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. 99-2015

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[29 Pa.B. 6063]

Westmoreland County

Project Reference No. 08430AG2450

   The Department will retain an engineering firm to perform preliminary engineering, final design and services during construction (construction consultation, shop drawing review and plans recordation) for S. R. 0136, Section L01, the replacement of an existing concrete slab bridge over a branch of Little Sewickley Creek, in Hempfield Township, Westmoreland County. The estimated construction cost is $400 thousand.

   The selected firm will be required to: develop and evaluate roadway and structure improvement alternatives; perform field surveys; plot topography and cross sections; prepare design field view submission; prepare Categorical Exclusion Evaluation and other related documents; prepare submissions for utility verification and relocations engineering; develop erosion control details and narrative; prepare right-of-way plans; perform hydrologic and hydraulic analysis; obtain permits; prepare CEE Documentation and associated studies and reports; complete structure designs, prepare type, size and location reports, conduct soils investigations and prepare soil reconnaissance report and develop a core boring layout, prepare a foundation report and foundation design; develop traffic control plans and narratives; investigate utility involvement; provide materials for and participate in value engineering reviews; collect accident data and other traffic flow data; document engineering study findings and activities; perform alternative analysis to assess impacts and mitigation; investigate and design roadway drainage; prepare construction plans, specifications and estimate submission; provide project scheduling; participate in project partnering; coordinate and participate in public involvement and provide services during construction and other services that may be required to complete this project.

   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 the firm. The specific experience of individuals who constitute the firms will be considered.

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

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

   d.  Location of the consultant with respect to the District office. This will include ability/provisions for quick response to District requests.

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

   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. (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
N. Gallatin Avenue Extension
Uniontown, PA 15401

   Attention: Mr. Michael E. Wedl, 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. Michael E. Wedl, P.E., District 12-0, at (724) 439-7257.

Fayette County

Project Reference No. 08430AG2451

   The Department will retain an engineering firm to perform preliminary engineering, final design and services during construction (construction consultation, shop drawing review and plans recordation) for S.R. 2027, Section B01, the replacement of an existing continuous riveted four span 114.3 meter long thru girder/floorbeam structure over CSX Railroad (dual tracks) located approximately 2.6 kilometers northeast of the City of Uniontown in North Union Township, Fayette County. The estimated construction cost is $1,412,500.00.

   The selected firm will be required to: develop and evaluate roadway and structure improvement alternatives; perform field surveys; plot topography and cross sections; prepare design field view submission; prepare Categorical Exclusion Evaluation and other related documents; prepare submissions for utility verification and relocations engineering; develop erosion control details and narrative; prepare right-of-way plans; perform hydrologic and hydraulic analysis; obtain permits; prepare CEE Documentation and associated studies and reports; complete structure designs, prepare type, size and location reports, conduct soils investigations and prepare soil reconnaissance report and develop a core boring layout, prepare a foundation report and foundation design; develop traffic control plans and narratives; investigate utility involvement; provide materials for and participate in value engineering reviews; collect accident data and other traffic flow data; document engineering study findings and activities; perform alternative analysis to assess impacts and mitigation; investigate and design roadway drainage; prepare construction plans, specifications and estimate submission; provide project scheduling; participate in project partnering; coordinate and participate in public involvement and provide services during construction and other services that may be required to complete this project.

   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 the firm. The specific experience of individuals who constitute the firms will be considered.

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

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

   d.  Location of the consultant with respect to the District office. This will include ability/provisions for quick response to District requests.

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

   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. (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
N. Gallatin Avenue Extension
Uniontown, PA 15401

   Attention: Mr. Michael E. Wedl, 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. Michael E. Wedl, P.E., District 12-0, at (724) 439-7257.

Fayette County

Project Reference No. 08430AG2452

   The Department will retain an engineering firm to perform preliminary engineering, final design and services during construction (construction consultation, shop drawing review and plans recordation) for S. R. 0281, Section E00, the replacement of an existing 9750 mm single span non-composite steel cover-plated I-Beam bridge located approximately 11 meters south of intersection of S. R. 0281 with TR-880 (Taylor Road) and TR-380 (Tub Run Road), Henry Clay Township, Fayette County. The estimated construction cost is $400 thousand.

   The selected firm will be required to: develop and evaluate roadway and structure improvement alternatives; perform field surveys; plot topography and cross sections; prepare design field view submission; prepare Categorical Exclusion Evaluation and other related documents; prepare submissions for utility verification and relocations engineering; develop erosion control details and narrative; prepare right-of-way plans; perform hydrologic and hydraulic analysis; obtain permits; prepare CEE Documentation and associated studies and reports; complete structure designs, prepare type, size and location reports, conduct soils investigations and prepare soil reconnaissance report and develop a core boring layout, prepare a foundation report and foundation design; develop traffic control plans and narratives; investigate utility involvement; provide materials for and participate in value engineering reviews; collect accident data and other traffic flow data; document engineering study findings and activities; perform alternative analysis to assess impacts and mitigation; investigate and design roadway drainage; prepare construction plans, specifications and estimate submission; provide project scheduling; participate in project partnering; coordinate and participate in public involvement and provide services during construction and other services that may be required to complete this project.

   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 the firm. The specific experience of individuals who constitute the firms will be considered.

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

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

   d.  Location of the consultant with respect to the District office. This will include ability/provisions for quick response to District requests.

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

   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. (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
N. Gallatin Avenue Extension
Uniontown, PA 15401

   Attention: Mr. Michael E. Wedl, 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. Michael E. Wedl, P.E., District 12-0, at (724) 439-7257.

Berks, Carbon, Lehigh, Monroe, Northampton and Schuylkill Counties

Project Reference No. 08430AG2453

   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 5-0, that is Berks, Carbon, Lehigh, Monroe, Northampton and Schuylkill 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 reserves the option to extend the Contract duration and/or increase the maximum amount.

   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 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.  Past record of performance (timeliness, responsiveness, quality, cost control, ability to meet schedules).

   c.  Diversity of experience and technical competence.

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

   e.  Relative size of the firm to potential assignments.

   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; communications technology assistance (i.e., web-page development and management, legislative liaison) 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. Walter E. Bortree, P.E., District Engineer
Engineering District 5-0
1713 Lehigh Street
Allentown, PA 18103

   Attention:  Mr. James R. McGee, 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. James R. McGee, P.E., District 5-0, at (610) 798-4158.

Allegheny and Beaver Counties

Project Reference No. 08430AG2454

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately eleven (11) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

Group Jobs 2000:111-00-7135-1, 111-00-7135-2,
111-00-7135-3, 111-00-7135-4,
111-00-7135-5, 111-00-7135-6,
112-00-7135-1

   These Group Jobs involve milling, resurfacing, base repairs, manual patching, shoulders and bituminous gutters, drainage, guiderail and maintenance and protection of traffic to various state routes in Allegheny and Beaver 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 following factors, listed in order of importance, will be considered by the Department during the evaluation of the firms submitting letters of interest:

   a.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in Maintenance and Protection of Traffic, milling, asphalt resurfacing, shoulder work, drainage, guiderail; and minor excavation. (References for each inspector should be made available upon request).

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

   c.  Past Performance.

   d.  Number of NICET certified inspectors in each payroll classification.

   e.  Number of available inspectors in each payroll classification.

   The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed employees will be reviewed and approved by the Department.

   It is anticipated that the supplementary construction inspection staff for this assignment will consist of the following number of inspectors who meet the requirements for the following inspection classifications:

No. of
ClassificationInspectors
Transportation Construction Ins. Super. (TCIS)
(NICET Highway Construction Level 3 or equivalent)
2 (2)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
7 (5)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
2 (0)

   The number(s) in parenthesis above indicate the number of inspectors in each Classification that must meet at least one of the following requirements:

   1.  Be certified by the National Institute for Certification in Engineering Technologies (NICET) in the field of Transportation Engineering Technology, subfield of Highway Construction, or subfield of Highway Materials, at the Level required for the Inspection Classification.

   2.  Be registered as a Professional Engineer by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   3.  Be certified as an Engineer-in-Training by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   4.  Hold a Bachelor of Science Degree in Civil Engineering or a Bachelor of Science Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   5.  Hold an Associate Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 1999:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCIS) $40.54
(TCI)$35.47
(TA) $24.39

   The maximum reimbursement per hour of inspection includes all costs for providing construction inspection services at the project site during the normal work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting.

   The firm selected may be required to attend a pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; two (2) inspectors certified in computer documentation and perform other duties as may be required.

   The firm selected will be required to supply the following equipment at no direct cost to the Department:

1Nuclear Densometer Gauge/License ****
1Vehicle for the Transportation of that Nuclear Gauge ****
7Cellular Telephones (Two-way Radios also acceptable)

   **** At point of need when needed

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be ten percent (10%) 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 for this project must include a letter, signed by the individuals you propose for all TCIS positions, giving their approval to use their name in your letter of interest for this specific project.

   The maximum number of resumes to be included in the letter of interest shall be as follows:

ClassificationNo. of Resumes
TCIS 3
TCI9

   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
Attention: Design Liaison Unit

   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. Brian A. Krul, District 11-0, at (412) 429-3801.

Allegheny County

Project Reference No. 08430AG2455

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately seventeen (17) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

   1.  S.R. 0279, Section A52, Allegheny County

   Local Name: Fort Pitt Bridge--Phase B

   This is the second phase (Phase B) of the Fort Pitt Bridge Rehabilitation Project. It includes the rehabilitation of S.R. 0279 Northbound as well as the Northbound ramps and Portal Bridge. Bridges will receive new decks, steel repairs and painting. The Portal Bridge will receive a new latex deck overlay, new parapets and cosmetic repairs. There will be bituminous reconstruction on the roadways. New lighting and signing will also be placed throughout the project. The Fort Pitt Bridge Rehabilitation Project is located at the Point Interchange in the City of Pittsburgh, Allegheny County.

   S. R. 0279, Section A53, Allegheny County

   Local Name: Fort Pitt Tunnels--Phase B

   This is the tunnel work on the second phase (Phase B) of the Fort Pitt Bridge Rehabilitation Project. This involves the rehabilitation of the Fort Pitt Tunnels including electrical, ventilation and safety systems. This work will prepare the tunnels for the replacement of the lighting system in the next phase, Phase C.

   2.  S. R. 0279, Section A06, Allegheny County

   Local Name: Fort Pitt Bridge--Phase C

   This is the final phase (Phase C) of the Fort Pitt Bridge Rehabilitation Project. Bridge work will consist of rehabilitation to the main river span of the Fort Pitt Bridge and parts of the approach spans including the Eastbound Interstate 376 viaduct. Work will include complete deck replacement and repairs, modifications and replacement of some superstructure and substructure components. The Fort Pitt Bridge Rehabilitation Project is located at the Point Interchange in the City of Pittsburgh, Allegheny County.

   S. R. 0279, Section A07, Allegheny County

   Local Name: Fort Pitt Tunnels--Phase C

   This is the tunnel work of the final phase (Phase C) of the Fort Pitt Bridge Rehabilitation Project. Tunnel work will consist of installation of a new lighting system in the Fort Pitt Tunnels along with new safety and surveillance systems. New barriers will replace the existing walkways and bulb gutters. The brick pavement will be replaced with a bituminous wearing surface. Repairs will be made to damaged ceilings and walls. Parts of the ventilation system will be upgraded and refurbished. Numerous repairs, upgrades, and updates will be made to other miscellaneous components throughout the tunnel.

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

   a.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in Maintenance and Protection of Traffic, bridge rehabilitation, deck replacement, concrete paving, asphalt paving, and signing and lighting. Inspectors should also have a background in tunneled structures including lighting, electrical, ventilation and safety systems, and structural repairs. (References for each inspector should be made available upon request).

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

   c.  Past Performance.

   d.  Number of NICET certified inspectors in each payroll classification.

   e.  Number of available inspectors in each payroll classification.

   The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed employees will be reviewed and approved by the Department.

   It is anticipated that the supplementary construction inspection staff for this assignment will consist of the following number of inspectors who meet the requirements for the following inspection classifications:

No. of
ClassificationInspectors
Transportation Construction Manager 1 (TCM-1)
(NICET Highway Construction Level 4 or equivalent)
2 (2)
Transportation Construction Ins. Super. (TCIS)
(NICET Highway Construction Level 3 or equivalent)
4 (4)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
15 (11)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
5 (0)

   The number(s) in parenthesis above indicate the number of inspectors in each Classification that must meet at least one of the following requirements:

   1.  Be certified by the National Institute for Certification in Engineering Technologies (NICET) in the field of Transportation Engineering Technology, subfield of Highway Construction, or subfield of Highway Materials, at the Level required for the Inspection Classification.

   2.  Be registered as a Professional Engineer by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   3.  Be certified as an Engineer-in-Training by the Commonwealth of Pennsylvania with the required highway experience specified for the Inspection Classification.

   4.  Hold a Bachelor of Science Degree in Civil Engineering or a Bachelor of Science Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   5.  Hold an Associate Degree in Civil Engineering Technology with the required highway experience specified for the Inspection Classification.

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 1999:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCM-1) $46.27
(TCIS)$40.54
(TCI)$35.47
(TA) $24.39

   The maximum reimbursement per hour of inspection includes all costs for providing construction inspection services at the project site during the normal work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting.

   The firm selected may be required to attend a pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; four (4) inspectors certified in computer documentation and perform other duties as may be required.

   The firm selected will be required to supply the following equipment at no direct cost to the Department:

1Nuclear Densometer Gauge/License ****
1Vehicle for the Transportation of that Nuclear Gauge ****
10Cellular Telephones (Two-way Radios also acceptable)

   **** At point of need when needed

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

   Letters of interest for this project must include a letter, signed by the individuals you propose for all TCM-1 and TCIS positions, giving their approval to use their name in your letter of interest for this specific project.

   The maximum number of resumes to be included in the letter of interest shall be as follows:

ClassificationNo. of Resumes
TCM-13
TCIS5
TCI 18

   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
Attention: Design Liaison Unit

   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. Brian A. Krul, District 11-0, at (412) 429-3801.

Armstrong, Butler, Clarion, Indiana, and Jefferson Counties

Project Reference No. 08430AG2456

   The Department will retain an engineering firm for an Open-End Contract for various engineering services and environmental studies on various projects located in Engineering District 10-0, that is Armstrong, Butler, Clarion, Indiana, and Jefferson 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 reserves the option to extend the duration and/or increase maximum amount of this Contract.

   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.  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.

   b.  Specialized experience and technical competence of firm.

   c.  Available staffing for this assignment.

   d.  Location of consultant in respect to the District.

   The work and services required under this Contract may encompass a wide range of design and environmental efforts with the possibility of several different types of projects with short completion schedules. The emphasis of this Contract will be on the performance of various engineering services. The anticipated types of projects include, but not limited to, bridge replacements or bridge rehabilitations with minor approach work, roadway betterments (3R type,) minor capital improvement projects (bridges or roadways), and minor location studies.

   The engineering work and services which may be required under this Contract include, but are not limited to, attend field views and prepare minutes; prepare submissions for field views and safety review meeting; field surveys; plot topography and cross sections; 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, prepare hydraulic report for waterway approval; prepare bridge drawings; procure core boring; develop traffic control plans with narratives; provide the soils 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; conduct a value engineering review; make all necessary contact with railroad officials and procure railroad related costs, 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 areas of environmental study required under the Contract may include, but are not limited to: air quality; surface water and ground water hydrology; stream enhancements/relocations; terrestrial ecology; wetlands; soils; geology; farmlands; visual quality; socio-economic; cultural; Section 4(f)and Section 106 documents, threatened and endangered species, including the services of a qualified malacologist; hazardous waste investigations; public involvement coordination; 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, but not limited to 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 graphic material to be prepared may include, but are not limited to, early coordination and scoping correspondence; plans of study; meeting minutes; public meetings and hearing presentations; handouts and displays; technical basis reports; NEPA environmental documents; Section 106 documents; Section 4(f) evaluations; mitigation plans and reports; and wetland and floodplain findings.

   The firm may be required to perform design phase partnering and facilitation moderation on projects designed by consultants and/or in-house forces.

   The firm may also be required to perform landscape architect duties which involve preparing landscaping plans, terrestrial mitigation plans, wetland mitigation planting plans, and other associated duties.

   The format and content of all documents, plans, and Specifications will be consistent with applicable State and Federal regulations 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. Richard H. Hogg, P.E., District Engineer
Engineering District 10-0
Route 286 South, P. O. Box 429
Indiana, PA 15701
Attention: Mr. Shaun E. Werner

   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. Shaun E. Werner, District 10-0, at (724) 357-7614.

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. 99-2015. Filed for public inspection November 24, 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.