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. 99-1453a

[29 Pa.B. 4609]

[Continued from previous Web Page]

Centre County

Project Reference No. 08430AG2394

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately eighteen (18) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S. R. 6220, Section A12, Centre County, Route 220 Reconstruction. This project involves 1.5 miles of new mainline construction with six (6) bridges and one (1) box culvert.

   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, 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.

   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 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)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
9 (5)*
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
3 (0)

*      One TCI must be CDS certified, one TCI must be concrete certified, and one must be Bituminous field certified.

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

   The firm selected will be required to supply the following equipment at no direct cost to the Department:

1 Nuclear Densometer Gauge/License
(at point of need when needed)
5 Cellular Phones

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

Classification No. of Resumes
                  TCM-1 3
                  TCIS 4
                  TCI-M 2
                  TCI 11

   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. George M. Khoury, P.E., District Engineer
   Engineering District 2-0
   1924-30 Daisy Street, P. O. Box 342
   Clearfield, PA 16830

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the sixth (6th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Vasco A. Ordonez, P.E., District 2-0, at (814) 765-0439.

Allegheny, Beaver and Lawrence Counties

Project Reference No. 08430AG2395

   The Department will retain an engineering firm for an Open-End Contract for various engineering and/or environmental services on various projects located in Engineering District 11-0, that is Allegheny, Beaver and Lawrence Counties. 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 $2.0 million.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the 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 acceptable letters of interest:

   a.  Specialized experience and technical competence of firm.

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

   c.  Location of Consultant in respect to the District.

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

   The work and services required under this Contract may encompass a wide range of environmental studies and engineering efforts with the possibility of several different types of projects with short completion schedules being assigned concurrently. The anticipated types of projects include, but not limited to, bridge replacements or bridge rehabilitation with minor approach work, environmental studies, roadway betterments (3R type,) minor capital improvement projects (bridges or roadway), railroad grade crossing projects, and minor location studies, etc.

   The engineering work and services which may be required under this Contract include, but are not limited to, perform field surveys; plot topography and cross sections; prepare submission for utility verification and relocations engineering; prepare all pertinent submissions and materials necessary for the Department to prepare the application to PUC and for the PUC field conference; attend and supply any required information for all PUC meetings and hearings during the design of the project; develop erosion control details and narrative; prepare right of way plans; complete structure designs including type, size and location reports, core boring layouts and foundation designs and reports; develop traffic control plans with narratives; conduct soils investigations and prepare soils reports; investigate utility involvement on projects; provide material for and participate in value engineering reviews; coordinate contacts with railroad officials and procure railroad related costs, permits, and insurance; collect signal timing, accident data and other traffic flow data; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; and prepare construction plans, specifications, and estimates.

   The areas of environmental study required under the Contract may include, but are not limited to: air quality; noise; energy; vibration; hazardous waste; surface water and ground water quality; surface water and ground water hydrology; terrestrial ecology including threatened and endangered species; wetlands; soils; geology; farmlands; visual quality; socio-economic resources; cultural resources; Section 4(f) Evaluations; early coordination and; scoping correspondence; meeting minutes; public meeting and hearing presentations; visualization materials, handouts and displays; technical basis reports (TBRs) and/or technical files; NEPA environmental documents; Section 106 documents; mitigation plans and reports; wetland and floodplain findings; and preliminary engineering plans, and remote sensing/mapping innovations; The format and content of all documents will be consistent with applicable State and Federal regulations, policies and guidelines.

   The engineering services and environmental studies identified above are the general work activities that can be expected under this Open-End Contract. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under this Open-End Contract.

   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

   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. Jeffrey Thompson, P.E., District 11-0, at (412) 429-4929.

Centre County

Project Reference No. 08430AG2396

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately nineteen (19) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S. R. 6220, Section C12, Centre County, Route 220 Relocation. This project involves 4.5 miles of new mainline construction with seven (7) bridges.

   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, 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.

   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 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)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
10 (6)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
3 (0)

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

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

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

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

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

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

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

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

   The firm selected will be required to supply the following equipment at no direct cost to the Department:

1 Nuclear Densometer Gauge/License
(at point of need when needed)
5 Cellular Phones

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

Classification No. of Resumes
            TCM-1 3
            TCIS 4
            TCI-M 2
            TCI 12

   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. George M. Khoury, P.E., District Engineer
   Engineering District 2-0
   1924-30 Daisy Street, P. O. Box 342
   Clearfield, PA 16830

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the sixth (6th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Vasco A. Ordonez, P.E., District 2-0, at (814) 765-0439.

Cumberland County

Project Reference No. 08430AG2397

   The Department will retain an engineering firm for a multi-phase, specific project agreement to provide preliminary studies, environmental studies, preliminary engineering, final design, including preparation of bridge and roadway plans, specifications and estimates; shop drawing review and consultation during construction. This project is for the reconstruction of interchanges with S. R. 0015 and S. R. 0581 and with S. R. 0015 and S. R. 2014. Design services are required for approximately 4.12 km (2.56 miles) of S. R. 0581 and 2.45 km (1.52 miles) of S. R. 0015 in Camp Hill Boro and Lower Allen, Hampden, and East Pennsboro Townships, Cumberland County. This project limits are from a point 762 m (2,500 ft) south of Zimmerman Drive to the signalized intersection at the main entrance to the Camp Hill Mall, and on S. R. 0581 from a point 762 m (2,500 ft) west of S. R. 0015 to I-83 (York split). All ramps contained within these limits are also included. The design portion of the multi-phase project is expected to have an overall duration of approximately sixty (60) months with shorter, varying schedules for individual phases. The estimated construction cost of the new roadway and structures is approximately $40 million.

   The selected firm will be required to provide a variety of services including the following: project administration; field surveys; plotting of topography and cross sections; utility investigation and coordination; geotechnical studies; core borings, foundation designs; preliminary right-of-way investigation; safety reviews; life cycle cost analysis/pavement survey report; pavement and drainage designs; value engineering; field views; environmental studies and documentation; interagency permits; preliminary line, grade and typical section development; and preliminary type, size, and location submission; final design activities including final Step 9 and TS&L; drainage and roadway design; highway lighting design; highway signing and pavement marking plans; right-of-way plans; traffic control plans; erosion and sedimentation control plans; structural rehabilitation designs and structure designs; and preparation of a plans, specifications, and estimates package; electronic data transfer; engineering services during construction including shop drawing review and consultation services.

   The design of this project will be developed using metric units.

   Welcom's Open Plan software will be used, by the Department, for project management and tracking.

   A project specific Quality Development Plan will be prepared for the project.

   Oral presentations will be required.

   The Department is seeking a large, multi-disciplined firm with environmental, geotechnical, highway design, and structure design experience.

   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 with similar projects and their ability to provide innovative solutions to complex technical problems.

   b.  Experience in highway design, structure design, geotechnical design, and hydrological/hydraulic analysis and design.

   c.  Past record with respect to cost control, work quality, and ability to meet schedules.

   d.  The project team including subconsultants.

   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 a maximum of ten (10) one sided pages of 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
   2140 Herr Street
   Harrisburg, PA 17103
      Attention: Mr. William Greene

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the sixth (6th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. William Greene, District 8-0, at (717) 783-5148.

Statewide Open-End Contract for Management of Preliminary & Final Design Activities

Project Reference No. 08430AG2398

   The Department will retain engineering firms for two (2) Open-End Contracts for the Management of Preliminary and Final Design Activities on various projects located statewide.

   The Contracts will each be for a sixty (60) month period with projects assigned on an as needed basis. The maximum amount of each Open-End Contract will be $5.0 million. The Department reserves the option to extend the time and the amount of the contracts as required to complete assignments. It is estimated that a minimum of four (4) project assignments will be made by the Department within the first three (3) months of execution of these contracts.

   The Department will establish an order of ranking of a maximum of five (5) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the 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 engineer will provide the Department with the necessary technical expertise and services to assist in the successful completion of environmental studies, preliminary and final design and related environmental activities associated with highway and other transportation projects. The engineer's personnel should include a team of highly qualified environmental, planning, engineering, public/agency involvement, and automation technologies professionals to provide all necessary services to guide and assist Department and other consultant staff through the transportation project development activities. Many of the work assignments will be within the preliminary and final design phases and relate to engineering and environmental requirements. However, a significant portion of the work assignments will involve environmental activities relating to, but not limited to, Transportation Equity Act-21 (TEA 21) compliance and implementation of the 21st Century Environment Commission Plan, Greenways Plan, the Statewide Long Range Transportation Plan and EBAT, PennDOT's Baldrige Assessment Tool. Work assignments on projects within the final design phase shall exclude final design and will relate to preliminary engineering, environmental requirements, or review of final design prepared by others.

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

   a.  Ability to package and present the Letter of Interest in accordance with the ''General Requirements and Information'' section.

   b.  The consultant firm and the proposed project team will possess the necessary specialized experience and technical competence to insure the following:

   1.  Project management of preliminary and final design, and environmental studies.

   2.  Technical assistance in preparing policy and project development materials for Department use.

   3.  Quality control/assurance for the preparation, review and tracking of engineering and environmental documents and plans.

   4.  The Department's compliance with the provisions of the Transportation Equity Act-21 (TEA-21).

   5.  Consistency and compliance with the provisions of the Department's Engineering & Construction Management Systems (ECMS), 21st Century Environment Commission Plan, Greenways Plan, the statewide Long Range Transportation Plan and PennDOT's Baldrige Assessment Tool.

   6.  Consistency and compliance with all applicable state and federal environmental laws, regulations, and procedures.

   7.  Adherence to established project schedules.

   8.  Timely permit application during the Transportation Project Development Process.

   9.  Utilization of cost effective and state-of-the-art analysis and documentation methods.

   10.  Technical assistance to the Department for the integration of automation technologies into environmental, preliminary design, final design and mitigation activities.

   11.  Consistency among transportation projects and local/regional (LDD/MPO) and statewide planning goals.

   12.  Sensitivity to local, state, and federal environmental goals and issues.

   13.  Responsiveness to public and agency needs and concerns.

   14.  Consistency in the planning, design and implementation of transportation enhancement projects.

   15.  Utilization and application of the new FHWA noise model.

   16.  Follow through on design and mitigation commitments, to include mitigation monitoring and evaluation.

   17.  Facilitation of the transition from preliminary design to final design, and from final design to construction.

   18.  Utilization of modern business practices.

   19.  Timely communication such that Department management is kept well informed, and properly involved in the project development process.

   c.  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 will be considered.

   d.  Projected workload for the next two calendar years.

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

   The work and services required under this Contract may encompass a wide range of environmental study efforts with the possibility of several different types of projects with short completion schedules being assigned concurrently. The anticipated types of assignments include, but are not limited to:

   1.  Provide design professional services to improve the effectiveness and efficiency of the transportation project development process.

   2.  Assist project teams with the development of project scopes of work.

   3.  Assist project teams with the development of needs analysis.

   4.  Monitor and review needs analysis during the Planning and Prioritization/Programming Phases.

   5.  Participate in and report on project scoping, status meetings, document review and public and agency meetings.

   6.  Review project scopes of work, technical proposals, and project schedules.

   7.  Monitor data collection, data management, and technical analysis activities.

   8.  Monitor and review comprehensive land use and community planning activities relative to transportation project development.

   9.  Review preliminary data and analysis.

   10.  Monitor public and agency involvement activities.

   11.  Assist project teams in developing engineering plans and documents in the preliminary and final design phases.

   12.  Review environmental reports and related documents, including mitigation plans.

   13.  Monitor and review key steps in the Section 404 permit processes including pre-application, application, public notice, evaluation, and special conditions to insure adequacy, timeliness, and completeness.

   14.  Monitor 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 flood plain involvement.

   15.  Review permit applications.

   16.  Brief project study teams on applicable policies and procedures.

   17.  Brief management on project study progress and problems.

   18.  Prepare briefing materials, minutes of meetings, and technical articles as required.

   19.  Suggest cost effective and innovative approaches related to project development, review, and coordination procedures.

   20.  Assist with review and analysis of proposed legislation and current statutes, rules and regulations.

   21.  Review project designs to ensure that adequate avoidance, minimization, and other mitigation measures are incorporated.

   22.  Assist in the writing of policy and procedure memoranda.

   23.  Identify and evaluate tools for more effectively and efficiently managing the design phases of transportation projects.

   24.  Initiate, chair, and document special meetings with local interest groups, agencies, and/or Department and consultant personnel.

   25.  Identify and evaluate important research topics and assist with review of research activities and reports.

   26.  Manage agency/consultant coordination and assist with environmental, design or mitigation activities during the construction phase.

   27.  Review and monitor construction and maintenance projects to ensure that environmental mitigation measures are carried out and that appropriate environmental practices are employed.

   28.  Evaluate the effectiveness of innovative mitigation measures.

   29.  Develop and conduct training associated with implementation of transportation project development policies and procedures.

   30.  Research and conduct feasibility studies of software and automation systems applications for transportation design and environmental studies.

   31.  Evaluate state-of-the-art and emerging automation technologies for environmental studies, preliminary design, final design, and mitigation applications.

   32.  Assist in the preparation of overviews and marketing plans.

   33.  Evaluate and recommend technologies for disseminating information to the public and other agencies on transportation design and environmental studies.

   The areas of management assistance for environmental studies required under the Contract may include, but are not limited to: air quality; noise; energy; vibration; hazardous waste; surface water and ground water quality; surface water and ground water hydrology; terrestrial ecology including threatened and endangered species; wetlands; soils; geology; farmlands; visual quality; socio- economic resources; cultural resources; Section 4(f) Evaluations; early coordination; scoping; correspondence; meeting minutes; public meetings and hearing presentations; visualization materials; handouts and displays; technical basis reports (TBRs) and/or technical files; NEPA environmental documents; Section 106 documents; mitigation plans and reports; wetland and floodplain findings; preliminary engineering plans, and remote sensing/mapping innovations; and, land use.

   When given an assignment under the contract, the engineer will prepare work order proposals for guiding and assisting the Department in managing the project development of projects requiring an Environmental Impact Statement (EIS), an Environmental Assessment (EA) or a Categorical Exclusion Evaluation (CEE). The Department may also assign the engineer projects or groups of projects requiring a lesser environmental clearance document to include Section 4(f) documents, and to assist with the management of environmental issues related to planning, construction or maintenance activities. The engineer and subconsultants will not be asked to provide management services on a project for which the engineer or his subconsultants are involved in the development of the environmental documents, and/or their supporting studies.

   The engineer will designate a contract manager and supporting staff to be located within the Harrisburg metropolitan area. No work shall be performed under this contract until project work orders are executed. In most cases project work orders will be originated in the Engineering District Offices.

   The Director of the Bureau of Environmental Quality or his designee will administer this contract, and will coordinate the provision of consultant guidance and assistance with the Engineering District Offices and Central Office Bureaus. Although overall administration and coordination will be the responsibility of the Director of the Bureau of Environmental Quality, or his designee, the project level work will be the responsibility of the District Engineer, Bureau Director, or his designee under each project work order. The Chief of the Highway Quality Assurance Division of the Bureau of Design, or his designee, will assist in coordinating the provision of consultant guidance and assistance, particularly in the engineering and environmental clearance (NEPA and Act 120) aspects of preliminary or final design.

   The Department will supply the engineer with all correspondence, directives, manuals, and other information required to perform this work.

   The engineer will develop and maintain a project file for each assigned project, which will be turned over to the Department as directed.

   The Department will make Department publications and other appropriate training materials available to the consultant.

   All assignments under this contract will be completed under separate work orders that are individually executed subparts of the overall contract. The engineer, when assembling and identifying his team of highly qualified environmental, engineering, planning, public/agency involvement, and automation technologies professionals should demonstrate the level of commitment to this project, particularly in respect to study requirements and response time. The engineer should clearly describe the qualifications and experience of each professional.

   The Department will periodically evaluate the performance of the engineer. Work order performance evaluation reports and a final overall contract performance evaluation report will be issued to and reviewed with the engineer.

   Monthly status reports for each assignment will be submitted by the engineer.

   Due to the importance of proper management in successfully performing the assignments under this contract, the engineer should clearly describe a specific management approach, identify key operational elements, and identify a particular management team.

   It is required that the engineer include all staff and subconsultants intended for use during the life of the contract in the technical proposal.

   The development of preliminary engineering concepts shall be completed to the extent that the soundness of engineering principles has been verified. The further development in final design of these identified engineering concepts shall be the work of others.

   The format and content of all documents will be consistent with applicable State and Federal regulations, policies and guidelines.

   The engineering services and environmental studies identified above are the general work activities that can be expected under this Open-End Contract. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under this Open-End Contract.

   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 organization chart.

   Interested firms should submit eight (8) copies of the letter of interest to: Danielle Shellenberger, Environmental Contract Manager, 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 prevailing time on the twentieth (20th) day following the date of this notice.

   Technical questions concerning the requirements for this project should be directed to Danielle Shellenberger, BEQ, at (717) 783-6503.

Northumberland County

Project Reference No. 08430AG2384

   This project advertisement appeared in the August 7, 1999 issue of the Pennsylvania Bulletin. The advertisement was to retain an engineering firm under a multi-phase, specific project agreement to perform preliminary engineering, environmental studies, final design and construction services for a bridge and roadway project; S. R. 0061, Section 079 in Coal Township and the City of Shamokin, Northumberland County.

   The due date for Letters of Interest to the Department as stated in the August 7, 1999 advertisement is extended from August 13, 1999 to September 17, 1999. Letters of Interest previously submitted are acceptable or firms have the option of resubmitting. The District will announce the firms that have been shortlisted at an open public meeting rescheduled for October 1, 1999 at 10:00 A.M. at the Engineering District 3-0 office.

General Requirements and Information

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

   The Letter of Interest and required information must be submitted to the person designated in the individual advertisement.

   The Letter of Interest and required information must be received by the Deadline indicated in the individual advertisement.

   All consultants, both prime consultants and subconsultants, who desire to be included in a Letter of Interest must have an Annual Qualification Package on file with the appropriate District Office, by the deadline stipulated in the individual advertisements.

   For Statewide projects, all consultants, both prime consultants and subconsultants, who desire to be included in a Letter of Interest must have an Annual Qualification Package on file with the Central Office, Bureau of Design by the deadline stipulated in the individual advertisements.

   By submitting a letter of interest for the projects that requests engineering services, the consulting firm is certifying that the firm is qualified to perform engineering services in accordance with the laws of the Commonwealth of Pennsylvania.

   Information concerning the Annual Qualification Package can be found in Strike-off Letter No. 433-99-04 or under the Notice to all Consultants published in the February 27, 1999 issue of the Pennsylvania Bulletin.

   The requirements for Letters of Interest, in addition to the requirements stipulated in the individual advertisement, are as follows:

   1.  The Letter of Interest must include the project reference number, the firm's legal name, and the firm's federal identification number.

   2.  Identify the project manager.

   3.  Identify subconsultants, if any, including DBE/WBE, if required.

   4.  Identify key project staff.

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

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

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

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

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

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 99-1453. Filed for public inspection August 27, 1999, 9:00 a.m.]



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

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