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. 97-1923

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[27 Pa.B. 6281]

Elk County
Project Reference No. 08430AG2140

   The Department of Transportation will retain an engineering firm to provide final design and services during construction (consultation during construction and shop drawing review) for S. R. 0219, Section C10 (the Johnsonburg bypass) in the Boro of Johnsonburg, Elk County.

   S. R. 0219, Section C10 is the relocation of S. R. 0219 between the Kwik Fill gas station and the intersection of S. R. 0219 and Main Street for a distance of 7700`. The roadway will be relocated from going thru the business district of Johnsonburg to the west side of the West branch of the Clarion River. The project consists of 7700` roadway realignment, three multi-span bridges, five retaining walls, two noise barriers, and one culvert extension. Approach adjustments will include project termini as well as Grant Street, Center Street, a logging road and Main Street. A left hand turning lane will be provided onto Main Street from Northbound S. R. 0219 and Grant Street from Northbound and Southbound S. R. 0219. The estimated construction cost is $17 million. The anticipated duration of the agreement is two years.

   The engineering firm will be required to perform surveys; preliminary design/Step 9; utility coordination; PUC application; wetland and habitat mitigation plan; final roadway design; final right-of-way plan; noise analysis and barrier design; structure design; traffic signal study/design and plans; signing, pavement marking and delineation design/plans; erosion and sedimentation control plan; traffic control plan; geotechnical engineering; hazardous waste management plan; and the construction plans, specifications, and estimates. Work also included will be Construction Consultation and Shop Drawing Review. This project will be performed in English units.

   The Department will establish an order of ranking of a minimum of three firms. The following factors, listed in order of importance, will be considered by the Consultant Selection Committee 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.  How the required work tasks will be accomplished and how the required services will be provided.

   c.  Specialized experience and technical competence of firm.

   d.  Specialized experience, previous experience, technical competence of individuals who constitute the firm.

   e.  Special requirements of this final design assignment.

   f.  Current workload and capacity of firm to perform work.

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

   The short listing for this project(s) will be done at Engineering District 2-0. All firms submitting letters of interest will be notified by the District of the short listing date.

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

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

Indiana County
Project Reference No. 08430AG2141

   The Department of Transportation will retain an engineering firm to provide final design services and construction services including shop drawing review and construction consultation for State Route 0119, Section 480, (Route 119 South Improvement Project). The project is located in Burrell and Center Townships, Borough of Homer City; Indiana County, Pennsylvania from Segment 0010, Offset 0000 to Segment 0180, Offset 1237.

   The required services will be for final design roadway and structure activities required to improve S. R. 0119 to a four lane facility utilizing, for the most part, the existing horizontal and vertical alignments. Also included will be, final design activities for a ''grade separated'' full interchange between S. R. 0119 and S. R. 0022. To provide the interchange, will require reconstruction of S. R. 0022 (a four lane facility) from Segment 0060, Offset 0033 to Segment 0090, Offset 0619. The total length for S. R. 0119 will be 12,072 meters. The total length for S. R. 0022 will be 1,974 meters. The total estimated construction costs for both projects is $44 million.

   The selected firm will be provided approved preliminary design drawings (English Units) for the roadway alignment and approximately nine structures including retaining walls, box culverts and multi-span bridges. The selected firm will also be provided with Metric Aerial mapping of the entire projects. All environmental clearances will have been obtained. Copies of the plans will be available for inspection at the Indiana PA Engineering District Office.

   The selected firm will provide final design services using Metric Units of measurements. The following tasks will be included: Field Editing-Survey; Plot and Check Survey; Utility Coordination; Subsurface Exploration Program; Geotechnical Engineering Report/ Foundation Submission; PUC Involvement/Liaison with Railroad; Cross-Sections; Type, Size and Location Plans; Joint Permit Application; Erosion and Sedimentation Control Plan; Right-of-Way Plans; Final Roadway Plans; Final Structure Plans; Value Engineering; Safety Review; Contour Grading and Drainage Plan; Landscape Planting Plan; Signing and Pavement Marking Plan; Traffic Control Plan; Soil Profile Plans; Traffic Signal Plans; Wetland Mitigation Plans; Noise Walls; Waste Management Plans; Stream Relocation Design; Construction C.P.M. Scheduling; Public Meetings; Partnering; Estimates; Meetings and Project Management.

   Letters of Interest will be evaluated at the Engineering District 10-0 Office with emphasis on the following factors which are listed in order of importance:

   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.  Ability of prime and subconsultants to provide a completed PS&E package within the allotted schedule.

   d.  Location of firm.

   e.  Workload and available staff of prime and subconsultants.

   f.  Past records of performance with respect to technical competence, cost control, work quality and ability to meet or exceed schedules.

   g.  Quality Assurance/Quality Control Plan of prime and subconsultants.

   The District will announce the firms that have been short listed at an open public meeting to be held at Engineering District 10-0, P. O. Box 429, Route 286 South, Indiana, PA 15701. Specify a person, in the letter of interest, to be notified of the shortlist meeting date.

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

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Richard H. Hogg, P.E. , District Engineer, District 10-0, P. O. Box 429, Indiana, PA 15701.

   Any technical questions concerning the requirements for this project should be directed to Mr. Raymond K. Schilling, P.E., District 2-0, (412) 357-2874.

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

Armstrong County
Project Reference No. 08430AG2142

   The Department of Transportation will retain an engineering firm for a portion of the final design, shop drawing review and construction consultation for the State Route 6028, Section 015 project (Kittanning Bypass) in Armstrong County. The project will begin at the eastern end of the S. R. 0028/S. R. 0422 bridge over the Allegheny River located in Manor Township (Segment 0260, Offset 0000) and continuing east and then north past S. R. 0422 and ending at a point just north of the S. R. 0028/S. R. 0066 intersection with S. R. 0085 located in Rayburn Township (Segment 0280, Offset 0600) for an approximate length of 4,700 meters.

   The project will involve the construction of a 4-lane bypass of Kittanning Borough. The Department of Transportation will perform the roadway design. The selected firm will be required to complete the following final design activities: plans for a dual curved girder bridge (approximately 150 meters long); all geotechnical exploration and evaluations for the structure and noise walls; wetland mitigation plan; noise monitoring; noise wall design; erosion and sediment pollution control plan; signing and pavement marking plan; traffic control plan; traffic signal plans; energy dissipators; NPDES permit; waste management plan; landscape plan/terrestrial mitigation plan and stream relocation design. The firm will also attend public meetings, partnering meetings during the design and construction phase of this project and perform shop drawing reviews, consultation services.

   The design of this project will be developed in metric units. The estimated construction cost of this project is $34 million. The duration of this Contract will be sixty (60) months.

   Letters of interest will be evaluated with emphasis on the following factors:

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

   b.  Experience in the design of curved girder bridges.

   c.  Specialized experience and technical competence of the firm.

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

   e.  Workload.

   f.  Listing of subconsultants.

   g.  Location of office to perform the work.

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

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Richard Hogg, P.E., District Engineer, District 10-0, Rt. 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 letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Indiana County
Project Reference No. 08430AG2143

   The Department of Transportation will retain an engineering firm for a multi-phase specific agreement for the preliminary engineering and environmental studies, final design and construction consultation for the S. R. 0022, Section 493 project in Indiana County. The project will begin at the eastern end of the existing structure carrying S. R. 0022 over the Conemaugh River located in Burrell Township (Segment 0010, Offset 0700) and continuing east on S. R. 0022 through the existing S. R. 0217 interchange area and ending at a point near Township Road 576 located in Blairsville Borough (Segment 0020, Offset 1408) for an approximate length of 1050 meters.

   The project will involve improving the horizontal and vertical alignments for the S. R. 0022/217 interchange to provide the highest level of service, safety and design criteria. The selected firm will obtain all environmental clearances. Other tasks will include but not limited to field surveys; preliminary area reconnaissance; initial site assessment; alternatives analysis; cross sections; reconnaissance soils and geologic engineering report; erosion and sedimentation control plan; design field view submission (Step 9); project management and public meetings; final design activities; and construction consultation.

   The design of this project will be developed in metric units. The estimated construction costs of this project is $5 million. The duration of this Contract thru final design will be eighteen (18) months.

   Letters of interest will be evaluated with emphasis on the following factors:

   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 the firm.

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

   d.  Workload.

   e.  Listing of subconsultants.

   f.  Location of office to perform the work.

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

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Richard Hogg, P.E., District Engineer, District 10-0, Rt. 286 South, P. O. Box 429, Indiana, PA 15701.

   Any technical questions concerning the requirements for this project should be directed to Mr. Brian N. Allen, District 10-0, at (412) 357-7614.

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

Northumberland and Union Counties
Project Reference No. 08430AG2144

   The Department of Transportation will retain an engineering firm to perform preliminary engineering, final design, and engineering services during construction for both EB and WB bridges and roadway on Interstate 80, S. R. 0080, Section 52D from just west of its interchange with S. R. 0015 to just east of the bridge over S. R. 1029 including improvements to S. R. 0015 and S. R. 0180/S. R. 0147 necessary to complete the respective interchange areas.

   The proposed improvements will include:

   An upgrade of two full interchanges (S. R. 0015 and S. R. 0147);

   Reconstruction/replacement of 2 River Bridges (EB/WB): Existing bridges are 10 spans (steel plate girder pin hanger system) having a total length of 1586';

   Widening/Rehabilitation of the bridges at the interchanges, 2 bridges over Conrail, 2 bridges over S. R. 1011/railroad and 2 bridges over S. R. 1019; and

   Approximately 5 miles of roadway reconstruction in each direction.

   A PS & E submission is anticipated within eighteen (18) months of the notice to proceed.

   The estimated construction cost is $39 million.

   The selected firm will provide preliminary and final design services using metric units of measurement. The following tasks will be included: plot and check field surveys; utility coordination; Step 9 plans/submission; Public Utility Commission coordination; preliminary interchange/roadway horizontal and vertical geometry analysis/plans; detailed bridge replacement analysis; type, size and location plans; geotechnical engineering reports; foundation analysis/design; erosion control plans; right-of-way plans; traffic control plans; drainage studies; hydraulic analysis/permits; final roadway and bridge design/plans; value engineering; safety review; constructability review; specifications and estimates; meetings; project management and any other tasks the District may be required to complete design. The selected firm will also provide shop drawing review and construction consultation services.

   Letters of interest will be evaluated at the Engineering District 3-0 office with emphasis on the following factors which are listed in the order of importance:

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

   c.  Experience of employees to be associated with this project. Of particular importance are the key people assigned to the project including their experience and past record of performance with similar projects.

   d.  Overall current workload of the firm.

   e.  Past performance record.

   The District will announce the firms that have been shortlisted at an open public meeting scheduled for December 23, 1997 at 10:00 A.M. at Engineering District 3-0, 715 Jordan Avenue, Montoursville, PA 17754. All candidates that submitted a letter of interest will be notified if the date is changed. Specify a contact person in the letter of interest.

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

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Paul E. Heise, P.E., District Engineer, District 3-0, 715 Jordan Avenue, Montoursville, PA 17754.

   Any technical questions concerning the requirements for this project should be directed to Mr. Leon J. Liggitt, P.E., District 3-0, at (717) 368-4390.

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

General Requirements and Information

   Firms interested in providing the above work and services are invited to submit two copies of a Letter of Interest and required information for each Project Reference Number for which the applicant wishes to be considered.

   The first copy of the Letter of Interest and required information must be submitted to:

   Mr. Charles W. Allwein, P.E., Chief
Consultant Selection Committee
7th Floor, Forum Place,
555 Walnut Street
P. O. Box 3060
Harrisburg, Pennsylvania 17105-3060

   Note: The Zip Code for express Mailing is 17101-1900

   The Letter of Interest and required information must be received within thirteen (13) calendar days of this Notice. The Deadline for receipt of a Letter of Interest at the above address is 4:30 P.M. prevailing time of the thirteenth day.

   The second copy of the letter of interest and required information must be submitted to the appropriate District Engineer/Administrator or the Bureau Director as indicated in the individual advertisement. This copy must be postmarked or delivered on or before the deadline indicated above.

   If an individual, firm, or corporation not authorized to engage in the practice of engineering desires to submit a Letter of Interest, said individual, firm, or corporation may do so as part of a Joint Venture with an individual, firm, or corporate which is permitted under the state law to engage in the practice of engineering.

   If a Joint Venture responds to a project advertisement, the Department of Transportation will not accept separate Letters of Interest from the Joint Venture constituents. A firm will not be permitted to submit on more than one (1) Joint Venture for the same Project Reference Number. Also a firm that responds to a project as a prime may not be included as a designated subcontractor to another firm that responds as a prime to the project. Multiple responses under any of the foregoing situations will cause the rejection of all responses of the firm or firms involved. The above does not preclude a firm from being set forth as a designated subcontractor to more than one (1) prime responding to the project advertisement.

   If a goal for Disadvantaged Business Enterprise (DBE) participation is established for an advertised project, firms expressing interest in the project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Intermodal Surface Transportation Efficiency Act of 1991 and currently certified by the Department of Transportation shall have the maximum opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The Act requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they were defined prior to the act), WBEs or combinations thereof.

   Proposing DBE firms must be certified at the time of submission of the Letter of Interest. If the selected firm fails to meet the established DBE participation goal, it shall be required to demonstrate its good faith efforts to attain the goal.

   Responses are encouraged by small firms, Disadvantaged Business Enterprise (DBE) firms, and other firms who have not previously performed work for the Department of Transportation.

   Each Letter of Interest must include the following information and the information must be packaged and presented in the following order:

   1.  Transmittal Letter (Maximum of two (2) 8 1/2" x 11" typed pages, one side)

   The subject heading of the transmittal letter must include the project reference number for which the applicant wishes to be considered, the firm's legal name, fictitious name (if applicable), and the firm's federal identification number. If the project advertisement indicated the Department will retain an engineering firm for the project, the applicant must indicate in the body of their transmittal letter the names and Professional Engineer License Number of individuals who are directing heads or employees of the firm who have responsible charge of the firm's engineering activities, and whose names and seals shall be stamped on all plans, specifications, plats, and reports issued by the firm.

   2.  Project Organization Chart (one 8 1/2" x 11" page, one side)

   This Chart must show key staff from the prime and each subconsultant and their area of responsibility.

   3.  Standard Form 255, ''Architect-Engineer and Related Services Questionnaire for Specific Project'' (one Form 255 for the project team).

   The Standard Form 255 must be signed, dated, and filled out in its entirety, including Item No. 6 listing the proposed subconsultants and the type of work or service they will perform on the project. Under Item 4 of this form, Column A must include the number of subconsultant personnel and Column B must include the number of prime consultant personnel to be assigned to work on this project reference number. The prime and each subconsultant may include no more than one page each for Items 10 and 11.

   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 DBE and the work to be performed must be indicated in Item No. 6. If a Woman Business Enterprise (WBE) firm is substituted for the DBE, the WBE firm must also be presently certified by the Department of Transportation and indicated in Item 6.

   4.  Standard Form 254, ''Architect-Engineer for Related Services Questionnaire''

   A Standard Form 254, not more than one (1) year old as of the date of this advertisement, must accompany each Letter of Interest for the firm, each party to a Joint Venture, and for each subconsultant the firm or Joint Venture is proposing to use for the performance of professional services regardless of whether the subconsultant is an individual, a college professor, or a Company, unless an acceptable Standard Form 254 for the prime and each subconsultant/subcontractor is on file in both the Bureau of Design and the Engineering District Office or Central Office Bureau identified in the individual project advertisement.

   If the Standard Form 254 is not submitted with the Letter of Interest, the transmittal letter shall indicate the dates that the Standard Forms 254 were submitted to the Bureau of Design and appropriate Engineering District/Central Office Bureau.

   These Forms must be assembled with the prime's form first, followed by the form for each subconsultant in the same order as the subconsultants appear in Item 6 of Form 255.

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

   Separate Workload Projection Graphs for the prime and each subconsultant shown in Item 6 of the Form 255 must be included and must indicate the firm's current and anticipated workload compared to the anticipated capacity available for the next two-year time frame. The Workload Projection Graphs must be submitted for the office(s) where the work would be performed and must only include the personnel classifications required for providing the advertised services and work.

   6.  Authorization Letters (if required)

   If the advertisement requires a letter signed by individuals giving their approval to use their name in the Letter of Interest, the letters from proposed prime employees must be first, followed by subconsultant employees, in the same order as shown in Item 6 of Form 255.

   7.  Registration To Do Business

   Firms with out-of-state headquarters or corporations not incorporated in Pennsylvania must include, with each Letter of Interest, a copy of their registration to do business in the Commonwealth as provided by the Department of State. Firms who are not registered to do business in Pennsylvania at the time of this advertisement must document that they have applied for registration to the Department of State, Corporation Bureau. The telephone number for the Corporation Bureau is (717) 787-1057 or (717) 787-2004.

   8.  Overhead Rates (one page)

   A single page summary must indicate the latest audited overhead rate developed in accordance with Federal Acquisition Regulations (FAR) for the prime consultant and each subconsultant. If a FAR rate is not available, the latest rate available from a Certified Public Account must be indicated. New firms should indicate how long the firm has been in existence and when an audited overhead rate would be available.

   9.  Additional Information

   Additional information, not to exceed ten (10) one sided 8 1/2" x 11" pages or five (5) double sided 8 1/2" x 11" pages may be included at the discretion of the submitting firm.

   The assignment of the agreement/contract for the above advertisement(s) will be made to one of the firms who submitted an acceptable Letter of Interest in response to the project advertisement. The assignment will be made based on the Department's evaluation of the firm's qualification and capabilities. The Department reserves the right to reject all letters submitted, to cancel the solicitations requested under this Notice, and/or to readvertise solicitation for the work and services.

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 97-1923. Filed for public inspection November 28, 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.