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. 99-1638

NOTICES

Retention of Engineering Firms

[29 Pa.B. 5015]

Allegheny County

Project Reference No. 08430AG2406

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately thirteen (13) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services for S. R. 3160, Section A03, Allegheny County, Cargo Interchange. This project involves the construction of a new grade-separated intersection with an overpass and four (4) new ramps. The project also includes the construction of a new service road, the relocation of an existing two-lane road, mainline pavement replacement, mainline resurfacing, and replacing four (4) ramps at Flaugherty Run Interchange in Moon and Findlay Townships, Allegheny County.

   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, structures, soils, drainage, asphalt paving, guiderail work, and concrete pavement replacement. (References should be supplied for each inspector).

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

   c.  Past Performance.

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

   e.  Number of available inspectors in each payroll classification.

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

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

No. of
ClassificationInspectors
Transportation Construction 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 (3)
Transportation Construction Inspector-- Materials (TCI-Materials)
(NICET Highway Materials Level 2 or equivalent)
1 (1) T
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
6 (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:

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
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; one (1) inspector 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:

1Nuclear Densometer Gauge/License ****
1Vehicle for the Transportation of Nuclear Gauge ****
10 Cellular Phones (Two-way Radios also acceptable)
**** At point of need when needed

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

   Letters of interest for this project must include a letter, signed by the individuals you propose for all TCM-1 and TCIS positions, giving their approval to use their name in your letter of interest for this specific project. The Technical Assistants 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 8

   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. Raymond S. Hack, P.E., District Engineer
   Engineering District 11-0
   45 Thoms Run Road
   Bridgeville, PA 15017
   Attention: Design Liaison Unit

   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. Brian A. Krul, District 11-0, at (412) 429-3801.

Statewide

Project Reference No. 08430AG2407

   The Department will retain an engineering firm for an Open-End Contract for various engineering, environmental and management services associated with the planning, design, construction and maintenance of transportation related sound barriers, alternate noise abatement, statewide noise inventories, and policy development. The Contract will be for a sixty (60) month period with projects assigned on an as needed basis. The maximum amount of the Open-End Contract will be $5.0 million.

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

   The selected firm will be required to provide all professional services through highly qualified engineering, environmental, acoustical and public involvement specialists to guide and assist the Department through the preliminary and final design phase of projects.

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

   a.  Specialized experience and technical competence of the firm or project team in the following engineering areas:

   1.  Performing field surveys;

   2.  Conducting traffic counts;

   3.  Obtaining detailed project mapping;

   4.  Plotting topography and cross sections;

   5.  Performing subsurface investigation of roadways and structures;

   6.  Performing load analysis of existing structures;

   7.  Performing screening analysis for potential noise abatement;

   8.  Preparing submission for utility, drainage, and traffic verification and relocations engineering;

   9.  Developing and verifying right of way plans, and materials necessary for right of way acquisition;

   10.  Preparing all pertinent submissions and materials necessary for the Department to prepare an application to PUC and for a PUC field conference:

   11.  Attending and supplying any required information for all PUC meetings and hearings during the design of a project;

   12.  Completing structure designs including TS&L and PS&E reports;

   13.  Preparing core boring layouts, foundation designs and reports;

   14.  Developing traffic control plans with narratives;

   15.  Conducting soil and geo-technical investigations and preparing soil and geo-technical reports;

   16.  Participating in engineering reviews;

   17.  Consultation during construction;

   18.  Assess effectiveness of various noise wall designs; and

   19.  Any other activities necessary to complete the preliminary and final design for noise mitigation.

   b.  Specialized experience and technical competence of the firm and the proposed project team in the following environmental areas:

   1.  Performing all tasks associated with noise abatement, including but not limited to noise monitoring, noise modeling with TNM, noise mitigation analysis, and development of appropriate reports;

   2.  Policy Development;

   3.  Development of ranking system to prioritize potential Type II projects, statewide;

   4.  Analysis of soils and geology;

   5.  Preparing analyses and appropriate environmental documentation for the following resources: cultural resources (historical and archaeological); Section 4(f) and 2002 resources; hazardous and residual waste sites; wetland and floodplain identification, delineation, evaluation, and mitigation; displacements; air quality; farmland; surface and groundwater resources; terrestrial/wildlife habitat; threatened/endangered species; park and recreational facilities; public facilities and services; community cohesion; economy and employment impacts; displacement of people, businesses and farms;

   6.  Developing and conducting all coordination efforts with federal, state and local agencies, community homeowners-associations, other interested parties;

   7.  Preparing meeting minutes;

   8.  Experience with legislator, local public officials and general public meetings and hearing presentations;

   9.  Developing visualization materials, handouts, displays, cross sections;

   10.  Developing technical basis reports (TBRs) and/or technical files; mitigation plans and reports; and preliminary and final engineering plans; and

   11.  Any other environmental activities (including permit acquisition) necessary to complete noise analysis and provide successful noise abatement.

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

   d.  Past record of performance with respect to: cost control, work quality, ability to meet schedules and previous experience on relevant projects. The specific experience of individuals employed by the firm or team of firms will be considered.

   e.  Location of proposed project team with respect to the Commonwealth.

   f.  Projected workload for the next three (3) calendar years.

   The work and services required under this Contract may encompass a wide range of scopes with the possibilities of several different types of projects with concurrent completion schedules. The anticipated types of assignments include, but are not limited to:

   1.  Development of a statewide noise abatement policy;

   2.  Development of financial/funding strategies and practices;

   3.  Development of public relations and public education and outreach strategies and practices including but not limited to organizing and conducting noise abatement workshops, forums, conferences, training, newsletters and brochures;

   4.  Development and operation, in accordance with Department policies, of a noise wall information clearinghouse including a website and monitoring/updating mechanisms;

   5.  Prepare noise program meeting minutes, brochures, reports, publications and maps;

   6.  Research state-of-the-art noise abatement program development and implementation techniques;

   7.  Coordination of activities such as meetings, minutes, and other support functions;

   8.  Conduct surveys, research and analysis related to noise abatement including economic and other benefit assessments;

   9.  Assessment of noise abatement effectiveness;

   10.  Development of a ''Best Practices'' noise abatement guidance document;

   11.  Development of a database of existing noise walls;

   12.  Development and implementation of a statewide methodology for screening potential noise abatement areas; and

   13.  Development of a ranking system to prioritize potential Type II projects, statewide.

   The format and content of all documents prepared under this Contract will be consistent with the applicable State and Federal regulations, policies and guidelines.

   The services identified above are the general work activities that can be expected under this Open-End Contract. A specific project-related Scope of Work will be outlined for each individual Work Order developed under this Open-End Contract. Work activities will be coordinated with PennDOT Engineering Districts and PennDOT Central Office.

   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:

   Wayne W. Kober, Director
   Bureau of Environmental Quality
   7th Floor, Forum Place
   555 Walnut Street
   Harrisburg, PA 17101-1900

   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. Mark D. Lombard, Bureau of Environmental Quality at (717) 772-2569.

Bedford and Cambria Counties

Project Reference No. 08430AG2408

   The Department will retain an engineering firm to provide preliminary engineering, final design and services during construction (shop drawing reviews and consultation during construction) for the following projects:

   1.  S. R. 1020, Section 001, Bedford County. The proposed multi-span bridge replacement over the Raystown Branch of the Juniata River (including roadway approach realignment) and also the replacement of a single span structure over Piper's Run. The multi-span structure is located in both Broadtop and Hopewell Townships; Bedford county while the single span structure is located entirely within Hopewell Township. The estimated construction cost for this portion of the project is $2.2 million.

   The existing multi-span structure on S. R. 1020 is a two (2) span truss, 237` in length with two (2) 11` lanes. The single span structure is a concrete T-beam bridge, 28` span, located approximately 390` west of the multi-span structure. These structures are located in a rural area with some widely scattered homes located on the western side of the river. The roadway crossing both structures is classified as a rural minor collector.

   2.  S. R. 1023, Section 001, Cambria County. The proposed bridge replacement over Clearfield Creed on the Reade & White Township line in Cambria County. The estimated construction cost for this portion of the project is $530 thousand.

   The existing structure on S. R. 1023 is a single span steel girder/floor beam. The structure has an 80' span with two (2) 11` lanes. The structure is located in a rural area with a few homes in the surrounding area. The roadway crossing the structure is classified as a rural minor collector.

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

   1.  Preliminary engineering including, but not limited to: type, size and location drawings, and location drawings; Step 9 submission; roadway design; E & S plans; soils and geotechnical reconnaissance; maintenance and protection of traffic; right-of-way investigation; and coordination with utility companies.

   2.  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.

   3.  Consultation during construction.

   All engineering services for this project will be performed in accordance with the current Department Metric Design Standards. English measurements will also be included on the plans.

   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 compliance.

   b.  Project team composition.

   c.  Project team experience.

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

   e.  Past performance.

   f.  Geographic location of the consultant office in reference to the District Office.

   The District will announce the shortlisted firms at an open public meeting to be held in Engineering District 9-0, 1620 North Juniata Street, Hollidaysburg, PA 16648. 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. Also include a copy of the confirmation letters from the Department stating the consultant's and proposed subconsultants current F.A.R. overhead rate. (These letters will not be considered as part of the five (5) pages maximum). (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. Earl L. Neiderhiser, P.E., District Engineer
   Engineering District 9-0
   1620 North Juniata Street
   Hollidaysburg, PA 16648
   Attention: Mr. Terry L. Bouch

   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. Terry L. Bouch, District 9-0 at (814) 696-7171.

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

Project Reference No. 08430AG2409

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately eighteen (18) inspectors, under the Department's District Material Engineer for construction materials testing and sampling services for various projects being constructed in Engineering District 8-0, that is, Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York Counties. This Agreement will be for a period of sixty (60) months.

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

   e.  Past Performance.

   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 classification:

No. of
ClassificationInspectors
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
18 (16)

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

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

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

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

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

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

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

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
Of Inspection
(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 various projects. 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 maximum number of resumes to be included in the letter of interest shall be as follows:

ClassificationNo. of Resumes
TCI21

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

   The Letter of Interest submission shall be sent to:

   Mr. Barry G. Hoffman, P.E., District Engineer
   Engineering District 8-0
   2149 Herr Street
   Harrisburg, PA 17103-1699
   Attention: Construction Unit

   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. Richard K. Waddell, District 8-0, at (717) 787-5054.

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

Project Reference No. 08430AG2410

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately twenty-five (25) inspectors, under the Department's District Permit Engineer for construction Inspection and documentation services for various Highway Occupancy Permit Projects in Engineering District 8-0, that is, Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York Counties. This Agreement will be for a period of sixty (60) months.

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

   e.  Past Performance.

   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 classification:

No. of
ClassificationInspectors
Transportation Construction Inspector (TCI)
NICET Highway Construction Level 2 or equivalent)
25 (20)

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

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

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

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

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

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

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

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
Of Inspection
(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 various projects. 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:

25Camera (type 35mm)
25Pagers

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

ClassificationNo. of Resumes
TCI30

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

   The Letter of Interest submission shall be sent to:

   Mr. Barry G. Hoffman, P.E., District Engineer
   Engineering District 8-0
   2149 Herr Street
   Harrisburg, PA 17103-1699
   Attention: Construction Unit

   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. Richard K. Waddell, District 8-0, at (717) 787-5054.

Fayette County

Project Reference No. 08430AG2411

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately eight (8) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following four (4) projects:

   1.  S.R. 0201, Section 07R, Fayette County. This project involves the re-construction of the existing roadway.

   2.  S.R. 4003, Section 01R, Fayette County. This project involves the re-construction of the existing roadway.

   3.  S. R. 4004, Section C01, Fayette County. This project involves the replacement of the existing bridge.

   4.  S. R. 0021, Section 01M, Fayette County. This project involves the re-construction of the existing bridge.

   The estimated construction cost is $2.0 million for S. R. 0201, Section 07R; $680 thousand for S. R. 4003, Section 01R; $550 thousand for S. R. 4004, Section C01; and $3,139,000 for S. R. 0021, Section 01M.

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

   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 Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
8 (5)

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

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

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

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

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

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

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

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
Of Inspection
(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. 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).

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

Classification No. of Resumes
TCI10

   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, Ext.
   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.

Westmoreland and Greene Counties

Project Reference No. 08430AG2412

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately eight (8) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following four (4) projects:

   1.  S. R. 3077, Section E10, Westmoreland County. This project involves the rehabilitation of the existing bridge.

   2.  S. R. 0030, Section 16R, Westmoreland County. This project involves the rehabilitation of the existing bridge.

   3.  S. R. 0136, Section L01, Westmoreland County. This project involves the rehabilitation of the existing bridge.

   4.  S. R. 0088, Section 06R, Greene County. This project involves the rehabilitation of the existing bridge.

   The estimated construction cost is $1.0 million for S.R. 3077, Section E10; $3.6 million for S.R. 0030, Section 16R; $400 thousand for S.R. 0136, Section L01; and $2.6 million for S.R. 0088, Section 06R.

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

   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 Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
8 (5)

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

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

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

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

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

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

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

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
Of Inspection
(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. 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).

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

ClassificationNo. of Resumes
TCI10

   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, Ext.
   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.

Fayette, Washington and Westmoreland Counties

Project Reference No. 08430AG2413

   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 the following six (6) projects:

   1.  S. R. 1031, Section F00, Fayette County. This project involves the rehabilitation of the existing bridge.

   2.  S. R. 1077, Section 01M, Washington County. This project involves the rehabilitation of the existing bridge.

   3.  S. R. 0981, Section C01, Westmoreland County. This project involves the rehabilitation of the existing bridge.

   4.  S. R. 0136, Section 137, Westmoreland County. This project involves the rehabilitation of the existing bridge.

   5.  S. R. 0982, Section P01, Westmoreland County. This project involves the rehabilitation of the existing bridge.

   6.  S. R. 1026, Section H01, Westmoreland County. This project involves the rehabilitation of the existing bridge.

   The estimated construction cost is $600 thousand for S. R. 1031, Section F00 in Fayette County; $1,850,000 for S. R. 1077, Section 01M in Washington County; and $400 thousand for S. R. 0981, Section C01; $260 thousand for S. R. 0136, Section 137; $350 thousand for S. R. 0982, Section P01; and $1.4 million for S. R. 1206, Section H01 in Westmoreland County.

   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.  Experience of inspectors in each 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.  Understanding of Department's requirements, policies, and specifications.

   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 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 ClassificationMaximum Straight Time
Reimbursement Per Hour
Of Inspection
(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.

[Continued on next Web Page]



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.