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. 98-785

NOTICES

Retention of Engineering Firms

[28 Pa.B. 2328]

Crawford, Erie, Forest, Mercer, Venango
and Warren Counties
Project Reference No. 08430AG2189

   The Department of Transportation will retain an engineering firm for an Open-End Contract for various engineering services and environmental studies on various projects located in Engineering District 1-0, that is Crawford, Erie, Forest, Mercer, Venango and Warren Counties. The required services may encompass a wide range of design and environmental efforts with the possibility of several different types of projects having aggressive completion schedules. The anticipated types of projects may include, but are not limited to: bridge replacements or bridge rehabilitations; roadway betterments; (3R type projects); capital improvement projects (roadways and/or bridges); traffic signal projects; location studies; and, various environmental studies.

   The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of this Open-End Contract will be $1.0 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 letters of interest:

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

   b.  Experience and effectiveness of proposed project managers.

   c.  Past record of performance with respect to cost control, work quality, ability to meet schedules and previous experience and performance on Open-End Contracts.

   d.  Specialized experience and technical competence of key staff.

   e.  Availability and diversity of proposed staff listed for this assignment.

   f.  Location of consultant with respect to Engineering District 1-0.

   The firm may be required to perform any or all of the following engineering services: attend project field views and meetings and prepare minutes of same; prepare appropriate submissions for all project related meetings and field views; perform field surveys and plot topography and cross-sections; prepare submissions and materials necessary for the Department to prepare application to the Public Utility Commission (PUC) and attend any PUC field conferences; attend and supply any required information for all PUC meetings and hearings during project design; develop erosion and sedimentation control details and narratives; prepare right-of-way plans; prepare type, size and location reports, prepare hydrologic and hydraulic reports for waterway approvals; perform geotechnical investigations and prepare foundation reports; prepare maintenance and protection of traffic control plans; prepare structure drawings; investigate and coordinate utility relocations; disseminate intent-to-enter notices; prepare prints and information required for value engineering reviews; develop construction project management (CPM) schedules and reasonable construction working times; collect traffic information such as ADT's, classifications, turning movements, circulation, etc.; prepare plans for signal design and implementation of signal interconnections; evaluate alternatives using benefit/cost analysis; document study activities and findings for needs analyses; prepare lighting plans; prepare designs of waste water treatment facilities; perform structural analysis; prepare information needed to obtain all required permits, approvals, insurance, etc. for project advancement; and, prepare construction drawings, specifications and cost estimates.

   The format and content of all documents, plans, reports or other submissions 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; wetland determinations and delineations; soils analysis; geology; farmlands; visual quality; socio-economic; cultural; Section 4(f) and Section 6(f) documentation; Section 106 documentation; noise and vibration analyses; threatened and endangered species surveys; hazardous and residual waste investigations; and, any other related environmental studies not listed above. The environmental studies will be conducted in accordance with acceptable Department policies, methodologies and analysis techniques.

   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 coordination and public involvement activities; and, prepare reports and design mitigation summaries.

   The reports and other written graphic material to be prepared may include, but not be 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) and Section 6(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 described for each Engineering Agreement Work Order developed under this Open-End Contract.

   In addition to the General Requirements and Information section following this advertisement, respondents to this advertisement are not to include more than eight (8) pages of resumes under Item No. 7 of Standard Form 255 (SF-255).

   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.

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

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

Lackawanna, Luzerne, Pike, Susquehanna,
Wayne and Wyoming Counties
Project Reference No. 08430AG2190

   The Department of Transportation will retain an engineering firm for an Open-End Contract for various engineering and/or environmental services on various projects located in Engineering District 4-0, that is Lackawanna, Luzerne, Pike, Susquehanna, Wayne and Wyoming 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 $1.0 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 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.

   c.  Location of consultant in respect to the District.

   d.  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.

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

   f.  Projected Workload for the next two (2) calendar days.

   The work and services required under this Open-End 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 Open-End 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; seismic evaluations; 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.

Armstrong County
Project Reference No. 08430AG2191

   The Department of Transportation will retain a firm to provide assistance in the acquisition of right-of-way for the construction of State Route 6028, Section 015, Kittanning Bypass, in Armstrong County. The project consists of approximately 55 claims, including 17 residential and 2 business relocations.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating this Agreement 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 selected firm will be required to provide the professional right-of-way acquisition services necessary to clear the right-of-way for this project. These services include developing a relocation assistance plan, which identifies problem situations, relocation assistance, negotiations, appraisal services (no appraisal reports), title services, settlement/closing services, property management, and other services as required.

   The selected firm will be required to coordinate all work through the Department's designated representative. All acquisition will be accomplished in compliance with Federal and State regulations, including but not limited to the Pennsylvania Eminent Domain Code, the State Highway Law and Pennsylvania Real Estate Law, the Housing Replacement Authorization Act, and the Uniform Relocation Assistance and Real Property Acquisition Policies Act.

   The majority of the work and services will be required within eighteen (18) months from the notice to proceed.

   The Consultant will be required to provide on-site office space. Lodging for individuals assigned to this project for sixty (60) days or more will be limited to $790 per month. The allowance could include living space rental, furnishings, basis telephone service and utilities. No subsistence or to/from job mileage will be reimbursed for these individuals. Normal Department mileage/subsistence/lodging rates will apply to individuals assigned to this project for less than sixty (60) days.

   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.  Staff experience.

   c.  Past performance.

   d.  Familiarity with Pennsylvania right-of-way regulations.

   e.  Number of staff/titles available to work on project.

   f.  Other factors necessary to provide the required services.

   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 A. Chelednik, P.E., District 10-0, at (412) 357-2842.

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

Armstrong, Butler, Clarion, Indiana
and Jefferson Counties
Project Reference No. 08430AG2192

   The Department of Transportation will retain an engineering firm for an Open-End Contract for various engineering and/or environmental services on various projects located in Engineering District 10-0, that is Armstrong, Butler, Clarion, Indiana, and Jefferson 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 $1.0 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 letters of interest:

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

   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 who constitute the firms shall be considered.

   c.  Specialized experience and technical competence of firm.

   d.  Available staffing for this assignment.

   e.  Current Workload.

   f.  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 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; 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 contracts 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; partnering moderation on projects 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, remote sensing/mapping innovations; services of a qualified malacologist; landscape architect for preparation of landscaping; terrestrial mitigation and wetland mitigation plans. 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.

   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 A. Chelednik, P.E., District 10-0, at (724) 357-2842.

   Any questions concerning the submittal of the letter of interest for this Open-End Contract 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. 08430AG2193

   The Department of Transportation 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 2-0, that is Cameron, Centre, Clearfield, Clinton, Elk, Juniata, McKean, Mifflin and Potter Counties. The Contract will include roadway and bridge construction projects, and material plant inspection. The Contract will be for a period of sixty (60) months, with a maximum cost of one million ($1,000,000) dollars.

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

   c.  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.

   c.  Number of NICET certified inspectors in each payroll classification.

   d.  Number of available inspectors in each payroll classification.

   e.  Understanding of Department's requirements, policies, and specifications.

   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 Inspector--Materials (TCI-Materials) (NICET Highway Materials Level 2 or equivalent)  2   (2)
Transportation Construction Inspector (TCI) (NICET Highway Construction Level 2 or equivalent)13   (13)

   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 1998:

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
Of Inspection
      (TCI-Materials)$35.51
      (TCI)$34.43

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

ClassificationNo. of Resumes
      TCI-M  3
      TCI16

   No resumes are required for the TA Classification.

   The second copy of the letter of interest and required forms, (see general requirements and information section shall be sent to: Mr. George M. Khoury, P.E., 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.

Cameron, Centre, Clearfield, Clinton, Elk, Juniata, McKean, Mifflin and Potter Counties
Project Reference No. 08430AG2194

   The Department of Transportation will retain engineering firms for two (2) Open-End Contracts for various engineering and/or environmental services on various projects located in Engineering District 2-0, that is Cameron, Centre, Clearfield, Clinton, Elk, Juniata, McKean, Mifflin and Potter Counties. Each Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of these Open-End Contracts will be $1.0 million each.

   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.

   c.  Projected Workload for the next two (2) calendar years.

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

   e.  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.

   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, major projects, 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 contracts 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, 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. George M. Khoury, P.E., 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 letters of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

[Continued on next Web Page]



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.