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. 00-1877

NOTICES

Retention of Engineering Firms

[30 Pa.B. 5588]

Washington County

Project Reference No. 08430AG2626

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately fourteen (14) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

   1.  S.R. 0070, Section 10R, Washington County Local Name: Interstate PM SPC2002 This project involves milling, overlay and guide rail.

   2.  S.R. 0070, Section A20, Washington County Local Name: Interstate PM SPC2001 This project involves concrete patching, overlay and guide rail.

   Department policy requires firms providing construction inspection services to have a Federal Acquisition Regulation (FAR) field overhead rate established. The Department's current policy (SOL-430-91-34) requires a firm to submit their proposed field and office cost allocation approach, before the beginning of the fiscal year where the separate overhead rates would apply. This approach must comply with the provisions set forth in Part 31 of the Federal Acquisition Regulations (48 CFR Chapter 1) which governs the determination of the eligibility of costs making up the firm's Direct and Indirect Costs.

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

   b.  Past Performance ratings.

   c.  Understanding of District 12-0 Department requirements, policies, and specifications.

   d.  Number of available inspectors in each payroll classification.

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

   f.  Ability to provide CDS operator.

   g.  Previous District 12-0 experience.

   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
Classification Inspectors
Transportation Construction Ins. Super. (TCIS)
3 (3)
(NICET Highway Construction Level 3 or equivalent)
Transportation Construction Inspector (TCI)
8 (5)
(NICET Highway Construction Level 2 or equivalent)
Technical Assistant - 1 (TA-1)
2 (0)
(NICET Highway Construction Level 1 or equivalent)
Technical Assistant (TA)
1 (0)
(NICET Highway Construction Level 1 or equivalent)

   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 hourly payroll rate for each Department Payroll Classification for calendar year 2000 shall be as shown:

Maximum Straight Time
Hourly Payroll Rate
Payroll Classification (Year 2000)
(TCIS) $20.34
(TCI) $17.05
(TA-1) $13.80
(TA) $11.72

   If applicable, the maximum straight time hourly payroll rate for subsequent calendar years will be established at the scope of work meeting.

   The maximum hourly payroll rate is the maximum hourly rate paid to an employee in a specific Department Payroll classification. The Department reserves the right to negotiate hourly payroll rates of compensation of individuals based on knowledge, experience and education up to the payroll classification maximum hourly payroll rate.

   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 Department will reimburse for actual miles driven on the project as directed by the Department, and a maximum of $32.50/day for either mileage to and from the work site or lodging. An inspector will not be reimbursed for a combination of the two during the same day. Mileage will be reimbursed for the most direct route from the inspector's residence or the Consultant's office, whichever is less, to the project site and return at the lesser of the maximum mileage rate established by the Commonwealth or the firm's current policy. The first fifteen (15) miles each day of an inspector's commute from and to his/her residence or the consultant's office to the work location is considered normal commuting travel and will not be eligible for mileage reimbursement. Lodging will be reimbursed at a maximum rate of $32.50/day, in lieu of mileage, but receipts for all costs must be provided to the Department with the Engineer's invoice. Lodging will only be reimbursed for employees whose home or headquarters is more than 65 miles from the project.

   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 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 4
TCI 10

   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 (any pages beyond 3 will not be reviewed by the Department), 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
P. O. Box 459, North Gallatin Avenue Extension
Uniontown, PA 15401
    Attn: Chuck Thompson, 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. John Knapik, phone number (724) 439-7253, fax number (724) 430-4402.

Westmoreland County

Project Reference No. 08430AG2627

   The Department will retain an engineering firm to perform final design and services during construction (consultation during construction and shop drawing review) on S.R. 0022, Section B10, the reconstruction of Traffic Route 22, Westmoreland County.

   This project involves the reconstruction of S.R. 0022 from Township Road #966 (segment 0450/offset 0000) in Derry Township, Westmoreland County to the Borough of Blairsville in Indiana County (Westmoreland County segment 0480/offset 2849, Indiana County segment 0010/offset 0000).

   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 in roadway and bridge design. The specific experience of individuals employed by the firm shall be considered.

   b)  Ability to expedite the project.

   c)  Project team composition .

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

   The firm selected may be required to perform, but not limited to, the following tasks: field surveys; roadway design; intersection geometry investigations; signing layout; prepare a quality development plan; prepare geotechnical reports; traffic control plans; hydraulic computations; utility coordination; right of way plans; preliminary and final structure plans; erosion and sedimentation control plans; signing and pavement marking plans; traffic signal plans; construction plans, forms, specifications and estimates; hazardous waste site investigations; noise feasibility and reasonableness worksheets; roadway and structure borings; project partnering and public involvement.

   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).

   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. 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 twentieth (20th) 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., at phone number (724) 439-7243, fax number (724) 430-4401.

Westmoreland County

Project Reference No. 08430AG2628

   The Department will retain an engineering firm to perform final design and services during construction (consultation during construction and shop drawing review) on S.R. 0022, Section B09, the reconstruction of Traffic Route 22, Westmoreland County.

   This project involves the reconstruction of S.R. 0022 from just west of S.R. 0982 (segment 0410/offset 0000) to Township Road #966 (segment 0450/offset 000) in Derry Township, Westmoreland County.

   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 in roadway and bridge design. The specific experience of individuals employed by the firm shall be considered.

   b)  Ability to expedite the project.

   c)  Project team composition .

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

   The firm selected may be required to perform, but not limited to, the following tasks: field surveys; roadway design; intersection geometry investigations; signing layout; prepare a quality development plan; prepare geotechnical reports; traffic control plans; hydraulic computations; utility coordination; right of way plans; preliminary and final structure plans; erosion and sedimentation control plans; signing and pavement marking plans; traffic signal plans; construction plans, forms, specifications and estimates; hazardous waste site investigations; noise feasibility and reasonableness worksheets; roadway and structure borings; project partnering and public involvement.

   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).

   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. 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 twentieth (20th) 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., at phone number (724) 439-7243, fax number (724) 430-4401.

Schuylkill County

Project Reference No. 08430AG2629

   The Department will retain an engineering firm for a multi-phase, specific project agreement to provide preliminary engineering, environmental documentation, final design, and construction services on S.R. 0309, Section 02B, S.R. 0309 Tamaqua Stone Arch Replacement, Schuylkill County.

   This project involves the replacement of the existing stone arch structure carrying S.R. 0309 over the Little Schuylkill River in the Borough of Tamaqua, Schuylkill County.

   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 work. 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.

   e)  Project team composition.

   The firm selected may be required to perform the following services for this project:

   1.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 1B and associated documents including, but not limited to: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archeological surveys.

   2.  Preliminary engineering including, but not limited to: Field surveying; hydraulic and hydrologic analysis; type, size, and location drawings; Step 9 Submission; roadway design (for roadway approach work); E & S plans; soils and geotechnical reconnaissance; maintenance and protection of traffic; right-of-way investigation; and coordination with utility companies (and railroad companies if warranted).

   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.  Services during construction, including construction consultation and shop drawing review.

   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).

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

   Any technical questions concerning the requirements for this project should be directed to Brian H. Graver, Consultant Agreement Administrator, phone number (610) 798-4322, fax number (610) 798-4303.

Monroe County

Project Reference No. 08430AG2630

   The Department will retain an engineering firm for a multi-phase, project specific agreement to provide preliminary engineering, environmental documentation, final design, and construction services on S.R. 4003, Section 01B, S.R. 4003 Thornhurst Bridge Replacement, Monroe County.

   This project involves the replacement of the existing structure carrying S.R. 4003 over the Lehigh River in Coolbaugh Township, Monroe County.

   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 work. 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.

   e)  Project team composition.

   The firm selected may be required to perform the following services for this project:

   1.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 2 and associated documents including, but not limited to: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archeological surveys.

   2.  Preliminary engineering including, but not limited to: Field surveying; hydraulic and hydrologic analysis; type, size, and location drawings; Step 9 Submission; roadway design (for roadway approach work); 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.  Services during construction, including construction consultation and shop drawing review.

   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).

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

   Any technical questions concerning the requirements for this project should be directed to Brian H. Graver, Consultant Agreement Administrator, phone number (610) 798-4322, fax number (610) 798-4303.

Lancaster County

Project Reference No. 08430AG2631

   The Department will retain an engineering firm to provide preliminary engineering, final design, environmental studies and construction consultation on four (4) separate projects to close three (3) crossings on the AMTRAK Keystone Corridor - Philadelphia to Harrisburg Line. Details of the projects follow:

   1.  Newcomer Road (T-360). Located in Rapho Township/Mt. Joy Borough south of S.R. 0230. The crossing will be removed and the road closed.

   2.  Eby Chiques Road (T-364). Located in Rapho Township south of S.R. 0230. The crossing will be removed, the road relocated and a bridge built to span the railroad 500-feet east of the present crossing. The relocation will pass through a proposed light industrial development on the north side of the railroad. This project will require a railroad electrification plan.

   3.  Irishtown Road (T-533). Located in Leacock Township between S.R. 0030 and S.R. 0340. The crossing will be removed and parallel roads on each side of the railroad constructed. To the south, Cherry Lane will extend north and then east along the railroad and connect to Irishtown Road. To the north, Harvest Road will extend west along the railroad and connect to Irishtown Road. Additionally, local road improvements, (i.e., resurfacing, shoulders, etc.) will be part of this project.

   4.  Longnecker Road (S.R. 4003). Located in Mt. Joy Borough, 2100-feet west of the Newcomer Road Crossing. Prior to the Newcomer Road crossing closure, Longnecker Road will be reconstructed to provide additional clearance at the AMTRAK overpass.

   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 working successfully with AMTRAK.

   b)  Experience working successfully with local municipalities.

   c)  The project team is expected to visit the site and provide an overview of their understanding of possible issues for the project based on their field observations.

   d)  Specialized experience and technical competence with similar projects and their ability to provide innovative solutions to complex technical problems.

   e)  Project team management including sub consultants and how the project manager will manage several disciplines and interact successfully with the District.

   f)  Understanding of the Departments' requirements, Design Manuals, policies and specifications.

   g)  Resource availability to meet multiple assignments in a timely manner.

   h)  Past record with respect to cost control, work quality, and ability to meet schedules.

   i)  Ability of the project team to communicate effectively in various mediums and provide strong public involvement management skills.

   The Department is seeking a multi-disciplined firm with highway and structure design experience. The project team should include experience in traffic signal design, geotechnical engineering, railroad electrification design, environmental studies and preparation.

   The selected firm will be required to provide a variety of engineering services including, but not limited to, the following: environmental studies and documentation, interagency permits, roadway design, structure design, grading design, geometric design, signal and signing design, drainage design, utility coordination, right-of-way plans, surveying, construction cost estimating, construction scheduling, public meeting and agency coordination, public utility coordination, geotechnical engineering, plans preparation, proposal preparation, pavement design, traffic analysis, maintenance of traffic design and railroad electrification design.

   With the exception of S.R. 4003, the projects involve township owned roads. The relocated roads and bridge once constructed will be owned by the townships and will be designed to meet local standards. The townships will be active and involved team members throughout the design process.

   Consultant or sub-consultant must provide an authorization letter from AMTRAK as part of the Letter of Interest. The letter must state that the firm is authorized to perform electrification design for AMTRAK. Letters of Interest without this authorization will be rejected.

   The design duration is expected to vary between six (6) to fifteen (15) months, depending on the complexity of the individual project. The estimated construction cost of the improvements is $6 million.

   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).

   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) specifying project team members and project manager, and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

         Mr. Barry G. Hoffman, P.E., District Engineer
Engineering District 8-0
2140 Herr Street
Harrisburg, PA 17103-1699
   Attention: Doug Murphy

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:00 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 Doug Murphy, District 8-0, at phone (717) 783-3773, Fax (717) 705-5493.

Allegheny County

Project Reference No. 08430AG2632

   The Department will retain an engineering firm to provide preliminary engineering, environmental studies, final design, and engineering services in construction on S.R. 0079, Section A23, Parkway Ramps, Allegheny County.

   This project involves the preliminary engineering, environmental studies, final design and engineering services in construction necessary in the construction of two new ramps in order to complete the I79/I279 interchange. One ramp will connect I-79 South to S.R. 0022 West towards the Pittsburgh International Airport. The other ramp will connect S.R. 0022 East to I-79 North. This project is located in the Townships of Collier and Robinson in Allegheny County. The estimated construction cost for this project is $40 million.

   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)  Experience and abilities of key personnel (project manager, bridge engineer, etc.) that will be assigned to the project.

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

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

   e)  Special requirements of the project; firm's experience in highway design, structure design, maintenance and protection of traffic on similar interstate projects.

   f)  Subconsultants assigned to this project.

   g)  Location of Consultant with respect to the District Office.

   The firm selected may be required to perform a variety of services including, but not limited to, the following: Preliminary Engineering; field surveys, utility coordination, geotechnical studies, preliminary right of way investigation, safety reviews, value engineering, environmental studies, alternative alignment studies, and waste investigation: Final Design; preparation of roadway, structure, traffic signing and pavement marking, traffic signal, right of way, erosion and sedimentation control, and highway lighting plans, construct ability reviews, intelligent transportation systems (ITS), maintenance and protection of traffic, and project administration: Construction; construction consultation and shop drawing reviews.

   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).

   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. Raymond S. Hack, P.E, District Engineer
Engineering District 11-0
45 Thoms Run Road
Bridgeville, PA 15017
   Attn: Robert M. Collins, 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 Robert M. Collins, P.E., District 11-0, at phone number (412) 429-4928, fax number (412) 429-4933.

Schuylkill County

Project Reference No. 08430AG2633

   The Department will retain an engineering firm to provide preliminary engineering, environmental documentation, final design, and construction services on S.R. 0054, Section 05M, S.R. 054 Mahanoy City Culvert Replacement, Schuylkill County.

   This project involves the replacement of the existing corrugated metal arch pipe culvert carrying a tributary of Mahanoy Creek under S.R. 0054 in the Borough of Mahanoy City, Schuylkill County.

   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 work. 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.

   e) Project team composition.

   The firm selected may be required to perform the following services for this project:

   1.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 1b and associated documents including, but not limited to: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archeological surveys.

   2.  Preliminary engineering including, but not limited to: Field surveying; hydraulic and hydrologic analysis; type, size, and location drawings; Step 9 Submission; roadway design (for roadway approach work); 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.  Services during construction, including construction consultation and shop drawing review.

   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).

   This project reference assignment is considered moderately 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: 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 twentieth (20th) 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) 798-4322, fax number (610) 798-4303.

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.

   For District 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 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 Central Office, Bureau of Design by the deadline stipulated in the individual advertisements.

   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.

   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.

   The letter of interest must 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).

   Proposed 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.

   Letters of Interest for will be considered non-responsive and eliminated from further consideration for any of the following reasons:

   1.  Letters of Interest not received on time.

   2.  Project of interest is not identified.

   3.  An Annual Qualification Package for the prime consultant and all subconsultants is not on file with the organization receiving the Letter of Interest.

   4.  Conflict of Interest evaluation statement is not included.

   5.  A Disadvantaged Business Enterprise (DBE) participation goal is established for the Project Reference Number but no DBE/WBE is identified and no good faith effort is included.

   6.  Firm submitted a Letter of Interest on more than one (1) Joint Venture or a firm submitted a Letter of Interest as a prime and was also included as a subconsultant, to another firm. Multiple responses under any of the foregoing situations will cause the rejection of all responses of the firm, or firms, involved.

   In addition to the above reasons, a Letter of Interest for Construction Inspection Services will be considered non-responsive for any of the following reasons:

   1.  Prime consultant or any subconsultant does not have a Federal Acquisition Regulation (FAR) Audit Field Overhead Rate on file with the Department.

   2.  Using an individual's resume without including a letter granting the individual's approval for TCIS and higher positions.

   3.  Exceeding the maximum number of resumes in a payroll classification.

   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. 00-1877. Filed for public inspection October 27, 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.