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. 98-542

NOTICES

Retention of Engineering Firms

[28 Pa.B. 1687]

Statewide
Project Reference No. 08430AG2173

   The Department of Transportation will retain an engineering firm for a Statewide Open-End Contract for various structural and structures related engineering services. The firm will be required to design, supervise, instrument or evaluate all types of bridges including various types of major or unusual or complex bridges including, but not limited to, segmental prestressed concrete, cable-stayed concrete bridges and other complex bridges and structures; and structure related items.

   Assignments may include some or all of the following services: designing, checking and/or approval of bridge and highway structure designs; checking and approval of construction methods, shop drawings, erection drawings and other working drawings, verifying that erection loads, stresses and deflection, etc., are within acceptable limits; supervision and approval of major, unusual and complex fabrication designs, erection plans or construction andmaterials testing operations, design and familiarization sessions to Department and/or consultant and/or contractor personnel on the critical construction aspects of the particular major, unusual or complex bridge under contract; investigation, including forensic studies and instrumentation of complex problems related to fatigue, welding, design methodologies, constructability or actual failures; designing complex structural elements in critical situations; developing and providing familiarization sessions for design, construction, specification or methodologies changes; developing flow charts for coding and conducting studies for approving engineering software; resolution of other complex bridge design and construction problems that may arise; maintenance of bridge design and rating software owned by the Department; updating or revising of PennDOT Design, Construction and Inspection Manuals and documentation; and development or preparing revisions to the bridge design and/or construction standards.

   Department participation in direct payroll cost under this Contract will be limited to $35.00 per hour or actual remuneration, whichever is less.

   The selected firm shall provide expert services in the following areas:

·  Forensic studies of bridge and highway structures including instrumentation.
·  Fatigue and fracture investigation.
·  Precast concrete bridge elements.
·  Prestressed bridge elements.
·  Highway sign and lighting structures.
·  Complex steel or concrete structures.
·  Seismic analysis (including, but not limited to SEISAB).
·  Bridge scour.
·  Bridge materials sampling and testing.
·  Bridge safety inspection.
·  Complex analysis including 3D and FEM.
·  Unusual bridge foundations.
·  Earth retaining structures including anchored walls.
·  Tunnels.
·  Specialized services during construction of highway structures.
·  Metallurgy of highway structure materials.
·  Concrete materials.
·  Soil structure interaction systems.
·  State-of-the-art bridge instrumentation.
·  Structural product analysis and evaluation.
·  Parametric studies to validate or develop structural specification and related design/analysis automation.
·  Enhancements and revisions to the existing Department bridge design and rating software and Manuals.
·  Updating of example problems that are used to verify the Department bridge design and rating software.

   The Contract will be for a period of sixty (60) months and a maximum amount of $1.0 million with projects assigned on an as-needed basis.

   Firms responding to this solicitation shall provide the following additional information in their Letter of Interest:

   1.  Indicate the lead person or sub-consultant on each of the expert service elements and indicate the qualifications and experience of the lead person or sub-consultant specifically related to each expert service area.

   2.  Indicate how the firm will provide ''on demand'' response for urgent problems.

   3.  Indicate internal procedures for cost containment and quality assurances. Provide evidence of successful project management activities in which accurate estimates were prepared which allowed all necessary work to be performed without supplements.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating the 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.  Technical expertise and experience of the individuals committed to this project.

   b.  Joint capabilities of the proposed team to address all structural and related aspects identified in the advertisement.

   c.  Prior technical successes and timeliness in performing such work with the Department.

   d.  Commitment of experts, support staffing and ''on demand'' response capabilities in complex structure areas.

   e.  Capabilities of providing independent analysis and advice leading to sound engineering decision on policy in structure areas, under emergencies.

   f.  Proximity of Central Office, current work load, cost containment and quality assurance program.

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

   The engineering services 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.

   Project management will be by the Bridge Quality Assurance Division, Bureau of Design and/or the respective District Offices.

   The second copy of the Letter of Interest shall be submitted to: Mr. Bryan J. Spangler, P.E., Bridge Quality Assurance Division, P.O. Box 3560, Harrisburg, Pennsylvania 17105-3560.

   Any technical questions concerning the requirements for this project should be directed to Mr. Bryan Spangler, P.E at (717) 783-5347.

   Any questions concerning the submittal of the Letter of Interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Adams, Cumberland, Franklin, York, Dauphin, Lancaster, Lebanon and Perry Counties
Project Reference No. 08430AG2174

   The Department of Transportation will retain an engineering firm for each of two (2) Open-end Contracts to provide supplementary construction inspection staff under the Department's Inspector(s)-in-Charge to perform construction inspection services on various projects in Engineering District 8-0, that is Adams, Cumberland, Franklin, York, Dauphin, Lancaster, Lebanon and Perry Counties. The Contracts will include roadway and bridge construction projects, and material plant inspection. The Contracts will be for a period of sixty (60) months, with a maximum cost of one million ($1,000,000) dollars.

   The Department will establish an order of ranking of a minimum of five (5) firms for the purpose of negotiating the Open-end Contracts 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.  Ability to package and present the Letter of Interest in accordance with the ''General Requirements and Information'' section.

   b.  Number of available inspectors in each payroll classification.

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

   d.  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.

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

   f.  Past Performance.

   g.  Number of N.E.C.E.P.T. Certified Inspectors.

   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 each of these assignments will consist of the following number of inspectors who meet the requirements for the following inspection classifications:

No. of
ClassificationInspectors
Transportation Construction Ins. Super.   (TCIS) 10  (10)
(NICET Highway Construction Level 3 or    equivalent)
Transportation Construction Inspector   (TCI)30  (30)
(NICET Highway Construction Level 2 or    equivalent)
Technical Assistant   (TA)   4   (0)
(NICET Highway Construction Level 1 or    equivalent)

   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 entire inspection staff must have current N.E.C.E.P.T. certification as indicated below:

   First Year--50% of required TCI and TCIS classes

   Second Year--75% of required TCI and TCIS classes

   Third Year--100% of required TCI and TCIS classes

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 1998:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCIS) $39.36
(TCI) $34.43
(TA) $23.67

   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 firms 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 firms 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; additional work tasks, and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction.

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

  2Nuclear Densometer Gauges/License
  4Paint Test Kits
  2 Vehicles for the Transportation of Nuclear Gauges
10Cellular Phones

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

Classification
No. of Resumes
TCIS 12
TCI 36
No resumes are required for the TA Classification.

   The second copy of the letter of interest and required forms, (see general requirements and information section) shall be sent to: Mr. Barry G. Hoffman, P.E., District Engineer, District 8-0, 2140 Herr Street, Harrisburg, PA 17103-1699.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Richard K. Waddell, District 8-0, at (717) 787-5054.

   Any questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

General Requirements and Information

   Firms interested in providing the above work and services are invited to submit two copies of a Letter of Interest and required information for each Project Reference Number for which the applicant wishes to be considered.

   The first copy of the Letter of Interest and required information must be submitted to: Mr. Charles W. Allwein, P.E., Chief, Consultant Selection Committee, 7th Floor, Forum Place, 555 Walnut Street, P.O. Box 3060, Harrisburg, Pennsylvania 17105-3060. Note: The Zip Code for express Mailing is 17101-1900.

   The Letter of Interest and required information must be received within twenty (20) 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 of the twentieth day.

   The second copy of the letter of interest and required information must be submitted to the appropriate District Engineer/Administrator or the Bureau Director as indicated in the individual advertisement. This copy must be postmarked or delivered on or before the deadline indicated above.

   If an individual, firm, or corporation not authorized to engage in the practice of engineering desires to submit a Letter of Interest, said individual, firm, or corporation may do so as part of a Joint Venture with an individual, firm, or corporate which is permitted under the state law to engage in the practice of engineering.

   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 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 Intermodal Surface Transportation Efficiency Act of 1991 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 Act 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 were 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.

   Each Letter of Interest must include the following information and the information must be packaged and presented in the following order:

   1.  Transmittal Letter (Maximum of two (2) 8 1/2'' x 11'' typed pages, one side)

   The subject heading of the transmittal letter must include the project reference number for which the applicant wishes to be considered, the firm's legal name, fictitious name (if applicable), and the firm's federal identification number. If the project advertisement indicated the Department will retain an engineering firm for the project, the applicant must indicate in the body of their transmittal letter the names and Professional Engineer License Number of individuals who are directing heads or employees of the firm who have responsible charge of the firm's engineering activities, and whose names and seals shall be stamped on all plans, specifications, plats, and reports issued by the firm.

   2.  Project Organizational Chart (one page, one side, maximum size 11'' x 17'')

   This Chart must show key staff from the prime and each subconsultant and their area of responsibility.

   3.  Standard Form 255, ''Architect-Engineer and Related Services Questionnaire for Specific Project'' (one Form 255 for the project team)

   The Standard Form 255 must be signed, dated, and filled out in its entirety, including Item No. 6 listing the proposed subconsultants and the type of work or service they will perform on the project.

   Under Item 4 of this form, Column A must specify only the number of subconsultant personnel and Column B must specify only the number of prime consultant personnel to be assigned to work on this project reference number. Do not include the total personnel for either the subconsultant or prime consultant under Item 4 unless the total personnel are necessary to provide the required work and services.

   The prime and each subconsultant may include no more than one page each for Items 10 and 11.

   If a Disadvantaged Business Enterprise (DBE) goal is specified for the project, the DBE must be currently certified by the Department of Transportation, and the name of the DBE and the work to be performed must be indicated in Item No. 6. If a Woman Business Enterprise (WBE) firm is substituted for the DBE, the WBE firm must also be presently certified by the Department of Transportation and indicated in Item 6.

   4.  Standard Form 254, ''Architect-Engineer for Related Services Questionnaire''

   A Standard Form 254, not more than one (1) year old as of the date of this advertisement, must accompany each Letter of Interest for the firm, each party to a Joint Venture, and for each subconsultant the firm or Joint Venture is proposing to use for the performance of professional services regardless of whether the subconsultant is an individual, a college professor, or a Company, unless an acceptable Standard Form 254 for the prime and each subconsultant/subcontractor is on file in both the Bureau of Design and the Engineering District Office or Central Office Bureau identified in the individual project advertisement.

   If the Standard Form 254 is not submitted with the Letter of Interest, the transmittal letter shall indicate the dates that the Standard Forms 254 were submitted to the Bureau of Design and appropriate Engineering District/Central Office Bureau.

   These Forms must be assembled with the prime's form first, followed by the form for each subconsultant in the same order as the subconsultants appear in Item 6 of Form 255.

   5.  Workload Projection Graph (Not required for Construction Inspection Services)

   Separate Workload Projection Graphs for the prime and each subconsultant shown in Item 6 of the Form 255 must be included and must indicate the firm's current and anticipated workload compared to the anticipated capacity available for the next two-year time frame. The Workload Projection Graphs must be submitted for the office(s) where the work would be performed and must only include the personnel classifications required for providing the advertised services and work.

   6.  Authorization Letters (For Construction Inspections Services, if required)

   If the advertisement requires a letter signed by individuals giving their approval to use their name in the Letter of Interest, the letters from proposed prime employees must be first, followed by subconsultant employees, in the same order as shown in Item 6 of Form 255.

   7.  Registration To Do Business

   Firms with out-of-state headquarters or corporations not incorporated in Pennsylvania must include, with each Letter of Interest, a copy of their registration to do business in the Commonwealth as provided by the Department of State. Firms who are not registered to do business in Pennsylvania at the time of this advertisement must document that they have applied for registration to the Department of State, Corporation Bureau. The telephone number for the Corporation Bureau is (717) 787-1057 or (717) 787-2004.

   8.  Overhead Rates (one page)

   A single page summary must indicate the latest audited overhead rate developed in accordance with Federal Acquisition Regulations (FAR) for the prime consultant and each subconsultant. If a FAR rate is not available, the latest rate available from a Certified Public Accountant must be indicated. New firms should indicate how long the firm has been in existence and when an audited overhead rate would be available.

   9.  Additional Information

   Additional information, not to exceed ten (10) one sided 8 1/2 inch x 11 inch pages or five (5) double sided 8 1/2 inch x 11 inch pages may be included at the discretion of the submitting firm.

   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. 98-542. Filed for public inspection April 3, 1998, 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.