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. 96-642

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[26 Pa.B. 1873]

Philadelphia and Bucks Counties
Reference No. 08430AG1989

   The Department of Transportation will retain an engineering firm to perform final design for the following five projects in Philadelphia and Bucks Counties:

   1.  S. R. 0013 (Bristol Pike) from the Bucks County Line (the Poquessing Creek) to the Pennsylvania Turnpike ramps in Bensalem and Bristol Townships, Bucks County. This project involves computerized traffic signal system at 15 intersections including: new solid state controllers, interconnect, overhead signal displays and reconstruction of Bristol Pike and Beaver Dam Road/Beaver Street intersection. Approximate construction length is 13.1km (8.17 miles). The estimated construction cost is $710,000.

   2.  S. R. 1004 (Torresdale Avenue) from Harbison Avenue to Linden Avenue, in the City of Philadelphia. This project involves computerized traffic signal system at 38 intersections including: new solid state controllers, interconnect, overhead signal displays, relocating signal displays and restriping. Approximate construction length is 6.8km (4.22 miles). The estimated construction cost is $610,000.

   3.  S. R. 1007 (Tacony Street) from Bridge Street to Levick Street, and S. R. 0073 (New State Road) from Levick Street to Old State Road, in the City of Philadelphia. This project involves computerized traffic signal system at ten intersections including: solid state controllers, interconnect and actuation of all side streets. Approximate construction length is 3.1km (1.94 miles). The estimated construction cost is $260,000.

   4.  S. R. 1015 (Knights Road) from Frankford Avenue to the City of Philadelphia Line (the Poquessing Creek), in the City of Philadelphia; and S. R. 2019 (Knights Road) from the Poquessing Creek to Street Road, in Bensalem Township, Bucks County. This project involves computerized traffic signal system at 15 intersections including: solid state controllers and interconnect. Approximate construction length is 5.4km (3.36 miles). The estimated construction cost is $260,000.

   5.  S. R. 1016 (Holme Avenue) from Roosevelt Boulevard to Academy Road, in the City of Philadelphia. This project involves computerized traffic signal system at eight intersections including: solid state controllers and interconnect. Approximate construction length is 3.1km (1.95 miles). The estimated construction cost is $230,000.

   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 plans; highway lighting design; right-of-way investigation; preparation of traffic control plans, pavement marking and signing; traffic signal design; utility investigation and coordination; coordination with municipal officials and other agencies; preparation of preliminary and final plans, specifications and estimates. The above design documents will be performed in metric (SI) units.

   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.

   We encourage small firms to submit a letter of interest for this assignment. Special consideration will be given to firms with a total employment less than 50 employes.

   Technical questions concerning the requirements for this project should be directed to Harvey S. Knauer, District 6-0, at (610) 964-6537.

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

Lackawanna, Luzerne, Pike, Susquehanna, Wayne and Wyoming Counties
Reference No. 08430AG1984

   In the March 23, 1996 Pennsylvania Bulletin, the Department advertisement for this project included the retention of an engineering firm to perform all phases of cultural, historical and archeological work. The Department has re-evaluated the service to be required under this open-end contract and determined that no engineering services are required, therefore, we are advertising the project once again without the requirement for an engineering firm for these services. Any letters of interest submitted previously will be valid submissions, based on conformity to the previous advertisement, and need not be resubmitted.

   The Department of Transportation will retain a firm for an open-end contract to perform all phases of Cultural Resource Management and Wetland Identification, and Delineation associated with Department planning, designing and construction of transportation projects throughout District 4-0, that is Lackawanna, Luzerne, Pike, Susquehanna, Wayne and Wyoming Counties.

   The area of study may include historic structures and features, historic, and prehistoric archaeology, and wetlands. No engineering services will be required under this open-end contract.

   The contract will be for a period of 30 months from the date of execution with projects assigned on an as needed basis. The maximum amount of the open-end contract will be $750,000.

   The Department will establish an order of ranking of a minimum of three 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 experience and technical competence of firm.

   b.  Past record of performance with respect to cost control, work quality, ability to meet schedules and previous experience on open-end contracts. The specific experience of individuals who constitute the firms shall be considered.

   c.  Current workload.

   d.  Location of consultant in respect to the District.

   e.  Available staffing for this assignment.

   f.  Relative size of firm to size of projects that may be completed under this contract.

   The selected firm will be required to provide all necessary professional historic and archaeological services. They will also be required to provide all necessary professional services for the identification and delineation of wetlands and wetland impacts.

   The reports and other written graphic materials to be prepared may include, but not be limited to the following:

   Phase I, II and III Archaeology Reports, Historic Structures Survey/Determinations of Eligibility, Criteria of Effects, Section 4(f), Section 2002, Mitigation Plans for Cultural Resources, Memorandums of Agreement, Wetland Delineations, Wetland Mitigation Plans, Pennsylvania Natural Diversity Indexes (PNDI's), Environmental Assessment Forms and Functional Assessments including Wet 2.0.

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

   Technical questions concerning the requirements for this project should be directed to Robert J. Horutz, P.E., District 4-0, at (717) 963-4064.

   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 performing any of the above services are invited to submit letters of interest to: Director, Consultant Selection Committee, Room 1118, Transportation and Safety Building, Harrisburg, PA 17120.

   A separate letter of interest and required forms must be submitted for each project for which the applicant wishes to be considered. The letter of interest and required forms must be received within 13 calendar days of this notice. The deadline for receipt of a letter of interest at the above address is 4:30 p.m. of the thirteenth day.

   If the project advertisement indicates that the Department will retain an engineering firm, letters of interest will only be accepted from individuals, firms or corporations duly authorized to engage in the practice of engineering. 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 State law to engage in the practice of engineering.

   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. Proposed DBE firms must be certified at the time of submission of the letter of interest. If the selected firm fails to meet the goal established, it shall be required to demonstrate its good faith efforts to attain the goal. Failure to meet the goal and to demonstrate good faith efforts may result in being barred from Department contracts in the future.

   Responses are encouraged by small engineering firms, disadvantaged business enterprise engineering firms and other engineering firms who have not previously performed work for the Department of Transportation.

   Each letter of interest must include in the heading, the firm's Federal Identification Number and the Project Reference Number indicated in the advertisement. The letter of interest must also include the following:

   1.  Standard Form 255, ''Architect-Engineer and Related Services Questionnaire for Specific Project.''

   2.  Standard Form 254, ''Architect-Engineer and Related Services Questionnaire'' 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. Please disregard the statements on Standard Form 255 that indicate a Standard Form 254 is only required if not already on file with the contracting office. The Department does not maintain a file for Standard Form 254 for contracting purposes; therefore, this Form is required for the prime consultant and each subconsultant as stated above.

   3.  Two copies of the Department's Form D-427 (Rev. 6-89), ''Current Workload'' for the firm submitting the letter of interest. At least one copy of Form D-427 must remain free and not bound in any way to any other portion of the letter of interest or accompanying documentation. Copies of Form D-427 are available upon request from the above address or by contacting the Department's Consultant Agreement Division at (717) 783-9309.

   4.  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.

   The Standard Form 255 must be 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. If a Disadvantaged Business Enterprise (DBE) goal is specified for the project, the DBE must be presently certified by the Department of Transportation, and the name of the firm and the work to be performed must be indicated in Item 6. If a Women 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.

   The Standard Form 254 must be signed and dated and must be less than 1 year old as of the date of this advertisement. A Standard Form must accompany each letter of interest for the firm submitting the letter of interest, each party to a joint venture, and for each subconsultant shown under Item 6 of the Standard Form 255.

   Unless other factors are identified under the individual project reference number, the following factors, listed in their order of importance, will be considered by the Committee during their evaluation of the firms submitting letters of interest:

   a.  Specialized experience and technical competence of firm.

   b.  Past record of performance with respect to cost control, work quality, and ability to meet schedules. The specific experience of individuals who constitute the firms shall be considered.

   c.  Current workload and capacity of firm to perform the work within the time limitations.

   d.  Location of consultant.

   e.  Special requirements of the project.

   f.  Other factors, if any, specific to the project.

   The Department currently limits its participation in the remuneration of principals or consultant employes performing work on projects to $72,800 per annum or $35 per hour or their actual audited remuneration, whichever is less. The Department currently limits its participation in the consultant's indirect payroll costs (overhead) on design and miscellaneous projects to 130% of the direct payroll cost or the consultant's actual audited overhead rate, whichever is less. The Department currently limits its participation in the consultant's indirect payroll costs (overhead) on construction inspection projects to 85.2% of the direct payroll cost or the consultant's actual audited overhead rate, whichever is less. The Department's limitations will apply to the projects advertised above unless the Department policy is revised prior to the negotiation of an agreement or contract.

   The assignment of the above services will be made to one of the firms responding to this notice, but the Committee reserves the right to reject all letters of interest submitted, to cancel the solicitations requested under this notice, and/or to readvertise solicitation for these services.

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 96-642. Filed for public inspection April 19, 1996, 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.