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. 00-145b

[30 Pa.B. 449]

[Continued from previous Web Page]

Statewide

Project Reference No. 08430AG2492

   The Department will retain an engineering firm for an Open-End Contract to assist in the performing of Highway Safety Audits throughout the state. The Contract will be for a period of three (3) years and a maximum of $3 million with projects assigned on an as-needed basis.

   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 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 experience, particularly in the area of performing Highway Safety Audits, and technical competence.

   b.  Available staffing for this assignment, and the specific experience and competence of the project manager and other individuals in the areas of Highway Safety Audits and Highway Safety Engineering/Risk Management.

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

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

   e.  Locations of consultant office(s) with respect to PennDOT's Engineering District offices and the Bureau of Highway Safety and Traffic Engineering. Proximity to potential work sites will be considered under this factor. Assume the performance of an average of two (2) field audits in each District for each year of this Contract's duration.

   The required services will encompass various interdisciplinary tasks, which require traffic engineering expertise as well as human behavior skills. The anticipated types of work may include but are not limited to the following:

   1.  Conduct Road Safety Audits of Department roadway construction project in accordance with PennDOT's Road Safety Audit Process (S.O.L. 470-99-39, June 7, 1999). The selected firm will perform from one (1) to five (5) safety field audits per transportation project to consider multi-modal safety concerns and take a praoactive approach to incorporating safety into the design process.

   2.  Participate in District Safety Audit teams.

   3.  Provide technical and other expertise in the areas of Highway Safety, Traffic Engineering, Risk Management, Accident Analysis, Highway Design, Highway Construction, Maintenance, and Human Factors.

   4.  Review all available background information to gain an understanding of the projects' plans, scope, purpose, history and constraints.

   5.  Use Department's detailed checklists to conduct field views at specific stages throughout the project development. The purpose of the checklist is to stimulate thought and ensure that all safety concerns are considered; consensus building will occur to reach conclusions and recommendations.

   6.  Develop formal reports of audit findings. The reports shall be clear and concise. The reports shall contain the safety concerns that surfaced from the audit. The reports shall be delivered in a timely manner. Untimely reporting will not be tolerated. The report will be deemed a Safety Study Report and as such will be confidential in accordance with PA Consolidated Statues Title 75--Vehicles (Vehicle Code) Section 3754 and 23 U.S.C. Section 409.

   7.  Conduct a completion meeting with the Engineering District to resolve concerns and discuss details not included in the report.

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

   In the letter of interest include the following information:

   1.  Number and location of all office locations from which you will perform this work.

   2.  Indicate which of these offices are staffed with personnel who will be assigned to field audit review.

   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. Thomas E. Bryer, P.E., Director
Bureau of Highway Safety and Traffic Engineering
555 Walnut Street, Forum Place--7th Floor
Harrisburg, PA 17105-2047
Attention: Ms. Eileen Pauletta, 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.

   Any technical questions concerning the requirements for this project should be directed to: Ms. Eileen M. Pauletta, P.E., Bureau of Highway Safety and Traffic Engineering, at (717) 787-6853.

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

Project Reference No. 08430AG2493

   The Department will retain an engineering firm for an Open-End Contract for design management 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 $1.25 million.

   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 acceptable letters of interest. 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 experience and technical competence of the firm with emphasis on the firm's ability to manage projects of a diverse and complex nature. The firm's experience in project management, environmental and inter-agency coordination as well as public involvement.

   b.  Potential for conflict between projects to be managed under this Open-End Contract, particularly local bridge projects, and design contracts held by proposed project team member with District 8-0 or municipalities/counties within District 8-0. Special consideration will be given to firms that traditionally have little or no design work within District 8-0.

   c.  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 who constitute the firms shall be considered.

   d.  Available staffing for this assignment. The selected firm could be assigned up to twenty (20) concurrent work orders of a similar or diverse nature. Prompt turn-around time is expected.

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

   The Department will also strongly consider firms with management experience that do not normally work for District 8-0 or municipalities within the District.

   The selected firm shall not be permitted to work on any assignment for which it has a conflict of interest.

   The possibility exists that several different types of projects requiring management services may be assigned with short completion schedules and may encompass a wide range of environmental studies and/or final design projects. The anticipated types of projects may include, but are not limited to, bridge replacement or bridge rehabilitations with approach work, enhancements, roadway betterments (3R Type), I-4R projects, SAMI studies, SAMI final design, Capital Improvement Projects (bridges or roadways), and minor location studies. It is anticipated that the initial project assignment will be to manage the District's local bridge bill program.

   As part of the design process, the engineering firm may be required to perform any or all of the following duties:

   Provide project development management; organize public participation programs; provide environmental process management; attend field views and prepare minutes; coordinate with municipalities, government agencies, etc.; assist in the development of scoping packages for Department projects; resolve project scheduling issues with various Department and other personnel; maintain project files for all assigned projects, and provide other management services as required.

   The format and content of all document, plans, and specifications will be consistent with applicable State and Federal regulations and guidelines. This is the general work effort involved. A more specific and project related scope of work will be outlined for each individual work order developed under the Open-End Contract.

   Project schedules will be maintained by the Department using Welcom ''Open Plan'' software. Consultant schedule software must be compatible.

   Consultants will not be able to provide design services for any project that they provide management services for 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
Attention: Mr. John Bachman
Letter of Interest Enclosed

   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. John Bachman, District 8-0, at (717) 783-4519.

(Rev. 10/99)

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. 00-145. Filed for public inspection January 21, 2000, 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.