Pennsylvania Code & Bulletin
COMMONWEALTH OF PENNSYLVANIA

• No statutes or acts will be found at this website.

The Pennsylvania Bulletin website includes the following: Rulemakings by State agencies; Proposed Rulemakings by State agencies; State agency notices; the Governor’s Proclamations and Executive Orders; Actions by the General Assembly; and Statewide and local court rules.

PA Bulletin, Doc. No. 99-473

NOTICES

Retention of Engineering Firms

[29 Pa.B. 1562]

Bucks, Chester, Delaware, Montgomery and
Philadelphia Counties
Project Reference No. 08430AG2306

   The Department of Transportation will retain an engineering firm for four (4) separate Open-End Contracts for various engineering services for various projects located in Bucks, Chester, Delaware, Montgomery and Philadelphia Counties in Engineering District 6-0. The Contracts 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 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), and minor alignment studies. The maximum amount of each Open-Each Contract will be $750 thousand.

   The firm may be required to perform any or all of the following engineering services: attend field views and prepare minutes; prepare submissions for field views and safety review meeting; field surveys; plot topography and cross sections; prepare submissions and materials necessary for the Department to prepare the application to Public Utility Commission (PUC) for 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; traffic control plans and narrative; procure core borings, provide the soil and foundation engineering report; 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; collect traffic signal timing and accident data; performed traffic counts and speed delay studies; prepare plans for signal design and implementation of signal interconnections; evaluate alternatives using benefit/cost analysis; document study activities and findings; and prepare construction plans, specifications and estimates.

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

   The Department will establish an order of ranking of a minimum of seven (7) firms for the purpose of negotiating four (4) Open-End Contracts based on the Departments evaluation of the acceptable letters of interest 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 and technical competence of firm.

   b.  Available staffing for this assignment.

   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.  Relative size of firm to size of projects that may be completed under these Contracts.

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

   This project is a non-complex project.

   The letter of interest will be a maximum of three (3) pages, 8 1/2 x 11, one sided, plus an organization chart, up to 11 x 17 size.

   The letter of interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for receipt of a letter of interest at the address below is 4:30 p.m. prevailing time on the twentieth day.

   The letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Andrew Warren, District Administrator, District 6-0, 200 Radnor-Chester Road, St. Davids, PA 19087.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Timothy R. O'Brien, P.E., District 6-0, at (610) 964-6526.

Bucks, Chester, Delaware, Montgomery and
Philadelphia Counties
Project Reference No. 08430AG2307

   The Department of Transportation will retain an engineering firm for two (2) separate Open-End Contracts for various environmental studies for various projects located in Bucks, Chester, Delaware, Montgomery and Philadelphia Counties in Engineering District 6-0. The Contracts 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 efforts with the possibility of several 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), and minor alignment studies. The maximum amount of each Open-Each Contract will be $1.0 million.

   The selected firm will be required to provide environmental services to identify and asses the following: historic and archaeological resources, regional and community growth; land use and development patterns; wildlife habitat; wetlands; floodplains; surface water and groundwater; vegetation; farmlands; geological resources; noise and air quality; parks and recreational; noise and air quality; parks and recreational facilities; emergency service, health, and educational facilities; utility locations; residential and commercial property values; hazardous waste; aquatic resources; national natural landmarks; vibration; aesthetics and visual qualities; and construction impacts.

   The environmental studies will be conducted to prepare an environmental document in accordance with accepted analysis techniques and methodologies.

   The selected firm will be required to perform the following to insure that a complete environmental investigation has been performed: provide all necessary environmental services; material and equipment necessary to collect, analyze and organize data; assess impacts; conduct agency and public involvement activities; and prepare reports and mitigation plans. The reports and other written graphic material to be prepared may include, but are not limited to, early coordination and scoping correspondence; project need; preliminary alternatives analysis; meeting minutes, newsletters; mailing lists; public meetings and hearings; handouts and displays; NEPA environmental documents;

   Section 106 documents; Section 4(f) evaluation; mitigation plans and reports; hazardous waste mitigation plans; PADEP permits, Corps of Engineers 404 permits; formulating and participating in public involvement program; and coordinating the development of the study with various agencies and special interest groups.

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

   The Department will establish an order of ranking of a minimum of five (5) firms for the purpose of negotiating two (2) Open-End Contracts based on the Departments evaluation of the acceptable letters of interest 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 and technical competence of firm.

   b.  Available staffing for this assignment.

   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.  Relative size of firm to size of projects that may be completed under these Contracts.

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

   This project is a non-complex project.

   The letter of interest will be a maximum of three (3) pages, 8 1/2 x 11, one sided, plus an organization chart, up to 11 x 17 size.

   The letter of interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for receipt of a letter of interest at the address below is 4:30 p.m. prevailing time on the twentieth day.

   The letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Andrew Warren, District Administrator, District 6-0, 200 Radnor-Chester Road, St. Davids, PA 19087.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Timothy R. O'Brien, P.E., District 6-0, at (610) 964-6526.

Chester County
Project Reference No. 08430AG2308

   The Department of Transportation will retain an engineering firm for an Open-End Contract to provide supplementary construction inspection staff under the Department's Inspector(s)-in-Charge to perform construction inspection services on various projects in Chester County in Engineering District 6-0. The Contract will include roadway and bridge construction projects. The Contract will be for a period of sixty (60) months, with a maximum cost of $1.0 million.

   It is anticipated that a maximum supplementary construction inspection staff of fifteen (15) inspectors will be required for this assignment.

   This is a non-complex project.

   Letters of interest will be limited to three (3) pages, 8 1/2 x 11, one sided, plus an organizational chart and any additional resumes.

   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.  Any specialized experience in asphalt paving, structures, concrete, drainage, paint inspection and Maintenance and Protection of Traffic.

   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 CPM scheduling, (TCM-1 Classification).

   f.  Ability to provide a ''CDS'' operator or someone capable of inputing data into a personal computer, (TCIS Classification).

   g.  Past Performance

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

   A minimum of four (4) individuals submitted as part of your inspection staff must have a NECEPT 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
Classification Inspectors
Transportation Construction Manager 1
   (TCM-1)
   (NICET Highway Construction Level
   4 or equivalent)
1 (1)     
Transportation Construction Ins. Super.
   (TCIS)
   (NICET Highway Construction Level
   3 or equivalent)
3 (2)     
Transportation Construction Inspector (TCI)
   (NICET Highway Construction Level 2 or
   equivalent)
6 (4)     
Technical Assistant (TA)
   (NICET Highway Construction Level 1 or
   equivalent)
3 (1)     
NACE Intermediate Coating Inspector 1 (0) **
NACE Basic Coating Inspector 1 (0) **

** These two specialized classifications will be used for bridge painting inspection. Under these classifications, the selected firm must provide led abatement training for these employees prior to any job assignment. In addition, the firm must establish, implement and maintain an effective employee medical surveillance in accordance with 29 CFR 1926 throughout the duration of this inspection.

   These two specialized classifications will have the following requirements:

   1.  NACE Intermediate Coating Inspector Training/or equivalent.

   The inspector for the above NACE Intermediate Coating Inspector Training category shall have completed at lease 80% of the required credits for this NACE category or equivalent training; also, shall have a minimum of five (5) years coating inspection experience on heavy industrial or highway projects; also, shall have a minimum of one (1) year experience of coatings inspection on a lead removal project where air monitoring, blood monitoring, containment and disposal of lead debris were performed; also, shall be knowledgeable in OSHA 1926.62 (lead) regulations, applicable OSHA regulations governing proper respirator usage (29 CFR 1910.134) and lead exposure (29 CFR 1910.1025) shall also be capable of ''climbing'' on high bridge members to perform coatings inspection; shall be capable of supervising/training lower level coatings inspectors (both consultant and state) if necessary. He shall also complete EPA accredited training for lead removal (Title X, Sections 402 and 404).

   2.  NACE Basic Coating Inspector Training/or equivalent.

   The inspector for the NACE Basic Coating Inspector shall have completed at least 80% of the required credits for this category or equivalent training also, shall have a minimum of three (3) years coating inspection experience on heavy industrial or highway project; also, shall have a minimum of six (6) months experience on lead removal project; also shall be knowledgeable in OSHA 1926.62 (lead regulations) applicable OSHA regulations governing proper respirator usage (29 CFR 1910.134) and lead exposure (29 CFR 1910.1025); shall also be capable of ''climbing'' on high bridge members to perform coatings inspection; shall also be capable of working with state inspectors; shall also complete EPA accredited training for lead removal (Title X, Sections 402 and 404).

   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 1999:

Payroll Classification Maximum Straight Time
Reimbursement Per Hour
Of Inspection
(TCM-1) $46.27
(TCIS) $40.54
(TCI) $35.47
(TA) $24.39
NACE Intermediate
   Coating Inspector
$59.90
NACE Basic Coating
   Inspector
$52.08

   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:

   a.  Paint Test Kits per project as may be required.

   b.  Two-way Radios per project as may be required.

   c.  Cellular Phone per project as may be required.

   d.  35 MM camera per project.

   e.  Safety vests--high visability for inspectors.

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

Classification No. of Resumes
TCM-1 2
TCIS 4
TCI 7
NACE Intermediate 2
NACE Basic 2

No resumes are required for the TA Classification.

   This project is a non-complex project.

   The letter of interest will be a maximum of three (3) pages, 8 1/2 x 11, one sided, plus an organizational chart, up to 11 x 17 size.

   The letter of interest and required information for this project must be received within twenty (20) calendar days of this Notice.

   The Deadline for the receipt of the letter of interest at the address below is 4:30 p.m. prevailing time on the twentieth day.

   The letter of interest and required forms, (see general requirements and information section shall be sent to: Mr. Andrew Warren, District Administrator, District 6-0, 200 Radnor-Chester Road, St. Davids, PA 19087.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Russell Swallow, District 6-0, at (610) 964-6686.

Bradford, Tioga, Lycoming, Sullivan, Columbia,
Montour, Northumberland, Snyder and Union Counties
Project Reference No. 08430AG2309

   The Department of Transportation will retain two (2) engineering firms for two (2) separate Open-End Contracts to perform various engineering and/or environmental services on various projects located in Engineering District 3-0, that is Bradford, Tioga, Lycoming, Sullivan, Columbia, Montour, Northumberland, Snyder & Union Counties. Each Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of each Open-End Contract will be $500 thousand.

   The Department will establish an order of ranking of a minimum of five (5) firms for the purpose of negotiating two (2) Open-End Contracts 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.  Past performance of firm with respect to quality of work, administrative and cost controls, ability to meet schedules, and previous experience on Open-End Contracts. The specific experience of individuals who constitute the firm shall be considered.

   b.  Available staffing for anticipated assignments.

   c.  Specialized experience and technical competence of firm.

   d.  Location of consultant in relation to the District.

   e.  Resumes of key personnel.

   f.  Relative size of firm to size of projects that may be completed under these Contracts.

   g.  Capability for fast response time.

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

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

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

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

   This project is a non-complex project.

   The letter of interest will be a maximum of three (3) pages, 8 1/2 x 11, one sided, plus an organizational chart, up to 11 x 17 size.

   The letter of interest and required information for this project must be received within six (6) calendar days of this Notice.

   The Deadline for receipt of a letter of interest at the above address is 4:30 p.m. prevailing time on the sixth day.

   The letter of interest and required forms (see ''General Requirements and Information'' section) shall be sent to: Mr. Paul E. Heise, P.E., District Engineer, District 3-0, 715 Jordan venue, Montoursville, PA 17754.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Gary Williams, P.E., District 3-0, at (717) 368-4391.

Bradford, Tioga, Lycoming, Sullivan, Columbia,
Montour, Northumberland, Snyder and Union Counties
Project Reference No. 08430AG2310

   The Department of Transportation will retain an engineering firm for one (1) Open-End Contracts to perform various environmental and/or engineering services on various projects located in Engineering District 3-0, that is Bradford, Tioga, Lycoming, Sullivan, Columbia, Montour, Northumberland, Snyder & Union Counties. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of this Open-End Contract will be $1.0 million.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating one (1) 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.  Past performance of firm with respect to quality of work, administrative and cost controls, ability to meet schedules, and previous experience on Open-End Contracts. The specific experience of individuals who constitute the firm shall be considered.

   b.  Available staffing for anticipated assignments.

   c.  Specialized experience and technical competence of firm.

   d.  Location of consultant in relation to the District.

   e.  Resumes of key personnel.

   f.  Relative size of firm to size of projects that may be completed under these Contracts.

   g.  Capability for fast response time.

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

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

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

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

   This project is a non-complex project.

   The letter of interest will be a maximum of three (3) pages, 8 1/2 x 11, one sided, plus an organizational chart, up to 11 x 17 size.

   The letter of interest and required information for this project must be received within six (6) calendar days of this Notice.

   The Deadline for receipt of a letter of interest at the above address is 4:30 p.m. prevailing time on the sixth day.

   The letter of interest and required forms (see ''General Requirements and Information'' section) shall be sent to: Mr. Paul E. Heise, P.E., District Engineer, District 3-0, 715 Jordan venue, Montoursville, PA 17754.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Christopher D. King, District 3-0, at (570) 368-4255.

Allegheny County
Project Reference No. 08430AG2311

   The Department of Transportation 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 the following projects:

   1.  S. R. 0088, Sections 40M and 042, Allegheny County Local Name: Library Road and Bridge This project involves bridge replacement and roadway reconstruction including drainage, walls, signalization, channelization and guiderail.

   2.  S. R. 2057, Section A02, Allegheny County Local Name: Mosside Blvd. At Old William Penn This project involves widening and reconstruction for additional turning lanes, concrete curb/gutter, superelevation correction, shoulders, drainage improvements, driveway adjustments, signalization and pavement markings. Also included is the relocation of School Drive and Haymaker Road.

   These projects have been determined to be non-complex. The letter of interest shall be limited to three (3) pages, 8 1/2 x 11, one sided; plus an organizational chart; and resumes indicated below.

   The letter of interest must be received by the District Office by 4:30 p.m. prevailing time on the sixth (6th) calendar day after this announcement.

   The Deadline for receipt of a letter of interest at the above address is 4:30 p.m. prevailing time on the sixth day.

   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 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
Classification Inspectors
Transportation Construction Ins. Super.
   (TCIS)
   (NICET Highway Construction Level
   3 or equivalent)
2 (2)
Transportation Construction Inspector (TCI)
   (NICET Highway Construction Level 2 or
   equivalent)
3 (2)
Technical Assistant (TA)
   (NICET Highway Construction Level 1 or
   equivalent)
2 (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 1999:

Payroll Classification Maximum Straight Time
Reimbursement Per Hour
Of Inspection
(TCIS) $40.54
(TCI) $35.47
(TA) $24.39

   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; one (1) inspector certified in computer documentation 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 Paint Test Kit
1 Vehicle for the Transportation of Nuclear Gauge *
5 Two-Way Radios

* 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 TCIS positions, giving their approval to use their name in your letter of interest for this specific project.

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

Classification No. of Resumes
TCIS 3
TCI 4

No resumes are required for the TA Classification.

   The letter of interest and required forms, (see general requirements and information section shall be sent to: Mr. Raymond S. Hack, P.E., District Engineer, District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Bob Collins, P.E., District 11-0, at (412) 429-4928.

Beaver County
Project Reference No. 08430AG2312

   The Department of Transportation 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 the following projects:

   1.  S. R. 0030, Section B05, Beaver County Local Name: Lincoln Highway Bridge over Little Traverse Creek This project involves the replacement of existing structure, widening and resurfacing of existing roadway, drainage, guiderail, and temporary traffic signals to maintain traffic during construction.

   2.  S. R. 0018, Section B19, Beaver County Local Name: S. R. 0018 Monaca Resurface This project involves reconstruction of concrete pavement in Monca Borough Resurfacing concrete pavement patching, guiderail/traffic signal upgrades.

   3.  S. R. 0068, Section B03, Beaver County Local Name: T. R. 68/Wolf Barclay This project involves widening and resurfacing, realignment and reconstruction, concrete arch extension, bridge replacement with 10' x 22' R. C. Box Culvert, temporary signals, drainage, guiderail, resurfacing with gyratory volometric paving.

   These projects have been determined to be non-complex. The letter of interest shall be limited to three (3) pages, 8 1/2 x 11, one sided; plus an organizational chart; and resumes indicated below.

   The letter of interest and required information for this project must be received within six (6) calendar days of this Notice.

   The letter of interest must be received by the District Office by 4:30 p.m. prevailing time on the sixth (6th) calendar day after this announcement.

   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 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
Classification Inspectors
Transportation Construction Ins. Super.
   (TCIS)
   (NICET Highway Construction Level
   3 or equivalent)
3 (3)
Transportation Construction Inspector (TCI)
   (NICET Highway Construction Level 2 or
   equivalent)
5 (4)
Technical Assistant (TA)
   (NICET Highway Construction Level 1 or
   equivalent)
2 (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 1999:

Payroll Classification Maximum Straight Time
Reimbursement Per Hour
Of Inspection
(TCIS) $40.54
(TCI) $35.47
(TA) $24.39

   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; three (3) inspectors certified in computer documentation 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 *
  2 Vehicles for the Transportation of Nuclear Gauges *
10 Two-Way Radios

* 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 TCIS positions, giving their approval to use their name in your letter of interest for this specific project.

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

Classification No. of Resumes
TCIS 4
TCI 6

No resumes are required for the TA Classification.

   The letter of interest and required forms, (see general requirements and information section shall be sent to: Mr. Raymond S. Hack, P.E., District Engineer, District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Bob Collins, P.E., District 11-0, at (412) 429-4928.

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 requests 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.

   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.

   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 maximum 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, WEBs or combinations thereof).

   Proposing DBE firms must be certified at the time of submission of the Letter of Interest. If the selected firm fails to meet the established DBE participation goal, it shall be required to demonstrate its good faith efforts to attain the goal.

   Responses are encouraged by small firms, Disadvantaged Business Enterprise (DBE) firms, and other firms who have not previously performed work for the Department of Transportation.

   The assignment of the agreement/contract for the above advertisement(s) will be made to one of the firms who submitted an acceptable Letter of Interest in response to the project advertisement. The assignment will be made based on the Department's evaluation of the firm's qualification and capabilities. The Department reserves the right to reject all letters submitted, to cancel the solicitations requested under this Notice, and/or to readvertise solicitation for the work and services.

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 99-473. Filed for public inspection March 19, 1999, 9:00 a.m.]



No part of the information on this site may be reproduced for profit or sold for profit.

This material has been drawn directly from the official Pennsylvania Bulletin full text database. Due to the limitations of HTML or differences in display capabilities of different browsers, this version may differ slightly from the official printed version.