Pennsylvania Code & Bulletin
COMMONWEALTH OF PENNSYLVANIA

• No statutes or acts will be found at this website.

The Pennsylvania Bulletin website includes the following: Rulemakings by State agencies; Proposed Rulemakings by State agencies; State agency notices; the Governor’s Proclamations and Executive Orders; Actions by the General Assembly; and Statewide and local court rules.

PA Bulletin, Doc. No. 00-1609

NOTICES

Retention of Engineering Firms

[30 Pa.B. 4862]

Delaware County
Project Reference No. 08430AG2609

   The Department will retain an engineering firm for a specific project contract to perform NBIS bridge safety inspections for 265 designated bridges on the state highway system in Delaware County, Engineering District 6-0. This contract is expected to be for a period of fifty-four (54) months but may be extended if required.

   The selected firm is required to provide two bi-annual NBIS inspections for each bridge over a four (4) year period. The firm will provide updated inspection reports. The report will include an inspection summary, field inspection form D-450, updated BMS coding sheets and maintenance recommendations. The use of data collectors may be required.

   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 final ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the final 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)  Capabilities of the proposed teams to address the bridge inspection, engineering evaluations and recommendations, and related aspects identified in the advertisement.

   b)  Number of NBIS certified inspectors and inspection teams available for the agreement.

   c)  Review of inspectors' resumes with emphasis on bridge inspection capabilities.

   d)  Understanding of the Department's requirements, policies and specifications.

   e)  Ability to provide the bridge inspections within the required time frame.

   f)  Past performance.

   g)  Internal procedures for cost containment and quality assurance.

   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.

   This project reference assignment is considered moderately complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2" × 11", one sided, plus an organizational chart up (up to 11" × 17" size), and additional resumes, if applicable. (see the General Requirements and Information Section for additional requirements for the Letter of Interest).

   The Letter of Interest submission shall be sent to:

      Mr. Andrew L. Warren, District Administrator
      Engineering District 6-0
      7000 Geerdes Blvd.
      King of Prussia, PA 19406-1525
      Attn: John Ferry

   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. John Ferry, District 6-0, at (610) 205-6628.

Bucks County
Project Reference No. 08430AG2610

   The Department of Transportation will retain an engineering firm to perform environmental studies, preliminary engineering, final design, and construction consultation for the following projects:

   1.   S. R. 1009, Section 04B, Replace an existing single span bridge over Tinicum Creek on Red Hill Road Bucks County. Roadway approaches to the new structure will be realigned to improve horizontal geometry. Estimate cost of the replacement bridge and roadway approaches is $400,000.

   2.  S. R. 2103, Section 01B, Replace an existing concrete bridge over Pidcock Creek on Pineville Road Bucks County. Project will also include realignment of the existing approaches to improve sight distance for the adjacent intersecting New Hope Road. Estimated cost of bridge related roadway work is $600,000.

   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 record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience. The specific experience of individuals employed by the firm shall be considered.

   b)  Available staffing for this assignment and the ability to meet the Department's needs.

   c)  Specialized experience and technical competence of firm.

   d)  Location of Consultant with respect to the District Office.

   The selected firm will be required to provide, but not limited to, the following engineering and design services: surveys; roadway design; pavement design; preparation of cross sections; erosion and sedimentation control design; right-of-way investigation and plan; subsurface boring sampling and testing; preliminary and final structure design; pavement marking and signing plans; utility coordination; alternate design review; obtain all required permits from state and local regulatory agencies; preliminary and final design of bridge structures, including foundation and exploratory borings; associated geotechnical reports; type, size and location reports; preliminary and final structure plans, calculations for hydraulics and structure analysis; plans, specifications, and estimates; and consultation during construction and shop drawing reviews.

   The selected firm will also be required to provide environmental services to identify and assess the following: historic and archaeological resources; regional and community growth; land use and development patterns; wildlife habitat; wetlands; floodplains; surface water and ground water; vegetation; geological resources; noise and air quality; parks and recreational facilities; emergency service, health, and educational facilities; utility locations; residential and commercial property values; hazardous waste aquatic resources; national natural landmarks; vibrations; aesthetics and visual qualities; and construction impacts.

   The environmental studies will be conducted to prepare a Categorical Exclusion in accordance with accepted analysis techniques and methodologies.

   The selected firm will be required to perform the following to insure that a complete environmental investigation has been performed; provide all work and services necessary to collect, analyze and organize data; assess impacts; conduct agency and public involvement activities; and prepare reports and mitigation plans. The reports and other written graphic material to be prepares may include, but are not limited to, early coordination and scoping correspondence; project need; preliminary alternatives analysis; meeting minutes; newsletters; mailing lists; public and hearings; handouts and displays; technical basis reports; NEPA environmental documents; Section 106 documents; Section 4(f) evaluation; mitigation plans and reports; hazardous waste mitigation plans; PADER permits; Corps of Engineers 404 permits; formulating and participate in public involvement program; and coordination the development of the study with various agencies and special interest groups.

   Firms that are currently serving, or are being considered for selection, as the municipalities listed in the project description and firms that are under contract, or are being considered, to provide engineering services in either capacity as municipal engineer as a representative of a site developer will not be considered for this assignment. Any questions concerning this requirement should be directed Timothy R. O'Brien P.E., at the telephone number listed below.

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

   The Letter of Interest submission shall be sent to:

      Mr. Andrew L. Warren, District Administrator
      Engineering District 6-0
      7000 Geerdes Blvd.
      King of Prussia, PA 19406-1525
      Attn: John R. Laughner, 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 (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Timothy R. O'Brien, P.E., District 6-0, at (610) 205-6850 or John R. Laughner, P.E., District 6-0, at (610) 205-6854.

Jefferson County
Project Reference No. 08430AG2611

   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. 0080, Section 547, in Jefferson County.

   This project involves the resurfacing of the existing roadway using Superpave Asphalt Wearing, RPS, SRL-E from a point approximately 4000 feet west of S. R. 36 at Segment 774 Offset 1686 EB, to a point approximately 2,000 feet west of S.R. 1005 at Segment 885 Offset 0150 WB. This project will also involve milling of Bituminous Pavement Surface, milling Bituminous Shoulder Rumble Strips, widening of two (2) roadside rest areas, minor rehabilitation of eleven (11) bridges, placement of epoxy resin pavement markings, guiderail improvements and traffic control.

   Department policy requires firms providing construction inspection services to have a Federal Acquisition Regulation (FAR) field overhead rate established. The Department's current policy (SOL-430-91-34) requires a firm to submit their proposed field and office cost allocation approach, before the beginning of the fiscal year where the separate overhead rates would apply. This approach must comply with the provisions set forth in Part 31 of the Federal Acquisition Regulations (48 CFR Chapter 1) which governs the determination of the eligibility of costs making up the firm's Direct and Indirect Costs.

   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 final ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the final 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 Maintenance and Protection of Traffic, soils, structures, concrete, asphalt paving, and drainage.

   b.  Past Performance.

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

   d.  Number of available inspectors in each payroll classification.

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

   f.  Ability to provide CPM scheduling.

   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)
2 (1)
Transportation Construction Inspector (TCI)
   (NICET Highway Construction Level 2
   or equivalent)
6 (4)
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 hourly payroll rate for each Department Payroll Classification for calendar year 2000 shall be as shown:

Payroll ClassificationMaximum Straight Time
Hourly Payroll Rate
(Year 2000)
(TCM-1)$23.22
(TCIS)$20.34
(TCI)$17.05
(TA)$11.72

   If applicable, the maximum straight time hourly payroll rate for subsequent calendar years will be established at the scope of work meeting.

   The maximum hourly payroll rate is the maximum hourly rate paid to an employee in a specific Department Payroll classification. The Department reserves the right to negotiate hourly payroll rates of compensation of individuals based on knowledge, experience and education up to the payroll classification maximum hourly payroll rate.

   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 a certified CDS Operator, NECEPT certified bituminous technician, and a Nuclear Densometer Gage Licensed Operator; and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during rehabilitation.

   The firm selected will be required to supply the following equipment:

QuantityItem
1Nuclear Densometer Gauges/License
3Cellular Phones (for Engineer's employees only) with Standard Call Out/Receive Capability
5Cellular Phones (for Engineer's employees only) with Restrictive Call Out/Receive Capability, incoming and outgoing calls restricted to: District Office Phone Number, Project Office Phone Number, the Contractor's Project Office Phone Number, and the Emergency 911

   The Department will directly reimburse the selected engineering firm for the above equipment, for use by the consultant inspection staff at their actual cost not to exceed the maximum direct reimbursement shown below. The engineering firm is required to include their billing rates for each type of equipment in the letter of interest.

*Nuclear Densometer Gauge@$660.00 each Maximum/month
*Cell Phone Usage*As per invoice

   If the equipment is self-owned, reimbursement will be based on actual cost of ownership not to exceed the maximum allowable. If equipment is from an outside supplier, the engineer must secure a minimum of three written quotes. The Department reserves the right to request additional quotes.

*Cost of phone and activation fees are not eligible for direct reimbursement

   The Department will reimburse for actual miles driven on the project as directed by the Department, and a maximum of $32.50/day for either mileage to and from the work site or lodging. An inspector will not be reimbursed for a combination of the two during the same day. Mileage will be reimbursed for the most direct route from the inspector's residence or the Consultant's office, whichever is less, to the project site and return at the lesser of the maximum mileage rate established by the Commonwealth or the firm's current policy. The first fifteen (15) miles each day of an inspector's commute from and to his/her residence or the consultant's office to the work location is considered normal commuting travel and will not be eligible for mileage reimbursement. Lodging will be reimbursed at a maximum rate of $32.50/day, in lieu of mileage, but receipts for all costs must be provided to the Department with the Engineer's invoice. Lodging will only be reimbursed for employees whose home or headquarters is more than 65 miles from the project.

   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-2, TCM-1 and/or TCIS positions, giving their approval to use their name in your letter of interest for this specific project. The maximum number of resumes to be included in the letter of interest shall be as follows:

ClassificationNo. of Resumes
TCM-12
TCIS3
TCI8
TA0

   This project reference assignment is considered non- complex. The letter of interest shall be limited to a maximum of three (3) pages, 8 1/2" × 11", one sided (any pages beyond 3 will not be reviewed by the Department), plus an organizational chart (up to 11" × 17" size), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. Richard H. Hogg, P.E., District Engineer
      Engineering District 10-0
      2550 Oakland Ave., P. O. Box 429
      Indiana, PA 15701-0429
      Attn: Michael P. Masisak

   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 Michael P. Masisak, phone number (724) 357-3205, fax number (724) 357-5951.

Statewide
Project Reference No. 08430AG2612

   The Department will retain an engineering firm to prepare and revise standard plans, specifications, supporting computations and tabulations of construction quantities for overhead sign structures.

   The selected firm may be required to complete, but not limited to, the following items and all associated tasks: revision of existing Standard Drawings BD-641, BD-642 and BD-644; development of 4 Chord Sign Structure; modification to Department SIGN computer program; review standards for availability of pipes sizes and shapes, develop recommendations for alternate sizes; prepare and organize meetings with various business partners.

   Deliverables: Updated set of Standard Drawings, specifications and supporting calculations. All input and output files used in the development of the standards are to be submitted to the Department in an electronic format.

   The contract will be for a period of eighteen (18) months.

   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 record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience. The specific experience of individuals employed by the firm that are assigned to the project shall be considered.

   b)   Computer programming capabilities for structural engineering applications.

   c)  Available staffing for this assignment and the ability to meet the Department's needs.

   d)  Specialized experience and technical competence of firm.

   e)  Location of Consultant with respect to the Central Office.

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

   This project reference assignment is considered moderately complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2" × 11", one sided, plus an organizational chart (up to 11" × 17" size), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. R. Scott Christie, P.E.
      Chief Bridge Quality Assurance Division
      Bureau of Design
      P. O. Box 3560
      Harrisburg, PA 17105-3560

   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. Tom Macioce, P.E., phone number (717) 787-7504, fax number (717) 787-2882.

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.

   For District 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 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 Central Office, Bureau of Design by the deadline stipulated in the individual advertisements.

   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.

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

   The letter of interest must include full disclosure of any potential conflict of interest by the prime or any subconsultant based on Engineering Involvement Restrictions Guidelines as established in Strike-off Letter No. 433-00-02 published March 27, 2000. If there are no potential conflicts you shall include the following statement: ''I have reviewed Strike-off Letter No. 433-00-02 and determine that there are no potential conflicts of interest for anyone on this project team.''

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

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

   Proposed 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.

   Letters of Interest for will be considered non-responsive and eliminated from further consideration for any of the following reasons:

   1.  Letters of Interest not received on time.

   2.  Project of interest is not identified.

   3.  An Annual Qualification Package for the prime consultant and all subconsultants is not on file with the organization receiving the Letter of Interest.

   4.  Conflict of Interest evaluation statement is not included.

   5.  A Disadvantaged Business Enterprise (DBE) participation goal is established for the Project Reference Number but no DBE/WBE is identified and no good faith effort is included.

   6.  Firm submitted a Letter of Interest on more than one (1) Joint Venture or a firm submitted a Letter of Interest as a prime and was also included as a subconsultant, to another firm. Multiple responses under any of the foregoing situations will cause the rejection of all responses of the firm, or firms, involved.

   In addition to the above reasons, a Letter of Interest for Construction Inspection Services will be considered non-responsive for any of the following reasons:

   1.  Prime consultant or any subconsultant does not have a Federal Acquisition Regulation (FAR) Audit Field Overhead Rate on file with the Department.

   2.  Using an individual's resume without including a letter granting the individual's approval for TCIS and higher positions.

   3.  Exceeding the maximum number of resumes in a payroll classification.

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

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 00-1609. Filed for public inspection September 15, 2000, 9:00 a.m.]



No part of the information on this site may be reproduced for profit or sold for profit.

This material has been drawn directly from the official Pennsylvania Bulletin full text database. Due to the limitations of HTML or differences in display capabilities of different browsers, this version may differ slightly from the official printed version.