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. 00-757

NOTICES

Retention of Engineering Firms

[30 Pa.B. 2309]

Indiana County

Project Reference No. 08430AG2545

   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 S.R. 0022, Section 495, Gas Center, Indiana County.

   This project involves the reconstruction of Route 22 from the Route 403 intersection to the Indiana and Cambria County lines in East Wheatfield Township. This project consists of constructing a four lane divided highway with median barrier to replace the existing two-lane roadway. The project will involve earthwork, drainage, pavement construction, guide rail and traffic control.

   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 final ranking.

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

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

   b.  Number of available inspectors in each payroll classification.

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

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

   e.  Ability to provide CPM scheduling.

   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.

   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) (NICET High-
   way Materials Level 2 or equivalent)
2 (1)
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, sub field of Highway Construction, or sub field 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
(TCM-1) $47.65
(TCIS) $41.75
(TCI-Materials) $37.65
(TCI) $36.53
(TA) $25.12

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

   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; Provide certified CDS Operator, NECEPT certified bituminous technician, and Nuclear Densometer Gage Licensed Operator; 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:

1Nuclear Densometer Gauges/License at point of need, when required
1 Camera--Digital

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

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

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

Classification No. of Resumes
TCM-1 2
TCIS 4
TCI-M 3
TCI 8
TA 0

   This project reference assignment is considered non-complex. The letter of interest shall be limited to a maximum of three (3) pages, 81/2" 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. Richard H. Hogg, P.E., District Engineer
      Engineering District 10-0
      Route 286 South, P. O. Box 429
      Indiana, PA 15701
            Attention Mr. Paul F. Koza, Jr.

   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 Paul F. Koza, Jr., phone number (724) 357-3205, fax number (724) 357-5951.

Bucks and Montgomery Counties
Project Reference No. 08430AG2546

   The Department will retain an engineering firm to provide preliminary engineering, environmental documentation, final design and services during construction on S.R. 1058, Section HAT, Bucks & Montgomery Counties, Sumneytown Pike/PA 309 Connector in Lower Salford, Towamencin, Franconia, and Hatfield Townships in Montgomery County and Hiltown in Bucks County.

   This project involves roadway overlay, shoulder widening, roadway reconstruction, roadway construction on new alignment, bridge and retaining wall construction, interchange improvements with PA 309, traffic signal installation, right and left turn-lane installation, signing, drainage improvements, highway lighting and appurtenant work.

   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.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience. The specific experience of individuals employed by the firm shall be considered.

   b.  Available staffing for this assignment and the ability to meet the Department's needs.

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant with respect to the District Office.

   The firm selected may be required to provide the following engineering, environmental and design services: C.E.E. document preparation; alternate alignment analysis; noise analysis; surveys; roadway design; preparation of cross sections; drainage design; erosion and sedimentation control design; preparation of roadside development plans; right of way investigation and plan preparation, subsurface boring, sampling and testing; structure design; traffic analysis; traffic signal design; preparation of traffic control plans, pavement marking and signing plans; highway lighting design; utility coordination; coordination with PUC, PennDEP, US Army Corps of Engineers, public agencies, municipal officials, and the public; preparation of final plans, specifications and estimates; shop drawing reviews; alternate design review; construction consultation; and other services necessary to complete the project.

   The firm selected will be required to provide environmental services to identify and assess historic and archaeological resources, farmlands, hazardous waste sites, wetlands and noise sensitive areas.

   The firm selected may be required to provide all necessary environmental services, materials and equipment to collect, analyze, and organize data, assess impacts, conduct agency and public involvement activities, and prepare reports and mitigation plans to ensure that a complete environmental investigation has been performed. The reports and other written graphic material to be prepared may include, but are not limited to Section 106 documents; Section 4(f) Evaluation, Mitigation Plans and Reports; and coordinating the development of the study with various agencies and special interest groups.

   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).

   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. Andrew L. Warren, District Administrator
      Engineering District 6-0
      7000 Geerdes Boulevard
      King of Prussia, PA 19406

   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. Timothy R. O'Brien, P.E., District 6-0, phone number (610) 205-6850, fax number (610) 205-6903 or Mr. Joseph L. Capella, District 6-0, at (610) 205-6857, fax number (610) 205-6903.

Statewide

Project Reference No. 08430AG2547

   The Department will retain four (4) photogrammetric mapping firms for Open-End Contracts for photogrammetric services. Each contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of each of the Open-End Contract will be $2.0 million.

   The Department will establish an order of ranking of a minimum of seven (7) firms for the purpose of negotiating four Open-End Contracts based on the Department's evaluation of the letters of interest received in response to this solicitation. The final ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the final 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 experience and technical competence of firm.

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

   c.  Specific experience of in-house staff and professional qualifications.

   d.  Quality assurance/quality control criteria established for checking all work tasks.

   e.  Specialized photogrammetric systems and surveying equipment.

   f.  Previous experience on Open-End Contracts.

   g.  Relative size of firm to size of projects that may be completed under this Contract.

   Services requested may include, but are not limited to the following:

   *  Vertical and oblique aerial photography acquisition, using a variety of aircraft

   *  Aerial film processing, printing, and enlargements

   *  Airborne GPS

   *  Scanning of aerial film

   *  Geodetic mapping control surveys

   *  Establishing permanent monumentation

   *  Global Positioning System (GPS) surveys

   *  Analytical aero-triangulation

   *   Digital map compilation

   *  Digital orthophotography

   *  Digital terrain models

   *  Archive files onto electronic media

   All work must be performed in accordance with the requirements of the applicable sections of the Department's Surveying and Mapping Manual (Publication 122M). The geodetic surveying and photogrammetric mapping must be performed under the direct supervision of a licensed Pennsylvania Professional Land Surveyor. It is also recommended that a Certified Photogrammetrist (ASPRS) be part of the firm's full-time staff working in the photogrammetry section.

   Firms submitting a letter of interest for this work should have prior experience in geodetic surveys and large-scale photogrammetric mapping for highway design in metric and/or English units. Digital mapping should be compiled directly into CADD using analytical stereo plotters or softcopy workstations with the ability to provide the digital data in MicroStation format. In addition to having current state-of-the-art surveying equipment and photogrammetric systems, firms should have sufficient qualified personnel to complete large assignments with short delivery schedules.

   The photogrammetric services identified above are the general work activities that can be expected under these Open-End Contracts. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under this Open-End Contract.

   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. Dean A. Schreiber, P.E., Director-
      Bureau of Design
      7th floor Forum Place
      555 Walnut Street
      Harrisburg, PA 17101-1900
            Attn: L. Bradley Foltz, P. L.S.

   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 L. Bradley Foltz, phone number 717-948-3830 ext. 3002, fax number 717-948-3826.

Dauphin and Lebanon Counties

Project Reference No. 08430AG2548

   The Department will retain an engineering firm for a multi-phase, specific project(s) agreement to provide corridor safety/intersection studies, environmental studies and overview report, preliminary engineering including traffic data collection and preparation of a Preliminary Alternatives Report, final design including traffic signal plans roadway plans, specifications and estimates and construction consultation on the following project(s):

   1.  S.R. 0022, Section 010, Dauphin County Local Name: US 22 Safety Corridor This project involves studying and designing for recommended safety improvements along the corridor that runs from Segment 0490/0000 to Segment 0660/3548 (L.R. 140 Sta. 373+71 to Sta. 784+37) a distance of approximately 7.7 miles beginning at Blue Ribbon Avenue and terminating at the Lebanon County line, Lower Paxton, East and West Hanover Townships, Dauphin County.

   2.  S.R. 0022, Section 004, Lebanon County Local Name: US 22 Safety Corridor This project involves studying and designing for recommended safety improvements along the Corridor that runs from Segment 0010/0000 to Segment 0300/0000, (L.R. 140 Sta. 0+00 to Sta. 731+61), a distance of approximately 13.8 miles beginning at the Lebanon County line and terminating at the interchange with I-78, East Hanover, Swatara and Bethel Townships, Lebanon County.

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

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

   b.  Understanding of the Departments requirements, Design Manuals, policies and specifications.

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

   d.  The project team including subconsultants and the method of controlling between disciplines, subconsultants, etc.

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

   The firm selected may be required to, at a minimum, do the preparation of intent to enter notices; field surveys; plotting of topography and cross sections; corridor/intersection safety studies and recommendations, environmental overview, preparation of categorical exclusion document; historical survey; pavement and drainage design; submission of utility verification and relocation engineering; field view; safety review meeting; step 9 and value engineering; line and grade submissions; right-of-way plans; traffic control plan with special provision; development of the soil and foundation engineering report; erosion control plans and narrative; investigation of utility and property involvement; and construction plans, specifications, cost estimates, public involvement meetings, and provide services during construction.

   The design of these projects will be done in English units.

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

   A project specific Quality Development Plan will be developed.

   The Department is seeking a multi-disciplined team with environmental, geotechnical, signal design, traffic data gathering, and final design experience.

   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).

   This project reference assignment is considered moderately 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 17103-1699
            Attention: Mr. Mark A. Malhenzie

   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 Mark A. Malhenzie, phone number 717-783-5080, fax number 717-705-5493.

Adams, Cumberland, Dauphin, Franklin, Lancaster,
Lebanon, Perry and York Counties

Project Reference No. 08430AG2549

   The Department will retain an engineering firm for an Open-End Contract for various engineering services on various projects located in Engineering District 8-0, that is Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York Counties. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of the Open-End Contract will be $250 thousand.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the letters of interest received in response to this solicitation. The final ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the final 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.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on Open-end Contracts. The specific experience of individuals employed by the firm shall be considered.

   b.  Available staffing for this assignment and the ability to meet the Department's needs. The selected firm could be assigned several concurrent work orders of a similar or diverse nature. Prompt turn-around time is expected.

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant in respect to the District.

   e.  Use of Microstation CADD

   f.  Special consideration will be given to smaller firms.

   The work and services required under this Contract may encompass a wide range of engineering efforts with the possibility of several different types of projects with short completion schedules being assigned concurrently. The anticipated types of projects include, but not limited to, bridge replacements or bridge rehabilitation with minor approach work, environmental studies, roadway betterments (3R type), minor capital improvement projects (bridges or roadway), railroad grade crossing projects, and minor location studies, etc.

   The engineering work and services which may be required under this Contract include, but are not limited to, perform field surveys; plot topography and cross sections; prepare submission for utility verification and relocations engineering; prepare all pertinent submissions and materials necessary for the Department to prepare the application to PUC and for the PUC field conference; attend and supply any required information for all PUC meetings and hearings during the design of the project; develop erosion control details and narrative; prepare right of way plans; 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 on projects; provide material for and participate in value engineering reviews; coordinate contacts with railroad officials and procure railroad related costs, permits, and insurance; collect signal timing, accident data and other traffic flow data; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; and prepare construction plans, specifications, and estimates.

   The engineering services identified above are the general work activities that can be expected under this Open-End Contract. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under this Open-End Contract.

   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:

      District Consultant Selection Committee
      Engineering District 8-0
      2140 Herr Street
      Harrisburg, PA 17103-1699
            Attn: Mr. Greg Vaughn

   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 tenth (10th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Gregory J. Vaughn, District 8-0, phone number 717-783-5149, fax number 717-705-5493.

Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York Counties

Project Reference No. 08430AG 2550

   The Department will retain an engineering firm for Open-End Contracts for various environmental services on various projects located in Engineering District 8-0, that is Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York Counties. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of the Open-End Contract will be $250 thousand.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the letters of interest received in response to this solicitation. The final ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the final 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.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on Open-end Contracts. The specific experience of individuals employed by the firm shall be considered.

   b.  Available staffing for this assignment and the ability to meet the Department's needs. The selected firm could be assigned several concurrent work orders of a similar or diverse nature. Prompt turn-around time is expected.

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant in respect to the District.

   e.  Use of Microstation CADD

   f.  Special consideration will be given to smaller firms.

   The work and services required under this Contract may encompass a wide range of environmental studies with the possibility of several different types of projects with short completion schedules being assigned concurrently. The anticipated types of projects include, but not limited to, bridge replacements or bridge rehabilitation with minor approach work, environmental studies, roadway betterments (3R type), minor capital improvement projects (bridges or roadway), railroad grade crossing projects, and minor location studies, etc.

   The areas of environmental study required under the Contract may include, but are not limited to: air quality; noise; energy; vibration; hazardous waste; surface water and ground water quality; surface water and ground water hydrology; terrestrial ecology including threatened and endangered species; wetlands; soils; geology; farmlands; visual quality; socio-economic resources; cultural resources; Section 4(f) Evaluations; early coordination and; scoping correspondence; meeting minutes; public meeting and hearing presentations; visualization materials, handouts and displays; technical basis reports (TBRs) and/or technical files; NEPA environmental documents; Section 106 documents; mitigation plans and reports; wetland and floodplain findings; and preliminary engineering plans, and remote sensing/mapping innovations; The format and content of all documents will be consistent with applicable State and Federal regulations, policies and guidelines.

   The environmental studies identified above are the general work activities that can be expected under this Open-End Contract. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under this Open-End Contract.

   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:

      District Consultant Selection Committee
      Engineering District 8-0
      2140 Herr Street
      Harrisburg, PA 17103-1699
            Attn: Mr. Greg Vaughn

   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 tenth (10th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Gregory J. Vaughn, District 8-0, phone number 717-783-5149, fax number 717-705-5493.

Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York Counties

Project Reference No. 08430AG2551

   The Department will retain an engineering firm for an Open-End Contract for various engineering and/or environmental services on various projects located in Engineering District 8-0, that is Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York Counties. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of the Open-End Contract will be $500 thousand.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the letters of interest received in response to this solicitation. The final ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the final 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.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on Open-end Contracts. The specific experience of individuals employed by the firm shall be considered.

   b.  Available staffing for this assignment and the ability to meet the Department's needs. The selected firm could be assigned up to twenty concurrent work orders of a similar or diverse nature. Prompt turn-around time is expected.

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant in respect to the District.

   e.  Use of Microstation CADD

   f.  Relative size of firm to size of projects that may be completed under this Contract.

   The work and services required under this Contract may encompass a wide range of environmental studies and engineering efforts with the possibility of several different types of projects with short completion schedules being assigned concurrently. The anticipated types of projects include, but not limited to, bridge replacements or bridge rehabilitation with minor approach work, environmental studies, roadway betterments (3R type), minor capital improvement projects (bridges or roadway), railroad grade crossing projects, and minor location studies, etc.

   The engineering work and services which may be required under this Contract include, but are not limited to, perform field surveys; plot topography and cross sections; prepare submission for utility verification and relocations engineering; prepare all pertinent submissions and materials necessary for the Department to prepare the application to PUC and for the PUC field conference; attend and supply any required information for all PUC meetings and hearings during the design of the project; develop erosion control details and narrative; prepare right of way plans; 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 on projects; provide material for and participate in value engineering reviews; coordinate contacts with railroad officials and procure railroad related costs, permits, and insurance; collect signal timing, accident data and other traffic flow data; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; and prepare construction plans, specifications, and estimates.

   The areas of environmental study required under the Contract may include, but are not limited to: air quality; noise; energy; vibration; hazardous waste; surface water and ground water quality; surface water and ground water hydrology; terrestrial ecology including threatened and endangered species; wetlands; soils; geology; farmlands; visual quality; socio-economic resources; cultural resources; Section 4(f) Evaluations; early coordination and; scoping correspondence; meeting minutes; public meeting and hearing presentations; visualization materials, handouts and displays; technical basis reports (TBRs) and/or technical files; NEPA environmental documents; Section 106 documents; mitigation plans and reports; wetland and floodplain findings; and preliminary engineering plans, and remote sensing/mapping innovations; The format and content of all documents will be consistent with applicable State and Federal regulations, policies and guidelines.

   The engineering services and environmental studies identified above are the general work activities that can be expected under this Open-End Contract. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under this Open-End Contract.

   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:

      District Consultant Selection Committee
      Engineering District 8-0
      2140 Herr Street
      Harrisburg, PA 17103-1699
            Attn: Mr. Greg Vaughn

   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 tenth (10th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Gregory J. Vaughn, District 8-0, phone number 717-783-5149, fax number 717-705-5493.

Bedford County

Project Reference No. 08430AG2552

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

   1.  S.R. 0056, Section 008, Bedford County
Local Name: 0056 Western Intersections

   This project involves safety improvements to two (2) separate intersections (approximately 0.8 miles apart) located less than two (2) miles east of Pleasantville, Bedford County. The western most intersection (S.R. 0056 with T-671 and T-554) will have a left turn lane added to S.R. 0056 at both approaches. The existing single span structure located just west of this intersection on S.R. 0056 will be replaced as part of this project. The second intersection is at the intersection of T-559, S.R. 4032, and S.R. 0056. The proposed work at this intersection includes adding a left turn lane to S.R. 0056 at both approaches and improving the vertical alignment on S.R. 0056 just west of S.R. 4032. These improvements (at both intersections) also include roadway widening and rehabilitation, widening of shoulders, hillside cuts to improve sight distance (where applicable), guide rail updates, drainage improvements, and improvements to the immediate approaches of intersecting roadways (width, radii and gradient). The Final Design of this project will be based upon approved Preliminary Design.

2.  S.R. 0056, Section 010, Bedford County
Local Name: Turn Lane at Chestnut Ridge School

   This project involves safety improvements to a section of SR 0056 beginning just west of Fishertown, Bedford County and extending approximately 0.9 miles eastward. The project will provide a continuous center left turn lane through access drives for the three (3) existing schools located within this section. The existing vertical alignment on S.R. 0056 just west of S.R. 4003 will be adjusted to improve sight distance. An existing concrete culvert near the eastern end of the section will be extended to accommodate the widening of S.R. 0056. These improvements also include roadway widening and rehabilitation, wider shoulders, guide rail updates, drainage improvements, and improvements to the immediate approaches of intersecting roadways and driveways (width, radii and gradient). The Final Design of this project will be based upon approved Preliminary Design submissions.

3.  S.R. 0056, Section 012, Bedford County
Local Name: 0056 Eastern Intersections

   This project involves safety improvements to three (3) separate intersections located within a one half-mile section of S.R. 0056. This section of S.R. 0056 is located just south of Fishertown, Bedford County. A continuous left turn lane or designated left turn lane, (as determined in the Preliminary Design phase), will be provided on S.R. 0056 for all three-intersection locations. The western-most intersection in this section where S.R. 4028 intersects S.R. 0056 at approximately a 45-degree angle will either be relocated west to form a ''T'' intersection, or be cul-de-saced, or be otherwise improved as determined during the Preliminary Design phase. The next intersection is where T-541 intersects S.R. 0056. An existing single span structure on T-541 located less than 50 feet from the intersection will be replaced as part of this project. The hillside just west of this intersection will be cut back to provide required sight distance. The eastern most intersection is where S.R. 4015 and T-518 intersect S.R. 0056. These improvements also include roadway widening and rehabilitation, widening of shoulders, guide rail updates, drainage improvements, and improvements to the immediate approaches of intersecting roadways (width, radii and gradient). The Final Design of this project will be based upon approved Preliminary Design submissions.

   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 of the design team. The team must demonstrate an ability to collect and analyze data, make decisions to develop quality plans in a timely manner, and to meet accelerated schedules. Firms must demonstrate familiarity with the project and how the project relates to the firms' experience. Firms must demonstrate a capacity for innovative engineering to resolve complex problems.

   b.   Past experience of firm in Pennsylvania, (with emphasis on District 9-0 projects), with respect to cost control, work quality and meeting schedules. The specific experience and project management skills of the individuals who constitute the firm will be considered.

   c.  Understanding the Department's requirements, Design Manuals, policies and procedures. The firm selected must be capable of providing adequate leadership and human resources to effectively complete this project. The firm must demonstrate their ability to communicate ideas and/or practices across units, subconsultants and the general public.

   d.  Number and title of personnel assigned to this project and their work location. Current and projected workload on PennDOT and Pennsylvania Turnpike projects will be considered. List current PennDOT projects and PennDOT contact person including their telephone number.

   e.  The specific experience and project management skills of the individuals who constitute the subconsultant selected by the prime will be considered.

   f.  Firm must describe their methods of controlling the quality of project submissions by outlining a project specific Quality Assurance/Quality Control (QA/QC) plan.

   g.  Location of firm with respect to District 9's office as it relates to their ability to provide quick response time to the District's requests.

   The firm selected may be required to provide a variety of engineering services as indicated below, but not limited to:

   1.  Adjustments to concepts provided during the Preliminary Design Submission.

   2.  Preparation of right of way plans, other plans as required, final roadway and structure plans, including, but not limited to: roadway and structure borings; final design; and preparation of plans, specifications, and estimates.

   3.  Consultation during construction.

   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).

   This project reference assignment is considered non-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. Earl L. Neiderhiser, P.E., District Engineer
      Engineering District 9-0
      1620 North Juniata St.
      Hollidaysburg, PA 16648
            Attn.: Terry L. Bouch

   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 Terry L. Bouch, District 9-0, phone number (814) 696-7171, fax number (814) 696-7173.

[Continued on next Web Page]



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.