145 Retention of engineering firms  

  • DEPARTMENT OF TRANSPORTATION

    Retention of Engineering Firms

    [30 Pa.B. 449]

    Mercer County

    Project Reference No. 08430AG2481

       The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately ten (10) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S. R. 0080, Section A04, Mercer County, I-80 Interstate Restoration. This project involves rubblizing and bituminous overlay of the existing reinforced concrete pavement, rehabilitation/reconstruction of eight (8) structures, drainage, guiderail, signs and pavement markings.

       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, asphalt paving, and drainage.

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

       c.  Past Performance.

       d.  Number of available inspectors in each payroll classification.

       e.  Number of NICET certified 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)
    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 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:

    1 Nuclear Densometer Gauge/License
    1 Vehicle for the Transportation of Nuclear Gauge
    2 Cellular Phones
    1 Level, Rod, Tape, etc.

       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 2
    TCIS 3
    TCI 8

       No resumes are required for the TA Classification.

       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. John L. Baker, P.E., District Engineer
    Engineering District 1-0
    P. O. Box 398, 255 Elm Street
    Oil City, PA 16301-0398

       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. Terry J. Nye, P.E., District 1-0, at (814) 678-7120.

    Erie County

    Project Reference No. 08430AG2482

       The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately ten (10) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S. R. 0079, Section A01, Erie County, I-79 Interstate Restoration. This project involves rubblizing and bituminous overlay of the existing reinforced concrete pavement, the reconstruction of four (4) structures, drainage, guiderail, lighting, automatic traffic recorder (ATR) structures, signs and pavement markings.

       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, asphalt paving, and drainage.

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

       c.  Past Performance.

       d.  Number of available inspectors in each payroll classification.

       e.  Number of NICET certified 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)
    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)

       * At least one (1) TCI to be a Nuclear Gage Operator

       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:

    1 Nuclear Densometer Gauge/License
    1 Vehicle for the Transportation of Nuclear Gauge
    2 Cellular Phones
    1 Level, Rod, Tape, etc.

       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 2
    TCIS 3
    TCI 8

       No resumes are required for the TA Classification.

       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. John L. Baker, P.E., District Engineer
    Engineering District 1-0
    P. O. Box 398, 255 Elm Street
    Oil City, PA 16301-0398

       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. Terry J. Nye, P.E., District 1-0, at (814) 678-7120.

    Lancaster County

    Project Reference No. 08430AG2483

       The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately forty-two (42) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

       1.  S. R. 0030, Section 010, Lancaster County Local Name: U. S. 30 (West) This project involves reconstruction and widening of existing roadway and structures to 72 feet from Rohrerstown Road to Manheim Pike in East Hempfield/Manheim Townships and Lancaster City.

       It is anticipated that the services will be required from March 2000 to October 2001 in the following classifications: 1-TCM-1, 3-TCIS, 1-TCI-M, 10-TCI and 3-TA.

       2.  S. R. 0030, Section 011, Lancaster County Local Name: U. S. 30 (East) This project involves reconstruction and widening of existing roadway and structures to 72 feet from U. S. 0222 to PA 462 in Manheim/East Lampeter Townships and Lancaster City.

       It is anticipated that the services will be required from July 2000 to January 2002 in the following classifications: 1-TCM-1, 4-TCIS, 1-TCI-M, 14-TCI, 4-TA.

       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, asphalt paving, drainage, construction documentation procedures, CDS operations and structures inspection.

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

       c.  Number of NECEPT certified inspectors, with the exception of TCM-1 and TA personnel, as indicated below:

       First Year of the Contract 50%
    Second Year of the Contract 75%
    Third Year to end of the Contract 100%

       d.  Number of available inspectors in each payroll classification.

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

       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 (2)
    Transportation Construction Ins. Super. (TCIS)
    (NICET Highway Construction Level 3 or equivalent)
    7 (7)
    Transportation Construction Inspector - Materials (TCI-Materials)
    (NICET Highway Materials Level 2 or equivalent)
    2 (2)
    Transportation Construction Inspector (TCI)
    (NICET Highway Construction Level 2 or equivalent)
    24 (19)
    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-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; proficiency with Department documentation procedures as well as CDS operations 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:

      2 Nuclear Densometer Gauges/License
    12 Cellular Phones
      3 Cameras ( 1 digital and 2 Standard 35mm w/flash

       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 3
    TCIS 9
    TCI-M 3
    TCI 29

       No resumes are required for the TA Classification.

       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: Construction 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. Richard K. Waddell, District 8-0, at (717) 787-5054.

    Dauphin County

    Project Reference No. 08430AG2484

       The Department will retain an engineering firm to provide environmental studies, preliminary engineering, final design, including preparation of bridge and roadway plans, specifications and estimates, construction consultation and viewers plans for:

       1.  S. R. 1004, Section 004, Segment 0030, Offset 0997 (L. R. 22073, Sta. 141+17) over Armstrong Creek, Jackson Township, Dauphin County. Work will involve replacement of an existing single span structure and roadway approach work. Within the project limits is one property over 50 years old that is potentially eligible for the National Register, therefore, the project may require a Section 4(f) evaluation.

       2.  S. R. 1021, Section 003, Segment 0060, Offset 000 (L. R. 22064, Sta. 87+62) over Wiconisco Creek, Washington Township, Dauphin County. Work will involve replacement of an existing two (2) span structure and roadway approach work. Within the project limits is one property over 50 years old that is potentially eligible for the National Register, therefore, the project may require a Section 4(f) evaluation.

       The required services will include preparation of intent to enter notices; field surveys; plotting of topography; cultural resources; Categorical Exclusion Evaluation; wetlands; preliminary area reconnaissance; utility investigation; safety review meeting; hydrologic and hydraulic report; type, size and location submission; agency coordination; Step 9 submission; preparation of a joint permit application; development of a soils and foundation engineering report; erosion and sediment control plan and narrative; field view; right-of-way plans; utility engineering; structure plans; value engineering; maintenance and protection of traffic plan and narrative; preparation of construction plans, specifications and estimates; construction consultation; shop drawing review; project management; viewers plans; and any other work and services required to complete preliminary engineering, final design and services during construction for these projects.

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

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

       *  A project specific Quality Development plan will be developed.

       The Department is seeking a multi-disciplined team with environmental, geotechnical, highway design and structure design experience.

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

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

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

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

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

       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
    Attention: Mr. Michael Lapano

       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. Michael Lapano, District 8-0, at (717) 787-7482.

    Dauphin County

    Project Reference No. 08430AG2485

       The Department will retain an engineering firm to provide environmental studies, preliminary engineering, final design, including preparation of bridge and roadway plans, specifications and estimates, construction consultation and viewers plans for:

       1.  S. R. 4008, Section 012, Segment 0010, Offset 1229 (L. R. 22038, Sta. 0+00) over Little Wiconisco Creek in Upper Paxton Township, Dauphin County. Work will involve replacement of an existing single span structure and roadway approach work. Within the project limits is one property over 50 years old that is potentially eligible for the National Register, therefore, the project may require a Section 4(f) evaluation.

       The required services will include preparation of intent to enter notices; field surveys; plotting of topography; cultural resources; Categorical Exclusion Evaluation; wetlands; preliminary area reconnaissance; utility investigation; safety review meeting; hydrologic and hydraulic report; type, size and location submission; agency coordination; Step 9 submission; preparation of a joint permit application; development of a soils and foundation engineering report; erosion and sediment control plan and narrative; field view; right-of-way plans; utility engineering; structure plans; value engineering; maintenance and protection of traffic plan and narrative; preparation of construction plans, specifications and estimates; construction consultation; shop drawing review; project management; viewers plans; and any other work and services required to complete preliminary engineering, final design and services during construction for these projects.

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

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

       *  A project specific Quality Development plan will be developed.

       The Department is seeking a multi-disciplined team with environmental, geotechnical, highway design and structure design experience.

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

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

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

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

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

       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
    Attention: Mr. Michael Lapano

       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. Michael Lapano, District 8-0, at (717) 787-7482.

    Dauphin County

    Project Reference No. 08430AG2486

       The Department will retain an engineering firm to provide environmental studies, preliminary engineering, final design, including preparation of bridge and roadway plans, specifications and estimates, construction consultation and viewers plans for:

       1.  S. R. 2010, Section 003, Segment 0030, Offset 0000 (L. R. 22008, Sta. 330+17) over Beaver Creek, in Lower Paxton and South Hanover Townships, Dauphin County. Work will involve replacement of an existing two (2) span structure and roadway approach work.

       The required services will include preparation of intent to enter notices; field surveys; plotting of topography; cultural resources; Categorical Exclusion Evaluation; wetlands; preliminary area reconnaissance; utility investigation; safety review meeting; hydrologic and hydraulic report; type, size and location submission; agency coordination; Step 9 submission; preparation of a joint permit application; development of a soils and foundation engineering report; erosion and sediment control plan and narrative; field view; right-of-way plans; utility engineering; structure plans; value engineering; maintenance and protection of traffic plan and narrative; preparation of construction plans, specifications and estimates; construction consultation; shop drawing review; project management; viewers plans; and any other work and services required to complete preliminary engineering, final design and services during construction for these projects.

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

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

       *  A project specific Quality Development plan will be developed.

       The Department is seeking a multi-disciplined team with environmental, geotechnical, highway design and structure design experience.

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

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

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

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

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

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

       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. Michael Lapano, District 8-0, at (717) 787-7482.

    [Continued on next Web Page]


    [Continued from previous Web Page]

    Franklin, York, Dauphin and Lancaster Counties

    Project Reference No. 08430AG2487

       The Department will retain an engineering firm to provide construction management support/inspection services and supplementary construction inspection staff of approximately forty-seven (47) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

       1.  S. R. 0300, Section 005, Dauphin County Local Name: PA-283 This project involves reconstruction and bridge rehabilitation with acceleration and deceleration lanes from PA 341 to the Lancaster County line. It is anticipated that the services will be required from September 2000 to November 2001 in the following classifications, 1-TCM-1, 2-TCIS, 2-TCI, 2-TA.

       2.  S. R. 0081, Section 001, Franklin County Local Name: Interstate 81 This project involves construction of new Exit 7 interchange. It is anticipated that the services will be required from January 2001 to December 2001 in the following classification, 1-TCM-1*, 1-TCIS, 3-TCI, 1-TA. (*one (1) TCM-1 will be utilized to mange this project as well as S. R. 0997, Section 009 and S. R. 0030, Section 016).

       3.  S. R. 0030, Section A01, York County Local Name: U. S. 30, York Bypass This project involves reconstruction, widen to 74 feet from PA 116 to PA 462. It is anticipated that the services will be required from June 2000 to November 2001 in the following classifications, 1-TCM-1, 1-TCIS, 4-TCI, 2-TA.

       4.  S. R. 0081, Section 015, Franklin County Local Name: Interstate 81 This project involves reconstruction and bridge rehabilitation with acceleration and deceleration lanes from north of Scotland to the Cumberland County line. It is anticipated that the services will be required from July 2000 to August 2001 in the following classifications, 1-TCM-1, 2-TCIS, 1-TCI-M, 5-TCI, 2-TA.

       5.  S. R. 0997, Section 009, Franklin County Local Name: PA 997, Bridge Interchange This project involves bridge rehabilitation and widen for left turn lane. It is anticipated that the services will be required from October 2001 to November 2002 in the following classifications, 1-TCM-1*, 1-TCIS, 1-TCI-M, 1-TCI, 1-TA. (*See S. R. 0081, Section 001)

       6.  S. R. 0072, Section 006, Lancaster County Local Name: PA 72, City of Lancaster This project involves bridge replacement, Fruitville Pike Bridge over Amtrack railroad. It is anticipated that the services will be required from July 200 to October 2001 in the following classifications, 1-TCM-1, 2-TCI, 1-TA.

       7.  S. R. 0030, Section 016, Franklin County Local Name: U. S. 30 This project involves reconstruction, widen to 60 feet, provide 5 lanes from Walker Avenue to old U. S. 30. It is anticipated that the services will be required from August 2001 to September 2003 in the following classifications, 1-TCM-1,* 1-TCIS, 1-TCI-M, 3-TCI, 2-TA. (*See S. R. 0081, Section 001)

       The Construction Management Support/Inspection Services Team (CMSI) will be required to provide the following services:

       *  Implement a project control system to document, monitor, evaluate and resolve field construction problems.

       *  Develop, monitor and maintain a master CPM schedule.

       *  Monitor and maintain the contractors' CPM schedule.

       *  Prepare and distribute construction summary reports.

       *  Establish and maintain a system of document control.

       *  Conduct regular progress meetings.

       *  Attend scheduled pre-bid and pre-construction meetings.

       *  Review cost estimates.

       *  Draft and prepare correspondence for PennDOT signature.

       *  Evaluate change orders and provide claim avoidance evaluations.

       *  Coordinate and participate in community relations.

       *  Establish and coordinate necessary interaction among the project's designers, contractors, traveling public, communities, public and private agencies, utility companies, local government and PennDOT.

       *  Take pre-construction and progressional project photographs and videos.

       *  Monitor environmental issues.

       *  Provide structural and roadway services.

       *  Coordinate and resolve all traffic issues in conjunction with PennDOT personnel.

       *  Implement a reporting system to record and comment on field work and schedule of the CMSI team.

       *  Provide specialized services in the following areas:

       A.  Archaeological monitoring during construction.

       B.  Concrete and steel evaluation and testing.

       C.  Public information and graphs.

       D.  Paint/Coatings testing and evaluation.

       E.  Soils engineering, sampling and testing.

       F.  Hazardous materials monitoring and testing.

       *  Assist in development, data input and approval process of work orders.

       *  Complete auditing of project records in accordance with Department regulations.

       *  Provide development and maintenance of Web Page(s) for each project to display information, including graphs.

       *  Provide sufficient personnel to provide construction inspection responsibilities under the Department's Inspector-In-Charge. The construction inspection responsibilities may be performed by the consultant's in-house personnel, joint venture or the use of subconsultant(s).

       Resumes will be required for the following personnel:

       *  Project Manager (1)

       *  Assistant Project Manager (1)

       *  Construction Engineers (3)

       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 resumes for the following individuals with emphasis on experience in all phases of construction management support services (number of individuals):

       *  Project Manger P.E. required (1)

       *  Assistant Project Manger (1)

       *  Construction Engineers (3)

       *  Overall experience

       *  Length of time in the performance of CM support service responsibilities

       *  Signed commitment of availability for project assignment

       *  Length of service with the consulting firm

       *  Educational background

       b.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete, asphalt paving, drainage, construction documentation procedures, and ''CDS'' operations and structure inspection.

       c.  Number of NECEPT certified inspectors, with the exception of TCM-1 and TA personnel, as indicated below:

    First Year of Contract 50%
    Second Year of Contract 75%
    Third Year of Contract 100%

       d.  Number of available inspectors in each payroll classification.

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

       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)
    4 (4)
    Transportation Construction Ins. Super. (TCIS)
    (NICET Highway Construction Level 3 or equivalent)
    9 (9)
    Transportation Construction Inspector--Materials (TCI-Materials)
    (NICET Highway Materials Level 2 or equivalent)
    3 (3)
    Transportation Construction Inspector (TCI)
    (NICET Highway Construction Level 2 or equivalent)
    20 (16)
    Technical Assistant (TA)
    (NICET Highway Construction Level 1 or equivalent)
    11 (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-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 pre-construction conferences with the Department and the construction contractors for these projects. 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 contractors; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; proficiency with Department documentation procedures as well as CDS operations; 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:

      6 Nuclear Densometer Gauges/License at point of need
      2 Paint Test Kits
    20 Cellular Phones
      8 Camera (1 digital and 7 Std. 35mm)
    20 Pagers

       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 5
    TCIS 11
    TCI-M 4
    TCI 24

       No resumes are required for the TA Classification.

       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: Construction 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. Richard K. Waddell, District 8-0, at (717) 787-5054.

    Northampton County

    Project Reference No. 08430AG2488

       The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately six (6) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S. R. 0412, Section 01B, Northampton County, Fourth and Daly Avenue Bridge.

       This project is located in the City of Bethlehem at the Daly Avenue Bridge, and involves the removal of two (2) existing steel truss structures, and construction of a single span composite prestressed concrete spread box beam bridge having a length of 48.98 linear feet, or alternative design, over Philadelphia Bethlehem and New England railroad tracks, and construction of a single span composite prestressed concrete I-beam bridge having a length of 86 linear feet, or alternative design, over Norfolk Southern railroad tracks; also mechanically stabilized wingwalls, or alternative design; construction of approximately 2,550 linear feet of bituminous concrete base course with a bituminous binder course, ID-2, RPS, and bituminous wearing course, ID-2, RPS, SRL-H, variable 34 feet to 67 feet in width; also demolition, miscellaneous drainage improvements, guide rail upgrading, curb and sidewalk, erosion control, traffic signals and signing, impact attenuators, utility relocations, and pavement marking within a length of 3,556.61 linear feet (0.674 mile). The estimated construction cost is $7.525 million.

       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 acceptable letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

       a.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete, asphalt paving, and drainage. The TCM1's listed must have extensive steel and concrete bridge inspection experience. The TCI-M must be NICET Level II Highway Materials Certified and Nuclear Gauge Certified. The CDS operator will be full-time TCI who is PennDOT CDS certified.

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

       c.  Past Performance.

       d.  Ability to provide CDS operator.

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

       f.  Number of available inspectors in each payroll classification.

       g.  Ability to provide CPM scheduling.

       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)
    1 (1)
    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)
    2 (1)
    Technical Assistant (TA)
    (NICET Highway Construction Level 1 or equivalent)
    1 (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-Materials) $37.61
    (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:

    1 Nuclear Densometer Gauge/License (At point of need, when required)
    1 Paint Test Kit
    1 Base Radio Station
    7 Two-Way Radios
    1 Two-Way Radio Repeater Station
    1 Camera (35mm)

       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 reference number must include a letter, signed by the individuals you propose for all TCM-1 and TCIS positions, giving their approval to use their name in your letter of interest for this specific project. The Technical Assistant(s) do not need to be identified in the Letter of Interest.

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

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

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

       The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the tenth (10th) day following the date of this Notice.

       Any technical questions concerning the requirements for this project should be directed to: Mr. Brian H. Graver, District 5-0, at (610) 791-6022 or Mr. Kevin E. Milnes, P.E., District 5-0, at (610) 791-6042.

    Berks County

    Project Reference No. 08430AG2489

       The Department will retain an engineering firm for a multi-phase, specific project agreement, to conduct environmental studies, prepare preliminary engineering plans, perform final design and provide services during construction (shop drawing reviews and consultation during construction) for the proposed improvement of the interchange between S. R. 0183 and S. R. 0222 (formerly S. R. 3055) located in Bern Township, Berks County. This agreement will be administered by Engineering District 5-0. The estimated construction cost is $3.5 million.

       S. R. 0183 in the project area is a two (2) lane, urban, minor arterial highway that extends north and south through north-central Berks County. It currently intersects with S. R. 0222 at a separated grade interchange. S. R. 0222 in the project area is a four (4) lane, divided, urban principal arterial highway that extends northeast and southwest through Berks County. It was formerly known as S. R. 3055. The project limits will extend 500 meters northwest and southeast from the interchange along S. R. 0183 and 1000 meters northeast and southwest from the interchange along S. R. 0222.

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

       a.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 4 and associated documents including: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archaeological surveys, etc.

       b.  Preliminary engineering including, but not limited to: field surveying; hydraulic and hydrologic analysis type, size, and location drawings; Step 9 submission; roadway design; E & S plans; soils and geotechnical reconnaissance; maintenance and protection of traffic; right-of-way investigation; and coordination with utility companies.

       c.  Preparation of final roadway and structure plans, including, but not limited to: roadway and structure borings; final design; and preparation of plans, specifications, and estimates.

       d.  Consultation during construction.

       All engineering services for this project will be performed in accordance with current Department Metric Design Standards.

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

       a.  Specialized expertise and technical competence.

       b.  Project team composition.

       c.  Project team experience.

       d.  Ability to expedite this project and maintain schedule and budget.

       e.  Past performance.

       f.  Location of consultant with respect to the project site and to the District Office.

       The District will announce the firms that have been shortlisted at an open public meeting to be held in Engineering District 5-0, 1713 Lehigh Street, Allentown, PA 18103. All candidates that have submitted an acceptable Letter of Interest will be notified of the date. Specify a contact person in the letter of interest.

       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. Walter E. Bortree, P.E., District Engineer
    Engineering District 5-0
    1713 Lehigh Street
    Allentown, PA 18103
    Attention: Mr. James R. McGee, 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 tenth (10th) day following the date of this Notice.

       Any technical questions concerning the requirements for this project should be directed to: Mr. James R. McGee, P.E., District 5-0, at (610) 791-4158.

    Blair County

    Project Reference No. 08430AG2490

       The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately eight (8) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S. R. 1001, Section 012, Blair County. This project consists of widening approximately two (2) miles of bituminous roadway from two (2) to five (5) lanes on S. R. 1001, Section 012, in Blair County. The project also consists of the construction of curb gutter, signalization upgrades, the widening of one (1) structure, and major amounts of drainage work.

       The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Engineering Agreement based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

       a.  Review of inspectors' resumes with emphasis on construction inspection capabilities. Department and District experience and supervisory experience.

       b.  Specialized experience in asphalt paving, drainage, earthwork, structures, CPM schedule usage, and Construction Documentation System (CDS).

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

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

       e.  Ability to provide one (1) CDS operator or person capable of inputting data into personal computer, and one (1) licensed nuclear operator (TCI-M classification).

       f.  Past Performance.

       The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed employees will be reviewed and approved by the Department.

       A minimum of three (3) individuals submitted as part of your inspection staff must have a NECEPT Bituminous Field Technician Certification.

       It is anticipated that the supplementary construction inspection staff for this assignment will consist of the following number of inspectors who meet the requirements for the following inspection classifications:

    No. of
    ClassificationInspectors
    Transportation Construction Manager 2 (TCM-2) (NICET Highway Construction Level 4 or equivalent) 1 (1)
    Transportation Construction Ins. Super. (TCIS) (NICET Highway Construction Level 3 or equivalent) 1 (1)
    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) 4 (2)
    Technical Assistant (TA) (NICET Highway Construction Level 1 or equivalent) 1 (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-2) $54.35
    (TCIS) $41.75
    (TCI-Materials) $37.61
    (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:

       a.  Two (2) 35mm cameras

       b.  Eight (8) pagers

       c.  Safety Vests--High Visibility for Inspectors

       d.  Two (2) cellular phones

       e.  One (1) Nuclear Densometer Gauge/License and a means to transport this gauge on demand.

       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-2, 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-2 1
    TCIS 2
    TCI-M 2
    TCI 6

       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. Earl L. Neiderhiser, P.E., District Engineer
    Engineering District 9-0
    1620 North Juniata Street
    Hollidaysburg, PA 16648

       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. Philip J. Rampulla, District 9-0, at (814) 696-7135.

    Blair County

    Project Reference No. 08430AG2491

       The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately seven (7) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S. R. 4013, Section 001, Blair County. This project consists of widening a 6,000-foot section of S. R. 4013, Section 001, from the intersection of Chestnut Avenue and Fourth Street, in Altoona, to the intersection of Chestnut Avenue and Fifth Street, in the Juniata section of Altoona, Blair County. Improvements will include widening from two (2) lanes to three (3) or four (4) lanes, adding turning lanes, adding traffic signals, and improving vertical grades.

       The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Engineering Agreement based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

       a.  Review of inspectors' resumes with emphasis on construction inspection capabilities. Department and District experience and supervisory experience.

       b.  Specialized experience in asphalt paving, drainage, earthwork, structures, CPM schedule usage, and Construction Documentation System (CDS).

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

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

       e.  Ability to provide one (1) CDS operator or person capable of inputting data into personal computer, and one (1) licensed nuclear operator (TCI-M classification).

       f.  Past Performance.

       The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed employees will be reviewed and approved by the Department.

       A minimum of three (3) individuals submitted as part of your inspection staff must have a NECEPT Bituminous Field Technician Certification.

       It is anticipated that the supplementary construction inspection staff for this assignment will consist of the following number of inspectors who meet the requirements for the following inspection classifications:

    No. of
    ClassificationInspectors
    Transportation Construction Manager 2 (TCM-2)
    (NICET Highway Construction Level 4 or equivalent)
    1 (1)
    Transportation Construction Ins. Super. (TCIS)
    (NICET Highway Construction Level 3 or equivalent)
    1 (1)
    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)
    3 (2)
    Technical Assistant (TA)
    (NICET Highway Construction Level 1 or equivalent)
    1 (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-2) $54.35
    (TCIS) $41.75
    (TCI-Materials) $37.61
    (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:

       a.  Two (2) 35mm cameras

       b.  Eight (8) pagers

       c.  Safety Vests--High Visibility for Inspectors

       d.  Two (2) cellular phones

       e.  One (1) Nuclear Densometer Gauge/License and a means to transport this gauge on demand.

       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-2, 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-2 1
    TCIS 1
    TCI-M 2
    TCI 6

       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. Earl L. Neiderhiser, P.E., District Engineer
    Engineering District 9-0
    1620 North Juniata Street
    Hollidaysburg, PA 16648

       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. Philip J. Rampulla, District 9-0, at (814) 696-7135.

    [Continued on next Web Page]


    [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.]

Document Information