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. 98-1676

NOTICES

Retention of Engineering Firms

[28 Pa.B. 5184]

Erie County
Project Reference No. 08430AG2248

   The Department of Transportation will retain an engineering firm to perform final design and provide consultation during construction for S. R. 4034, Section A91 in Harborcreek Township, Erie County. This project involves the construction of a new four lane bridge spanning Wintergreen Gorge and Four-mile Creek. This project is a part of the East Side Access corridor for which the final Environmental Impact Statement (FEIS) was approved on March 3, 1997. The estimated project construction cost is $20.0 million.

   The design of this structure must be coordinated with and coincide with the design of the highway section between Interstate 90 and McClelland Avenue. The design of the highway section will be done by others and has been advertised separately. An important element of this assignment will be to effectively work and exchange information with the highway design consultant so the project design and letting schedules are not compromised.

   The selected firm will be required to provide the following engineering and design services for final design: field surveys; erosion and sedimentation pollution control plan preparation; utility coordination; coordination with environmental review agencies, Harborcreek Township, Penn State Erie-The Brehrend Campus, the area public and the Department; soils and geological investigations; structure design; and preparation of structure drawings, design specifications and cost estimates. All final designs must be in accordance with the mitigation summary that is a part of the FEIS.

   Consultation during construction will consist of alternate design review and shop drawing review.

   Firms that are under contract, or are being considered, to provide engineering services to a land developer or local municipality for a site that is along the project corridor will not be considered for this assignment. Firms are to state in their letter-of-interest that they are not under contract nor are being considered for a contract with a land developer or local municipality with interests in the project area.

   Letters-of-Interest will be evaluated at the Engineering District 1-0 office 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.  Proven ability to meet project schedules and control costs.

   c.  Experience and competence of project manager and key personnel.

   d.  Innovations and flexibility in thinking, particularly with respect to the needs of the local community.

   e.  Past performance record on similar projects.

   f.  Past performance record of listed subconsultants.

   g.  Availability of listed staff; and

   h.  Current workload.

   Limits to the letters-of-interest submittals, in addition to those mentioned in the General Requirements and Information section following the advertised project(s), are as follows:

   1.  Standard Form 255, Item No. 7--No more than ten (10) total pages of resumes, one-sided.

   2.  Standard Form 255, Item No. 8--No more than eight (8) project descriptions are to be included.

   Engineering District 1-0 will announce the firms that have been shortlisted at an open, public meeting to be held in the District office. All firms that have submitted a letter-of-interest will be notified of the time and date. Specify two (2) contact persons 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 shall be sent to Mr. John L. Baker, P.E., District Engineer, Engineering District 1-0, 1140 Liberty Street, Franklin, PA 16323, Attention: Mr. Michael L. McMullen, P.E.

   Any technical questions concerning the requirements for this project should be directed to: Mr. William G. Petit, P.E., District 1-0, at (814) 437-4270 or Mr. Michael L. McMullen, P.E., District 1-0, at (814) 437-4331.

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

Centre and Clearfield Counties
Project Reference No. 08430AG2249

   The Department of Transportation will retain an engineering firm to provide preliminary engineering and the preparation of an Environmental Impact Statement for S. R. 0322, Section B02, in Centre and Clearfield Counties.

   S. R. 0322, Section B02 is the relocation of approximately 27 miles of U.S. 0322 as a four lane limited access highway from its interchange with I-99 north of Port Matilda in Centre County to the Woodland Interchange (Interchange 20) of Interstate 80 in Clearfield County.

   The preliminary engineering will consist of the development and analysis of five (5) alternates in addition to the TSM and No Build Alternative. Each will be developed taking into consideration specific environmental impacts identified in the environmental studies. Traffic routes to be included in the development and evaluation of each alternative will be Interstate 80, proposed Interstate 99, S. R. 0322, S. R. 0350, S. R. 0053, S. R. 0504, and S. R. 0970. The interchange of U.S. 0322 between Interstate 80 and proposed Interstate 99 will be high speed movements. Mapping will be provided at 1 to 2000 scale. Digitized files will be provided. The Department will provide the selected firm with traffic counts, traffic projections and an Origin and Destination Survey. The selected firm will develop traffic projections for individual alternates using the Centre Regional Metropolitan Planning Organizational Traffic Model.

   The project's environmental scope of work will include all items related to regional and community growth; soil erosion and sedimentation; classification and delineate vegetation types and communities; geological resources; aquatic resources; wetland identification, delineation, evaluation, and mitigation; floodplain identification, delineation, flood risk analysis and mitigation; groundwater resources; wildlife and wildlife habitat; endangered plants and animals; productive agricultural lands; historic resources including reports and MOA's; archaeological resources including MOA's; energy conservation; park and recreational facilities; Section 4(f) resources; public facilities and services; community cohesion; economy, employment and potential impacts; displacement of people; businesses and farms; air quality; noise analysis; water pollution; hazardous and residual waste; aesthetics and other values; secondary impacts; public meetings; advisory committee meetings, newsletters, public hearing; mitigation plan and necessary permits.

   The Letters of Interest, at a minimum, will indicate the following: how the selected firm will accomplish the tasks outlined or provide the services as detailed, and the names and resumes of individuals and firms intended to be utilized to fulfill the services. The Department will establish a shortlist 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.  Specialized experience and technical competence of the team in environmental studies.

   c.  Specialized experience and technical competence of the team in preliminary design.

   d.  Experience in public participation.

   e.  Specialized experience and technical competence of the team in the design of high speed interchanges.

   f.  Specialized experience, previous experience, technical competence of individuals.

   g.  The understanding of this assignment.

   h.  Current workload and capacity to perform the work.

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

   The shortlisting for this project will be done at the District. All firms submitting Letters of Interest will be notified by the District of the shortlisting 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 District's 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 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. Christopher J. Sokol, P.E., District 2-0, at (814) 765-0676 or Mr. James R. Bathurst, P.E., District 2-0, at (814) 765-0437.

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

Beaver and Lawrence Counties
Project Reference No. 08430AG2250

   The Department of Transportation will retain engineering firms to perform two (2) bi-annual NBIS inspections for various locally owned bridges in Beaver and Lawrence Counties in District 11-0. Approximately 173 bridge inspections will be performed in Group ''C'' which are in Beaver and Lawrence Counties.

   The Department will establish an order of ranking of a minimum of three (3) 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 selected firm will be required to inspect/re-inspect selected locally owned bridges at various locations, and provide updated inspection reports including the following:

   *  Bridge load capacity rating/re-rating, including inventory and operating ratings based on existing conditions for H20, HS20 and ML80 loadings using the Department's BAR 7 computer program. This is for all of the newly inspected bridges and for some previously inspected bridges.

   *  Load postings recommendations in accordance with the Department's current load posting policy.

   Various structure types and materials will be involved: i.e. reinforced concrete, prestressed concrete, steel beam, steel truss, culvert, and others. A detailed listing of the bridges will be included with the scope of work. The contract will have a duration of four (4) years and involve the inspections of the structures listed.

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

   b.  Location of firm and/or the location of individuals assigned to this project.

   c.  Current workload.

   d.  Past performance on similar work assignments including meeting NBIS deadlines and cost containment abilities, Q.A. procedures and technical success, traffic control procedures and railroad involvement.

   e.  Staff qualifications--technical expertise, availability for this project and computer capabilities.

   All of the work must be completed within 48 months following the Notice to Proceed.

   The inspections will be conducted in accordance with the provisions of the ''Guidelines for General Scope of Work for Bridge Safety Inspection'' dated January 1997.

   The District's copy of the Letter of Interest and required forms (see general requirements and information section) shall be sent to: Mr. Raymond Hack, P.E., District Engineer, District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017, Attention: Mr. Joel Bowman.

   Contract related questions for this project should be directed to: Mr. Joel Bowman, P.E., District 11-0, at (412) 429-4927.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Ron Todorowski, District 11-0, at (412) 429-4914.

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

Allegheny and Beaver Counties
Project Reference No. 08430AG2251

   The Department of Transportation will retain engineering firms to perform two (2) bi-annual NBIS inspections for various locally owned bridges in Allegheny County and the Ambridge-Aliquippa Bridge in Beaver County, District 11-0. Approximately 234 bridge inspections will be performed in Group ''B'' which is owned by the City of Pittsburgh, City of Clairton, Port Authority and the Ambridge-Aliquippa Bridge.

   The Department will establish an order of ranking of a minimum of three (3) 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 selected firm will be required to inspect/re-inspect selected locally owned bridges at various locations, and provide updated inspection reports including the following:

   *  Bridge load capacity rating/re-rating, including inventory and operating ratings based on existing conditions for H20, HS20 and ML80 loadings using the Department's BAR 7 computer program. This is for all of the newly inspected bridges and for some previously inspected bridges.

   *  Load postings recommendations in accordance with the Department's current load posting policy.

   Various structure types and materials will be involved: i.e. reinforced concrete, prestressed concrete, steel beam, steel truss, culvert, and others. A detailed listing of the bridges will be included with the scope of work. The contract will have a duration of four (4) years and involve the inspections of the structures listed.

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

   b.  Location of firm and/or the location of individuals assigned to this project.

   c.  Current workload.

   d.  Past performance on similar work assignments including meeting NBIS deadlines and cost containment abilities, Q.A. procedures and technical success, traffic control procedures and railroad involvement.

   e.  Staff qualifications--technical expertise, availability for this project and computer capabilities.

   f.  Experience inspecting large, complex structures.

   g.  Experience performing inspection in the City of Pittsburgh involving the Parkways or requiring traffic control or weekend work. Show how your firm can limit these restrictions where possible.

   All of the work must be completed within 48 months following the Notice to Proceed.

   The inspections will be conducted in accordance with the provisions of the ''Guidelines for General Scope of Work for Bridge Safety Inspection'' dated January 1997.

   The District's copy of the Letter of Interest and required forms (see general requirements and information section) shall be sent to: Mr. Raymond Hack, P.E., District Engineer, District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017, Attention: Mr. Joel Bowman.

   Contract related questions for this project should be directed to: Mr. Joel Bowman, P.E., District 11-0, at (412) 429-4927.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Ron Todorowski, District 11-0, at (412) 429-4914.

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

Allegheny County
Project Reference No. 08430AG2252

   The Department of Transportation will retain engineering firms to perform two (2) bi-annual NBIS inspections for various locally owned bridges in Allegheny County in District 11-0. Approximately 208 bridge inspections will be performed in Group ''A'' which is all of Allegheny County except City of Pittsburgh, City of Clairton and Port Authority.

   The Department will establish an order of ranking of a minimum of three (3) 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 selected firm will be required to inspect/re-inspect selected locally owned bridges at various locations, and provide updated inspection reports including the following:

   *  Bridge load capacity rating/re-rating, including inventory and operating ratings based on existing conditions for H20, HS20 and ML80 loadings using the Department's BAR 7 computer program. This is for all of the newly inspected bridges and for some previously inspected bridges.

   *  Load postings recommendations in accordance with the Department's current load posting policy.

   Various structure types and materials will be involved: i.e. reinforced concrete, prestressed concrete, steel beam, steel truss, culvert, and others. A detailed listing of the bridges will be included with the scope of work. The contract will have a duration of four (4) years and involve the inspections of the structures listed.

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

   b.  Location of firm and/or the location of individuals assigned to this project.

   c.  Current workload.

   d.  Past performance on similar work assignments including meeting NBIS deadlines and cost containment abilities, Q.A. procedures and technical success, traffic control procedures and railroad involvement.

   e.  Staff qualifications--technical expertise, availability for this project and computer capabilities.

   All of the work must be completed within 48 months following the Notice to Proceed.

   The inspections will be conducted in accordance with the provisions of the ''Guidelines for General Scope of Work for Bridge Safety Inspection'' dated January 1997.

   The District's copy of the Letter of Interest and required forms (see general requirements and information section) shall be sent to: Mr. Raymond Hack, P.E., District Engineer, District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017, Attention: Mr. Joel Bowman.

   Contract related questions for this project should be directed to: Mr. Joel Bowman, P.E., District 11-0, at (412) 429-4927.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Ron Todorowski, District 11-0, at (412) 429-4914.

   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 are 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 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 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, WEBs 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.

   The Department requests that each Letter of Interest include the following information and that the information be packaged and presented in the order indicated below to facilitate the Department's review and evaluation.

   The firm's ability and willingness to package and present the requested information in the above order to facilitate the Department's review and evaluation will be the first factor considered in the evaluation process.

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

   2.  A fact sheet that includes 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 should indicate on this fact sheet 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. If the project advertisement indicated the Department will retain an Land Surveying firm for the project, the applicant should indicate on this fact sheet the names and Professional Land Surveyor Registration Number of individuals who are directing heads or employees of the firm who have responsible charge of the firm's land surveying activities, and whose names and seals shall be stamped on all plans, plats, and reports issued by the firm.

   3.  Project Organizational Chart (one page, one side, maximum size 11" x 17")

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

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

   The Standard Form 255 should 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 should 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 should not include 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.

   5.  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, should 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.

   These Forms should 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 Standard Form 255.

   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 should be first, followed by subconsultant employees, in the same order as shown in Item 6 of Standard 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 should 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.

   Letters of Interest will be rejected for the following reasons:

   1.  Received after the cut-off time and date specified above.

   2.  Failure to identify a Department Certified Disadvantaged Business Enterprise (DBE) if a DBE participation goal is identified in the advertised project.

   3.  Failure to include a copy of the registration to do business in the Commonwealth, if applicable.

   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. 98-1676. Filed for public inspection October 9, 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.