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. 97-1157

NOTICES

Retention of Engineering Firms

[27 Pa.B. 3584]

Schuylkill County

Project Reference No. 08430AG2088

   The Department of Transportation will retain a consulting firm to conduct environmental studies and preliminary engineering, final design and services during construction for S. R. 0081, Section SDC, the proposed interchange on Interstate Route 0081 in Schuylkill County. The estimated construction cost for this project is $25 million.

   The proposed interchange is located between mileposts 118 and 119 where S. R. 0081 crosses over the Gordon Mountain Road (S. R. 4007) in Butler Township, Schuylkill County. S. R. 0081 in the project area is a four-lane, divided, rural interstate highway which extends north and south through Schuylkill County. S. R. 4007 is a two-lane undivided rural highway which extends east and west and connects the Borough of Gordon and the Village of Heckscherville. The project study limits extend along S. R. 0081 from approximately 2.7 miles (Segment 1160/0000) south of the S. R. 4007 to approximately 2.8 miles (Segment 1215/0000) north of S. R. 4007, and along S. R. 4007 from approximately 1.0 mile (Segment 40/0000) east of S. R. 0081 to approximately 1.1 miles (Segment 80/0000) west of S. R. 0081.

   Another firm will have completed a Point of Access Study and interchange configuration study. The firm selected for this contract will be expected to assimilate the results of those studies and prepare a Level 4 Categorical Exclusion Evaluation within six (6) months from the Notice to Proceed, final right-of-way plans within ten (10) months from the Notice to Proceed and a final PS&E package within twenty-two (22) months from the Notice to Proceed.

   The firm selected should be experienced in environmental studies and highway design, with the ability to expedite the project. The District will shortlist the interested firms based on past performance, project team composition and experience.

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

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Walter E. Bortree, P.E., District Engineer, Engineering District 5-0, 1713 Lehigh Street, Allentown, Pennsylvania 18103, Attention: Mr. David A. Earp, P.E.

   Any technical questions concerning the requirements for this project should be directed to Mr. Donald E. Lerch, P.E., District 5-0, at (610) 791-6019 or Mr. David A. Earp, P.E., District 5-0, at (610) 791-6021.

   Any questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Statewide

Project Reference No. 08430AG2089

   The Department of Transportation will retain one (1) engineering firm for an Open-End Contract to provide the necessary resource and technical expertise to assist managers in making decisions required to successfully complete environmental studies and to manage the preliminary design and the final design phases of major highway and other transportation projects. The Contract will be for a period of three (3) years with a maximum cost of $3 million with projects being assigned on an ''as needed'' basis.

   The selected firm will be required to provide all necessary professional services through a team of highly qualified environmental, engineering, public/agency involvement and automation technologies professionals to guide and assist Department and other consultant staff through the preliminary and final design phases of project development with emphasis on utilization of modern business practices, insuring consistency and compliance with all applicable state and federal environmental laws, regulations, and procedures; sensitivity to local, state and federal environmental goals and issues; consistency among transportation projects and local/regional (LDD/MPO) and statewide planning goals; responsiveness to public and agency needs and concerns; adherence to established project schedules; project management of preliminary design and environmental studies; technical assistance in preparing policy and project development materials for Department use; follow-through on design and mitigation commitments; facilitation of the final design to construction; quality control/assurance for the preparation, review and tracking of engineering and environmental documents; timely permit application during the Transportation Project Development Process; utilization of cost effective and state-of-the-art analysis and documentation methods; and timely communication such that Department management is kept well informed and properly involved in the project development process.

   At a minimum, providing guidance and assistance will be accomplished through strategically planned activities such as assisting project teams with the development of project scopes of work; monitoring and reviewing needs analyses during the planning and prioritization/programming phases; participating in and reporting on project scoping, status, document review, public and agency meetings; reviewing project scopes of work, technical proposals, and project schedules; monitoring data collection, data management, and technical analyses activities; reviewing preliminary data and analyses; monitoring public and agency involvement activities; assisting project teams in developing engineering plans and documents in the preliminary and final design phases; reviewing environmental reports and related documents, including mitigation plans; monitoring and reviewing key steps in the Section 404 permit processes including preapplication, application, public notice, evaluation, and special conditions to insure adequacy, timeliness, and completeness; monitoring the development and submission of permits required by state agencies including those which may be required for erosion and sedimentation control, stormwater discharge, earth disturbance, placement of fill in controlled areas, and waterway and floodplain involvements; reviewing permit applications; briefing project study teams on applicable policies and procedures; briefing management on project study progress and problems; preparing briefing materials, minutes of meetings, and technical articles as required; suggesting cost effective and innovative approaches to study development, review and coordination procedures; reviewing project designs to ensure that adequate avoidance, minimization, and other mitigation measures are incorporated; assisting in the writing of policy and procedure memoranda; identifying and evaluating tools for more effectively and efficiently managing the design phases of specific projects; initiating, chairing, and documenting special meetings with local interest groups, agencies, and/or Department and consultant personnel; identifying and evaluating important research topics; managing agency/consultant coordination when environmental, design, or mitigation activities are carried out during construction; and developing and conducting training associated with implementation of policies and procedures.

   Areas of specialized experience and technical skills required for this Contract are project study team management; intimate knowledge of the state and federal laws, regulations, policies and procedures affecting transportation project development, particularly the National Environmental Policy Act and related requirements; demonstrated experience in managing and conducting transportation environmental analyses on the subjects of air, noise, energy, vibration, waste management, geology, hydrogeology, floodplain management, stormwater management, socio-economic/land use, historic, archaeology, surface and ground water quality, wildlife, wetlands, erosion and sediment pollution control, wild and scenic rivers, aesthetics, radon, farmlands, endangered plants, and animals, hazardous waste, etc.; experience in preparing plans in accordance with established design criteria; experience in the preparation of Environmental Impact Statements, Environmental Assessments and Categorical Exclusion Evaluations and all related environmental and engineering documents; experience in developing and conducting training programs involving environmental policies and procedures, experience with automation technologies applications and experience in designing and conducting public and agency involvement programs.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating one (1) Open-Ended 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 second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Wayne Kober, Bureau of Environmental Quality, Bureau of Design, at (717) 787-1024.

   Any technical questions concerning the requirements for this project should be directed to Ms. Sue McDonald, Bureau of Environmental Quality, Bureau of Design, at (717) 772-3086 or Mr. Kash Batra, P.E., Consultant Agreement Division, Bureau of Design, at (717) 783-9457.

   Any questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Allegheny, Beaver, and Lawrence Counties
Project Reference No. 08430AG2090

   The Department of Transportation will retain an engineering firm for an Open-end Contract to provide supplementary construction inspection staff under the Department's Inspector(s)-in-Charge to perform construction inspection services on various projects in Engineering District 11-0, that is Allegheny, Beaver and Lawrence Counties. The Contract will include roadway and bridge construction projects, and material plant inspection. The Contract will be for a period of sixty (60) months, with a maximum cost of one million ($1,000,000) dollars.

   It is anticipated that a maximum supplementary construction inspection staff of twenty-seven (27) inspectors will be required for this assignment.

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

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

   a.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete, asphalt paving, drainage, computer documentation skills, climbing ability, and bridge painting experience.

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

   c.  Understanding of the specific needs of the project.

   d.  Past Performance.

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

   f.  Location of the consultant.

   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)
2 (2)
Transportation Construction Insp. Super.    (TCIS)
NICET Highway Construction Level 3 or    equivalent)
7 (6)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or    equivalent)
14 (7)  
Technical Assistant (TA)
(NICET Highway Construction Level 1 or    equivalent)
4 (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 1997:

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
of Inspection
               (TCM-1)$43.61
               (TCIS)$38.21
               (TCI)$33.44
               (TA)$22.98

   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:

  3Nuclear Densometer Gauges/License
  2Paint Test Kits
  3Vehicles for the Transportation of Nuclear Gauges
  3Base Radio Station
16Two-way Radios
  6Camera (type data-back)
  3Fax Machine
  3Copiers

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

ClassificationNo. of Resumes
TCM-1  3
TCIS     9
TCI     17
No resumes are required for the TA Classification.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Henry M. Nutbrown, P.E., District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017-2853.

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

   Any questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

General Requirements and Information

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

   The first copy of the Letter of Interest and required information must be submitted to Charles W. Allwein, P.E., Chief, Consultant Selection Committee, 7th Floor, Forum Place, 555 Walnut Street, Harrisburg, PA 17101-1900.

   The Letter of Interest and required information must be received within thirteen (13) calendar days of this Notice. The Deadline for receipt of a Letter of Interest at the above address is 4:30 p.m. prevailing time of the thirteenth day.

   The second copy of the Letter of Interest and required information must be submitted to the appropriate District Engineer/Administrator or the Bureau Director as indicated in the individual advertisement. This copy must be postmarked or delivered on or before the deadline indicated above.

   If an individual, firm, or corporation not authorized to engage in the practice of engineering desires to submit a Letter of Interest, said individual, firm or corporation may do so as part of a Joint Venture with an individual, firm or corporation which is permitted under the state law to engage in the practice of engineering.

   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 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 Intermodal Surface Transportation Efficiency Act of 1991 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 Act 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 were 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.

   Each Letter of Interest must include the following information and the information must be packaged and presented in the following order:

   1.  Transmittal Letter (Maximum of two typed pages, one side)

   The subject heading of the transmittal letter must include the project reference number for which the applicant wishes to be considered, the firm's legal name, fictitious name (if applicable), and the firm's federal identification number. If the project advertisement indicated the Department will retain an engineering firm for the project, the applicant must indicate in the body of their transmittal letter the names and Professional engineer License Number of individuals who are directing heads or employes of the firm who have responsible charge of the firm's engineering activities, and whose names and seals shall be stamped on all plans, specifications, plats, and reports issued by the firm.

   2.  Project Organization Chart (one page, one side)

   This Chart should show key staff from the prime and each subconsultant and their area of responsibility.

   3.  Standard Form 255, ''Architect-Engineer and Related Services Questionnaire for Specific Project'' (one Form 255 for the project team).

   The Standard Form 255 must be signed, dated and filled out in its entirety, including Item No. 6 listing the proposed subconsultants and the type of work or service they will perform on the project. Under Item 4 of this form, Column A should include the number of subconsultant personnel and Column B should include the number of prime consultant personnel to be assigned to work on this project reference number.

   If a Disadvantaged Business Enterprise (DBE) goal is specified for the project, the DBE must be currently certified by the Department of Transportation, and the name of the DBE and the work to be performed must be indicated in Item No. 6. If a Woman Business Enterprise (WBE) firm is substituted for the DBE, the WBE firm must also be presently certified by the Department of Transportation and indicated in Item 6.

   4.  Standard Form 254, ''Architect-Engineer for Related Services Questionnaire''

   A Standard Form 254, not more than 1 year old as of the date of this advertisement, must accompany each Letter of Interest for the firm, each party to a Joint Venture, and for each subconsultant the firm or Joint Venture is proposing to use for the performance of professional services regardless of whether the subconsultant is an individual, a college professor, or a Company, unless an acceptable Standard Form 254 for the prime and each subconsultant/subcontractor is on file in both the Bureau of Design and the Engineering District Office or Central Office Bureau identified in the individual project advertisement.

   If the Standard Form 254 is not submitted with the Letter of Interest, the transmittal letter shall indicate the dates that the Standard Forms 254 were submitted to the Bureau of Design and appropriate Engineering District/Central Office Bureau.

   These Forms shall be assembled with the prime's first, followed by the subconsultant's in the same order as they appear in Item 6 of Form 255.

   5.  Workload Projection Graph (Not required for Construction Inspection Services)

   A Workload Projection Graph for the prime and each subconsultant should indicate the firm's current and anticipated workload compared to the anticipated capacity available for the next two-year time frame. The Workload Projection Graph should be submitted for the office(s) where the work would be performed and should only include the personnel classifications required for providing the advertised services and work.

   6.  Authorization Letters (if required)

   If the advertisement requires a letter signed by individuals giving their approval to use their names in the Letter of Interest, the letters from proposed prime employes should be first, followed by subconsultant employes, in the same order as shown in Item 6 of Form 255.

   7.  Registration To Do Business

   Firms with out-of-state headquarters or corporations not incorporated in Pennsylvania must include, with each Letter of Interest, a copy of their registration to do business in the Commonwealth as provided by the Department of State. Firms who are not registered to do business in Pennsylvania at the time of this advertisement must document that they have applied for registration to the Department of State, Corporation Bureau. The telephone number for the Corporation Bureau is (717) 787-1057 or (717) 787-2004.

   8.  Overhead Rates (one page)

   This page must show the latest audited overhead rate developed in accordance with Federal Acquisition Regulations (FAR) for the prime consultant and each subconsultant. If a FAR rate is not available, the latest rate available from a Certified Public Account must be indicated. New firms should indicate how long the firm has been in existence and when an audited overhead rate would be available.

   9.  Additional Information

   Additional information, not to exceed ten (10) one sided pages or five (5) double sided pages may be included at the discretion of the submitting firm.

   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. 97-1157. Filed for public inspection July 18, 1997, 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.