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. 00-222

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[30 Pa.B. 680]

York County
Project Reference No. 08430AG2494

   The Department will retain an engineering firm to provide preliminary engineering and traffic studies for interchange and secondary road improvements for S. R. 0083, Section 026. The study area is along Interstate 83 and includes the following interchanges:

   *  Exit 6, S. R. 8009, Queen Street
      (S. R. 0074 over I-83)

   *  Exit 7, S. R. 8011, Mount Rose Avenue
      (S. R. 0124 over I-83)

   *  Exit 8, S. R. 8013, Market Street
      (S. R. 0462 under I-83)

   The interchanges are located in the City of York, York, Springettsbury and Spring Garden Townships, York County. The study boundary area will include S. R. 1033 and S. R. 3023 to the west, U.S. 30 to the north, S. R. 0024 to the east and S. R. 0074 to the south. The study area along I-83 is approximately five (5) miles in length and two (2) miles in width. Additionally, the major secondary routes, for example: S. R. 0074, S. R. 0124, S. R. 0462, S. R. 2003, S. R. 2005, S. R. 3023, S. R. 2002, S. R. 1003 will be studied. Special emphasis will be placed on reducing traffic congestion at Exit 7 on S. R. 0124. The intent of the project is to determine the existing traffic situation and define improvements to meet the future transportation needs in this corridor.

   The selected firm will be required to provide a variety of services, which include the following: develop project mapping; traffic data collection; analysis of existing conditions; determine effects of growth; performing origin and destination studies; development of traffic models; preparation of needs analysis report; conduct alternatives analysis; develop and study improvement alternatives; construction cost estimating; recommendation reports; pubic agency coordination; project scoping with stakeholders; forming advisory groups; public meetings; public workshops; newsletters; internet web site; and any other services required to determine the existing traffic situation and define improvements to meet the future transportation needs in this corridor.

   The Department is seeking a firm with expertise in all areas of traffic analysis.

   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.  An ability to provide innovative solutions to complex problems.

   b.  Experience in all traffic related areas and highway cost estimating.

   c.  Specialized experience and technical competence with similar projects.

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

   e.  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, limited to ten (10) resumes, one page each maximum, 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. Doug Murphy

   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. Doug Murphy, District 8-0, at (717) 783-3773.

Allegheny County
Project Reference No. 08430AG2495

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately thirty-four (34) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

   1.  S. R. 0051, Sections A45 and A47, Allegheny County
Local Name:  TR 51/Lebanon Church-Provost (A45)
TR 51/Bansman St. to Mattide St. (A47)
This project involves milling and resurfacing with SUPERPAVE from Lebanon Church Road to Mattide Street in The Borough of Whitehall and the City of Pittsburgh.

   2.  S. R. 0028, Sections A321 and A32, Allegheny County
Local Name:  PA 28/Ravine Street to Blawnox (A31)
PA 28/Blawnox to Powers Run (A32)
This project consists of the resurfacing, restoration and rehabilitation of S. R. 0028 in the Township of O'Hara and the Boroughs of Aspinwall and Sharpsburg. Roadway work includes guiderail updates and correction of known high accident areas. Bridge work includes crack sealing, joint repairs, seismic retrofits, scour countermeasures and painting.

   3.  S. R. 0079, Section A08, Allegheny County
Local Name: I-79/PA 60 to Neville Island
This project includes concrete pavement patching and a bituminous overlay on I-79 from the Route 60 Interchange to the southern abutment of the Neville Island Bridge. The acceleration and deceleration ramps at the Groveton Interchange will be brought up to meet current design criteria. Preventive maintenance will also be performed on four (4) mainline structures. Guiderail, signing and lighting will all be updated at the Groveton Interchange. This project is located in the Townships of Robinson and Kennedy.

   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 and specialized experience in milling, resurfacing, SUPERPAVE, concrete patching, guiderail, structures, painting, signing and lighting, and Maintenance and Protection of Traffic. (Reference for each inspector should be made available upon request).

   b.  Understanding of the 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
ClassificationInspectors
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)
  5 (5)  
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
21 (16)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
  7 (0)  

   The number(s) in parenthesis above indicate the number of inspectors in each Classification that must meet at least one of the following requirements:

   1.  Be certified by the National Institute for Certification in Engineering Technologies (NICET) in the field of Transportation Engineering Technology, subfield of Highway Construction, or subfield of Highway Materials, at the Level required for the Inspection Classification.

   2.  Be registered as a Professional Engineer by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   3.  Be certified as an Engineer-in-Training by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   4.  Hold a Bachelor of Science Degree in Civil Engineering or a Bachelor of Science Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   5.  Hold an Associate Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 2000:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCM-1) $47.65
(TCIS) $41.75
(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 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:

  3 Nuclear Densometer Gauges/License
(at point of need when needed)
  1 Paint Test Kit
21 Two-Way Radios
  9 Cellular Phones
  3 Cameras (2 Digial, 1 Data-Back)

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

ClassificationNo. of Resumes
TCM-1   1
TCIS   6
TCI 25

   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. Raymond S. Hack, P.E., District Engineer
   Engineering District 11-0
   45 Thoms Run Road
   Bridgeville, PA 15017
      Attention: Design Development Unit

   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 A. Krul, District 11-0, at (412) 429-3801.

Allegheny, Beaver and Lawrence Counties
Project Reference No. 08430AG2496

   The Department will retain an engineering firm for an Open-End Contract for various geotechnical engineering services, preliminary engineering, environmental studies and/or final design services on various projects located in Engineering District 11-0. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The required services may encompass a wide range of design, review and consultation efforts with the possibility of several different types of projects having short completion schedules. The anticipated types of projects may include, but are not limited to, bridge replacements or bridge rehabilitations with minor approach work, roadway betterments (3R Type), Capital Improvement Projects (bridges or roadways), maintenance type remediation and minor location studies. The maximum amount of the Open-End Contract will be $2.0 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 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.  Understanding of Department's requirements, design manuals, policies and specifications.

   b.  Specialized experience and technical competence of firm. The specific experience of individuals who constitute the firms shall be considered.

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

   d.  Location of consultant in respect to the District. This will include ability/provisions for quick responses to District requests.

   e.  Method of controlling quality of projects and submissions. Consideration will be given to coordination between disciplines, subconsultants, etc.

   The firm may be required to perform, but will not be limited to, the following geotechnical engineering services: review of geotechnical work performed by private engineering firms; perform geotechnical design for major Department designed projects; perform geotechnical investigations under a Health and Safety Plan; develop Health and Safety Plans (HASP) for projects; investigate and prioritize slope movements and other geologic hazards for future programming; install and/or monitor geotechnical instruments; perform geophysical investigations; geotechnical consultation during and after construction; review projects developed by local municipalities; drilling inspection in accordance with D.M. 4/D.M. 1 qualifications and criteria; review of wetland designs from a geological and geotechnical perspective; emergency response to geologic hazards; review and comment on Department procedures and documents; review of right-of-way relinquishments; investigate tunnels and design any necessary remediations; review of requests of mine variances; review of permit requests; prepare man-hour loading analyses; investigate stability of retaining systems; develop specifications; water quality sampling and evaluation; review erosion and sedimentation plans from a geological or geotechnical perspective; develop experimental work plan activities and other research activities; review preliminary area reconnaissances (PAR's), initial site assessments (ISA'S), preliminary site investigations (PSI'S), detailed site investigations (DSI'S) and waste management plans; prepare and review pavement designs; respond to requests from maintenance for various types of investigations; develop and administer subsurface boring sampling and testing contracts; perform stability analyses of slopes and retaining structures; preparation of erosion and sedimentation plans; perform scour analyses and developing remedial solutions; review of contour grading plans; review of storm water management plans; develop remediation schemes for acid mine drainage (AMD) problems; and preparation of geotechnical engineering reports. These services may include, but not be limited to, the following specific items: attend field views and prepare minutes; prepare submissions for field views and safety review meeting; perform related field surveys; plot topography and cross sections.

   Most of the drilling and testing services will be provided by the Department through separate service purchase contracts with other contractors. However, the firm may be required to assist with letting separate non-professional contracts for drilling and soil, rock and water testing. The soil and rock testing must be performed at an AASHTO Materials Reference Laboratory (AMRL) accredited laboratory and the water testing must be performed at a Pennsylvania Department of Environmental Resources certified laboratory. Some tests may be required to be performed under a HASP.

   The primary services to be provided are geotechnically related; however, other services may be required and they may include, but not be limited to, the following items: prepare submissions and materials necessary for the Department to prepare the application to Public Utility Commission (PUC) and the PUC field conference; attend and supply any required information for all PUC meetings and hearings during project design; develop erosion control details and narrative; develop right-of-way plans; prepare type, size and location reports; prepare hydraulic report for waterway approval; prepare bridge drawings; prepare traffic control plans and narrative; investigate utility and property involvement; prepare and disseminate right-of-entry letters; prepare prints and information required for a value engineering review; make the necessary investigations and adjustments to the design as a result of the value engineering review comments; make all necessary contact with railroad officials for any railroad-related costs estimates, permits, insurance, approvals and other required information; alternatives using benefit/cost analysis; document geotechnical study activities and findings; attend coordination and status meetings with District personnel and prepare minutes; and construction plans, specifications including special provisions and estimates.

   The format and content of all documents, plans and specifications will be consistent with applicable State and Federal regulations and guidelines.

   The firm may be required to perform any or all of the following environmental studies: air quality; surface water and groundwater hydrology; terrestrial ecology; wetlands; soils; geology; farmland; hazardous waste; visual quality; socioeconomic; cultural; Section 4(f) and Section 106 documents; and other related studies not identified above. The environmental studies will be conducted in accordance with Department policy and accepted analysis techniques and methodologies.

   The reports and other written graphic material to be prepared may include, but are not limited to, early coordination and scoping correspondence; meeting minutes; public meetings and hearing presentations; handouts and displays; technical basis reports; NEPA environmental documents; Section 106 documents; Section 4(f) evaluations; mitigation plans and reports; and wetland and floodplain findings.

   The firm may also be required to perform any or all of the following in order to ensure a complete investigation has been performed: plans and lists of areas where soil, rock and water will be impacted and demolition will occur during proposed construction activities.

   The 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:

   Mr. Raymond Hack, P.E., District Engineer
   Engineering District 11-0
   45 Thoms Run Road
   Bridgeville, PA 15017
      Attention: Mr. Joel C. Bowman, 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: Mr. William R. Adams, P.E., District 11-0, at (412) 429-4919.

Northumberland and Union Counties
Project Reference No. 08430AG2497

   This advertisement replaces the advertisement for Project Reference No. 08430AG2420 published in the Pennsylvania Bulletin on October 2, 1999. No Engineering firm will be selected from Project Reference No. 08430AG2420.

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately twenty-two (22) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects in 1) Union County; S. R. 0080, Section 055 and 2) Northumberland County; S. R. 0080, Sections 052 and 039; S. R. 0147, Section 62A, and S. R. 0147, Section 062.

   The projects listed above consist of the following activities.

   Projects, in order of letting:

   1.  S. R. 0080, Sections 052 and 039--October 1999 Letting
Construction will take approximately thirty-four (34) months

   Limits:  Eastbound and Westbound Interstate 80--from approximately 1.0 km east of the S. R. 0015 interchange to approximately 1.5 km west of the Limestoneville interchange, covering a length of 2.7 km.

   Eastbound and Westbound Interstate 180 and Northbound and Southbound S. R. 0147 from approximately 2.1 km north of Milton on S. R. 0147 at Muddy Run to approximately 1.3 km west of the S. R. 0180/80 interchange at the McEwensville interchange, covering a length of 2.7 km.

   Roadway construction on Interstate 80 involves widening the two (2) lanes, eastbound and westbound from the western limit to approximately 1.8 km east of the S. R. 0180 interchange to three (3) lanes using gyratory asphalt. From this point to the eastern limit of work, the existing concrete is rubblized, or reconstructed and gyratory mix placed as the pavement course. On S. R. 0147, S. R. 0180, and the interchange ramps, the pavements are repaired as needed, and overlaid with gyratory asphalt.

   Bridge construction involves; widening the substructure and replacing the superstructure for the 10 span structures over the Susquehanna River, replacing the structures over the Conrail Railroad with single span bridges, replacing the structures over S. R. 0180 with three (3) span bridges, and widening the structures over Muddy Run.

   2.  S. R. 0147, Section 62A--Letting December 1999
Construction will take approximately eight (8) months

   Limits:  From approximately 0.7 km north of S. R. 0642 interchange to approximately 1.4 km north of the S. R. 0254 interchange, covering a length of 2.2 km.

   Work involves new construction of three structures along the future northbound alignment of S. R. 0147, along with associated minor roadway and earthwork.

   Structure No. 1 is a single span over Limestone Run.
Structure No. 2 is a single span over S. R. 0254.
Structure No. 3 is a single span over Red Hill Road.

   3.  S. R. 0080, Section 055--Letting January 2000
Construction will take approximately thirty-two (32) months

   Limits:  Eastbound and Westbound Interstate 80--from approximately 1.4 km west of the S. R. 0015 interchange, near Dietrich Hill Road, to approximately 1.2 km east of the S. R. 0015 interchange at the Susquehanna River, covering approximately 2.7 km.

   Northbound and Southbound S. R. 0015--from approximately 1.0 km south of the S. R. 0080 interchange, near the New Columbia interchange, south of Dietrich Hill Road, covering approximately 2.0 km.

   Roadway construction on Interstate 80 involves widening the existing two (2) lanes to three (3) lanes from 1.0 km west of the S. R. 0015 interchange to the eastern limit of work, utilizing gyratory asphalt. On S. R. 0015, the roadway will be completely reconstructed to provide underclear at the Interstate 80 overpass. The ramps at the S. R. 0015/0080 interchange will be patched and overlaid.

   Structure work occurs on I-80, as follows; the structures over Dietrich Hill Road, will be raised, and a new deck placed. The structures over S. R. 0015 and over S. R. 1011 the North Shore Railroad will be widened.

   4.  S. R. 0147, Section 062--Letting June 2000
Construction will take approximately twenty-two (22) months

   Limits:  Northbound and Southbound--from approximately 1.8 km south of the intersection with S. R. 0045 to 2.1 km north of the intersection with S. R. 0254, covering a distance of 10.3 km.

   Roadway construction involves placing earthwork, drainage, and gyratory pavement for the new northbound lanes and ramps at four interchanges. Work also includes overlaying of the existing southbound lanes with gyratory pavement and reconstruction of S. R. 0045 in the immediate vicinity of the S. R. 0045 interchange.

   Structure work includes construction of one new structure over S. R. 0045 northbound, removal of one existing southbound structure approximately 2.4 km south of the S. R. 0642 interchange, and rehabilitation of the existing southbound structure over S. R. 0254.

   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 and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete and asphalt paving, drainage, wetlands, CPM schedule monitoring and computer documentation system.

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

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

   d.  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
ClassificationInspectors
Transportation Construction Manager 1 (TCM-1)
(NICET Highway Construction Level 4 or equivalent)
2 (1)
Transportation Construction Ins. Super. (TCIS)
(NICET Highway Construction Level 3 or equivalent)
7 (5)
Transportation Construction Inspector--
Materials (TCI-Materials) (NICET Highway Materials Level 2 or equivalent)
1 (1)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
9 (6)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
3 (2)

   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.

   A total of eight (8) inspectors assigned to this project must be certified by the Northeast Center of Excellence for Pavement Technology (NECEPT) as a Field Technician. Clearly indicate which inspectors meet this requirement.

   Since a large bridge is included in this project, two (2) TCIS's and two (2) TCI's to be assigned to the bridge must have a climbing ability.

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 2000:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf 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 work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting.

   The firm selected may be required to attend a pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; and perform other duties as may be required.

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

1 Nuclear Densometer Gauge/License*
1 Vehicle for the Transportation of Nuclear Gauge*

* at point of need when needed

   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/or 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:

ClassificationNo. of Resumes
TCM-1   3
TCIS   9
TCI-M   2
TCI 11

   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. Paul E. Heise, P.E., District Engineer
   Engineering District 3-0
   715 Jordan Avenue
   Montoursville, PA 17754

   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 P. Ryan, P.E., District 3-0, at (570) 368-4233.

Lebanon County
Project Reference No. 08430AG2498

   The Department will retain an engineering firm for a multi-phase agreement to provide preliminary studies, environmental studies, preliminary engineering and final design for S. R. 0501, Section 006, a two-lane relocation of S. R. 0501. The project will bypass the village of Schaefferstown, Heidelberg Township, Lebanon County. The project limits are from approximately one-mile north to one-mile south of Schaefferstown on S. R. 0501. The estimated construction cost of the improvements is approximately $6.7 million.

   The selected firm will be required to provide a variety of engineering services including, but not limited to the following: design development; alternate analysis; environmental studies and documentation; interagency permits; roadway design; structure design; grading design; geometric design; signal and signing design; drainage design; utility coordination; right-of-way coordination; surveying; construction cost estimating; construction scheduling; public meeting and agency coordination; geotechnical engineering; plans preparation; proposal preparation; pavement design; traffic analysis; maintenance of traffic design and coordination; and any other services required to complete the preliminary studies, environmental studies, preliminary engineering and final design for S. R. 0501, Section 006.

   The design of this project will be developed using English units.

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

   A project specific Quality Development Plan will be prepared for the project.

   The Department is seeking a large, multi-disciplined firm 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 similar projects.

   b.  An ability to provide innovative solutions to complex technical problems.

   c.  Experience in Environmental Assessment Preparation.

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

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

   f.  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 17103-1699
      Attention: Mr. Doug Murphy

   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. Doug Murphy, District 8-0, at (717) 783-3773.

Request for Consulting Services for an Open-End Contract for Bridge Inspection
Project Reference No. 083430AG2499

   The Department of will retain an engineering firm for an open-end contract to perform statewide periodic NBIS bridge safety inspections for designated bridges and structures on the State System throughout the Commonwealth. The contract will be for a period of sixty (60) months from the date of execution with projects assigned on an as-needed basis. The maximum amount of this open-end contract will be $2,000,000. Method of payment will be Cost Per Unit of Work.

   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 state owned bridges and structures 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.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Engineering 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 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 identified above are the general work activities that can be expected under the contract.

   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 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 three (3) additional resumes. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. R. Scott Christie, P.E.
   Chief Bridge Engineer
   Bureau of Design
   555 Walnut Street, 7th Floor
   Harrisburg, PA 17101-1900

   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.

Bucks and Montgomery Counties
Project Reference No. 08430AG2500

   The Department will retain a Design Management/Engineering firm to provide project management services and preliminary ITS design for S. R. 0202, Section 700 which includes the following three (3) design sections: Section 701, 711, and 721. 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. 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.

   This advertisement replaces the advertisement for Project Reference No. 08430AG2361 published in the Pennsylvania Bulletin on June 5, 1999. No Design Management/Engineering firm will be selected from Project Reference No. 08430AG2361.

   Firms involved in the pre-final and/or final design for S. R. 202, Sections 701, 711, and/or 721 as a prime or sub-consultant are not precluded from submitting or inclusion in a letter of interest for this assignment, but their involvement must exclude them or any sub-consultants to them from review of design deliverables on the design section(s) on which they are involved. The Department will make other arrangements to provide review of design deliverables on specific sections if necessary to avoid a conflict of interest.

   The selected firm will be required to provide engineering management and review services during the design phase of the project and to provide sufficient staff to assist the Department in adequately maintain 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, 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 and final ITS Design Plan for the three (3) sections of Section 700 and PA 309 from Sumneytown Pike to PA 313 including the development of necessary communication system and develop cost estimates.

   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
   700 Geerdes Boulevard
   King of Prussia, PA 19406-1525
      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 Tuesday, February 29, 2000 at 10:00 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.

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. 00-222. Filed for public inspection February 4, 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.