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. 00-851

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[30 Pa.B. 2534]

Berks County

Project Reference No. 08430AG2555

   The Department will retain an engineering firm for a multi-phase, specific project Agreement to provide preliminary design, completion of environmental documentation, final design, and services during construction S.R. 3061, Section TLP, Berks County, Tulpehocken Creek Bridge Replacement

   This project involves the replacement of an existing 3-span masonry arch on existing alignment. The structure has deteriorated and is currently posted for three (3) tons. The structure is potentially historic and is a State-owned structure located on a Township Road (T-509). Coordination with the Township (Marion Township) will be required. Coordination with another consultant performing certain preliminary engineering tasks will also be required.

   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 similar projects. The specific experience of individuals employed by the firm shall be considered.

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

   c)  Specialized experience and technical competence of firm.

   d)  Location of Consultant with respect to the District.

   The firm selected may be required to provide the following services:

   1.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 2 (under the new CEE classification; Level 4 under the old classification) and associated documents including: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archeological surveys, etc.

   2.  Another consultant is currently under contract to provide Preliminary Engineering services, including field surveying, preliminary hydraulic analysis and preliminary structural design. The selected consultant shall incorporate this work into their design efforts. Services to be provided under this Agreement include, but are not limited to: completion of field surveying, hydraulic and hydrologic analysis and Type, Size, 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.

   3.  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.

   4.  Consultation during construction.

   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 projects.

   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:

      Walter E. Bortree, P.E., District Engineer
      Engineering District 5-0
      1713 Lehigh Street
      Allentown, PA 18103
         ATTN: 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 twentieth (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to James R. McGee, P.E., phone number (610) 798-4158, fax number (610) 798-4116 or Stephen L. Caruano, P.E., phone number (610) 798-4226, fax number (610) 798-4116.

Crawford, Erie, Forest, Mercer, Venango and Warren Counties

Project Reference No. 08430AG2556

   The Department will retain an engineering firm to provide engineering review and supplementary construction inspection staff of approximately eleven (11) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on various Highway Occupancy Permit projects within the geographic confines of Engineering District 1-0.

   The Engineering Agreement will be in two (2) parts. The work tasks in Part I will be the review of Highway Occupancy Permit applications and site development plans to ensure compliance with applicable PennDOT and FHWA policies and regulations and current engineering criteria. The work tasks in Part II will be to provide construction inspection of Highway Occupancy Permit projects.

   The method of payment for both parts of the Engineering Agreement will be Specific Rate of Compensation.

   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 final ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the final 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.  Experience and competence of engineering staff who will be performing reviews.

   b.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete, asphalt paving, and drainage.

   c.  Past Performance with regard to both inspection and engineering.

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

   e.  Number of available inspectors in each payroll classification.

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

   g.  Location of consultant with respect to District 1-0.

   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.

   Highway Occupancy Permit reviews must be completed and a report submitted within four (4) working days to the Department. The Engineer performing these reviews must be familiar and knowledgeable with current Department and AASHTO design criteria and policies, roadway standards and traffic standards. The selected consultant may be required to review proposed drainage facilities, traffic control operations, traffic signal designs, utility relocations, local roadway designs and various traffic studies. On-site field views and meetings may be required with developers and municipal officials for more complex projects. The work effort anticipated is equivalent to one (1) full-time employee.

   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
Classification Inspectors
Transportation Construction Ins. Super.
   (TCIS) (NICET Highway Construction
      Level 3 or equivalent)
3 (2)
Transportation Construction Inspector--
   Materials (TCI-Materials) (NICET High-
      way Materials Level 2 or equivalent)
1 (1)
Transportation Construction Inspector (TCI)
   5 (3) (NICET Highway Construction Level
      2 or equivalent)
5 (3)
Technical Assistant (TA) 2 (0) (NICET High-
   way 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 2000:

Payroll Classification Maximum Straight Time
Reimbursement Per Hour
Of Inspection
(TCIS) $41.75
(TCI-Materials) $37.65
(TCI) $36.53
(TA) $25.12

   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 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:

1 Nuclear Densometer Gauge/License (at point of
   need when needed)
1 Paint Test Kit
2 Cellular Phones (for Engineer's employees only)
2 Cameras--35mm, single lens reflex

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total Agreement 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:

Classification
No. of Resumes
TCIS 3
TCI-M 1
TCI 5
TA 0

   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. John L. Baker, P.E., District Engineer
      Engineering District 1-0
      P. O. Box 398
      255 Elm Street
      Oil City, PA 16301
            Attention: Mr. David G. Stearns, 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 G. Stearns, P.E., phone number 814-678-7038, fax number 814-678-7033.

Schuylkill County

Project Reference No. 08430AG2557

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately eight (8) inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services on S.R. 0061, Section 13S, Schuylkill County, 61 Dusselfink Safety Improvements.

   This project involves the paving of 2.30 miles of State Route 0061 with gyratory volumetric mixture design, construction of four (4) jughandles, paving of State Route 2006 and T-694, pavement markings, signing, erosion control, phased traffic control, temporary and permanent traffic signals and interconnect cable, all within an overall project length of 2.86 miles.

   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, certifications (NICET, CECEPT, PennDOT CDS, ACI and nuclear gauge) and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete, asphalt paving, drainage, traffic signals, pavement markings, guide rail, signing, and erosion and sedimentation control. The TCI-M must be NICET Level II certified in Highway Materials and nuclear gauge certified. A TCI must be PennDOT CDS certified and work full time in the field office as the computer operator.

   b.  Understanding of Department's requirements, policies and specifications (Pub. 408, R.C.'s, B.C.'s, D.M.'s, Pub. 203, P. O.M.).

   c.  Past Performances.

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

   e.  Understanding the specifics of this particular construction Inspection project.

   f.  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
Classifications Inspectors
Transportation Construction Manager 1
   (TCM-1) (NICET Highway Construction
      Level 4 or equivalent)
1 (1)
Transportation Construction Ins. Super.
   (TCIS) (NICET Highway Construction
      Level 3 or equivalent)
2 (1)
Transportation Construction Inspector--
   Materials (TCI-Materials) (NICET High-
      way Materials Level 2 or equivalent)
1 (1)
Transportation Construction Inspector (TCI)
   (NICET Highway Construction Level 2 or
      equivalent)
3 (2)
Technical Assistant (TA) (NICET Highway
   Construction Level 1 or equivalent)
1 (0)

   The numbers 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 2000:

Payroll Classification Maximum Straight Time
Reimbursement Per Hour
Of Inspection
(TCM-1) $47.65
(TCIS) $41.75
(TCI-Materials) $37.65
(TCI) $36.53
(TA) $25.12

   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; and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction.

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

1 Nuclear Densometer Gauge/License (at point of
   need, when needed)
1 Base Radio Station
8 Two-Way Radios
1 Two-Way Radio Repeater Station (if needed)
3 Cellular Phones (for Engineer's employees only)
1 Camera--35 mm

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total Agreement price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information Section after the advertised project.

   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:

Classification
No. of Resumes
TCM-1 2
TCIS 3
TCI-M 2
TCI 4
TA 0

   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:

      Walter E. Bortree, P.E., District Engineer
      Engineering District 5-0
      2460 Parkwood Drive
      Allentown, PA 18103
            Attn: Brian H. Graver

   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 tenth (10th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Brian H. Graver, phone number 610-791-6022, fax number 610-791-6032.

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

Project Reference No. 08430AG2558

   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 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 $500 thousand.

   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 employed by the firm shall be considered.

   b.  Previous experiences with regard to traffic design and (in particular) ITS design.

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

   d.  Specialized experience and technical competence of firm.

   e.  Location of Consultant in respect to the District.

   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 majority, if not all, of the work to be assigned under this Contract will be in the area of ITS (Intelligent Transportation Systems) design.

   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 majority of the Contract work shall be final design for various District ITS initiatives, leading to the development of the PS&E package, and services during construction of the ITS improvements.

   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:

      Walter Bortree, P.E., District Engineer
      Engineering District 5-0
      1713 Lehigh Street
      Allentown, PA 18103
            ATTN: 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 twentieth (20th) day following the date of this Notice. Hand delivered Letters of Interest must be stamped in at the District mailroom before the aforementioned deadline.

   Any technical questions concerning the requirements for this project should be directed to James R. McGee, P.E., phone number (610) 798-4158, fax number (610) 798-4116, or Michael M. Pack, phone number (610) 798-4257, fax number (610) 798-4116.

Lehigh County

Project Reference No. 08430AG2559

   The Department will retain an engineering firm for a multi-phase, specific project Agreement, to provide preliminary design, completion of environmental documentation, final design, and services during construction on the following two (2) projects:

   1.  S.R. 2027, Section 02B, Lehigh County Local Name: Hosensack Bridge Replacement

   This project involves replacement of an existing 2-span masonry arch (24 feet long, built in 1850 and reconstructed in 1936) on its existing alignment. (One span has been replaced with a steel boiler pipe due to failure of the masonry arch span). The structure has deteriorated and is currently posted for eighteen (18) tons. The structure is potentially historic.

   2.  S.R. 2031, Section 05B, Lehigh County Local Name: Spinnerstown Bridge Replacement

   This project involves replacement of an existing 2-span stone arch bridge (35 feet long, built in 1870) on its existing alignment. The structure has deteriorated and is currently posted for five (5) tons. The structure is potentially historic.

   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 similar projects. The specific experience of individuals employed by the firm shall be considered.

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

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant in respect to the District.

   The firm selected may be required to provide the following services:

   1.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 2 for each structure (Level 4 under the old system) and associated documents including: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archeological surveys, etc. Preparation of a Historic Structures Survey, Determination of Eligibility Report, Determination of Effects Report, and Memorandum of Agreement may be required for each structure.

   2.  Preliminary engineering including, but not limited to: field surveying; hydraulic and hydrologic analysis; Type, Size, 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.

   3.  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.

   4.  Consultation during construction.

   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 projects.

   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:

      Walter E. Bortree, P.E., District Engineer
      Engineering District 5-0
      1713 Lehigh Street
      Allentown, PA 18103
            ATTN: 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 tenth (10) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to James R. McGee, P.E., phone number (610) 798-4158, fax number (610) 798-4116 or Stephen L. Caruano, P.E., phone number (610) 798-4226, fax number (610) 798-4116.

Lehigh County

Project Reference No. 08430AG2560

   The Department will retain an engineering firm for a multi-phase, specific project Agreement, to provide preliminary design, completion of environmental documentation, final design, and services during construction on the following two (2) projects:

   1.  S.R. 2045, Section 01B, Lehigh County Local Name: Center Valley Bridge Replacement

   This project involves replacement of an existing 3-span concrete-encased steel I-beam structure (63 feet long, built in 1910) on its existing alignment. The structure has deteriorated and is currently posted for fifteen (15) tons.

   2.  S.R. 2045, Section 02B, Lehigh County Local Name: Saucon Creek Bridge Replacement

   This project involves replacement of an existing single- span concrete-encased steel I-beam structure (43 feet long, built in 1915) on its existing alignment. The structure has deteriorated and is currently posted for fifteen (15) tons.

   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 similar projects. The specific experience of individuals employed by the firm shall be considered.

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

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant in respect to the District.

   The firm selected may be required to provide the following services:

   1.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 2 for each structure (Level 4 under the old system) and associated documents including: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archeological surveys, etc. Preparation of a Historic Structures Survey, Determination of Eligibility Report, Determination of Effects Report, and Memorandum of Agreement may be required for each structure.

   2.  Preliminary engineering including, but not limited to: field surveying; hydraulic and hydrologic analysis; Type, Size, 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.

   3.  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.

   4.  Consultation during construction.

   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 projects.

   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:

      Walter E. Bortree, P.E., District Engineer
      Engineering District 5-0
      1713 Lehigh Street
      Allentown, PA 18103
            ATTN: 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 tenth (10th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to James R. McGee, P.E., phone number (610) 798-4158, fax number (610) 798-4116 or Stanley J. Poplawski, phone number (610) 798-4157, fax number (610) 798-4116.

Armstrong County

Project Reference No. 08430AG2561

   The Department will retain an engineering firm to provide final design and construction services on S.R. 4023, Section 191, Armstrong County, Tarrtown Road.

   This project involves the reconstruction and improvement of horizontal and vertical alignments of approximately three (3) miles of roadway. This project begins at the intersection with S.R. 4025 on the southern limit and proceeds north to the Village of Bridgeburg.

   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. The specific experience of individuals employed by the firm shall be considered.

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

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant with respect to the District Office.

   The firm selected may be required to develop pavement designs, perform geotechnical exploration, prepare preliminary and final right-of-way plans, and final roadway plans. Provide materials for and participate in value engineering reviews, document engineering study findings and activities, prepare final construction plan, specifications and estimates, provide for project management and CPM scheduling using WELCOM or compatible software. The total estimated construction cost is $4,100,000.

   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 projects.

   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:

      Richard H. Hogg, P.E., District Engineer
      Engineering District 10-0
      2550 Oakland Avenue
      P. O. Box 429
      Indiana, PA 15701
            ATTN: Timothy Jablunovsky, 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 Timothy Jablunovsky, P.E., phone number 724-357-4800, fax number 724-357-1905.

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.

   5.  Include full disclosure of any potential conflict of interest by the prime or any subconsultant based on Engineering Involvement Restrictions Guidelines as established in Strike-off Letter No. 433-00-02 published March 27, 2000. If there are no potential conflicts you shall include the following statement:

   I have reviewed Strike-off Letter No. 433-00-02 and determine that there are no potential conflicts of interest for anyone on this project team.

   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. 00-851. Filed for public inspection May 19, 2000, 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.