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. 99-1882

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[29 Pa.B. 5772]

Fayette, Greene, Washington, and
Westmoreland Counties

Project Reference No. 08430AG2436

   The Department will retain an engineering firm for an Open-End Contract to perform various engineering and/or environmental services on various projects located in Engineering District 12-0, that is Fayette, Greene, Washington and Westmoreland Counties. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of the Open-End Contract will be $2.0 million.

   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 acceptable letters of interest. Technical proposals will not be not 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 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, ability to meet schedules and previous experience with Open-End Contracts.

   d.  Location of engineering firm with respect to the District. This will include ability/provisions for quick responses to District requests.

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

   The work and services required under this Contract 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 this Contract 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; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; and prepare construction plans, specifications, and estimates.

   The areas of environmental study required under this 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 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.

   This project reference assignment is considered non-complex. The letter of interest shall be limited to a maximum of three (3) 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. Michael H. Dufalla, P.E., District Engineer
Engineering District 12-0
P. O. Box 459, North Gallatin Avenue Extension
Uniontown, PA 15401
Attention:  Mr. P. Gregory Bednar, 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 twenty-third (23rd) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. P. Gregory Bednar, P.E., District 12-0, at (724) 439-7243.

Luzerne County

Project Reference No. 08430AG2437

   The Department will retain an engineering firm for a multi-phase, specific project agreement, to perform environmental studies and preliminary engineering, final design and services during construction (shop drawing reviews, alternate design reviews, and consultation during construction) for S. R. SOUCI, Section 000, a proposed new highway in Hanover Township and Nanticoke City, Luzerne County. The design of this project is expected to have an overall duration of thirty-six (36) months with shorter, varying schedules for individual phases. The overall duration will vary to accommodate project requirements. The estimated construction cost is $20.6 million.

   The proposed project is a four (4) lane controlled access highway running from the Sans Souci Highway (S. R. 2002) in Hanover Township to the Luzerne County Community College near Middle Road (S. R. 2008) in the City of Nanticoke. The project will include an interchange to connect with the South Cross Expressway (S. R. 0029).

   The selected engineering firm will be required to provide a variety of engineering and environmental services as indicated below:

   a.  All studies necessary for the preparation of an Environmental Assessment and associated documents including, but not limited to: cultural resource surveys; historic structure surveys; wetland delineation and evaluation; Section 106 documents; hazardous waste investigations and reports; archaeological reports; Agency Coordination Meeting presentations.

   b.  Preliminary engineering including, but not limited to: field surveying; hydraulic and hydrologic analysis; utility investigations; type, size, and location drawings; right-of-way investigations; maintenance and protection of traffic drawings; erosion and sediment pollution control plans; soils and geological investigations; roadway and bridge design; and Step 9 drawings.

   c.  Preparation of final roadway and structure drawings, including, but not limited to: right-of-way plans; roadway and structure borings; final design; utility relocation plans; and preparation of plans, specifications and estimates.

   d.  Consultation during construction.

   All engineering services for this project will be performed in accordance with current Department Metric Design Standards.

   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 competence.

   b.  Project team composition.

   c.  Project team experience (based on similar projects).

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

   e.  Past performance (based on similar projects).

   f.  Location of consultant with respect to the project and District Office.

   The District will announce the firms that have been shortlisted at an open public meeting to be held in Engineering District 4-0, O'Neill Highway, Dunmore, PA 18512. 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 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. Charles M. Mattei, P.E., District Engineer
Engineering District 4-0
O'Neill Highway
Dunmore, PA 18512
Attention:  Mr. Kevin E. Atkins, 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.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Kevin E. Atkins, P.E., District 4-0, at (570) 963-3190.

Philadelphia County

Project Reference No. 08430AG2438

   The Department will retain an engineering firm to perform preliminary engineering, environmental documentation, final design and services during construction for S. R. 0095, Section BSR, Delaware Expressway (I-95) in the City of Philadelphia from Orthodox Street to Levick Street, a distance of approximately 2.91 km (1.81 miles). The estimated construction cost of this project is $60.0 million. The expressway reconstruction will include interchange improvements, roadway reconstruction and bridge widening, rehabilitation and replacement.

   The selected firm will be required to provide the following engineering, environmental and design services: C.E.E. Level IV/Section 4(f) document preparation; surveys; roadway design; drainage design; roadside development design; preparation of cross sections; erosion and sedimentation control design; structure design; subsurface boring, sampling and testing; point of access report preparation; noise analysis and noise wall design; preparation of traffic control, pavement marking and signing plans; traffic signal design; traffic analysis; utility coordination; coordination with public agencies, municipal officials, and the public; preparation of final plans, specifications and estimates; shop drawing reviews; alternate review; construction consultation and other services needed to complete this project.

   Firms that currently serving, or are being considered for selection, as municipal engineer in the municipality listed in the project description will not be considered for this assignment. Also, firms that are under contract, or are being considered, to provide engineering services to a land developer for a site located along the project will likewise not be considered for this assignment. Firms should state in the letter of interest that they are serving in either capacity as a municipal engineer or as a representative of a site developer. Any questions concerning this requirement should be directed to Mr. Michael J. Girman, III, at the telephone number listed below.

   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).

   Letters of Interest will be evaluated at the Engineering District 6-0 office with emphasis on the following factors listed in order of importance:

   a.  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.

   b.  Experience of employees to be associated with this project. Particularly important are the key people assigned to the project including their experience and past record of performance with similar projects.

   c.  Past performance record.

   d.  Relative size of firm to size of project to be completed under this Agreement.

   e.  Innovations and flexibility in thinking, particularly with respect to the needs of the local communities.

   f.  Geographic location of the consultant with respect to District 6-0.

   Engineering District 6-0 will announce the firms that have been shortlisted at an open public meeting to be held in the District office at 200 Radnor-Chester Road, St. Davids, PA on December 15, 1999.

   This project reference 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 six (6) additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. Andrew Warren, District Administrator
Engineering District 6-0
20 Radnor-Chester Road
St. Davids, PA 19087
Attention:  Mr. Michael J. Girman, III

   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 twenty-third (23rd) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Tim O'Brien, P.E., District 6-0, at (610) 964-6526, or Mr. Michael J. Girman, III, District 6-0, at (610) 964-6530.

Chester County

Project Reference No. 08430AG2439

   The Department will retain an engineering firm to perform environmental studies, preliminary engineering, final design, and construction consultation for the following projects:

   1.  S. R. 0113, Section 08B, Gay Street Bridge over Conrail and French Creek in Phoenixville Borough in Chester County. This project involves the replacement of the bridge and minor roadway approach work. The limits of work is from Segments 0300, Offset 000 to Segment 0030, Offset 1228. The project's estimated construction cost is $8.5 million.

   2.  S. R. 0202, Section 83S, DeKalb Street Bridge over Conrail in Bridgeport Borough, Montgomery County. This project involves the replacement of the bridge and minor roadway approach work. The limits of work is from Segments 0120 and 0121, Offset 0000 to Segments 0120 and 0121, Offset 0750. The project's estimated construction cost is $7.5 million.

   The selected firm will be required to provide the following engineering and design services: surveys; roadway design; pavement design; preparation of cross sections; soils and geological investigations; erosion and sedimentation control design; right-of-way investigation and plan; structure design; environmental documentation; hydrologic and hydraulic analysis; preparation of traffic control, pavement marking, and signing plans; utility coordination and design; coordination with PennDEP, municipal officials, and the public; preparation of final plans, specifications, and estimates; shop drawing review; consultation during construction and other services needed to complete these projects.

   Firms that are currently serving, or are being considered for selection, as the municipal engineer in the municipalities listed in the project description will not be considered for this assignment. Also, firms that are under contract, or are being considered, to provide engineering services to a land developer for a site located along the project will likewise not be considered for this assignment. Firms should state in the letter of interest that they are not serving in either capacity. Any questions concerning this requirement should be directed to Mr. Timothy R. O'Brien, P.E., at the telephone number listed below.

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

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

   Letters of interest will be evaluated at the Engineering District 6-0 office with emphasis on the following factors listed in order of importance:

   a.  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.

   b.  Experience of employees to be associated with this project. Particularly important are the key people assigned to the project including their experience and past record of performance with similar projects.

   c.  Relative size of firm to size of project to be completed under this Agreement.

   d.  Past performance record.

   e.  Geographic location of the consultant with respect to District 6-0.

   The District will announce the firms that have been shortlisted at an open public meeting scheduled for December 15, 1999, at 10:00 a.m., at Engineering District 6-0's Large Conference Room.

   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 six (6) additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. Andrew Warren, District Administrator
Engineering District 6-0
200 Radnor-Chester Road
St. Davids, PA 19087
Attention:  Mr. Lawrence J. Link, 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 twenty-third (23rd) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Timothy R. O'Brien, P.E., District 6-0, at (610) 964-6526, or Mr. Lawrence J. Link, P.E., District 6-0, at (610) 964-6536.

Allegheny, Beaver and Lawrence Counties

Project Reference No. 08430AG2440

   The Department will retain an engineering firm for an Open-End Contract for various engineering and/or environmental services on various projects located in Engineering District 11-0, that is Allegheny, Beaver and Lawrence Counties. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of the Open-End Contract will be $1.0 million.

   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 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 firm.

   b.  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 employed by the firm shall be considered.

   c.  Location of Consultant in respect to the District.

   d.  Projected workload for the next two (2) calendar years.

   e.  Available staffing for this assignment and the ability to meet the Department's needs.

   The work and services required under this Contract 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 this Contract 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 and reports; 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; document engineering study findings and activities; 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 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.

   This project reference assignment is considered non-complex. The letter of interest shall be limited to a maximum of three (3) 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. Raymond S. Hack, P.E., District Engineer
Engineering District 11-0
45 Thoms Run Road
Bridgeville, PA 15017

   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 twenty-third (23) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Rao Chaluvadi, District 11-0, at (412) 429-4907.

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 request 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. A firm not conforming to this requirement may submit a letter of interest as a part of a joint venture with an individual, firm or corporation which is permitted under State law to engage in the practice of engineering.

   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. 99-1882. Filed for public inspection November 5, 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.