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. 96-259

NOTICES

Retention of Engineering Firms

[26 Pa.B. 810]

Fayette, Greene, Washington and
Westmoreland Counties
Reference No. 08430AG1978

   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 Fayette, Greene, Washington and Westmoreland Counties in Engineering District 12-0. The contract will be for a 30 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, bridge replacements or bridge rehabilitations with minor approach work, roadway betterments (3R Type), ECONS studies, ECONS final design, Capital Improvement Projects (bridges or roadways), and minor location studies. 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.  Location of consultant in respect to the District.

   d.  Current workload.

   e.  Available staffing for this assignment.

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

   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; 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; 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.

   Technical questions concerning the requirements for this project should be directed to George W. Tanner, Liaison Engineer, District 12-0, at (412) 439-7383.

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

Lehigh County
Reference No. 08430AG1979

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately eight inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services on S. R. 0145, Sections 03M and 06M (MacArthur Road), in Whitehall Township, Lehigh County. This project involves the surfacing of a divided and undivided roadway with bituminous binder course ID-2 (heavy duty) polymer modified and bituminous wearing course ID-2, SRL-E (heavy duty) polymer modified; a latex overlay of a one span steel I-beam bridge; miscellaneous bridge repairs; concrete pavement patching and accelerated concrete pavement patching; miscellaneous drainage improvements; guide rail upgrading; cement concrete curb and sidewalk; utility adjustments; temporary impact attenuating devices; temporary traffic signals; and signing and pavement marking within a length of 2.083 miles.

   The Department will establish an order of ranking of a minimum of three 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.  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, drainage, guide rail and latex overlay.

   b.  Past performance.

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

   d.  Workload.

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

   f.  Number of available inspectors in each payroll classification.

   The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed employes 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:

ClassificationNo. of
Inspectors
Transportation Construction Insp. Super.3 (2)
   (TCIS)(NICET Highway Construction Level 3 or equivalent)
Transportation Construction Inspector5 (3)
   (TCI)(NICET Highway Construction Level 2 or equivalent)

   The numbers 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 Classifications.

   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 experience specified for the Inspection Classification.

   The maximum reimbursement of direct payroll cost for each Department Payroll Classification for calendar year 1996 will be limited to the actual direct salary of the individual employe, or the following rates, whichever is less:

Payroll ClassificationDirect
Payroll Rate
Transportation Construction
   Inspector Supervisor
(TCIS)$17.34
Transportation Construction
   Inspector
(TCI)$15.18

   Maximum reimbursable direct payroll rates 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.

   Letters of interest for this project must include a letter, signed by the individuals proposed for all TCIS positions, giving their approval to use their name in the letter of interest for this specific project.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this agreement shall be 15% of the total contract price. Additional information concerning DBE participation in this agreement is contained in the General Requirements and Information section after the advertised projects.

   Technical questions concerning the requirements for this project should be directed to Brian H. Graver, District 5-0, at (610) 791-6022.

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

Schuylkill County
Reference No. 08430AG1980

   The Department of Transportation will retain an engineering firm to perform final design, services during construction, and shop drawing reviews for the S. R. 0501, Section 01B, bridge over Lower Little Swatara Creek and for the S. R. 0501, Section 02B, bridge over an unnamed tributary to the Lower Little Swatara Creek in Pine Grove Township, Schuylkill County.

   S. R. 0501, Section 01B, which is located 1,000 feet south of the intersection of S. R. 0501, and S. R. 0895, is the replacement of an existing 100-foot, four span, open-grate structure with a new, two span, prestressed adjacent box beam bridge having a length of approximately 112 feet and a curb to curb width of approximately 37 feet on the same alignment. This bridge involves approximately 340 feet of roadway improvements. The estimated construction cost is $1.1 million.

   S. R. 0501, Section 02B, which is located 2,500 feet south of the intersection of S. R. 0501 and S. R. 0895, is the replacement of an existing 10-foot, single span, open-grate structure with a single cell, precast box culvert having a length of approximately 76 feet on a 45 degree skew. This bridge involves approximately 350 feet of roadway improvements. The estimated construction cost is $150 thousand.

   The typical roadway section for both bridges is two 12-foot lanes with 6-foot shoulders. Both structures will be constructed one at a time under a full detour.

   The firm selected will be required to perform the following: prepare final right-of-way plans; prepare final design/construction plans, specifications and cost estimates; review shop drawings; and provide consultation during construction.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this agreement shall be 15% of the total contract price. Additional information concerning DBE participation in this agreement is contained in the General Requirements and Information section after the advertised projects.

   Technical questions concerning the requirements for this project should be directed to Donald E. Lerch, P.E., District 5-0, at (610) 791-6019 or Jack W. Hubbard, District 5-0, at (610) 791-6020.

   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. 96-259. Filed for public inspection February 23, 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.