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. 96-772

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[26 Pa.B. 2254]

Fayette, Greene, Washington and
Westmoreland Counties
Reference No. 08430AG1991

   The Department of Transportation will retain an engineering firm having the necessary engineering and environmental expertise to fulfill the requirements of an open-end contract to perform environmental studies on various projects throughout District 12-0 associated with the planning, design, construction, maintenance and operation of transportation and transportation-related facilities. The contract period will be 30 months from the date of execution with projects to be assigned on an as-needed basis. The maximum dollar amount to be expended under the terms of the open-end contract will be $750,000.

   The Department will establish an order of ranking of a minimum of three 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 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 environmental experience and technical competence of firm.

   b.  Past record of performance and previous experience on open-end contracts.

   c.  Qualifications and experience of individuals who constitute the firm.

   d.  Location of consultant in respect to the District.

   e.  Current workload and available staffing.

   The selected engineering firm will be required to provide all necessary professional engineering and environmental services, material and equipment necessary to collect, analyze, map and organize data; conduct agency and public involvement activities; prepare reports; and design mitigation plans; prepare policies, procedures and guidelines; and review environmental and engineering analyses and documents.

   The areas of environmental study and review required under the contract may include, but are not limited to, air quality; noise; energy; vibration; hazardous waste; surface water and groundwater quality; surface water and groundwater quality; surface water and groundwater hydrology; terrestrial ecology including threatened and endangered species; wetlands; soils; geology; farmlands; visual quality; socio-economic resources; cultural resources; and section 4(f) Determinations and Evaluations. The environmental studies and reviews will be conducted in accordance with currently accepted analysis techniques and methodologies.

   The preliminary engineering alternative analyses required under the contract may include, but are not limited to, engineering required to assess impacts and mitigation; void and/or minimize impacts; assess the condition of historic structures; and avoid impacts to section 4(f) properties and waters of the United States; and to review engineering analysis and documents.

   The report and other written and graphic material to be prepared may include, but are not limited to, early coordination and scoping correspondence; Plans of Study; meeting minutes; public meeting and hearing presentations, visualization materials, handouts and displays; technical basis reports (TBRs); NEPA environmental documents; section 106 documents section 4(f) Evaluations, mitigation plans and reports; wetland and floodplain findings; and preliminary engineering plans, remote sensing/mapping innovations, policies procedures and guidelines and training materials. The format and content of all documents will be consistent with applicable State and Federal regulations, policies, and guidelines.

   Technical questions concerning the requirements for this project should be directed to Greg Bednar, P.E., District 12-0, at (412) 439-7243.

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

Statewide
Reference No. 08430AG1992

   The Department of Transportation will retain an engineering firm for an Engineering Agreement to provide fabrication inspection of prestressed/precast concrete products; prepare a familiarization module for construction specification writing for Department staff; and participate in the forensic analysis of concrete items under the supervision of the Chief Structural Materials Engineer. This fabrication inspection will include reinforced concrete pipe and other items incidental to highway construction designated by the Department. The contract will be for a period of 24 months.

   The selected firm may or will be required to furnish approximately 15 to 30 qualified inspectors at various Statewide and out-of-State fabrication shops as the workload dictates. Occasional field inspection at projects sites is required. Attendance may be required at pre-fabrication meetings with Department engineers and fabrication personnel. The selected firm will be required to furnish two inspection supervisors (one in the eastern region, one in the western region) to provide direct daily supervision of the inspection activities.

   Under the direction of the Department, the selected firm will be required to keep records and document the fabrication process; provide quality assurance inspection and perform acceptance tests; submit weekly progress reports; exercise control over materials and workmanship to ensure conformance to specifications; and provide a detailed final report and a tabulated list of prestressed/precast concrete quantities shipped to Department projects.

   The selected firm must provide test equipment including a slump cone and air meter, and all specification references at each assigned plant.

   The qualifications and experience required for 90% of the inspectors are as follows:

   a)  Be certified by the National Institute for Certification in Engineering Technologies (NICET) as a technician, Level II or higher in Construction Materials Testing/Concrete, Transportation/Highway Construction, or Transportation/Highway Materials, OR

   b)  Be certified by the American Concrete Institute (ACI) as Concrete Field Testing Technician-Grade 1, OR

   c)  Be registered as a Professional Engineer by the Commonwealth of Pennsylvania with the required concrete fabrication experience for the specified Inspection Classification acceptable to the Department, OR

   d)  Be certified as an Engineer-In-Training by the Commonwealth of Pennsylvania with the required concrete fabrication experience for the specified Inspection Classification acceptable to the Department, OR

   e)  Hold a Bachelor of Science degree in Civil Engineering or a Bachelor of Science in Civil Engineering Technology with the required concrete fabrication experience for the specified Inspection Classification acceptable to the Department, OR

   f)  Hold an Associates degree in Civil Engineering Technology with the required concrete fabrication experience for the specified Inspection Classification acceptable to the Department.

   The staff assigned to prestressed concrete fabrication inspection must be high school graduates with no less than 3 years in concrete construction of which 1 year is in the prestressed concrete fabrication field.

   The staff assigned to precast box culvert fabrication inspection must be high school graduates with no less than 3 years in concrete construction of which 1 year is in the prestressed concrete fabrication field or the precast concrete box culvert fabrication field.

   The staff assigned to precast concrete inspection must be high school graduates with no less than 3 years in construction of which 1 year is in the concrete fabrication field.

   The job descriptions for these classifications may be obtained from the Structural Materials Engineer, who is identified at the end of this solicitation.

   The manager of the inspection personnel must be a Professional Engineer registered in Pennsylvania with a minimum of 3 years of prestressed/precast fabrication related experience. One year must be directly related to prestressed concrete plant fabrication.

   An inspection supervisor is required to be a Professional Engineer registered in the Commonwealth of Pennsylvania or meet the requirements of a prestressed concrete inspector. The Inspection Supervisor is required to provide direct supervision of the inspection staff by making routine visits to assigned plants.

   The Department will establish an order of ranking of a minimum of three 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 proposal will not be requested prior to the establishment of the ranking.

   The following factors will be considered by the Department during the evaluation of the firms submitting letters of interest:

   *  Review of the inspector's qualifications with emphasis on prestressed/precast concrete fabrication inspection experience and the number of available qualified inspectors

   *  Understanding of Department requirements, policies and specifications, including the AASHTO references

   *  Review of the firm's ''supervision plan'' for the plant inspection staff

   *  Number of qualified prestressed/precast concrete fabrication inspectors available for this agreement

   *  Key personnel experience with prestressed concrete plant fabrication inspection and practices

   *  Firm's past performance of prestressed/precast inspection in fabrication plants

   *  Firm's in-house training program

   *  Branch office in Pennsylvania

   The maximum reimbursement of direct payroll cost for each Department Payroll Classification for calendar years 1997 and 1998 will be limited to the actual direct salary of the individual employe, or the following rates, whichever is less:

Payroll ClassificationDirect Payroll Rate
19971998
Prestressed Concrete-Box
   Culvert Inspector
$17.95$18.58
Precast Concrete-Reinforced
   Concrete Pipe Inspector
$16.21$16.76
Inspection Supervisor$20.48$21.20

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

   Also, the following minimum qualifications will be taken into consideration:

   *  Ability to speak, write, read and understand the English language

   *  Have basic knowledge of prestressed/precast concrete fabrication

   *  Prior experience in prestressed/precast concrete plant fabrication

   *  Capable of acting as a direct representative of the engineer

   The selected firm will be required to provide one engineer to work in conjunction with Department staff to evaluate the methodology of construction specification writing, prepare a familiarization module for Department staff and provide familiarization sessions, as directed. The maximum direct payroll rate for the specification engineer shall be $35 per hour.

   The project assignment may be expanded to provide assistance with the coordination and review of current Department specifications from the clearance transmittal process through to the final implementation phase.

   The engineer must have prior experience in specification writing as documented in a resume. Prior to the assignment, the proposed engineer must be approved by the Department.

   The selected firm may be asked to participant in the forensic analysis of concrete items by providing the services of a specialized concrete engineer, well versed in the concrete technology field, as directed by the Department. The maximum direct payroll rate shall be $35 per hour.

   Technical questions concerning the requirements for this project should be directed to Robert D. Horwhat, P.E., or Thomas H. Green, P.E., of the Bureau of Construction and Materials at (717) 787-1950.

   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 performing any of the above services are invited to submit letters of interest to: Director, Consultant Selection Committee, Room 1118, Transportation and Safety Building, Harrisburg, PA 17120.

   A separate letter of interest and required forms must be submitted for each project for which the applicant wishes to be considered. The letter of interest and required forms must be received within 13 calendar days of this notice. The deadline for receipt of a letter of interest at the above address is 4:30 p.m. of the thirteenth day.

   If the project advertisement indicates that the Department will retain an engineering firm, letters of interest will only be accepted from individuals, firms or corporations duly authorized to engage in the practice of engineering. 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 State law to engage in the practice of engineering.

   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. Proposed DBE firms must be certified at the time of submission of the letter of interest. If the selected firm fails to meet the goal established, it shall be required to demonstrate its good faith efforts to attain the goal. Failure to meet the goal and to demonstrate good faith efforts may result in being barred from Department contracts in the future.

   Responses are encouraged by small engineering firms, disadvantaged business enterprise engineering firms and other engineering firms who have not previously performed work for the Department of Transportation.

   Each letter of interest must include in the heading, the firm's Federal Identification Number and the Project Reference Number indicated in the advertisement. The letter of interest must also include the following:

   1.  Standard Form 255, ''Architect-Engineer and Related Services Questionnaire for Specific Project.''

   2.  Standard Form 254, ''Architect-Engineer and Related Services Questionnaire'' 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. Please disregard the statements on Standard Form 255 that indicate a Standard Form 254 is only required if not already on file with the contracting office. The Department does not maintain a file for Standard Form 254 for contracting purposes; therefore, this Form is required for the prime consultant and each subconsultant as stated above.

   3.  Two copies of the Department's Form D-427 (Rev. 6-89), ''Current Workload'' for the firm submitting the letter of interest. At least one copy of Form D-427 must remain free and not bound in any way to any other portion of the letter of interest or accompanying documentation. Copies of Form D-427 are available upon request from the above address or by contacting the Department's Consultant Agreement Division at (717) 783-9309.

   4.  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.

   The Standard Form 255 must be 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. If a Disadvantaged Business Enterprise (DBE) goal is specified for the project, the DBE must be presently certified by the Department of Transportation, and the name of the firm and the work to be performed must be indicated in Item 6. If a Women 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.

   The Standard Form 254 must be signed and dated and must be less than 1 year old as of the date of this advertisement. A Standard Form must accompany each letter of interest for the firm submitting the letter of interest, each party to a joint venture, and for each subconsultant shown under Item 6 of the Standard Form 255.

   Unless other factors are identified under the individual project reference number, the following factors, listed in their order of importance, will be considered by the Committee during their evaluation of the firms submitting letters of interest:

   a.  Specialized experience and technical competence of firm.

   b.  Past record of performance with respect to cost control, work quality, and ability to meet schedules. The specific experience of individuals who constitute the firms shall be considered.

   c.  Current workload and capacity of firm to perform the work within the time limitations.

   d.  Location of consultant.

   e.  Special requirements of the project.

   f.  Other factors, if any, specific to the project.

   The Department currently limits its participation in the remuneration of principals or consultant employes performing work on projects to $72,800 per annum or $35 per hour or their actual audited remuneration, whichever is less. The Department currently limits its participation in the consultant's indirect payroll costs (overhead) on design and miscellaneous projects to 130% of the direct payroll cost or the consultant's actual audited overhead rate, whichever is less. The Department currently limits its participation in the consultant's indirect payroll costs (overhead) on construction inspection projects to 85.2% of the direct payroll cost or the consultant's actual audited overhead rate, whichever is less. The Department's limitations will apply to the projects advertised above unless the Department policy is revised prior to the negotiation of an agreement or contract.

   The assignment of the above services will be made to one of the firms responding to this notice, but the Committee reserves the right to reject all letters of interest submitted, to cancel the solicitations requested under this notice, and/or to readvertise solicitation for these services.

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 96-772. Filed for public inspection May 10, 1996, 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.