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. 99-1510

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[29 Pa.B. 4740]

Lycoming County
Project Reference No. 08430AG2399

   The Department will retain an engineering firm under a multi-phase, specific project agreement to perform preliminary engineering, environmental studies, final design and construction services for S. R. 0015, Section C41 in Cogan House and Lewis Townships, Lycoming County within Engineering District 3-0.

   The project consists of studies to relocate a 7.4 km portion of the southbound lanes of S.R. 0015 between trout Run and Steam Valley. This section of the southbound lanes has substandard horizontal and vertical geometry, narrow shoulders and no access control. Also included will be some level of upgrade to the northbound lanes from Trout Run to Buttonwood which will be at a minimum include the elimination of several at grade intersections with Township roads and correcting several substandard curves. The project will also include the construction of a full interchange with S.R. 0184. Estimated construction cost is $54.0 million. The anticipated agreement duration is four (4) years.

   The selected engineering firm will be required to perform a variety of engineering services as indicated below, but not limited to:

   a.  Initial Studies:  This phase will consist of preliminary studies to develop relocation alternatives for the southbound lanes which will be carried through into the next phase and to more clearly define the scope of the northbound work. Interchange concepts will also be developed in this phase. Tasks may include, but are not limited to: evaluation of existing roadway features, climbing lane analysis, traffic studies, access control studies, public involvement, development on interchange concepts, development of preliminary southbound alignments, and preliminary estimates.

   b.  Refinement of Alternatives and Environmental Clearance Studies:  This phase will carry the alternatives developed and advance them to the level needed for environmental clearance and the selection of the preferred alternative. Tasks may include, but are not limited to: traffic studies for each alternative, alignment studies; hydraulic studies, preliminary maintenance and protection of traffic, development of detailed cost estimates, preliminary structure design, field surveys, public involvement, value engineering coordination, preparation of an Environmental Assessment, hazardous waste evaluations, cultural resource studies, and other environmental studies to support the EA.

   c.  Development of project plans up to Step 9: This phase will carry the preferred alternative through Step 9. Tasks may include, but are not limited to: line grade and typical section, type, size and location, preliminary traffic control plan, preliminary erosion and sedimentation control plan, pavement design, and preliminary right-of-way plans.

   d.  Preparation of final roadway and structure plans, including but not limited to: final design, and preparation of plans, specifications and estimates.

   e.  Consultation during construction.

   All engineering services for this project will be performed in accordance with current Department Metric Design Standards.

   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 performance of firm with respect to quality of work, administrative and cost controls, ability to meet schedules, and previous experience on roadway widening engineering projects. The specific experience of individuals who constitute the firm shall be considered.

   b.  Specialized experience and technical competence of firm.

   c.  Demonstrated familiarity with the project scope.

   d.  Resumes of key personnel and listing of proposed sub-consultants.

   e.  Relative size of firm to size of this project.

   f.  Demonstrated capacity for innovative engineering to resolve complex problems.

   g.  Location of firm relative to District Office and project size.

   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. Paul E. Heise, P.E., District Engineer
      Engineering District 3-0
      715 Jordan Avenue
      Montoursville, PA 17754

   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.

   The District will announce the firms that have been shortlisted at an open public meeting scheduled for October 1, 1999 at 10:00 A.M. at the Engineering District 3-0 office at 715 Jordan Avenue, Montoursville, PA. All candidates that submitted a letter of interest will be notified if this date changes. Specify a contact person in the letter of interest.

   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).

   Any technical questions concerning the requirements for this project should be directed to: Mr. Gary R. Williams, P.E., District 3-0, at (570) 368-4391.

Westmoreland County
Project Reference No. 08430AG2400

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately twelve (12) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S.R. 0070, Section 19M, the rehabilitation of the existing bridge in Westmoreland County, Engineering District 12-0. The estimated construction cost is $15 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 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 acceptable letters of interest:

   a.  Number of available inspectors in each payroll classification.

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

   c.  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.

   d.  Past Performance.

   e.  Ability to provide CDS operator.

   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)
2 (1)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
7 (6)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
3 (0)

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

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

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

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

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

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

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

   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 9

   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" 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. Michael H. Dufalla, P.E., District Engineer
      Engineering District 12-0
      N. Gallatin Avenue, Extension
      Uniontown, PA 15401
         Attention: Mr. Nick Hutnick

   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 (20) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Charles Thompson, P.E., District 12-0, at (724) 439-7137 or Mr. Nick Hutnick, District 12-0, at (724) 439-7385.

Northampton County
Project Reference No. 08430AG2401

   The Department will retain an engineering firm, for a multi-phase, specific project Agreement, to conduct environmental studies, prepare preliminary engineering plans, perform final design and provide services during construction (shop drawing reviews and consultation during construction) for the proposed bridge replacement (Messinger Street Bridge) on S.R. 1018, Section 02B over Martin's Creek and Conrail tracks located in the Borough of Bangor, Northampton County. The design of this project is expected to have an overall duration of twenty-seven (27) months with shorter, varying schedules for individual phases. This Agreement will be administered by Engineering District 5-0. The estimated construction cost is $2.0 million.

   The existing structure, built in 1921, is a ten (10) span, 97-meter long, reinforced concrete T-beam structure with two (2) 3.6-meter lanes and two (2) 1.1-meter sidewalks. S.R. 1018 in the project area is a two (2) lane minor collector highway that extends east and west through the Borough of Bangor and Township of Washington. The project study limits will extend 150 meters on each end of the existing structure. The structure is bounded by residential structures to the west and a farmer parachute factory and light industrial/commercial area on the east. Although the bridge itself is not eligible for registration on the National Register, the parachute factory is, and the bridge may constitute a contributing element to the parachute factory. In addition, there is a potential historical district on the west end of the bridge.

   The selected engineering firm will be required to provide a variety of engineering services as indicated below, but not limited to:

   a.  Perform a feasibility study to determine the most appropriate alternative for improvement of this structure. Alternatives to be considered include, but are not limited to: rehabilitating the structure; removing the structure and replacing it with a new structure over Martin's Creek and Conrail tracks; and removing the existing structure and replacing it with a new structure over Martin's Creek and a grade crossing at the Conrail tracks.

   b.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 3 (or Level 4 if there are archeological findings or if the project requires additional right-of-way) and associated documents including: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archaeological surveys, etc.

   c.  Preliminary engineering including, but not limited to: field surveying; hydraulic and hydrologic analysis, type, size, and location drawings; Step 9 submission; roadway design; E & S plans; soils and geotechnicalreconnaissance; maintenance and protection of traffic; right-of-way investigation; and coordination with utility companies. PUC coordination will be required for any alternative selected.

   d.  Preparation of final roadway and structure plans, including, but not limited to: roadway and structure borings; final design; and preparation of plans, specifications and estimates.

   e.  Consultation during construction.

   All engineering services for this project will be performed in accordance with current Department Metric Design Standards.

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

   a.  Specialized expertise and technical competence.

   b.  Project team composition.

   c.  Project team experience.

   d.  Ability to expedite this project and maintain schedule and budget.

   e.  Past performance.

   f.  Location of consultant with respect to the project site and to the District Office.

   The District will announce the firms that have been shortlisted at an open public meeting to be held in Engineering District 5-0, 1713 Lehigh Street, Allentown, PA 18103. All candidates that have submitted a Letter of Interest will be notified of the date. Specify a contact person in the letter of interest.

   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).

   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. Walter E. Bortree, P.E., District Engineer
      Engineering District 5-0
      1713 Lehigh Street
      Allentown, PA 18103
         Attention: Mr. Stephen L. Caruano, 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. Stephen L. Caruano, P.E., District 5-0, at (610) 791-6062 or Mr. Kenneth M. McClain, District 5-0, at (610) 791-6037.

Armstrong County
Project Reference No. 08430AG2402

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately twenty-two (22) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S.R. 0422, Section 015, Kittanning By-Pass; Armstrong County. This project involves the construction of a new limited access highway between S.R. 0066 and the existing S.R. 0422.

   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, earth moving operations and concrete pavement placements.

   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 Manager 1 (TCM-1)
(NICET Highway Construction Level 4 or equivalent)
1 (1)
Transportation Construction Ins. Super. (TCIS)
(NICET Highway Construction Level 3 or equivalent)
4 (3)
Transportation Construction Inspector - Materials (TCI-Materials)
(NICET Highway Materials Level 2 or equivalent)
2 (1)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
13 (9)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
2 (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
(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 operator, provide Nuclear Densometer Gauge licensed Operator, provide 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:

1 Nuclear Densometer Gauge/License (at point of need)
4 Cellular Phones
Level and Rod
Planimeter

   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:

Classification No. of Resumes
TCM-1   2
TCIS   5
TCI-M   3
TCI 16

   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: Ms. Sarah Cunningham, 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 (20) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Ms. Sarah N. Cunningham, P.E., District 10-0, at (724) 357-2881.

Berks County
Project Reference No. 08430AG2403

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately eleven (11) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S.R. 0078, Section 07M, in Bethel Township, Berks County, Engineering District 5-0. The estimated construction cost is $23 million.

   The project involves the construction of approximately 22,457 linear feet of separated plain cement concrete pavement, RPS, 14" depth, 48 feet in width and full depth shoulders; also the surfacing of approximately 1,192 linear feet of bituminous wearing course ID-2, SRL-H, 40 feet in width on State Route 645; also the relocation of approximately 1,500 linear feet of a township road; also a single span superstructure replacement, a 4-span concrete box beam deck replacement and the rehabilitation of a twin cell reinforced concrete box culvert; also glare screen upgrading, guide rail upgrading, miscellaneous drainage improvements including wetlands, lighting upgrades, pavement marking within a length of 22,457 linear feet (4.25 miles).

   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 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 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, guiderail, pavement markings, milling, erosion control, signing and lighting. The TCI-M has to be NICET Level II Highway Materials Certified and Nuclear Gauge Certified. A TCI has to be PennDOT CDS Certified.

   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 Manager 1 (TCM-1)
(NICET Highway Construction Level 4 or equivalent)
1 (1)
Transportation Construction Ins. Super. (TCIS)
(NICET Highway Construction Level 3 or equivalent)
3 (2)
Transportation Construction Inspector - Materials (TCI-Materials)
(NICET Highway Materials Level 2 or equivalent)
1 (1)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
4 (3)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
2 (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
(TCM-1) $46.27
(TCIS) $40.54
(TCI-Materials) $36.55
(TCI) $35.47
(TA) $24.39

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

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

   The firm selected may be required to attend a pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; and perform other duties as may be required. 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)
  1 Base Radio Station
12 Two-Way Radios
  1 Two-Way Radio Repeater Station
  1 Camera (type 35mm, film, developing)

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

   Letters of interest for this project must include a letter, signed by the individuals you propose for all TCM-1 and TCIS positions, giving their approval to use their name in your letter of interest for this specific project. The Technical Assistant(s) do not need to be identified in the letter of interest.

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

Classification No. of Resumes
TCM-1 2
TCIS 4
TCI-M 2
TCI 5

   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" 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. Walter E. Bortree, P.E., District Engineer
      Engineering District 5-0
      2460 Parkwood Drive
      Allentown, PA 18103
         Attention: Mr. Brian H. Graver

   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. Brian H. Graver, District 5-0, at (610) 791-6022.

Westmoreland County
Project Reference No. 08430AG2404

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately twelve (12) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S.R. 0119, Section 12R, the reconstruction of the existing roadway in Westmoreland County, Engineering District 12-0. The estimated construction cost is $14 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 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 acceptable letters of interest:

   a.  Number of available inspectors in each payroll classification.

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

   c.  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.

   d.  Past Performance.

   e.  Ability to provide CDS operator.

   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)
2 (1)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
7 (6)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
3 (0)

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

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

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

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

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

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

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

   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 Technical Assistant(s) do not need to be identified in the Letter of Interest.

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

Classification No. of Resumes
TCIS 3
TCI 9

   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" 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. Michael H. Dufalla, P.E., District Engineer
      Engineering District 12-0
      N. Gallatin Avenue, Extension
      Uniontown, PA 15401
         Attention: Mr. Nick Hutnick

   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. Charles Thompson, P.E., District 12-0, at (724) 439-7137 or Mr. Nick Hutnick, District 12-0, at (724) 439-7385.

Washington County
Project Reference No. 08430AG2405

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately twelve (12) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S.R. 0079, Section C10, the reconstruction of the existing roadway in Washington County, Engineering District 12-0. The estimated construction cost is $40 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 letters of interest:

   a.  Number of available inspectors in each payroll classification.

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

   c.  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.

   d.  Past Performance.

   e.  Ability to provide CDS operator.

   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 (2)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
7 (5)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
2 (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) $35.47
(TA) $24.39

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

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

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

   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 Technical Assistant(s) do not need to be identified in the Letter of Interest.

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

Classification No. of Resumes
TCIS 4
TCI 9

   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" 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. Michael H. Dufalla, P.E., District Engineer
      Engineering District 12-0
      N. Gallatin Avenue, Extension
      Uniontown, PA 15401
         Attention: Mr. Nick Hutnick

   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. Charles Thompson, P.E., District 12-0, at (724) 439-7317 or Mr. Nick Hutnick, District 12-0, at (724) 439-7385.

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.

   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 maximum opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The TEA-21 requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they are defined prior to the act, WBEs or combinations thereof).

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

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

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

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 99-1510. Filed for public inspection September 3, 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.