the I-4R construction.

   The selected engineering firm will be required to perform surveys; refine preliminary design/Step 9; utility coordination; archaeology; final roadway design; final right-of-way plans; structure design; culvert analysis/design; signing, pavement marking and delineation design/plans; erosion and sedimentation control plan; traffic control plan; wetland mitigation plan and necessary permits; geo-technical engineering; interchange lighting plan; incident management plan; and the construction plans, specifications, and estimates. This project will be performed in English units.

   The letters of interest, at a minimum, will indicate the following; how the firm will accomplish the tasks outlined or provide the services required, and the names and resumes of key individuals that will provide the services. The anticipated time duration for this Agreement is eighteen (18) months. The Department reserves the right to change the Agreement duration to meet project needs.

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

   a.  Proposed methodology to accomplish the required services within the proposed schedule.

   b.  Specialized experience and technical competence of firm.

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

   d.  Current workload and capacity of firm to perform work.

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

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

   This project reference assignment is considered. 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), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. George M. Khoury, P.E., District Engineer
   Engineering District 2-0
   1924-30 Daisy Street, P. O. Box 342
   Clearfield, PA 16830

   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. Mark L. Kucherer, P.E., District 2-0, at (814) 765-0440.

Perry County
Project Reference No. 08430AG2463

   The Department will retain an engineering firm for a multi-phase, specific project agreement to provide preliminary studies, environmental studies, preliminary engineering, final design, including preparation of bridge and roadway plans, specifications and estimates; shop drawing review and consultation during construction. This project is of the bridge replacement or bridge rehabilitation of three (3) covered bridges. The approved construction cost of these three (3) bridges is approximately $2 million total. All three (3) projects will be together through the cultural resource process but may end up with separate environmental documents. Their locations are as follows:

*  S.R. 3005, Section 003 Over Shermans Creek Southwest Madison Township

*  S.R. 3008, Section 005 Adairs, Cisna mill bridge over Shermans Creek Southwest Madison Township

*  S.R. 4001, Section 007 Saville Bridge over Buffalo Creek Saville Township

   The required services will include preparation of intent to enter notices; field surveys; Categorical Exclusion Evaluation with emphasis on cultural resources and the potential for state and federal threatened and endangered species; public meetings; plotting of topography and cross sections; pavement and drainage design; submission of utility verification and relocation engineering; field view; safety review meeting; Step 9 and value engineering; hydraulic report including Wetland Identification and Delineation report; type, size and location submissions; structure plans; line and grade submissions; right-of-way plans; viewers plans; erosion and sedimentation control plans and narratives; Environmental Assessment Form (4f) and the Application Checklist for Water Obstruction and Encroachment Permit; development of the soil and foundation engineering report; erosion and sedimentation control plans and narrative investigation of utility and property involvement; development of maintenance and protection of traffic plans and narratives; preparation of construction plans; specifications and estimates, and consultation services during construction.

*  The design of each project will be developed using metric units.

*  Welcom's Open Plan software will be used for project management and tracking.

*  A project specific Quality Development Plan will be prepared for each project.

   The Department is seeking a multi-disciplined team 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 replacement and rehabilitation of covered bridge projects and their ability to provide innovative solutions to complex technical problems.

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

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

   d.  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).

   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), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. Barry G. Hoffman, P.E., District Engineer
   Engineering District 8-0
   2140 Herr Street
   Harrisburg, PA 17103
      Attention: Mr. Divyang P. Pathak

   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. Divyang P. Pathak, District 8-0, at (717) 787-7883.

Chester and Delaware Counties
Project Reference No. 08430AG2464

   The Department 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 on the following projects:

   1.  S.R. 0029, Section L02, Chester County This project consists of traffic signal installation, widening and resurfacing the intersections of S.R. 0029 with Phoenixville Pike and White Horse Road and installation of drainage in Charlestown Township.

   2.  S.R. 0029, Section 50S, Chester County This project consists of replacement of the existing three (3) span reinforced concrete bridge carrying State Road over Pickering Creek along with minor approach reconstruction and widening on T.R. 29 from a point north of Pickering Dam Road to a point south of Pot House Road in Charlestown Township.

   3.  S.R. 0030, Section M05, Chester and Delaware Counties This project consists of adding drainage, reconstruct drainage and reconstruct the entire highway of U.S. 30 from Route 252 to Old Eagle Road in Tredyffrin, Eastown and Radnor Townships.

   4.  S.R. 0322, Section 01L, Chester County This project consists of intersection improvement, widening, extending structure (culvert and arch bridge) and signals on Route 322 west of Copeland School Road and east of Highland Road in East Bradford Township.

   5.  S.R. 0926, Section S42, Chester County This project consists of realigning and reprofiling Street Road to improve the geometric alignment and sight distance. Adding 4' shoulders, bituminous curbing and drainage. Flattening side slopes to 1.5.1 or flatter. Performing minor bridge rehabilitation to the structure over the Pocopson Creek.

   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. Department and District experience and supervisory experience.

   b.  Specialized experience in roadway and structure construction.

   c.  Number of NICET and NECEPT certified inspectors in each payroll classification.

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

   e.  Ability to provide three (3) ''CDS'' operators or persons capable of inputing data into a personal computer (TCIS Classification).

   f.  Past performance.

   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.

   A minimum of four (4) individuals submitted as part of your inspection staff must have a NECEPT Bituminious Field Technician Certification.

   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) 7 (5)
Transportation Construction Inspector (TCI)    (NICET Highway Construction Level 2 or    equivalent) 6 (4)

   The numbers 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 2000:

Payroll Classification Maximum Straight Time
Reimbursement Per Hour
Of Inspection
(TCIS) $41.75
  (TCI)$36.53

   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:

   a.  35 MM camera (one per project)

   b.  Safety vests-high visability for inspectors

   c.  Three (3) cellular phones on each of the S.R. 0030, Section M05 and S.R. 0926, Section S42 projects.

   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.

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

Classification No. of Resumes
  TCIS 8
TCI 7

   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), 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
   7000 Geerdes Blvd.
   King of Prussia, PA 19406-1525

   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. Russ Swallow, District 6-0 at (610) 964-6686 or after December 17, 1999 at (610) 205-6677.

Chester County
Project Reference No. 08430AG2465

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately fourteen (14) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

   1.  S.R. 0030, Section PM1, Chester County This project consists of reconstructing inside shoulders, placing concrete median barrier, modifying drainage, concrete pavement rehabilitation, resurfacing and bridge deck patching on T.R. 30 from Bell Tavern Road to west of T.R. 340 in E. Caln, Caln Townships and Downingtown Boro.

   2.  S.R. 0030, Section S26, Chester County This project consists of the construction of an off-ramp from eastbound U.S. 30 to northbound T.R. 113 and installing a median barrier from T.R. 113 to Creek Road at the intersection of U.S. 30 Coatesville Downingtown Bypass and T.R. 113 (Uwchaln Avenue) in East Caln Township.

   3.  S.R. 0162, Section 51S, Chester County This project consists of bridge rehabilitation by milling existing bituminous deck and replacing it with a reinforced concrete deck overlay, reshaping parapets, work on bridge approach slabs and reconstruction of roadway approaches on T.R. 162 over west branch of Brandywine Creek in Newlin Township.

   4.  S.R. 3077, Section 67S, Chester County This project consists of replacing a two (2) lane bridge over Buck Run with no shoulders with a two (2) lane bridge with shoulders and realigning S.R. 3077 (Park Avenue) to improve horizontal curve in East Fallowfield and Highland Townships.

   5.  S.R. 4021, Section 39M, Chester County This project consists of replacing box culvert and minor roadway realignment on Springton Road over Indian Run Creek in Wallace Township.

   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. Department and District experience and supervisory experience.

   b.  Specialized experience in roadway and structure construction.

   c.  Number of NICET and NECEPT certified inspectors in each payroll classification.

   d.  Understanding the Department's requirements, policies, and specifications.

   e.  Ability to provide three (3) ''CDS'' operators or persons capable of inputing data into a personal computer (TCIS Classification).

   f.  Past performance.

   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.

   A minimum of two (2) individuals submitted as part of your inspection staff must have a NECEPT Bituminious Field Technician Certification.

   Since the contractor may be performing some construction operations during the night, the engineering firm must be able to provide inspectors to meet this staffing need.

   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)7 (5)
Transportation Construction Inspector (TCI)    (NICET Highway Construction Level 2 or    equivalent) 6 (4)
Technical Assistant (TA) (NICET Highway    Construction Level 1 or equivalent) 1 (0)

   The numbers 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 2000:

Payroll Classification Maximum Straight Time
Reimbursement Per Hour
Of Inspection
(TCIS) $41.75
  (TCI) $36,53
   (TA) $25.10

   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:

   a.  35 MM camera (one per project)

   b.  Safety vests-high visability for inspectors

   c.  Three (3) cellular phones on S.R. 0030, Section PM1

   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 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:

Classification No. of Resumes
TCIS 8
  TCI 7
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), 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
   7000 Geerdes Blvd.
   King of Prussia, PA 19406-1525

   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. Russ Swallow, District 6-0 at (610) 964-6686 or after December 17, 1999 at (610) 205-6677.

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 request 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. A firm not conforming to this requirement may submit a letter of interest as a part of a joint venture with an individual, firm or corporation which is permitted under State law to engage in the practice of engineering.

   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.

   The requirements for Letters of Interest, in addition to the requirements stipulated in the individual advertisement, are as follows:

   1.  The Letter of Interest must include the project reference number, the firm's legal name, and the firm's federal identification number.

   2.  Identify the project manager.

   3.  Identify subconsultants, if any, including DBE/WBE, if required.

   4.  Identify key project staff.

   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 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, WBEs 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. 99-2144. Filed for public inspection December 17, 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.