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. 99-630

NOTICES

Retention of Engineering Firms

[29 Pa.B. 2092]

Lackawanna, Luzerne, Pike, Susquehanna,
Wayne and Wyoming Counties
Project Reference No. 08430AG2332

   The Department of Transportation will retain an cultural resource firm for an Open-End Contract to perform all phases of Cultural, Historical and Archeological work associated with the Department Planning, Design and Construction of Transportation projects throughout Engineering District 4-0, that is Lackawanna, Luzerne, Pike, Susquehanna, Wayne and Wyoming Counties. The area of study may include cultural, historic, Section 4(f), Section 106 and historic and pre-historic archaeology.

   The Contract will be for a period of sixty (60) months from the date of execution with projects assigned on an as-needed basis. The maximum amount of the 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 an Open-End Contract based on the Department's evaluation of 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 the Letters of Interest:

   a.  Specialized experience and technical competence of the firm.

   b.  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 employed by the firm shall be considered.

   c.  Available staffing for this assignment and the ability to meet the Department's needs.

   d.  Location of consultant in respect to the District.

   The selected firm will be required to provide all necessary professional, historic and archaeological services, including field survey work and materials and equipment necessary to collect, analyze and organize data, prepare reports and develop mitigation plans.

   The reports and other written and graphic materials to be prepared may include, but not be limited to the following:

   Phase 1 Survey and Report; Phase 2 Survey and Report; Phase 1 and 2 Management Summaries and Reports; Phase 3 (Mitigation); Geomorphological Reports; Phase 2 and 3 Work Plans; Historic Resources Survey; Determination of Effect Reports (Section 106); Eligibility Reports; Section 4F Reports; Section 2002 reports on Non-Federal Projects; MOA's; MOU's; HABS/HAER Recordations; Mitigation Plans; and Project Status Reports.

   The Cultural Resource 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, required information, and additional resumes, if applicable, 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 listed below is 4:30 P.M. prevailing time on the twentieth day.

   The letter of interest and required information (see general requirements and information section) shall be sent to: Mr. Charles M. Mattei, P.E., District Engineer, District 4-0, O'Neill Highway, Dunmore, PA 18512/P. O. Box 111, Scranton, PA 18501.

   Any technical questions concerning the requirements for this project should be directed to: Mr. George J. Roberts, P.E. District 4-0, at (570) 963-4064.

Tioga County
Project Reference No. 08430AG2333

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately twenty-two (22) inspectors, under the Department's Inspector(s)-in-Charge, for construction inspection and documentation services on the following projects in Tioga County, S.R. 0015, Section F13; S.R. 0015, Section F12; S.R. 6015, Section E61.

   This project consists of the widening of approximately 16.9 kilometers (10.5 miles) of roadway from two (2) lanes to four (4) on limited access sections of S.R. 6015 and 0015 in Tioga County. These limited access sections include 5.8 kilometers (3.6 miles) of S.R. 6015, Section E61 from Canoe Camp to Kellytown (also known as the Mansfield Bypass) and 11.1 kilometers (6.9 miles) of S.R. 0015, Section F12 from Kellytown to the T-712 (Pine Hill Road) overpass. S.R. 0015, Section F13 consists of the construction of a companion structure to the existing eight-span, 457.2 meters (1500 feet) long bridge over Mill Creek. Mill Creek is part of the Tioga Flood Control Reservoir at this site. Five (5) piers were constructed in the Tioga Flood Control Reservoir in preparation for the proposed companion structure downstream of or west of the existing S.R. 0015, Section F13 structure. In addition to the widening, rehabilitation to the existing S.R. 6015, Section E61 is planned. Project limits begin immediately north of the Tioga River crossing in Canoe Camp and extend northward to the T-712 (Pine Hill Road) overpass.

   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 the emphasis on construction inspection, capabilities and specialized experience in structures, asphalt paving, drainage, CPM scheduled usage, construction documentation system, soils erosion and sedimentation control and wetlands.

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

   c.  Number of available inspectors in each payroll classification.

   d.  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
Classification Inspectors
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)1 (1)
Transportation Construction Inspector    (TCI) (NICET Highway Construction Level 2 or equivalent) 9 (6)
Technical Assistant (TA) (NICET Highway    Construction Level 1 or equivalent)3 (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.

   Three inspectors in the TCIS and TCI classification must be certified by the Northeast Center of Excellence for Pavement Technology (NECEPT) as a Field Technician.

   Since a large bridge is included in this project, two (2) TCIS's and two (2) TCI's to be assigned to the bridge must have a climbing ability. This bridge is approximately 100 ft above the water surface.

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 1999:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCM-1) $46.27
(TCIS) $40.54
(TCI-Materials) $36.55
(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; and perform other duties as may be required.

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

1 Nuclear Densometer Gauge/License *
1 Vehicle for the Transportation of Nuclear Gauge *
* at point of need when needed

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

   Letters of interest for this project must include a letter, signed by the individuals you propose for all TCM-1 and TCIS positions, giving their approval to use their name in your letter of interest for this specific project.

   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, required information, and additional resumes, if applicable, 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 listed below is 4:30 P.M. prevailing time on the twentieth day.

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

Classification
No. of Resumes
TCM-1 3
TCIS 9
TCI-M 2
TCI 11
No resumes are required for the TA Classification.

   The letter of interest, required forms, resumes, and authorization letters (see general requirements and information section shall be sent to: Mr. Paul E. Heise, P.E. District 3-0, 715 Jordan Avenue, Montoursville, PA 17754.

   Any technical questions concerning the requirements for this project should be directed to: Mr. John P. Ryan, P.E., District 3-0, at (570) 368-4233.

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, 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. 99-630. Filed for public inspection April 16, 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.