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. 99-1722

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[29 Pa.B. 5354]

Bedford, Blair, Cambria, Fulton, Huntingdon
and Somerset Counties

Project Reference No. 08430AG2425

   The Department will retain each of the two (2) engineering firms for an Open-End Contract for engineering and/or environmental services on various projects located in Engineering District 9-0, that is Bedford, Blair, Cambria, Fulton, Huntingdon and Somerset Counties. Each Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of each Open-End Contract will be $2.0 million. The Modified Selection Process will be used.

   The Department will establish an order of ranking of a minimum of five (5) firms for the purpose of negotiating two (2) Open-End Contracts based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

   The following factors, listed in order of importance, will be considered by the Department during the evaluation of the firms submitting letters of interest:

   a.  Specialized experience and technical competence of the firm. Firms must demonstrate an ability to analyze available data to make decisions to develop plans in a timely and cost effective manner.

   b.  Past record of performance with respect to cost control, work quality, ability to meet schedules and previous experience on Open-End Contracts. The firms will also be evaluated on customer satisfaction, including accessibility, cooperation, and attitude toward previous projects.

   c.  The firms selected must be capable of providing adequate leadership and human resources to effectively complete multiple work orders of a similar or diverse nature. Strategic planning and organization is required for prompt turnaround time.

   d.  Firms must demonstrate their ability to communicate ideas and/or practices across units, including subconsultant, to improve the design process and better meet the requirements of the Department.

   e.  Relative size of firm to size of projects that may be completed under this Contract.

   f.  Location of firm with respect to the District Office.

   The selected firm will be required to provide necessary professional engineering and environmental services, material and equipment necessary to collect, analyze, map and organize data; conduct preliminary engineering alternative analyses; assess impacts; conduct agency and public involvement activities; prepare reports; design mitigation plans; and prepare engineering and environmental analyses.

   The work and services required under these Contracts may encompass a wide range of environmental studies and engineering efforts with the possibility of several different types of projects with short completion schedules being assigned concurrently. The anticipated types of projects include, but not limited to, bridge replacements or bridge rehabilitation with minor approach work, environmental studies, roadway betterments (3R type,) minor capital improvement projects (bridges or roadway), railroad grade crossing projects, and minor location studies, etc.

   The engineering work and services which may be required under these Contracts include, but are not limited to, perform field surveys; plot topography and cross sections; prepare submission for utility verification and relocations engineering; prepare all pertinent submissions and materials necessary for the Department to prepare the application to PUC and for the PUC field conference; attend and supply any required information for all PUC meetings and hearings during the design of the project; develop erosion control details and narrative; prepare right of way plans; complete structure designs including type, size and location reports, core boring layouts and foundation designs; develop traffic control plans with narratives; conduct soils investigations and prepare soils reports; investigate utility involvement on projects; provide material for and participate in value engineering reviews; coordinate contacts with railroad officials and procure railroad related costs, permits, and insurance; collect signal timing, accident data and other traffic flow data; evaluate alternatives using benefit/cost analysis; document engineering study findings and activities; develop design review submissions as per applicable Department manuals, procedures and policies; alternative analysis to assess impacts and mitigation; and prepare construction plans, specifications, and estimates.

   The areas of environmental study required under the Contract may include, but are not limited to: air quality; noise; energy; vibration; hazardous waste; surface water and ground water quality; surface water and ground water hydrology; terrestrial ecology including threatened and endangered species; wetlands; soils; geology; farmlands; visual quality; socio-economic resources; cultural resources; Section 4(f) Evaluations; early coordination and; scoping correspondence; meeting minutes; public meeting and hearing presentations; visualization materials, handouts and displays; technical basis reports (TBRs) and/or technical files; NEPA environmental documents; Section 106 documents; mitigation plans and reports; wetland and floodplain findings; and preliminary engineering plans, and remote sensing/mapping innovations; The format and content of all documents will be consistent with applicable State and Federal regulations, policies and guidelines.

   The preliminary engineering alternative analyses required under these Contracts may include, but are not limited to, engineering required to assess impacts and mitigation; avoid and/or minimize impacts; assess the condition of historic structures; and avoid impacts to Section 4 (f) properties and waters of the United States.

   The engineering services and environmental studies identified above are the general work activities that can be expected under these Open-End Contracts. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under these Open-End Contracts.

   This project reference assignment is considered moderately complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), and not more than six (6) additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. Earl L. Neiderhiser, P.E., District Engineer
   Engineering District 9-0
   1620 N. Juniata Street
   Hollidaysburg, PA 16648
   Attention: Mr. David L. Sherman, P.E.

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the twentieth (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. David L. Sherman, P.E., District 9-0, at (814) 696-7172.

Huntingdon County

Project Reference No. 08430AG2426

   The Department will retain an engineering firm to provide preliminary engineering plans, perform final design and provide services during construction (shop drawing reviews and consultation during construction) for S. R. 0453, Section 002, in Huntingdon County.

   This project consists of constructing a truck-climbing lane near the village of Water Street on S. R. 0453 in Morris Township, Huntingdon County. The project also includes roadway safety improvements to this section of S. R. 0453 totaling 3.1 miles in length. These improvements include roadway widening and rehabilitation, wider shoulders, guide rail updates and drainage improvements. Five (5) existing culvert structures, all with spans between 8 feet and 19 feet, are located within the limits of the truck climbing lane. The estimated construction cost for this project is $8.0 million. As part of this project, these culverts will be rehabilitated and widened, replaced or eliminated as determined by the preliminary engineering process.

   The selected engineering firm will be required to provide a variety of engineering services as indicated below, but not limited to:

   1.  Preliminary engineering including, but not limited to: type, size and location drawings, and location drawings; Step 9 submission; roadway design; E & S plans; soils and geotechnical reconnaissance; maintenance and protection of traffic; right-of-way investigation; and coordination with utility companies.

   2.  Preparation of final roadway and structure plans, including, but not limited to: roadway and structure borings; final design; and preparation of plans, specifications, and estimates.

   3.  Consultation services during construction on as needed basis and shop drawing review.

   All engineering services for this project will be performed in accordance with the current Department Metric Design Standards. English measurements will also be included on the plans.

   The following factors, listed in order of importance, will be considered by the Department during evaluation of the firms submitting acceptable Letters of Interest:

   a.  Specialized expertise and technical compliance.

   b.  Project team composition.

   c.  Project team experience.

   d.  Ability to expedite project and maintain schedule and budget.

   e.  Past performance.

   f.  Geographic location of the consultant with respect to Engineering District 9-0.

   The District will announce the shortlisted firms at an open public meeting to be held in Engineering District 9-0, 1620 North Juniata Street, Hollidaysburg, PA 16648. All candidates that have submitted a Letter of Interest will be notified of the date. Specify a contact person in the Letter of Interest.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be ten (10%) 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).

   This project reference assignment is considered moderately complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), and additional resumes, if applicable. Include a copy of the confirmation letter from the Department stating the consultant's current F.A.R. overhead rate. (This letter is not considered as part of the five (5) page maximum). (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. Earl L. Neiderhiser, P.E., District Engineer
   Engineering District 9-0
   1620 North Juniata Street
   Hollidaysburg, PA 16648
   Attention: Mr. Terry L. Bouch

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the sixth (6th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Terry L. Bouch, District 9-0, at (814) 696-7171.

Erie County

Project Reference No. 08430AG2427

   The Department will retain an engineering firm to provide the final design and services during construction for S. R. 4034, Section A70 (East Side Access Road). This project is from Broad Street to McClelland Avenue in the City of Erie, Erie County, Engineering District 1-0. The estimated construction cost is $13.9 million.

   The selected firm will be required to perform field surveys, roadway and railroad design, cross sections, soils and geological investigation, erosion and sedimentation control plan, Step 9 field view, right-of-way submission, utility and railway investigation, traffic investigations, prepare structure design and develop final plans for the new roadway. The attendance at various public involvement meetings is required. The consultant will be required to provide material for and attend a safety review meeting; attend various field views to be held on the site; provide material for and participate in value engineering reviews, and provide efficient project management.

   The following factors, listed in order of importance, will be considered by the Department during the evaluation of the firms submitting acceptable letters of interest:

   a.  Specialized experience and technical competence of firm. The specific experience of individuals who constitute the firms will be considered.

   b.  Understanding of the Department's requirements, Design Manuals, policies and specifications.

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

   d.  Project management skills and public involvement experience. The specific experience of individuals who constitute the firms will be considered.

   e.  Method of controlling quality of projects and submissions. Consideration will be given to coordination between disciplines, sub-consultants, etc.

   f.  Location of consultant with respect to the District. This will include ability/provisions for quick responses to District requests.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be ten (10%) 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).

   This project assignment is considered complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. John L. Baker, P.E., District Engineer
   Engineering District 1-0
   255 Elm Street
   Oil City, PA 16301
   Attention: Mr. Michael L. McMullen, P.E.

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the sixth (6th) day following the date of this Notice.

   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.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Michael L. McMullen, P.E., District 1-0, at (814) 678-7077 or Mr. Richard R. Paravano, District 1-0, at (814) 677-7080.

General Requirements and Information

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

   The Letter of Interest and required information must be submitted to the person designated in the individual advertisement.

   The Letter of Interest and required information must be received by the Deadline indicated in the individual advertisement.

   All consultants, both prime consultants and subconsultants, who desire to be included in a Letter of Interest must have an Annual Qualification Package on file with the appropriate District Office, by the deadline stipulated in the individual advertisements.

   For Statewide projects, all consultants, both prime consultants and subconsultants, who desire to be included in a Letter of Interest must have an Annual Qualification Package on file with the Central Office, Bureau of Design by the deadline stipulated in the individual advertisements.

   By submitting a letter of interest for the projects that requests engineering services, the consulting firm is certifying that the firm is qualified to perform engineering services in accordance with the laws of the Commonwealth of Pennsylvania.

   Information concerning the Annual Qualification Package can be found in Strike-off Letter No. 433-99-04 or under the Notice to all Consultants published in the February 27, 1999 issue of the Pennsylvania Bulletin.

   The requirements for Letters of Interest, in addition to the requirements stipulated in the individual advertisement, are as follows:

   1.  The Letter of Interest must include the project reference number, the firm's legal name, and the firm's federal identification number.

   2.  Identify the project manager.

   3.  Identify subconsultants, if any, including DBE/WBE, if required.

   4.  Identify key project staff.

   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 a Letter of Interest 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 Transportation Equity Act for the 21st century (TEA-21) and currently certified by the Department of Transportation shall have the opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The TEA-21 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 are 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.

   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. 99-1722. Filed for public inspection October 8, 1999, 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.