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. 00-257

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[30 Pa.B. 827]

Request for Consulting Services for an Open-End Contract for Statewide Bridge Inspection Quality Assurance

Project Reference No. 08430AG2501

   The Department will retain an engineering firm to perform the Quality Assurance (QA) of its Bridge Safety Inspection Program. The purpose of the QA program is to assure that the Statewide Bridge Inspection effort conforms to the National Bridge Inspection Standards and Department guidelines.

   The selected firm must measure the performance of the 11 Districts and the Turnpike Commission in the execution of the Bridge Safety Inspection Program and report the findings in accordance with uniform guidelines provided by the Q.A. Manual dated 1989, Pub. 240. The Consultant must identify all areas of nonuniformity in inspection results and analysis computations Statewide. The firm will also propose changes and enhancements to current procedures or documentation to rectify all areas of nonconformity as appropriate.

   The contract will be for a period of 60 months from the date of execution encompassing four Quality Assurance cycles. For each cycle, a maximum of 15 State and 15 local bridges will be selected by the Department as a representative sample of each District's inventory. In addition, the Department will select a maximum of 15 Turnpike Commission bridges. Expansion of the Bridge Inspection QA Program to include other agencies may occur. Each cycle will include the following tasks:

   1.  Conduct field inspections of the selected bridges.

   2.  Perform an office file review in each District to ascertain accuracy of recordation and compliance with established policies.

   3.  Compare the current on file inspection reports to the QA generated inspection reports and evaluate all discrepancies.

   4.  Perform an independent load rating analysis for each structure as directed by the Department. Compare the QA generated analysis to the current file analysis and identify errors, omissions or insufficient data.

   5.  Verify the accuracy of select information in the Department's Bridge Management System.

   6.  Prepare a Summary Report outlining the findings of each District's work, specifically discussing any inconsistencies.

   7.  Perform site visits of selected structures with Department personnel.

   8.  Conduct a close out meeting with each District and with the Turnpike Commission to discuss the Summary Report findings.

   9.  Prepare a Final Report incorporating the 11 District reports and a separate Final Report for the Turnpike. Include a statistical analysis of the findings and detailed recommendations for any identified documentation, procedures or policy.

   10.  Attend coordination meetings at Central Office as directed by the Department.

   The consultant will also be required to perform other inspection QA related studies and services as directed by the Department. This other work may include:

   1.  Updating and rewriting of the current Publication 240.

   2.  Developing new initiatives in quality assurance for inspection planning, inspection staffing, bridge ratings, analysis methodologies, scour assessments, bridge data management, and other areas.

   3.  Developing benchmarking for inspection activities and/or data.

   The selected firm will be required to provide all necessary professional and nonprofessional services, work, maintenance and protection of traffic, material and equipment necessary to inspect/reinspect and evaluate the condition of State and locally owned structures at various locations. The consultant will be expected to maximize use of electronic data and documentation in addition to hard copies.

   Firms responding to this solicitation shall provide the following additional information in their letter of interest:

   1.  Indicate the lead person on each of the expert service elements:

   a.  Project management

   b.  Load rating and analysis

   c.  Field inspection

   Indicate the qualifications and experience of the lead person(s) specifically related to each expert service element. List NBIS certification credentials, PA Bridge Safety Inspection courses taken by staff, and PA bridge inspection experience.

   2.  Demonstrate how your firm will provide the above mentioned bridge safety inspection quality assurance services as per Department specified schedule for each cycle. This work has typically involved 345 bridge inspections per cycle.

   3.  Indicate internal procedures for timeliness of report submission, cost containment and quality assurances.

   4.  Indicate computer capabilities including use of PDT programs and other software.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an engineering 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:

   1.  Specialized technical expertise and experience of the individuals committed to this project.

   2.  Capabilities of the qualified proposed team to address the bridge inspection, load rating evaluations and recommendations, and related aspects identified in the advertisement.

   3.  Project Manager's ability to conduct QA meeting at the District and Turnpike offices effectively and in a timely manner.

   4.  Prior technical successes and timeliness in performing work with the Department, especially on bridge inspection related work.

   5.  Location, cost containment and quality assurance program.

   The work of this contract is considered moderately complex. The Letter of Interest shall be limited to a maximum of five (5) pages, 8 1/2" × 11", one-sided, plus an organizational chart (up to 11" × 17"), and five (5) additional resumes. See the General Requirements and Information Section for additional requirements for the Letter of Interest.

   The Letter of Interest shall be sent to:

         R. Scott Christie, P.E.
         Chief Bridge Engineer
         PA Department of Transportation
         Bureau of Design
         555 Walnut Street, 7th Floor
         Harrisburg, PA. 17101-1900

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

   The Bridge Quality Assurance Division, Bureau of Design will administer project management.

   Technical questions concerning the requirements of this project should be directed to Craig J. Beissel, P.E. at (717) 783-7498.

Mifflin County

Project Reference No. 08430AG2502

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately twenty (20) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S. R. 0022, Section A02, Mifflin County, Lewistown Bypass--Relocated Section (West). This project involves the construction of a four-lane limited access highway on new alignment approximately 4.5 miles in length with eight (8) structures (one (1) multi-span bridge, six (6) single span bridges, and one (1) retaining wall).

   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.  Past Performance.

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

   d.  Number of available inspectors in each payroll classification.

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

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

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

No. of
ClassificationInspectors
Transportation Construction Manager 1 (TCM-1)2 (2)
(NICET Highway Construction Level 4 or equivalent)
Transportation Construction Ins. Super. (TCIS)3 (3)
(NICET Highway Construction Level 3 or equivalent)
Transportation Construction Inspector--1 (1)
Materials (TCI-Materials) (NICET Highway Materials Level 2 or equivalent)
Transportation Construction Inspector (TCI)
11 (7) *
(NICET Highway Construction Level 2 or equivalent)
Technical Assistant (TA)3 (0)
(NICET Highway Construction Level 1 or equivalent)

*One TCI must have a CDS certification
*One TCI must have a concrete certification
*One TCI must have a bituminous field certification

   The number(s) in parenthesis above indicate the number of inspectors in each Classification that must meet at least one of the following requirements:

   1.  Be certified by the National Institute for Certification in Engineering Technologies (NICET) in the field of Transportation Engineering Technology, subfield of Highway Construction, or subfield of Highway Materials, at the Level required for the Inspection Classification.

   2.  Be registered as a Professional Engineer by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   3.  Be certified as an Engineer-in-Training by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   4.  Hold a Bachelor of Science Degree in Civil Engineering or a Bachelor of Science Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   5.  Hold an Associate Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 2000:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCM-1)$47.65
(TCIS)$41.75
(TCI-Materials)$37.61
(TCI)$36.53
(TA)$25.12

   The maximum reimbursement per hour of inspection includes all costs for providing construction inspection services at the project site during the normal work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting.

   The firm selected may be required to attend a pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction.

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

      1   Nuclear Densometer Gauge/License--at point of need, when needed

      5   Cellular Phones

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

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

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

ClassificationNo. of Resumes
TCM-13
TCIS4
TCI-M2
TCI14

   No resumes are required for the TA Classification.

   This project reference assignment is considered non-complex. The letter of interest shall be limited to a maximum of three (3) pages, 8 1/2" × 11", one sided, plus an organizational chart (up to 11" × 17" size), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

         Mr. George M. Khoury, P.E., District Engineer
         Engineering District 2-0
         1924-30 Daisy Street, P. O. Box 342
         Clearfield, PA 16830

   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. Vasco A. Ordonez, P.E., District 2-0, at (814) 765-0439.

Mifflin County

Project Reference No. 08430AG2503

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately twenty (20) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S. R. 0022, Section C02, Mifflin County, Lewistown Bypass - Relocated Section (East). This project involves the construction of a four-lane limited access highway on new alignment approximately 1.5 miles in length with eighteen (18) structures (three (3) multi-span bridge, five (5) single span bridges, nine (9) retaining walls, and one noise wall).

   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.  Past Performance.

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

   d.  Number of available inspectors in each payroll classification.

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

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

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

No. of
ClassificationInspectors
Transportation Construction Manager 1 (TCM-1) 2 (2)
(NICET Highway Construction Level 4 or equivalent)
Transportation Construction Ins. Super. (TCIS) 3 (3)
(NICET Highway Construction Level 3 or equivalent)
Transportation Construction Inspector--
1 (1)
   Materials (TCI-Materials)
(NICET Highway Materials Level 2 or equivalent)
Transportation Construction Inspector (TCI) 11 (7)*
(NICET Highway Construction Level 2 or equivalent)
Technical Assistant (TA)
3 (0)
(NICET Highway Construction Level 1 or equivalent)

*One TCI must have a CDS certification
*One TCI must have a concrete certification
*One TCI must have a bituminous field certification

   The number(s) in parenthesis above indicate the number of inspectors in each Classification that must meet at least one of the following requirements:

   1.  Be certified by the National Institute for Certification in Engineering Technologies (NICET) in the field of Transportation Engineering Technology, subfield of Highway Construction, or subfield of Highway Materials, at the Level required for the Inspection Classification.

   2.  Be registered as a Professional Engineer by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   3.  Be certified as an Engineer-in-Training by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   4.  Hold a Bachelor of Science Degree in Civil Engineering or a Bachelor of Science Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   5.  Hold an Associate Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 2000:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCM-1)$47.65
(TCIS)$41.75
(TCI-Materials)$37.61
(TCI)$36.53
(TA)$25.12

   The maximum reimbursement per hour of inspection includes all costs for providing construction inspection services at the project site during the normal work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting.

   The firm selected may be required to attend a pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction.

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

   1Nuclear Densometer Gauge/License--at point of need, when needed
   5Cellular Phones

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

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

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

ClassificationNo. of Resumes
TCM-13
TCIS4
TCI-M2
TCI14

   No resumes are required for the TA Classification.

   This project reference assignment is considered non-complex. The letter of interest shall be limited to a maximum of three (3) pages, 8 1/2" × 11", one sided, plus an organizational chart (up to 11" × 17" size), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

         Mr. George M. Khoury, P.E., District Engineer
         Engineering District 2-0
         1924-30 Daisy Street, P. O. Box 342
         Clearfield, PA 16830

   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. Vasco A. Ordonez, P.E., District 2-0, at (814) 765-0439.

General Requirements and Information

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

   The Letter of Interest and required information must be submitted to the person designated in the individual advertisement.

   The Letter of Interest and required information must be received by the Deadline indicated in the individual advertisement.

   All consultants, both prime consultants and subconsultants, who desire to be included in a Letter of Interest must have an Annual Qualification Package on file with the appropriate District Office, by the deadline stipulated in the individual advertisements.

   For Statewide projects, all consultants, both prime consultants and subconsultants, who desire to be included in a Letter of Interest must have an Annual Qualification Package on file with the Central Office, Bureau of Design by the deadline stipulated in the individual advertisements.

   By submitting a letter of interest for the projects that request engineering services, the consulting firm is certifying that the firm is qualified to perform engineering services in accordance with the laws of the Commonwealth of Pennsylvania. A firm not conforming to this requirement may submit a letter of interest as a part of a joint venture with an individual, firm or corporation which is permitted under State law to engage in the practice of engineering.

   Information concerning the Annual Qualification Package can be found in Strike-off Letter No. 433-99-04 or under the Notice to all Consultants published in the February 27, 1999 issue of the Pennsylvania Bulletin.

   The requirements for Letters of Interest, in addition to the requirements stipulated in the individual advertisement, are as follows:

   1.  The Letter of Interest must include the project reference number, the firm's legal name, and the firm's federal identification number.

   2.  Identify the project manager.

   3.  Identify subconsultants, if any, including DBE/WBE, if required.

   4.  Identify key project staff.

   If a Joint Venture responds to a project advertisement, the Department of Transportation will not accept separate Letters of Interest from the Joint Venture constituents. A firm will not be permitted to submit a Letter of Interest on more than one (1) Joint Venture for the same Project Reference Number. Also a firm that responds to a project as a prime may not be included as a designated subcontractor to another firm that responds as a prime to the project. Multiple responses under any of the foregoing situations will cause the rejection of all responses of the firm or firms involved. The above does not preclude a firm from being set forth as a designated subcontractor to more than one (1) prime responding to the project advertisement.

   If a goal for Disadvantaged Business Enterprise (DBE) participation is established for an advertised project, firms expressing interest in the project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Transportation Equity Act for the 21st century (TEA-21) and currently certified by the Department of Transportation shall have the opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The TEA-21 requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they are defined prior to the act, WBEs or combinations thereof).

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

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

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

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 00-257. Filed for public inspection February 11, 2000, 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.