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. 00-1916

NOTICES

DEPARTMENT OF
TRANSPORTATION

Retention of Engineering Firms

[30 Pa.B. 5801]

Berks, Carbon, Lehigh, Monroe,
Northampton and Schuylkill Counties
Project Reference No. 08430AG2634

   The Department will retain an engineering firm for an Open-End Contract for various traffic engineering 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 $1.0 million.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the letters of interest received in response to this solicitation. The 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)  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)  Available staffing for this assignment and the ability to meet the Department's needs.

   c)  Specialized experience and technical competence of firm, with emphasis on traffic engineering experience.

   d)  Location of Consultant in respect to the District.

   e)  Project team composition.

   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 of the work assigned under this Contract will be in the area of traffic engineering.

   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. However, the majority of the work assigned will be in the following areas:

*  Extension of staff for review of large consultant designs including, but not limited to: traffic signal designs, work zone traffic control plans, signing and pavement marking plans, delineation and RPM

*  Extension of staff for Step 9 Safety reviews

*  Support for the District's new ''Road Safety Audit'' process and the District's ITS initiative

*  Design of various small traffic projects District-wide

*  Design of municipal traffic signals

*  Extension of staff for Highway Occupancy Permit reviews in cases where the review would cause a conflict of interest with the consultant currently under contract to perform these reviews

   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 specific 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 Bortree, P.E., District Engineer
      Engineering District 5-0
      1713 Lehigh Street
      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 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.

Berks, Carbon, Lehigh, Monroe,
Northampton and Schuylkill Counties
Project Reference No. 08430AG2635

   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 $2.0 million.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the 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)  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)  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.

   e)  Project team composition.

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

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

   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 specific 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
         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 twentieth (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to B. H. Graver, phone number (610) 798-4232, fax number (610) 798-4303.

Schuylkill County
Project Reference No. 08430AG2636

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

   1.  S. R. 0061, Section 14B, Schuylkill County Local Name: Mady's Bridge (over RBM&N Railroad) This project involves the replacement of the 314-foot long structure carrying S. R. 0061 over the track of the Reading, Blue Mountain, and Northern Railroad in the City of Pottsville, Schuylkill County. (S. R. 0061, Seg. 340, Offset 43).

   2.  S. R. 0061, Section 15B, Schuylkill County Local Name: Mady's Bridge (over RBM&N Railroad) This project involves the replacement of the 79-foot long structure carrying S. R. 0061 over the Schuylkill River, located in the City of Pottsville, Schuylkill County (S. R. 0061, Seg. 340, Offset 898).

   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.

   e)  Proposed project team composition.

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

   1.  All studies necessary for the preparation, but not limited to, a Categorical Exclusion Evaluation Level 1B and associated documents including: 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; E & S plans; soils and geotechnical reconna-issance; maintenance and protection of traffic; right-of-way investigation; and coordination with utility and railroad 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 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:

      Mr. Walter E. Bortree, P.E., District Engineer
      Engineering District 5-0
      1713 Lehigh Street
      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 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) 798-4116.

Lehigh County
Project Reference No. 08430AG2637

   The Department will retain an engineering firm to provide preliminary engineering, environmental studies, final design, and construction consultation services on S. R. 1014, Section 01B, Lehigh Street Bridge Replacement, Lehigh County. This project involves the replacement of the Lehigh Street Bridge over Coplay Creek, located on S. R. 1014 in Whitehall Township, Lehigh 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. 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)  Proposed project team composition.

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

   1.  All studies necessary, but not limited to, the preparation of an Categorical Exclusion Evaluation Level 1B and associated documents including: 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; E & S plans; soils and geotechnical reconna-issance; 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 projects.

   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
         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 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) 798-4116.

Adams, Cumberland, Dauphin, Franklin,
Lancaster, Lebanon, Perry and York Counties
Project Reference No. 08430AG2638

   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 8-0, that is Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York 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)  Specialized experience and technical competence of firm.

   c)  Available staffing for this assignment and the ability to meet the Department's needs. The selected firm could be assigned up to twenty concurrent work orders of a similar or diverse nature. Prompt turn-around time is expected.

   d)  Use of Microstation CADD

   e)  Ability to use technology for effectively transferring information and communicating between the Department and consultant team members.

   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, resurfacing maintenance contracts, 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; provide H & H reviews; develop traffic control plans with narratives; conduct soils investigations and prepare soils reports; investigate utility involvement on projects; provide material for and participate in value engineering reviews; coordinate contacts with railroad officials and procure railroad related costs, permits, and insurance; collect signal timing, accident data and other traffic flow data; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; and prepare construction plans, specifications, and estimates.

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

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

   This project reference assignment is considered non-complex. The letter of interest shall be limited to a maximum of three (3) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      District Consultant Selection Committee
      Engineering District 8-0
      2140 Herr Street
      Harrisburg, PA 17103-1699
      Attn:  Mr. Greg Vaughn
         (Letter of Interest Enclosed)

   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 Gregory J. Vaughn, phone number 717-783-5149, fax number 717-705-5493.

Fayette, Greene, Washington and
Westmoreland Counties
Project Reference No. 08430AG2639

   The Department will retain an engineering firm to perform periodic National Bridge Inspection Standard (NBIS) bridge safety inspections for designated bridges and structures on the local roadway system located in Engineering District 12-0, that is Fayette, Greene, Washington and Westmoreland Counties. The Contract will be for a sixty (60) month period with projects assigned according to the NBIS inspection schedule and the needs of the local bridge owners.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating a Contract based on the Department's evaluation of the 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)  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on NBIS Bridge Inspection Contracts. 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 selected firm will be required to provide all necessary professional and non-professional services, work, material and equipment necessary to inspect/re-inspect and evaluate the condition of locally owned bridges and structures at various locations. The schedule includes 237 bridges on a two-year inspection cycle. Due to variability of inspection schedules and emergencies, this work is not anticipated to be evenly distributed throughout a year or duration of contract. The firm will provide updated inspection reports including a bridge load capacity rating/re-rating and/or posting recommendation as warranted. Structure inventory and appraisal data, and completed Bridge Management System coding sheets are also to be furnished. Inventory and operating ratings based on existing conditions for AASHTO and PDT loadings using the Department's computer programs and/or other programs with prior approval when the Department's program is not applicable, may be required.

   Firms responding to this solicitation shall provide the following additional information in their letter of interest:

   1.  Identify the lead person (prime or subconsultant) for each of the required services identified above. Include the qualifications and experience that relates to each required service areas for each lead person. List NBIS certification credentials and PA Bridge Safety Inspection courses taken by staff.

   2.  Indicate internal procedures for timeliness of report submission, cost containment and quality assurances.

   3.  Indicate computer capabilities including PDT programs and other software.

   The engineering services identified above are the general work activities that can be expected under this Contract. A specific project-related Scope of Work will be outlined at the Scope of Work meeting with the selected firm.

   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
      P. O. Box 459
      825 North Gallatin Avenue Ext.
      Uniontown, PA 15401
         Attention:  Mr. Jim Majeed, 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. Jim Majeed, P.E., phone number (724) 439-7162, fax number (724) 430-4401.

Berks, Carbon, Lehigh, Monroe,
Northampton and Schuylkill Counties
Project Reference No. 08430AG2640

   The Department will retain an engineering firm for an Open-End Contract for engineering services to designate and locate utilities 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 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)  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)  Available staffing for this assignment and the ability to meet the Department's needs.

   c)  Specialized experience, availability of appropriate equipment, and technical competence of firm in performing subsurface utility engineering for highway projects.

   d)  Location of Consultant in respect to the District.

   e)  Project team composition.

   The selected firm will be required to provide all professional designating and locating services to designate, with electronic equipment, existing subsurface utility facilities, including detection and mapping of underground storage tanks, drums, and similar type facilities in progressive phases; to locate, either by test holes or by nondestructive methods, existing subsurface utility facilities which may be affected by our highway projects; to provide valuation problem identification and solutions in the field; to provide utility facility identification by survey; to provide other related services as required.

   For the purpose of this advertisement, ''designate'' means to indicate, by marking, the presence and approximate horizontal location of a subsurface utility using geophysical prospecting techniques, and ''locate'' means to obtain the accurate horizontal and vertical location of a subsurface utility by digging a test hole.

   The engineering services identified above are the general work activities that can be expected under this Open-End Contract. A specific 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
         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 twentieth (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to B. H. Graver, phone number (610) 798-4232, 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. 00-1916. Filed for public inspection November 3, 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.