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. 97-90

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[27 Pa.B. 352]

Armstrong, Butler, Clarion, Indiana and
Jefferson Counties
Project Reference No. 08430AG2043

   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 Armstrong, Butler, Clarion, Indiana and Jefferson Counties in Engineering District 10-0. The contract will be for a minimum 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 emphasis of this contract will be on the performance of various engineering services. 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), SAMI studies, SAMI final design, capital improvement projects (bridges or roadways), and minor location studies. The amount of the open-end contract will be a minimum of $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:

   1.  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.

   2.  Specialized experience and technical competence of firm.

   3.  Available staffing for this assignment.

   4.  Current workload.

   5.  Location of consultant in respect to the District.

   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 Pennsylvania 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 cost 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 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; threatened and endangered species including the services of a qualified malacologist; hazardous waste investigations; public involvement coordination; 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 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 firm may be required to perform design phase partnering moderation on projects designed by consultants and/or in-house forces.

   The firm may also be required to perform landscape architect duties which involve preparing landscaping plans, terrestrial mitigation plans, wetland mitigation planting plans and other associated duties.

   The format and content of all documents, plans and specifications will be consistent with applicable State and Federal regulations 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 District's copy of the letter of interest and required forms (see general requirements and information section) shall be submitted to: F. Thomas Fruehstorfer, P.E. Acting District Engineer, Engineering District 10-0, Route 286 South, P. O. Box 429, Indiana, PA 15701.

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

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

Delaware County
Reference No. 08430AG2044

   The Department of Transportation will retain an engineering firm to perform environmental studies, preliminary engineering, final design and construction consultation for S. R. 0261, Section M00, Foulk Road, and S. R. 0491, Section M00, Naamans Creek Road in Concord, Bethel, Upper and Lower Chichester Townships, Delaware County. This project involves roadway overlay and shoulder construction, drainage improvements, curve adjustments, guide rail upgrade traffic signal upgrading, replacement of the parapets and abutment posts on S. R. 0261 over S. R. 0322 and appurtenant work. The project length encompassing both S. R. 0261 and S. R. 0491 is 12.6 kilometer (7.8 miles) that is S. R. 0261, Section M00, Foulk Road from the Pennsylvania/Delaware State line to Green Glen Drive and S. R. 0491, Section M00, Naamans Creek Road from the Pennsylvania/Delaware State line to S. R. 0202. The estimated project construction cost is $4.5 million.

   The selected firm will be required to provide the following engineering and design services: surveys; roadway design; pavement design; preparation of cross-sections; guide rail system, erosion and sedimentation control design; highway lighting design; right-of-way investigation and plan; structure design; preparation of traffic control, pavement marking, and signing plans; traffic signal design; utility coordination and design; coordination with PUC, municipal officials, and the public; preparation of final plans, specifications; and estimates; shop drawing reviews; and construction consultation.

   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 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.

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

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

   Technical questions concerning the requirements for this project should be directed to Timothy R. O'Brien, P.E., District 6-0, at (610) 964-6526 or Joseph L. Capella, District 6-0, at (610) 964-6611.

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

Montgomery and Philadelphia Counties
Project Reference No. 083430AG2045

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately 20 inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services on the following three projects:

   1.  S. R. 0076, Section PM2--Restoration of the Schuylkill Expressway including milling, concrete pavement patching, bituminous overlay and structure repairs from the Blue Route, I-476 to Belmont Avenue in Lower Merion Township.

   2.  S. R. 0076, Section PM3--Restoration of the Schuylkill Expressway including milling, bituminous overlay and structure repairs from Belmont Avenue to the City Line in Lower Merion Township.

   3.  S. R. 0076, Section PM4--Restoration of the Schuylkill Expressway including milling, bituminous overlay and structure repairs (some in the Schuylkill River) from the City Line to South Street in the City of Philadelphia.

   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.  The availability of inspectors in each payroll classification to work nights and weekends.

   b.  Past performance on previous construction inspection assignments.

   c.  Review of inspectors' resumes with emphasis on Department experience, construction inspection capabilities and specialized experience in bituminous paving, maintenance and protection of traffic and structure repairs.

   d.  In the letter of interest, describe how inspectors will be trained on safety while working at night and adjacent to high speed traffic, such as the Schuylkill Expressway.

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

   f.  Ability to provide three ''CDS'' operators, (TCIS classification or someone capable of inputing data into a personal computer).

   g.  Number of NICET certified 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:

No. of
ClassificationInspectors
Transportation Construction Insp. Super.  6  (4)
   (TCIS)(NICET Highway Construction
Level 3 or equivalent)
Transportation Construction Inspector11  (7)
   (TCI)(NICET Highway Construction
Level 2 or equivalent)
Technical Assistant  3  (0)
   (TA)(NICET Highway Construction
Level 1 or equivalent)

   In addition to the resumes for the required number of personnel in each Department Payroll Classification, a maximum of one alternate resume per payroll classification will be acceptable.

   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 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 1997 will be the following rates:

Payroll ClassificationRate Per Hour
Transportation Construction Inspector Supervisor(TCIS)$38.90 (ST)$44.88 (OT)
Transportation Construction Inspector(TCI)$34.42 (ST)$39.28 (OT)
Technical Assistant(TA)$24.60 (ST)$27.00 (OT)

   Maximum reimbursable per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting. The maximum rate per hour of inspection includes all costs to have the inspector on the project site.

   The firm selected may be required to attend a preconstruction 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; perform material acceptance testing, input data on a personal computer for CDS system and perform other duties as may be required.

   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 names in the letter of interest for this specific project.

   The maximum number of resumes to be included with the letter of interest shall be eight resumes for the TCIS positions and 14 resumes for the TCI positions. No resumes are required for the TA positions.

   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.

   The District's copy of the letter of interest and required forms (see the general requirements and information section) shall be sent to: Andrew Warren, District Administrator, Engineering District 6-0, 300 Radnor-Chester Road, St. Davids, PA 19083.

   Technical questions concerning the requirements for this project should be directed to Joseph Meehan, District 6-0, at (610) 964-6555.

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

Mifflin County
Reference No. 08430AG2039

   In the December 21, 1996 and January 4, 1997 publications of the Pennsylvania Bulletin, the Department's advertisement for this project reference number contained incorrect requirements. Letters of interest received in response to the earlier advertisement will be considered if you notify the Department in writing by January 31, 1997 that you believe the letter of interest that you previously submitted satisfies the requirements of this advertisement.

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately 16 inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services on S. R. 0322, Section B01, Milroy Bypass project, Mifflin County.

   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 and drainage.

   b.  Past performance.

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

   d.  Number of available inspectors in each payroll classification.

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

   f.  Workload.

   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:

No. of
ClassificationInspectors
Transportation Construction Manager 12  (2)
   (TCM-1)(NICET Highway Construction
Level 4 or equivalent)
Transportation Construction Insp. Super.1  (1)
   (TCIS)(NICET Highway Construction
Level 3 or equivalent)
Transportation Construction Inspector--
Materials
1  (1)
   (TCI--Materials)   (NICET Highway Materials Level 2 or equivalent)
Transportation Construction Inspector8  (8)
   (TCI)(NICET Highway Construction
Level 2 or equivalent)
Technical Assistant4  (0)
   (TA)(NICET Highway Construction
Level 1 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 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 1997 will be the following rates:

Payroll ClassificationPayroll Rate
Transportation Construction Manager 1(TCM-1)$43.96 (ST)$40.96 (OT)
Transportation Construction Inspector Supervisor(TCIS)$38.90 (ST)$44.88 (OT)
Transportation Construction Inspector--Materials(TCI-M)$35.42 (ST)$40.53 (OT)
Transportation Construction Inspector(TCI)$34.42 (ST)$39.28 (OT)
Technical Assistant(TA)$24.60 (ST)$27.00 (OT)

   Maximum reimbursable rate per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting. The maximum rate per hour of inspection includes all costs to have the inspector on the project site.

   The firm selected may be required to attend a preconstruction 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 TCM-1 and TCIS positions, giving their approval to use their name in the letter of interest for this specific project.

   Transmittal letters for the letters of interest shall be four pages or less.

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

ClassificationNo. of Resumes
TCM-1  3
TCIS  2
TCI-M  2
TCI10

   No resumes are required on the TA classification.

   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.

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

   Technical questions concerning the requirements for this project should be directed to Vasco A. Ordonez, P.E., District 2-0, at (814) 765-0439.

   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 forms for each Project Reference Number for which the applicant wishes to be considered.

   One copy of the letter of interest and required forms must be submitted to Director, Bureau of Design, Consultant Selection Committee, Forum Place, 555 Walnut Street, 7th Floor, Harrisburg, PA 17101-1900.

   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. prevailing tiime of the thirteenth day.

   The second copy of the letter of interest and required forms 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 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 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 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.

   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.

   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 the following:

   1.  The project reference number for which the applicant wishes to be considered.

   2.  The firm's legal name, factious name (if applicable), and the firm's Federal identification number.

   3.  If the project advertisement indicated the Department will retain an engineering firm for the project, the applicant must indicate the names and license number of individuals who are directing heads or employes of the firm who is responsible of the firm's engineering activities, and whose names and seal shall be stamped on all plans, specifications, plats and reports issued by the firm.

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

   If a Disadvantage Business Enterprise (DBE) goal is specified for the project the DBE must be currently certified by the Department of Transportation, and the name of the firm 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.

   5.  Standard Form 254, ''Architect-Engineer for 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 of a Company, unless an acceptable Standard Form 254 for the prie and each subconsultant/subcontractor is on file in both the Bureau of Design and the Engineering District Office of 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.

   6.  A ''Workload Projection'' form for the prime and each subconsultant/subcontractor. The ''Workload Projection'' form should indicate the firms current and anticipated workload compared to the anticipated capacity available during the agreement projected time frame.

   7.  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.  The latest audited overhead rate of the prime consultant and each subconsultant.

   The assignment of the agreement/contract for the above advertisements will be made to one of the firms who submitted an acceptable letter of interest in response to this 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. 97-90. Filed for public inspection January 17, 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.