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. 97-1317

NOTICES

Retention of Engineering Firms

[27 Pa.B. 4157]

Chester County
Reference No. 08430AG2102

   The Department of Transportation will retain an engineering firm to perform environmental studies. preliminary engineering, final design, and construction consultation for S.R. 3004, Section 55S, State Road in New London Township, Chester County. This project involves replacement of the 2-span bridge over Big Elk Creek. The limit of work is from Segment 0050 Offset 14521 to Segment 0050 Offset 15571. The estimated project construction cost is $650 thousand.

   The selected firm will be required to provide the following engineering and design services: surveys; roadway design; pavement design; preparation of cross sections; soils and geological investigations; erosion and sedimentation control design; right-of-way investigation and plan; structure design; hydrologic and hydraulic analysis; preparation of traffic control, pavement marking, and signing plans; utility coordination and design; coordination with PennDEP, municipal officials, and the public; preparation of final plans, specifications and estimates; shop drawing review; and alternate design review.

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

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen (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).

   We encourage small firms to submit a letter of interest for this assignment.

   Letters of interest will be evaluated at the Engineering District 6-0 office with emphasis on the following factors:

   --Specialized experience and technical competence of the firm including the firm's experience with similar type projects and their ability to provide innovative solutions to complex technical problems.

   --Experience of employes to be associated with this project. Particularly important are the key people assigned to the projects including their experience and past record of performance with similar projects.

   --Size of the firm, small firms will be given special consideration.

   --Overall current workload of the firm.

   --Past performance record.

   The District will announce the firms that have been shortlisted at an open public meeting scheduled for September 12, 1997 at 10 a.m. at Engineering District 6-0's Large Conference Room.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Andrew Warren, District Administrator, District 6-0, 200 Radnor-Chester Road, St. Davids, PA 19087.

   Any technical questions concerning the requirements for this project should be directed to Mr. Timothy R. O'Brien, P.E., District 6-0, at (610) 964-6526, or Mr. Lawrence J. Link, P.E., District 6-0, at (610) 965-6536.

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

Cameron, Centre, Clearfield, Clinton, Elk, Juniata, McKean, Mifflin, and Potter Counties
Project Reference No. 08430AG2103

   The Department of Transportation will retain an engineering firm for an Open-End Contract for various engineering services (with emphasis on utility coordination and relocation) and environmental studies on various projects located in Cameron, Centre, Clearfield, Clinton, Elk, Juniata, McKean, Mifflin and Potter Counties in Engineering District 2-0. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The required services may encompass a wide range of design and environmental efforts with the possibility of several different types of projects having short completion schedules. The anticipated types of projects may include, but are not limited to, major projects, bridge replacements or bridge rehabilitations with minor approach work, roadway betterments (3R Type), SAMI studies, SAMI final design, Capital Improvement Projects (bridges or roadways), and minor location studies. The maximum amount of the Open-End Contract will be $1.0 million dollars.

   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 acceptable letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

   a.  Specialized PADOT experience and technical competence of firm (with emphasis on utility coordination/relocations).

   b.  Current workload.

   c.  Available staffing for this assignment.

   d.  Staff familiarity with Design Manual - Part 5.

   e.  Relative size of firm to size of projects that may be completed under this Contract.

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

   The firm may be required to perform any or all of the following engineering services: attend field views and prepare minutes; prepare submissions for field views and safety review meeting; field surveys; plot topography and cross sections; prepare submissions and materials necessary for the Department to prepare the application to Public Utility Commission (PUC) for the PUC field conference; attend and supply any required information for all PUC meetings and hearings during project design; develop erosion control details and narrative; develop right-of-way plans; prepare type, size, and location reports; prepare hydraulic report for waterway approval; prepare bridge drawings; traffic control plans and narrative; procure core borings; provide the soil and foundation engineering report; investigate utility and property involvement; prepare and disseminate right of entry letters; prepare prints and information required for a value engineering review; make the necessary investigations and adjustments to the design as a result of the value engineering review comments; make all necessary contact with railroad officials for any railroad-related costs estimates, permits, insurance, approvals, and other required information; collect traffic signal timing and accident data; perform traffic counts and speed delay studies; prepare plans for signal design and implementation of signal interconnections; evaluate alternatives using benefit/cost analysis; document study activities and findings; obtain design specifications and approvals from utilities for designs performed by the Department's Design Consultant for the Utility Company; obtain all utility easements and rights-of-way from the utilities to be included on right-of-way and construction plans so that substitute right-of-way can be incorporated by design consultants for utilities that qualify for such acquisitions; ensure all preliminary and final plan submissions to utilities will be in accordance with Design Manual - Part 5 (all pole numbers, manhole numbers and other identified utility facilities must be shown on the right-of-way and construction plans); obtain necessary drawings and cross-sections from preliminary/final design consultants to provide utilities for their use in verification and relocation engineering of their facilities; coordinate all utility bridge attachment approvals with the District bridge unit; schedule and coordinate all utility meetings and inform the District Utility Unit of any monthly status meetings to determine if the Utility Unit should be represented; obtain all permit and agreement information from utilities and prepare submissions to the District Utility Unit for permits and draft agreements in accordance with Design Manual - Part 5 (provide necessary forms to utilities); prepare Draft 419 (utility clearance document); and perform any other duties as required to relocate/ coordinate utilities; and prepare construction plans, specifications, and estimates.

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

   The firm may be required to perform any or all of the following environmental studies: air quality; surface water and groundwater hydrology; terrestrial ecology; wetlands; soils; geology; farmland; visual quality; socioeconomic; cultural; Section 4(f) and Section 106 documents; and other related studies not identified above. The environmental studies will be conducted in accordance with Department policy and accepted analysis techniques and methodologies.

   The firm may also be required to perform any or all of the following in order to ensure a complete environmental investigation has been performed: provide all necessary environmental services, material and equipment necessary to collect, analyze and organize data; assess impacts; conduct agency and public involvement activities; and prepare reports and design mitigation plans.

   The reports and other written graphic material to be prepared may include, but are not limited to, early coordination and scoping correspondence; plans of study; meeting minutes; public meetings and hearing presentations; handouts and displays; technical basis reports; NEPA environmental documents; Section 106 documents; Section 4(f) evaluations; mitigation plans and reports; and wetland and floodplain findings.

   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.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: District Engineer, District 2-0, 1924-30 Daisy Street, P.O. Box 342, Clearfield, PA 16830.

   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.

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

Beaver and Allegheny Counties
Project Reference No. 08430AG2104

   The Department of Transportation will retain an engineering firm for a multi-phase, specific project agreement to: perform preliminary engineering and environmental studies; prepare final plans, specifications and estimates; and perform shop drawing review and consultation services during construction for S.R. 3052, Section B01, in Beaver and Allegheny Counties. The project involves a new bridge structure over the Ohio River between the Rochester/Monaca Bridge in Beaver County and the Sewickley Bridge in Allegheny County. The design portion of this 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 structure s $50 million.

   The selected firm will be required to provide a variety of engineering services including the following: environmental studies for environmental document preparation and public involvement; preliminary engineering studies involving field surveys, utility contacts, H&H studies, joint permit preparation line, grade and typical section development; type, size and location submissions; geologic studies; erosion and sedimentation control plans and narratives; hydraulic computations; safety reviews; and Step 9 submissions; final design activities including drainage and highway lighting design, right-of-way and traffic control plans, foundation submissions, structure designs and plan preparation, various field and office meetings, and plans, specification, and estimates preparation; and engineering services during construction including shop drawing reviews, consultation service and review of contractor's alternate design.

   The Department is seeking a moderate to large, multi-disciplined firm with multi-span bridge design capability.

   Letters of interest will be evaluated at the Engineering District 11-0 office with emphasis on the following factors:

   *  Specialized experience and technical competence of firm.

   *  Experience in preparation of environmental documents.

   *  Experience in design of multi-span bridges.

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

   *  Workload.

   *  Listing of subconsultants.

   *  Other factors, if any, specific to project.

   The District will announce the firms that have been shortlisted at an open public meeting to be held in Engineering District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017. All candidates that have submitted a letter of interest will be notified of the date. Specify a contact person in the letter of interest.

   Limits to the letter of interest submittals, in addition to the General Requirements and Information, are as follows:

   1.  Resumes--five (5) total pages of resumes, one sided.

   2.  Standard Form 255, Item 8 (Number of project descriptions which demonstrate the firm's competence)--five (5) project descriptions.

   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).

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Henry Nutbrown, P.E., District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017, Attention: Mr. Richard T. Curry, P.E.

   Any technical questions concerning the requirements for this project should be directed to Mr. Terry McCue, District 11-0, at (412) 429-4926.

   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 Charles W. Allwein, P.E., Chief, Consultant Selection Committee, 7th Floor, Forum Place, 555 Walnut Street, Harrisburg, PA 17101-1900.

   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 corporation 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 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 employes 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 page, one side)

   This Chart should 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 should include the number of subconsultant personnel and Column B should include the number of prime consultant personnel to be assigned to work on this project reference number.

   If a Disadvantaged 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 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 shall be assembled with the prime's first, followed by the subconsultant's in the same order as they appear in Item 6 of Form 255.

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

   A Workload Projection Graph for the prime and each subconsultant should indicate the firm's current and anticipated workload compared to the anticipated capacity available for the next two-year time frame. The Workload Projection Graph should be submitted for the office(s) where the work would be performed and should 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 names in the Letter of Interest, the letters from proposed prime employes should be first, followed by subconsultant employes, 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)

   This page must show 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 pages or five (5) double sided 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

[Pa.B. Doc. No. 97-1317. Filed for public inspection August 15, 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.