Pennsylvania Code & Bulletin
COMMONWEALTH OF PENNSYLVANIA

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

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

PA Bulletin, Doc. No. 97-1637

NOTICES

Retention of Engineering Firms

[27 Pa.B. 5318]

Mercer County

Project Reference No. 08430AG2116

   The Department of Transportation will retain an engineering firm to perform final design and consultation during construction for S.R. 0018, Section A01, known as North Hermitage Road, from the intersection with S.R. 0062 (Shenango Valley Freeway), north to the existing four-lane section of T.R. 18, all within the City of Hermitage, Mercer County. The project is approximately 2.61 miles in length and the estimated construction cost is $12 million.

   The selected firm will be required to provide the following engineering and design services for final design: field surveys; right-of-way plan preparation; roadway design; traffic studies; traffic signal design; erosion and sedimentation pollution control plan preparation; pavement marking and signing plan preparation; utility coordination; traffic control plan preparation; coordination with the City of Hermitage; the area public and the Department; and preparation of final construction drawings, specification and cost estimates.

   Services during construction will consist of construction consultation, alternate design review, and shop drawing review.

   Firms that are under contract, or are being considered, to provide engineering services to a land developer for a site that is along the project corridor will not be considered for this assignment. Firms are to state in their letter of interest that they are not under contract nor are being considered for a contract with a land developer with interests in the project area.

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

   1.  Ability to package and present the letter of interest in accordance with the ''General Requirements and Information'' section.

   2.  Proven ability to meet project schedules and control costs.

   3.  Experience and competence of project manager and key personnel.

   4.  Innovations and flexibility in thinking, particularly with respect to the needs of the local community.

   5.  Past performance record on similar projects.

   6.  Past performance record of listed subconsultants.

   7.  Availability of listed staff.

   8.  Current workload.

   Limits to the letters of interest submittals, in addition to those mentioned in the General Requirements and Information section following the advertised project(s) are as follows:

   1.  Resumes--No more than five (5) total pages of resumes, one sided.

   2.  Standard Form 255--No more than five (5) project descriptions are to be included under Item No. 8.

   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).

   Engineering District 1-0 will announce the firms that have been shortlisted at an open, public meeting to be held in the District Office. All firms that have submitted a letter of interest will be notified of the time and date. Specify two (2) contact persons in the letter of interest.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. John L. Baker, P.E., District Engineer, Engineering District 1-0, 1140 Liberty Street, Franklin, PA 16323, Attention: Mr. Michael L. McMullen, P.E.

   Any technical questions concerning the requirements for this project should be directed to Mr. Richard R. Paravano, District 1-0, at (814) 437-4384 or Mr. Michael L. McMullen, P.E., District 1-0, at (814) 437-4331.

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

Erie County

Project Reference No. 08430AG2117

   The Department of Transportation will retain an engineering firm to perform final design, assist in right-of-way acquisition and provide services during construction for S.R. 4034, Section A51 in the City of Erie, Erie County. This project involves the construction of a new four lane, controlled access highway between 6th Street (S.R. 4016) and 12th Street (S.R. 0005) in the City of Erie. This project is a part of the East Side Access corridor for which the Final Environmental Impact Statement (FEIS) was approved on March 3, 1997. The estimated project construction cost is $1.8 million.

   The selected firm will be required to provide the following engineering and design services for final design: field surveys; right-of-way plan preparation; roadway design; traffic studies; traffic signal design; erosion and sedimentation pollution control plan preparation; pavement marking and signing plan preparation; utility coordination; PUC and railroad coordination; railroad relocation design; traffic control plan preparation; coordination with environmental review agencies; the City of Erie; the area public and the Department; soils and geological investigations; noise and vibration studies and analysis and preparation of final construction drawings, specification and cost estimates. All final designs must be in accordance with the mitigation summary that is a part of the FEIS.

   Services during construction will consist of construction consultation, alternate design review and shop drawing review.

   Firms that are under contract, or are being considered, to provide engineering services to a land developer for a site that is along the project corridor will not be considered for this assignment. Firms are to state in the transmittal letter of their letter of interest that they are not under contract nor are being considered for a contract with a land developer with interests in the project area.

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

   1.  Ability to package and present the letter of interest in accordance with the ''General Requirements and Information'' section.

   2.  Proven ability to meet project schedules and control costs.

   3.  Experience and competence of project manager and key personnel.

   4.  Innovations and flexibility in thinking, particularly with respect to the needs of the local community.

   5.  Past performance record on similar projects.

   6.  Past performance record of listed subconsultants.

   7.  Availability of listed staff.

   8.  Current workload.

   Limits to the letters of interest submittals, in addition to those mentioned in the General Requirements and Information section following the advertised project(s), are as follows:

   1.  Resumes--No more than five (5) total pages of resumes, one sided.

   2.  Standard Form 255--No more than five (5) project descriptions are to be included under Item No. 8.

   Engineering District 1-0 will announce the firms that have been shortlisted at an open, public meeting to be held in the District Office. All firms that have submitted a letter of interest will be notified of the time and date. Specify two (2) contact persons in the letter of interest.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. John L. Baker, P.E., District Engineer, Engineering District 1-0, 1140 Liberty Street, Franklin, PA 16323, Attention: Mr. Michael L. McMullen, P.E.

   Any technical questions concerning the requirements for this project should be directed to Mr. Richard R. Paravano, District 1-0, at (814) 437-4384 or Mr. Michael L. McMullen, P.E., at (814) 437-4331.

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

Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York Counties

Project Reference No. 08430AG2118

   The Department of Transportation will retain two (2) engineering firms for two (2) Open-end Contracts for various engineering and/or environmental services on various projects located in Engineering District 8-0, that is Adams, Cumberland, Dauphin, Frankin, Lancaster, Lebanon, Perry and York Counties. Each Contract will 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 $1.0 million.

   The Department will establish an order of ranking of a minimum of five (5) firms for the purpose of negotiating two (2) Open-end Contracts 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 letters of interest:

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

   b.  Specialized experience and technical competence of firm with emphasis on the firm's ability to handle projects of a diverse and complex nature. The firm's experience in 3R and I-4R design, safety improvement projects and bridge design projects; the firm's ability to address critical environmental issues in a timely and cost effective manner; and the firm's ability to procure all necessary permits.

   c.  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 who constitute the firms shall be considered.

   d.  Location of consultant in respect to the District.

   e.  Projected workload for the next two (2) calendar years.

   f.  Available staffing for this assignment. The selected firm could be assigned up to 20 concurrent work orders of a similar or diverse nature. Prompt turn-around time is expected.

   g.  Relative size of firm to size of projects that may be completed under each contract.

   The work and services required under these Contracts 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 these Contracts 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 these Contracts 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 these Open-end Contracts. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under these Open-end Contracts.

   The second copy of the letter of interest and required forms (see ''General Requirements and Information'' section) shall be sent to: Mr. Barry G. Hoffman, P.E. District Engineer, District 8-0, 2140 Herr Street, Harrisburg, PA 17103-1699.

   Technical questions concerning the requirements for this project should be directed to Mr. John Bachman, District 8-0, at (717) 783-4519.

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

Indiana County

Project Reference No. 08430AG2119

   The Department of Transportation will retain an engineering firm for a specific agreement to provide the preliminary engineering and environmental studies, final design and construction consultation for the S.R. 0119, Section 495 project (Grove Chapel Climbing Lane) in Indiana County. The project will begin on S.R. 0119 south of the intersection with Township Road 840 in Rayne Township, and continues north on S.R. 0119 for approximately 2.6 km, ending near the intersection with Township Road 491, Rayne Township, Indiana County.

   The project will be designed to meet current design criteria and to provide a southbound truck climbing lane and a center land for left turns on S.R. 0119. As much of the existing roadway as possible will be retained in the new design. The selected firm will obtain all environmental clearances. Other tasks will include but not limited to field surveys; preliminary area reconnaissance; alternatives analysis; cross sections; reconnaissance soils and geologic engineering report; erosion and sedimentation control plan; design field view submission (Step 9); project management and public meetings; final design activities; preparation of plans, specifications, and estimates; and construction consultation.

   The design of this project will be developed in metric units. The duration of this Contract will be eighteen (18) months. Funding for this project will be 100% of State, therefore State overhead limitations will apply.

   Letters of interest will be evaluated with emphasis on the following factors, listed in order of importance:

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

   b.  Specialized experience and technical competence of the firm.

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

   d.  Workload.

   e.  Listing of Subconsultants.

   f.  Location of office to perform the work.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Richard Hogg, P.E., District Engineer, District 10-0, Route 286 South, P.O. Box 429, Indiana, PA 15701.

   Any technical questions concerning the requirements for this project should be directed to Mr. Craig Chelednik, P.E., District 10-0, at (412) 357-2842.

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

General Requirements and Information

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

   The first copy of the Letter of Interest and required information must be submitted to:

   Mr. Charles W. Allwein, P.E., Chief
Consultant Selection Committee
7th Floor, Forum Place,
555 Walnut Street
P.O. Box 3060
Harrisburg, Pennsylvania 17105-3060

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

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

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

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

   If a goal for Disadvantaged Business Enterprise (DBE) participation is established for an advertised project, firms expressing interest in the project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Intermodal Surface Transportation Efficiency Act of 1991 and currently certified by the Department of Transportation shall have the maximum opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The Act requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they were defined prior to the act), WBEs or combinations thereof.

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

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

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

   1.  Transmittal Letter (Maximum of two (2) 8 1/2'' x 11'' typed pages, one side)

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

   2.  Project Organization Chart (one 8 1/2'' x 11'' page, one side)

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

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

   The Standard Form 255 must be signed, dated, and filled out in its entirety, including Item No. 6 listing the proposed subconsultants and the type of work or service they will perform on the project. Under Item 4 of this form, Column A must include the number of subconsultant personnel and Column B must include the number of prime consultant personnel to be assigned to work on this project reference number. The prime and each subconsultant may include no more than one page each for Items 10 and 11.

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

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

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

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

   These Forms must be assembled with the prime's form first, followed by the form for each subconsultant in the same order as the subconsultants appear in Item 6 of Form 255.

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

   Separate Workload Projection Graphs for the prime and each subconsultant shown in Item 6 of the Form 255 must be included and must indicate the firm's current and anticipated workload compared to the anticipated capacity available for the next two-year time frame. The Workload Projection Graphs must be submitted for the office(s) where the work would be performed and must only include the personnel classifications required for providing the advertised services and work.

   6.  Authorization Letters (if required)

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

   7.   Registration To Do Business

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

   8.  Overhead Rates (one page)

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

   9.  Additional Information

   Additional information, not to exceed ten (10) one sided 8 1/2'' x 11'' pages or five (5) double sided 8 1/2'' x 11'' pages may be included at the discretion of the submitting firm.

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

BRADLEY L. MALLORY,   
Secretary of Transportation

[Pa.B. Doc. No. 97-1637. Filed for public inspection October 10, 1997, 9:00 a.m.]



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

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