Pennsylvania Code & Bulletin
COMMONWEALTH OF PENNSYLVANIA

• No statutes or acts will be found at this website.

The Pennsylvania Bulletin website includes the following: Rulemakings by State agencies; Proposed Rulemakings by State agencies; State agency notices; the Governor’s Proclamations and Executive Orders; Actions by the General Assembly; and Statewide and local court rules.

PA Bulletin, Doc. No. 98-388

NOTICES

Retention of Engineering Firms

[28 Pa.B. 1283]

Bucks, Montgomery and Philadelphia Counties
Project Reference No. 08430AG2165

   The Department of Transportation will retain an engineering firm to provide construction management services for the reconstruction and improvement of I-95 in the City of Philadelphia, and for other various projects located in Philadelphia, Bucks and Montgomery Counties, Engineering District 6-0.

   The three (3) design projects will be as follows: S. R. 0095, Section RES in Philadelphia County; S. R. 0476, Section PM7 in Montgomery County; S. R. 2001, Section B02 in Philadelphia County.

   The fourteen (14) construction contracts will be as follows: S. R. 0095, Section RS1 in Philadelphia County; S. R. 0095, Section RS2 in Philadelphia County; S. R. 0095, Section RS3 in Philadelphia County; S. R. 0132, Section M00 in Bucks County; S. R. 0132, Section M01 in Bucks County; S. R. 0413, Section 005 in Bucks County; S. R. 0513, Section S13 in Bucks County; S. R. 0363, Section 01N in Montgomery County; S. R. 0476, Section PM7 in Montgomery County; S. R. 3003, Section 002 in Philadelphia County; S. R. 0676, Section TIM in Philadelphia County; S. R. 2001, Section B01 in Philadelphia County; S. R. 0076, Section PM3 in Philadelphia County; S. R. 0076, Section PM4 in Philadelphia County.

   I-95 is a limited-access, three to four-lane (directional) Interstate highway, located within commercial, industrial, institutional, recreational and residential districts in the City of Philadelphia. The project will begin near Westmoreland Street and terminate at approximately Academy Road. Within these limits, the I-95 projects will reconstruct approximately one mile (1.6 km) of pavement and eight structures. Major construction items consisting of bridge superstructure rehabilitation, bridge deck demolition and reconstruction, roadway demolition and reconstruction, signing, sign structures, lighting, drainage, and landscaping, all being done while maintaining vehicular traffic.

   The construction of the eleven (11) projects involves reconstruction and/or rehabilitation of various heavily traveled roadways in Bucks, Montgomery and Philadelphia Counties. Major items of work include structure reconstruction, roadway reconstruction, widenings, drainage, milling and bituminous overlays, signing, landscaping and other items associated with highway construction.

   The required Construction Management Services will include, but not be limited to, the following:

   Analyze contractor's CPM schedules and monitor progress during construction; facilitate at progress meetings and record minutes; review and make recommendations on construction and design problems; review design changes and make recommendations; evaluate value engineering proposals; perform constructability reviews; prepare correspondence for signature on all issues; tract all submissions including shop drawings; review and prepare responses on potential claims and assist in resolving claims; furnish change order evaluations and assist in their preparation; coordinate and participate in community relations including personal contacts with community representatives and community meetings; coordinate work with other agencies and utility companies; and assist in highway construction related problem-solving with the Department's field and office staff as well as the consultant designer.

   The I-95 project will require Construction Management Services during the design phase as well as the construction phase. Most of the other projects will require these services only during the construction stage.

   The selected firm will be required to establish a field office in Pennsylvania within approximately one mile from I-95 and between Woodhaven Road and the Benjamin Franklin Bridge. This field office will be fully equipped to meet the needs of the Construction Management Staff and will contain office equipment, furniture, photocopying capabilities, telephones, fax facilities, and a conference room able to accommodate twenty people. One desk with a telephone and two parking spaces are to be provided for use by Department and Federal Highway Administration personnel.

   Firms providing final design, construction inspection, or constructability review services for any of the above projects are not eligible for this assignment.

   Firms who are performing work for contractors presently working on Department Construction contracts, or firms who intend to perform work for contractors during the time period of the Construction Management agreement, cannot be a member of the Construction Management Team.

   The active members of the Construction Management Team will vary depending on the work schedule, but the following personnel will be required: One Project Manager (Must be a PA Professional Engineer); Two Construction Engineers (One must be a Professional Engineer); Two Schedule Engineers; and One Technician and a Secretary/Receptionist.

   The following factors, listed in their 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 of the Pennsylvania Bulletin.

   b.  Specific experience of the individuals listed for each position who constitute the proposed project team with emphasis on their background in coordinating construction projects, working for the owner in an Owner-in-Charge environment, and familiarity with PennDOT procedures and specifications.

   c.  Specific public relations experience and technical competence which would demonstrate the ability to communicate the Department's message to the public.

   d.  Past record of performance with the Department or other similar agencies with an emphasis on the quality of the work and ability to meet deadlines.

   e.  Current workload and capacity of firm to be responsive to the needs of the Department in a timely manner.

   f.  Experience in similar types of construction management assignments.

   g.  Responsiveness to the requirements of this proposal and its knowledge of the construction to take place on the projects. (Shortlisted firms will be required to make an oral presentation).

   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 form (see General Requirements and Information section), shall be sent to Mr. Andrew L. Warren, District Administrator, District 6-0, 200 Radnor-Chester Road, St. Davids, Pennsylvania 19087.

   Any technical questions concerning the requirements for this Agreement should be directed to Mr. Leo Leonetti, P.E. or Mr. Joseph F. Meehan, P.E., at (610) 964-6555 or Mr. Marshall Linton, P.E. at (610) 964-6684.

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

Allegheny, Beaver and Lawrence Counties
Project Reference No. 08430AG2166

   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 Allegheny, Beaver and Lawrence Counties in Engineering District 11-0. The Contract will be for a sixty (60) 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), Capital Improvement Projects (bridges or roadways), and minor location studies. The maximum amount of the Open-End Contract will be One Million ($1,000,000.00) dollars.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the 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.

   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.  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.

   d.  Available staffing for this assignment.

   e.  Firm's use and choice of subconsultants.

   f.  Current Workload.

   g.  Location of Consultant in respect to the District.

   Letters of interest for these projects will only be accepted from individuals or 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.

   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-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 and/or technical files; NEPA environmental documents; Section 106 docu-ments; 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.

   The second copy of the Letter of Interest and required forms (see General Requirements and Information section), shall be sent to Mr. Henry Nutbrown, P.E., District Engineer, District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017. Attention: Mr. Robert M. Collins, P.E.

   Any technical questions concerning the requirements for this project should be directed to Mr. Robert M. Collins, P.E., District 11-0, at (412) 429-4928.

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

Elk County
Project Reference No. 08430AG2167

   The Department of Transportation will retain an engineering firm to provide final design for S. R. 0219, Section C08 (the Bradford Bypass Extension) in McKean County.

   This project is the extension of the existing Bradford Bypass. The project involves spanning Owens Way with a two lane bridge, constructing 0.8 miles of two lane roadway and two ramps. The existing roadway will be a dead end at a location near the Kwik Fill gas station once the new roadway is constructed. Approximately 3.23 acres of wetland creation will be incorporated into this project. The estimated construction cost is $5.0 million.

   Traffic for S. R. 0219, Section C08 will be maintained on existing S. R. 0219 utilizing temporary roadways and daylight flagging operations as necessary.

   The engineering firm will be required to perform surveys; preliminary design/Step 9; utility coordination; wetland mitigation plan; final roadway design; final right-of-way plan; structure design; signing, pavement marking and delineation design/plans; erosion and sedimentation control plan; traffic control plan; geotechnical engineering; and the construction plans, specifications, and estimates.

   This project will be performed in English units.

   The letters of interest, at a minimum, should indicate how the selected firm will accomplish the tasks or provide the services identified and the names and resumes of individuals and firms to be utilized to provide the services. The anticipated duration of the agreement is two years.

   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.  Specialized experience and technical competence of firm.

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

   d.  Special requirements of this final design assignment.

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

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

   The shortlisting for this project(s) will be done at the District. All firms submitting letters of interest will be notified by the District for the shortlisting date.

   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 shall be submitted to Mr. George Khoury, P.E. 1924-30 Daisy Street, Box 342, Clearfield, PA 16830. Attention: Mr. Vasco Ordonez.

   Any technical questions concerning the requirements for this agreement 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.

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, PA 17105-3060.

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

   The Letter of Interest and required information must be received within twenty (20) 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 twentieth 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 corporation 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 page, one side, maximum size 11" x 17")

   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 specify only the number of subconsultant personnel and Column B must specify only the number of prime consultant personnel to be assigned to work on this project reference number. Do not include the total personnel for either the subconsultant or prime consultant under Item 4 unless the total personnel are necessary to provide the required work and services.

   The prime and each subconsultant may include no more than one page each for Items 10 and 11.

   If a Disadvantaged 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 processional 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 Accountant 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. 98-388. Filed for public inspection March 6, 1998, 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.