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. 99-1926

NOTICES

Retention of Engineering Firms

[29 Pa.B. 5877]

Armstrong, Butler, Clarion, Indiana and
Jefferson Counties

Project Reference No. 08430AG2441

   The Department 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 Engineering District 10--0, that is Armstrong, Butler, Clarion, Indiana and Jefferson Counties. The Contract will include roadway and bridge construction projects, and material plant inspection, and other construction inspection services as needed. The Contract will be for a period of sixty (60) months, with a maximum cost of one million ($1,000,000) dollars. The Department reserves the option to increase the duration and/or maximum amount of this Contract.

   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, roadway and structural rehabilitation.

   b.  Understanding of Department's requirements, polices, 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 2 (TCM-2)
(NICET Highway Construction Level
   4 or equivalent)
2 (1)
Transportation Construction Manager 1 (TCM-1)
(NICET Highway Construction Level
   4 or equivalent)
4 (3)
Transportation Construction Ins. Super. (TCIS)
(NICET Highway Construction Level
   3 or equivalent)
11 (7)  
Transportation Construction Inspector--
Materials (TCI-Materials)
(NICET Highway Materials Level 2 or
   equivalent)
10 (6)  
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or
   equivalent)
24 (15)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or
   equivalent)
4 (3)

   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 ClassificationMaximum Straight Time
Reimbursement Per Hour
Of Inspection
(TCM-2)$52.77
(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; provide certified CDS operators, nuclear densometer gauge licensed operators, a NECEPT certified field bituminous technician 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:

5Nuclear Densometer Gauges/License
5Vehicles for the Transportation of Nuclear Gauges
4Two-Way Radios
6Cellular Phones
1Level and Rod
2Planimeters

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

ClassificationNo. of Resumes
TCM-2  3
TCM-1  5
TCIS14
TCI-M12
TCI29

   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. Richard H. Hogg, P.E., District Engineer
      Engineering District 10-0
      Route 286 South, P. O. Box 429
      Indiana, PA 15701
      Attention:  Mr. John C. Fry, 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 sixth (6th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. John C. Fry, P.E., District 10-0, at (724) 357-2812.

Adams, Cumberland, Dauphin, Franklin, Lancaster,
Lebanon, Perry and York Counties

Project Reference No. 08430AG2442

   The Department will retain an engineering firm for an Open-End Contract for various engineering and environmental services on traffic and maintenance type 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 $1.0 million. The Department reserves the option to increase the Contract duration and/or maximum amount of this Contract.

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

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

   a.  Specialized experience and technical competence of the firm with emphasis on the firm's ability to handle projects of a diverse and complex nature. The firm's experience in traffic related design, including Intelligent Transportation System (ITS) /implementation, safety and maintenance improvement projects and minor bridge or culvert design projects; the firm's ability to address critical environmental issues in a timely and cost effective manner; and the firm's ability to procure all necessary permits.

   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 who constitute the firms shall be considered.

   c.  Location of consultant in respect to the District.

   d.  Use of Micro-station CADD.

   e.  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.

   f.  Relative size of firm to size of projects that may be completed under this Contract.

   The selected firm shall not be permitted to work on any assignment for which it has a conflict of interest.

   The possibility exists that many different types of projects will be assigned under short term completion schedules which will encompass a wide range of traffic engineering projects, including traffic signal and signal system design/analysis, traffic signing and sign structure designs and reviews, prepare/review maintenance and protection of traffic plans, preliminary field surveys, and other engineering services as required.

   The selected firm must possess expertise in the development and implementation of Intelligent Transportation Systems (ITS) and will assist the District in it's deployment of the Capital Area Beltway ITS system.

   Other areas of traffic engineering expertise associated with these projects may include, but are not limited to: developing and reviewing traffic signal permit drawings (new and revised), developing and/or reviewing traffic signal construction plans, data collection analysis (including preliminary field surveys and traffic counts), developing traffic signal coordination timing plans, analyzing and fine-tuning existing signal system timing plans to address any system deficiencies, observe on-street system operation during peak and off peak periods, adjust coordination timing parameters to optimize traffic flow, prepare lighting conversion plans, conducting traffic engineering studies in accordance with Title 67, Chapter 201, reviewing Highway Occupancy Permits (HOPs) in accordance with Title 67, Chapter 441 and Publication 170 for appropriate design criteria, review traffic impact studies, checking HOP plans and documentation for accuracy and compliance with current requirements and design standards, review for driveway applications as well as intersection improvements, conduct detailed field views for each permit review, review and evaluate traffic impact studies, drainage design, regulatory and warning signs, and pavement markings.

   In addition, the selected firm may be required to perform engineering studies and design in support of the District's Maintenance Unit. These services could include, but are not limited to: drainage and hydraulic studies, storm water management, minor structural design, core borings and geotechnical investigations, PUC coordination, wetland delineation and mitigation design, preparation of categorical exclusion evaluations, preparations of erosion and sedimentation control plans, and preparation of GP-7 minor stream encroachment permit applications for PennDEP.

   Areas of environmental study associated with these projects may include, but are not limited to: soils; geology; streams; rivers and watercourses; wetlands; floodplains; navigable waterways; surface water and groundwater resources; National and State Wild and Scenic Rivers and Streams; vegetation; wildlife and habitat; terrestrial and aquatic ecology; threatened and endangered species investigation; farmland; National Natural Landmarks; natural and wild areas; cultural resources; parks and recreation facilities; hazardous and residual waste including underground storage tanks; air quality; noise; energy; vibration; public controversy on environmental grounds; aesthetic and other values including visual quality; and socioeconomic impacts. All environmental studies will be conducted in accordance with accepted analysis techniques and methodologies.

   The selected firm may be required to perform any or all of the above in order to ensure a complete traffic engineering or maintenance investigation has been performed; provide all necessary engineering services, material and equipment necessary to collect, analyze and review data, prepare reports, and attend meetings with applicants and agencies.

   The format and content of all documents, 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.

   Provide survey data for in-house design projects, if needed. Survey information must be directly compatible with the District's in-house design capabilities. The District uses in-house software (available to the consultant) or TDS software with a DOS operating data collection.

   Project schedules will be maintained by the Department using Welcom ''Open Plan'' software. Consultant schedule software must be compatible.

   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 17103-1699
      Attention: Mr. Glenn Rowe, P.E.

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 p.m. prevailing time on the twentieth (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Glenn Rowe, P.E., District 8-0, at (717) 783-3981.

Crawford, Erie, Forest, Mercer, Venango and
Warren Counties

Project Reference No. 08430AG2443

   The Department will retain three (3) engineering firms for Open-End Contracts for various engineering and/or environmental services on various projects located in Engineering District 1-0, that is Crawford, Erie, Forest, Mercer, Venango and Warren Counties. The maximum amount for two (2) of the Open-End Contracts will be $2.0 million. The maximum amount for the third (3rd) Open-End Contract will be $500 thousand. The Department reserves the option to increase the duration and/or maximum amounts of these Contracts.

   The Department will establish an order of ranking of a minimum of seven (7) firms for the purpose of negotiating three (3) 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.  Specialized experience and technical competence of the firm. Firms must demonstrate an ability to analyze available data to make decisions to develop plans in a timely and cost effective manner.

   b.  Past record of performance with respect to cost control, work quality, ability to meet schedules and previous experience on Open-End Contracts. The firms will also be evaluated on customer satisfaction, including accessibility, cooperation, and attitude toward previous projects.

   c.  The firms selected must be capable of providing adequate leadership and human resources to effectively complete multiple work orders of a similar or diverse nature. Strategic planning and organization is required for prompt turnaround time.

   d.  Firms must demonstrate their ability to communicate ideas and/or practices across units, including subconsultant, to improve the design process and better meet the requirements of the Department.

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

   f.  Location of the firm with respect to the District Office.

   The selected firm will be required to provide necessary professional engineering and environmental services, material and equipment necessary to collect, analyze, map and organize data; conduct preliminary engineering alternative analyses; assess impacts; conduct agency and public involvement activities; prepare reports; design mitigation plans; and prepare engineering and environmental analyses.

   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), traffic signal projects, location studies, various environmental studies, etc.

   The engineering work and services which may be required under these Contracts include, but are not limited to, attend project field views and meetings and prepare minutes of the same; prepare appropriate submission for all project related meetings and field views; disseminate intent-to-enter notices, prepare right-of-way plans; 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; 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; develop construction project management (CPM) schedules and reasonable construction working times; prepare lighting plans; prepare information needed to obtain all required permits, approvals, insurance, etc. for project advancement; coordinate contacts with railroad officials and procure railroad related costs, permits, and insurance; collect signal timing, accident data and other traffic flow data; evaluate alternatives using benefit/cost analysis; document engineering study findings and activities; develop design review submissions as per applicable Department manuals, procedures and policies; alternative analysis to assess impacts and mitigation; and prepare construction plans, specifications, and estimates.

   The format and content of all documents, plans, reports and other submissions will be consistent with applicable State and/or Federal regulations and guidelines.

   The firm may be required to perform any or all of the following environmental studies; air quality analysis; surface water and groundwater hydrology; terrestrial ecology; wetland determinations and delineations; geological and geomorphology investigations; farmlands; visual quality; socio-economic; Section 106 and cultural resource documentation; Section 4(f) and Section 6(f) documentation; noise and vibration analysis; threatened and endangered species surveys and required mitigation; hazardous and residual waste investigations; and, any other environmental study or investigation not listed above. The environmental studies will be conducted in accordance with acceptable Department policies, methodologies and analysis techniques.

   The firm may also be required to perform any or all of the following in order to ensure a complete environmental investigation has been performed: provide all necessary environmental services; material and equipment necessary to collect, organize and analyze data; assess impacts; conduct agency coordination and public involvement activities; and, prepare reports and design mitigation summaries.

   The reports and other written graphic material to be prepared may include, but not be limited to: early coordination and scoping correspondence; plans of study; Meeting minutes; public meetings and hearing presentations; handouts and displays; technical basis reports; NEPA environmental documents; Section 106 documents; Section 4(f) and Section 6(f) evaluations; mitigation plans and reports; and, wetland and floodplain findings.

   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 these Open-End Contracts.

   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
      255 Elm Street
      Oil City, PA 16301
      Attention: Ms. E. Mariah Hanson

   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. Mariah Hanson, District 1-0, at (814) 678-7078.

Armstrong, Butler, Clarion, Indiana, and
Jefferson Counties

Project Reference No. 08430AG2444

   The Department will retain an engineering firm for an Open-End Contract for various engineering services on various projects located in Engineering District 10-0, that is, Armstrong, Butler, Clarion, Indiana and Jefferson 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 $750 thousand. The Department reserves the option to increase the duration and/or maximum amount of this Contract.

   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 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 letters of interest:

   a.  Past record of performance (timeliness, responsiveness, quality, cost control, and ability to meet schedules.

   b.  Diversity of experience and technical competence.

   c.  Location of consultant with respect to the District.

   d.  Relative size of the firm to potential assignments.

   e.  Avoidance of potential conflict of interest in review tasks.

   The majority of work performed under this Open-End Contract will be in the areas of:

   *  Traffic signal system designs

   *  Traffic Impact study reviews

   *  Review of consultant designs including, but not limited to: traffic signal designs; work zone traffic control plans, signing, pavement marking and plans, delineation, etc.

   *  Step 9 and final safety reviews

   *  Support for the District's ITS initiatives, including needs assessment and design of facilities

   *  Support for the District's road safety audit process

   *  Design of municipal traffic signals

   *  Highway occupancy permit reviews

   *  Traffic volume data collection-automatic and manual

   *  Signal pole foundation and support computation reviews

   Review tasks will be subject to the condition that the selected consultant (or any subconsultant retained to perform work under this Open-End Contract) will not be permitted to review any work performed for a developer for which they are also under contract or for a municipality in which they provide engineering services.

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

   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. Richard H. Hogg, P.E., District Engineer
      Engineering District 10-0
      P. O. Box 429, Route 286 South
      Indiana, PA 15701
      Attention: Mr. Timothy R. Pieples, 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 sixth (6th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Timothy R. Pieples, P.E., District 10-0, at (724) 357-2845.

Indiana County

Project Reference No. 08430AG2445

   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. 0119, Section 492, Indiana County, U. S. 0119 rehabilitation. This project involves the rehabilitation of S. R. 0119 in Indiana County from the Creekside Exit to the Wayne Avenue Exit, in White and Centre Townships. The project will include guiderail replacement, mainline paving, concrete patching, pavement base drain, sign replacement, and structures work. There will be two (2) phases: phase one will start at the Wayne Avenue Exit and end at the Clymer Exit, phase 2 will begin at the Clymer Exit and end at the Creekside Exit. Work at the exits will extend to the red light on 4th Street at the 286 Exit, to the Airport Road at the Clymer Exit, and to the box culvert over Stoney run at the Creekside Exit.

   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, roadway and structural rehabilitation.

   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
ClassificationInspectors
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)
7 (5)
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 1999:

Payroll ClassificationMaximum 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; provide certified CDS operator, nuclear densometer gauge licensed operator, a NECEPT certified field bituminous technician 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:

2Nuclear Densometer Gauges/License
   (at point of need when needed)
1Level and Rod

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be ten percent (10%) 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:

ClassificationNo. of Resumes
TCIS3
TCI9

   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. Richard H. Hogg, P.E., District Engineer
      Engineering District 10-0
      Route 286 South, P. O. Box 429
      Indiana, PA 15701
      Attention: Mr. John C. Fry, P.E.

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 p.m. prevailing time on the twentieth (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. John C. Fry, P.E., District 10-0, at (724) 357-2812.

Indiana County

Project Reference No. 08430AG2446

   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. 0022, Section 480, Indiana County, U. S. 0119 south improvement project. This project involves Phase 1 of the S. R. 0119 south improvement project, between Blairsville and Homer City located in Burrell Township, Indiana County. The expansion and reconfiguration of the S. R. 0119/S. R. 0022 interchange will provide improved access between S. R. 0119 and S. R. 0022 and provide a park and ride facility for commuters. The project will include earthwork, concrete paving, drainage, guiderail, and structure work, along with roadway widening on S. R. 0119 to match into Phase 2 of S. R. 0119 south.

   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, roadway and structural rehabilitation.

   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.

   f.  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 Ins. Super. (TCIS)
(NICET Highway Construction Level
   3 or equivalent)
2 (1)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or
   equivalent)
5 (3)
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 1999:

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
Of Inspection
(TCIS)$40.54
(TCI)$35.47

   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; provide certified CDS operator, nuclear densometer gauge licensed operator, a NECEPT certified field bituminous technician 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:

1Nuclear Densometer Gauge/License
   (at point of need when needed)
1Level and Rod
1Planimeter

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be ten percent (10%) 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:

ClassificationNo. of Resumes
TCIS3
TCI6

   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. Richard H. Hogg, P.E., District Engineer
      Engineering District 10-0
      Route 286 South, P. O. Box 429
      Indiana, PA 15701
      Attention: Mr. Terry L. Miller, 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 sixth (6th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Mr. Terry L. Miller, P.E., District 10-0, at (724) 357-2814.

Allegheny County

Project Reference No. 08430AG2447

   The Department will retain an engineering firm for a multi-phase, specific project Agreement to perform environmental and final design, geotechnical design work, consultation during construction and shop drawing review for two (2) individual projects. The primary services to be provided are geotechnically related. Both projects are located in Allegheny County. The agreement will include the following projects:

   1.  S. R. 0279, Section A48, Mt. Nebo Road Slide; landside investigation and remediation.

   2.  S. R. 0279, Section A46, Retaining Wall Number 4; landslide investigation and remediation.

   S. R. 0279, Section A48 will have letting date of June 2003 and S. R. 0279, Section A46 will have a letting date of June 2002.

   The required services will vary for each project and may include, but not limited to, the following items: preparation and submission of Preliminary Area Reconnaissances (PAR); Initial Site Assessment Reports (ISA); Wetland Evaluation Report; Categorical Exclusion Evaluation; Geotechnical Engineering Reports (GER); Soil, Rock, Demolition Plan; Hydrology and Hydraulic Evaluation Report; Type, Size and Location Submission (TS&L); Project Mapping; Utility Verification; Field Survey; Environmental Clearance; Field Reconnaissance; Subsurface Exploration Programs; Hydrology and Hydraulic Analysis; Geotechnical Engineering Analysis.

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

   a.  Understanding of Department's requirements, design manuals, policies and specifications.

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

   c.  Past record of performance with respect to cost control, work quality, ability to meet schedules and previous experience with District projects.

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

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

   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. Raymond S. Hack, P.E., District Engineer
      Engineering District 11-0
      45 Thoms Run Road
      Bridgeville, PA 15017
      Attention: Mr. Joel Bowman, P.E.

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 p.m. prevailing time on the twentieth (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. William Adams, P.E., District 11-0, at (412) 429-4922.

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. 99-1926. Filed for public inspection November 12, 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.