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. 00-1222

NOTICES

DEPARTMENT OF
TRANSPORTATION

Retention of Engineering Firms

[30 Pa.B. 3621]

Columbia, Lycoming, Montour, Northumberland, Snyder, Sullivan, Tioga, Union and Bradford Counties

Project Reference No. 08430AG2575

   The Department will retain an engineering firm for an Open-End Contract to provide supplementary construction inspection staff under the Department's Inspector(s)-in-Charge to perform construction inspection services on various projects in Engineering District 3-0, that is Columbia, Lycoming, Montour, Northumberland, Snyder, Sullivan, Tioga, Union and Bradford Counties. The Contract will include roadway and bridge construction projects, material plant inspection and highway occupancy permit inspection. The Contract will be for a period of sixty (60) months, with a maximum cost of $2 Million dollars.

   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 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.

   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)
1 (1)
(NICET Highway Construction Level 4 or
   equivalent)
Transportation Construction Ins. Super.
   (TCIS)
10 (6)
(NICET Highway Construction Level 3 or
   equivalent)
Transportation Construction Inspector--2 (2)
Materials (TCI-Materials)
   (NICET Highway Materials Level 2 or
   equivalent)
Transportation Construction Inspector (TCI)10 (6)
(NICET Highway Construction Level 2 or
   equivalent)
Technical Assistant--1 (TA-1)2 (0)
(NICET Highway Construction Level 1 or
   equivalent)
Technical Assistant (TA)2 (0)
(NICET Highway Construction Level 1 or
   equivalent)

   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:

Maximum Straight Time
Hourly Payroll Rate
Payroll Classification(Year 2000)
(TCM-1)$23.22
(TCIS)$20.34
(TCI-Materials)$17.55
(TCI)$17.05
(TA-1)$13.80
(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; 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 may be required to supply the following equipment at no direct cost to the Department:

QuantityItem
(1)Nuclear Densometer Gauges/License
(1)Vehicle for Transporting Nuclear Gauge
(2)Paint Test Medical Kits
(2)Camera

   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
*  Vehicle for Gauge$650.00 each Maximum/
   month
*  Paint InspectionAs per invoice
      Medical Tests
*  CameraAs 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.

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

ClassificationNo. of Resumes
TCM-1  2
TCIS12
TCI-M  2
TCI12
TA-1  0
TA  0

   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, (any pages beyond 3 will not be reviewed by the Department), 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:

      Paul E. Heise, P.E., District Engineer
      Engineering District 3-0
      715 Jordan Avenue, P. O. Box 218
      Montoursville, PA 17754-0218
      Attention: Mr. John P. Ryan, 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 John P. Ryan, P.E., phone number (570) 368-4233, fax number (570) 368-4362.

Huntingdon County

Project Reference No. 08430AG2576

   The Department will retain an engineering firm to provide preliminary engineering and environmental services for S. R. 0026, Section 018, Huntingdon County.

   The project involves studies to determine the best alignment for approximately 1.4 miles of two-lane relocation of existing S. R. 0026 to alleviate congestion through the narrow corridor at McAlevy's Fort.

   The southern terminus of the project will be near the intersection of S. R. 0305 and S. R. 0026 at Ennisville and the northern terminus will be along existing S. R. 0026 approximately 1.0 mile north of McAlevy's Fort, Huntingdon County.

   The Department will establish a shortlist of a minimum of three (3) firms based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The shortlisted firms will be required to submit technical proposals and make oral presentations to the District Consultant Selection Team.

   The District will announce the names of the firms that have been shortlisted at an open public meeting scheduled for August 29, 2000, to be held at Engineering District 9-0, 1620 North Juniata Street, Hollidaysburg, PA 16648.

   All candidates who submit a Letter of Interest will be notified if this date is changed. Specify a contact person in the Letter of Interest.

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

   a.  Specialized experience and technical competence of the design team. The team must demonstrate the ability to collect and analyze data, make decisions, and develop quality plans in a timely manner.

   b.  Past experience of the firm and their subconsultants on similar Pennsylvania Dept. of Transportation projects, with emphasis on District 9-0 projects.

   c.  Understanding of the Department's requirements, Design Manuals, policies and procedures.

   d.  Names and titles of personnel who will be assigned to this project, their office location, and their years of project related experience with the firm.

   e.  A brief description or outline of the firm's Quality Assurance/Quality Control Plan.

   f.  Location of the firm with respect to the District Office and the project site.

   The required work will consist of preparation of a Needs Analysis and the development of a Phase 1 Alternatives Analysis and Environmental Constraints Report in accordance with the Department's Project Development Process (Steps 3 & 4).

   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 projects.

   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" x 11", one sided, plus an organizational chart (up to 11" x 17" size), and not more than five (5) additional resumes of personnel not included in the Annual Qualification Package. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. Earl L. Neiderhiser, P.E., District Engineer
      Engineering District 9-0
      1620 North Juniata Street
      Hollidaysburg, PA 16648
      Attention David L. Sherman, 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 David L. Sherman, P.E., at (814) 696-7172, fax number (814) 696-7173.

Bradford, Columbia, Lycoming, Montour, Northumberland, Snyder, Sullivan, Tioga, and Union Counties

Project Reference No. 08430AG2577

   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 3-0, that is Bradford, Columbia, Lycoming, Montour, Northumberland, Snyder, Sullivan, Tioga, and Union 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 two million dollars ($2,000,000).

   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 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)  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.

   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 in respect to the District.

   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 are 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. Other engineering may include services during construction; shop drawing reviews, reviewing alternate designs, and evaluating mitigation measures.

   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; 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; 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. Paul E. Heise, P.E., District Engineer
      Engineering District 3-0
      715 Jordan Avenue
      Montoursville, PA 17754

   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. Gary R. Williams, P.E., District Consultant Liaison Engineer, District 3-0, at (570) 368-4391.

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 sup-plies 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. 00-1222. Filed for public inspection July 14, 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.