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. 99-563

NOTICES

Retention of Engineering Firms

[29 Pa.B. 1793]

Berks, Carbon, Lehigh, Monroe,
Northampton and Schuylkill Counties
Project Reference No. 08430AG2323

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately eighteen (18) inspectors, under the Department's District 5-0's Permit Section for Highway Occupancy Permit inspection and documentation services. The Contract will be for a period of thirty (30) months, with a maximum cost of $1.0 million.

   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 acceptable 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, superpave paving, E. & S. control, pavement markings, traffic signals and wetland mitigation. The TCI-M has to be nuclear gauge certified. One TCI has to be PennDOT CDS certified.

   b.  Understanding of Department's requirements, policies, 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
Classification Inspectors
Transportation Construction Ins. Super.    (TCIS) (NICET Highway Construction    Level 3 or equivalent)6 (4)
Transportation Construction Inspector (TCI)    (NICET Highway Construction Level 2 or    equivalent) 12 (7)

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

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

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

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

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

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

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

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

   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
10   Cellular Phones
5 Camera (type 35mm, Film and Developing)
____Computers/Printers/Monitors

   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.

   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.

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

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

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

Classification
No. of Resumes
TCIS 8
TCI 15

   The letter of interest and required forms, (see general requirements and information section shall be sent to: Mr. Walter E. Bortree, P.E., District Engineer, District 5-0, 2460 Parkwood Drive, Allentown, PA 18103, Attention: Mr. Brian Graver.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Brian H. Graver, District 5-0, at (610) 791-6022.

Statewide
Project Reference No. 08430AG2324

   The Department of Transportation will retain two (2) engineering firms for two (2) Statewide Open-End Contracts for various structural and structures related engineering services. The firms will be required to design, supervise, instrument or evaluate all types of bridges including various types of major or unusual or complex bridges including, but not limited to, segmental prestressed concrete, cable-stayed concrete bridges and other complex bridges and structures; and structure related items.

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

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

*  Forensic studies of bridge and highway structures including instrumentation.

*  Fatigue and fracture investigation.

*  Precast concrete bridge elements.

*  Prestressed bridge elements.

*  Highway sign and lighting structures.

*  Complex steel or concrete structures.

*  Seismic analysis (including, but not limited to    SEISAB).

*  Bridge Scour.

*  Bridge materials sampling and testing.

*  Bridge Safety Inspection.

*  Complex analysis including 3D and FEM.

*  Unusual bridge foundations.

*  Earth retaining structures including anchored walls.

*  Tunnels.

*  Specialized services during construction of highway    structures.

*  Metallurgy of highway structure materials.

*  Concrete materials.

*  Soil structure interaction systems.

*  State-of-the-art bridge instrumentation.

*  Structural product analysis and evaluation.

*  Parametric studies to validate or develop structural    specification and related design/analysis automation.

*  Enhancements and revisions to the existing Depart   ment bridge design and rating software and Manuals.

*  Updating of example problems that are used to verify the Department bridge design and rating software.

   Each contract will be for a period of sixth (60) months and a maximum amount of $1.0 million each with projects assigned on an as-needed basis.

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

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

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

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

   The Department will establish an order of ranking of a minimum of five (5) firms for the purpose of negotiating Two (2) 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.  Technical expertise and experience of the individuals committed to this project.

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

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

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

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

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

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

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

   This project is a complex project.

   The letter of interest will be a maximum of five (5) pages, 8 1/2 x 11, one sided, plus an organizational chart, up to 11 x 17 size.

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

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

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

   The letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. M. G. Patel, P.E., Director, Bureau of Design, P. O. Box 3060, Harrisburg, PA 17105-3060

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

Washington County
Project Reference No. 08430AG2325

   The Department of Transportation will retain an engineering firm to perform preliminary engineering and final design for S.R. 0221, Section 02M, the replacement of Ten Mile Creek Bridge spanning Ten Mile Creek at Segment 0050, Offset 1764, located in Morris Township, Washington County, Engineering District 12-0. The estimated construction cost for this project is $1.0 million.

   The selected firm will be required to: perform field surveys; plot topography and cross sections; prepare Design Field View Submission; prepare a Categorical Exclusion Evaluation; prepare submission for utility verification and relocations engineering; develop erosion control details and narrative; prepare right-of-way plans; hydrologic and hydraulic analysis; obtain all permits; 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; collect accident data and other traffic flow data; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; roadway drainage design, prepare construction plans, specifications, and estimates; provide services during construction and provide efficient project management.

   This project is a moderately 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.

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

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

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

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

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

   c.  Past record of performance with respect to cost control, work quality, ability to meet schedules.

   d.  Location of consultant with 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, etc.

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

   The letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Michael H. Dufalla, P.E., District Engineer, Engineering District 12-0, North Gallatin Avenue, Extension, Uniontown, PA 15401, Attention: Mr. Brian S. Hart, P.E.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Brian S. Hart, P.E., District 12-0, at (724) 439-7156.

Washington County
Project Reference No. 08430AG2326

   The Department of Transportation will retain an engineering firm to perform preliminary engineering, final design, and services during construction (shop drawing review, construction consultation and plans recordation) for S.R. 0837, Section 21R, the design and repair of approximately 457 meters of the existing roadway due to active landslides, upgrades of approximately 1524 meters of roadway drainage where mine drainage is evident and a modification to the culvert inlet at Houston Run. No surface improvements are anticipated, only the repair of the roadway damaged from the slides. The project is located on S.R. 0837 between Houston Run Road (S.R. 1063) and Junk Yard Road (T-707), in Washington County, Engineering District 12-0. The estimated construction cost for this project is $5.0 million.

   The selected firm will be required to: perform field surveys; plot topography and cross sections; prepare Design Field View Submission; prepare a Categorical Exclusion Evaluation; prepare submission for utility verification and relocations engineering; develop erosion control details and narrative; prepare right-of-way plans; hydrologic and hydraulic analysis; obtain all permits; 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; collect accident data and other traffic flow data; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; roadway drainage design, prepare construction plans, specifications, and estimates; provide services during construction and provide efficient project management.

   This project is a moderately 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.

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

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

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

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

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

   c.  Past record of performance with respect to cost control, work quality, ability to meet schedules.

   d.  Location of consultant with 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, etc.

   The District will announce the firms that have been shortlisted at an open public meeting to be held in Engineering District 12-0, North Gallatin Avenue, Extension, P. O. Box 459, Uniontown, PA 15401. All candidates that have submitted an acceptable letter of interest will be notified of the date. Please specify a contact person in the letter of interest submission.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen (15%) percent 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).

   The letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Michael H. Dufalla, P.E., District Engineer, Engineering District 12-0, North Gallatin Avenue, Extension, Uniontown, PA 15401, Attention: Mr. Brian S. Hart, P.E.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Brian S. Hart, P.E., District 12-0, at (724) 439-7156.

Beaver County
Project Reference No. 08430AG2327

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately twenty-four (24) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

   1.  S.R. 0060, Section B17, Beaver County. This project involves a bituminous overlay, concrete patching, concrete reconstruction, guiderail, drainage and paved shoulders.

   2.  S.R. 0060, Section B18, Beaver County. This project involves bridge rehabilitation including deck replacement. This project is a companion to S.R. 0060, Section B17 and S.R. 0060, Section B19. Construction is anticipated to extend over two (2) construction seasons.

   3.  S.R. 0060, Section B19, Beaver County. This project involves bridge rehabilitation including deck replacement. This project is a companion to S.R. 0060, Section B17 and S.R. 0060, Section B18. Construction is anticipated to extend over two (2) construction seasons.

   4.  S.R. 0065, Section B08, Beaver County. This project involves a concrete reconstruction along with paved shoulders and side roads, median barriers and signal upgrades on four (4) lanes of Route 65 in the Borough of Ambridge.

   These projects are non-complex projects.

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

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

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

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

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

   a.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete, asphalt paving, drainage, guiderail, paved shoulders, and bridge rehabilitation involving deck replacement.

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

   c.  Past performance.

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

   e.  Number of available inspectors in each payroll classification.

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

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

No. of
Classification
Inspectors
Transportation Construction Ins. Super.    (TCIS) (NICET Highway Construction    Level 3 or equivalent) 4 (4)
Transportation Construction Inspector (TCI)    (NICET Highway Construction Level 2 or    equivalent)12 (12)
Technical Assistant (TA) (NICET Highway    Construction Level 1 or equivalent)8 (10)

   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:

Maximum Straight Time
Reimbursement Per Hour
Payroll Classification
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; four (4) inspectors certified in computer documentation and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction.

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

  1 Nuclear Densometer Gauge/License *
  1 Vehicle for the Transportation of Nuclear Gauge *
24   Two-Way Radios
* at point of need when needed

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

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

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

Classification
No. of Resumes
TCIS 5
TCI 15
No resumes are required for the TA Classification.

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

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

Allegheny County

Project Reference No. 08430AG2328

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately seventeen (17) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

   1.  S.R. 1001, Section A13, Allegheny County Local Name: Freeport Road This project involves milling, resurfacing with scratch, binder, wearing, and superpave, inlet replacement, concrete base repair, and concrete pavement reconstruction at the Tarentum Bridge intersection.

   2.  S.R. 1001, Section A14, Allegheny County Local Name: Freeport Road Bridge This project involves the replacement of concrete deck and parapets, also some roadway approach work.

   3.  S.R. 0837, Section A09, Allegheny County Local Name: 837 This project involves the replacing and patching of the pavement south of the Duquesne/McKeesport Bridge to the bridge over Thompson Run.

   These projects are non-complex projects.

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

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

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

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

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

   a.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete, asphalt paving, drainage, milling, and working with superpave asphalt mixtures.

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

   c.  Past performance.

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

   e.  Number of available inspectors in each payroll Classification.

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

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

No. of
Classification Inspectors
Transportation Construction Ins. Super.    (TCIS) (NICET Highway Construction    Level 3 or equivalent)3 (3)
Transportation Construction Inspector--Ma   terials (TCI-Materials) (NICET Highway    Materials Level 2 or equivalent)1 (1)
Transportation Construction Inspector (TCI)    (NICET Highway Construction Level 2 or    equivalent)7 (7)
Technical Assistant (TA) (NICET Highway    Construction Level 1 or equivalent)6 (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:

Maximum Straight Time
Reimbursement Per Hour
Payroll Classification
Of Inspection
(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; three (3) inspectors certified in computer documentation and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction.

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

2 Nuclear Densometer Gauges/License *
2 Vehicles for the Transportation of Nuclear Gauges *
17 Two-Way Radios
* at point of need when needed

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

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

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

Classification
No. of Resumes
TCIS 3
TCI-M 1
TCI 8
No resumes are required for the TA Classification.

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

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

General Requirements and Information

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

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

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

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

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

   By submitting a letter of interest for the projects that requests engineering services, the consulting firm is certifying that the firm is qualified to perform engineering services in accordance with the laws of the Commonwealth of Pennsylvania.

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

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

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

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

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

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

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 99-563. Filed for public inspection April 2, 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.