Pennsylvania Code & Bulletin
COMMONWEALTH OF PENNSYLVANIA

• No statutes or acts will be found at this website.

The Pennsylvania Bulletin website includes the following: Rulemakings by State agencies; Proposed Rulemakings by State agencies; State agency notices; the Governor’s Proclamations and Executive Orders; Actions by the General Assembly; and Statewide and local court rules.

PA Bulletin, Doc. No. 99-1638a

[29 Pa.B. 5015]

[Continued from previous Web Page]

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

ClassificationNo. of Resumes
TCI 14

   No resumes are required for the TA Classification.

   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. Michael H. Dufalla, P.E., District Engineer
   Engineering District 12-0
   N. Gallatin Avenue, Ext.
   Uniontown, PA 15401
   Attention: Mr. Nick Hutnick

   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. Charles Thompson, P.E., District 12-0 at (724) 439-7137 or Mr. Nick Hutnick, District 12-0 at (724) 439-7385.

McKean County

Project Reference No. 08430AG2414

   The Department will retain an engineering firm to provide preliminary engineering, environmental studies, final design, consultation during construction and shop drawing review of the rehabilitation of S. R. 0219, Section C09, also known as the Bradford Bypass, from the southern terminus at Owens Way to the northern terminus at the New York state line. The project is located in Bradford, PA in McKean County.

   S. R. 0219, Section C09 project includes the replacement of superstructures and minor substructure rehabilitation for nineteen (19) bridges. Of the nineteen (19) bridges, there are seven (7) single span bridges, seven (7) three (3) span bridges, four (4) four-span bridges and one (1) seven (7) span bridge to be designed. The roadway design work involves reconstruction of 5.3 miles of concrete pavement. An erosion and sedimentation control plan will be designed with this project. Temporary right of way will be needed for this project and will be part of the design. Traffic for S.R. 0219, Section C09 will be maintained utilizing temporary roadways and daylight flagging operations as necessary. The estimated construction cost is $36 million. This project will be done in metric units.

   This project starts at Segment 0502/Offset 0000 northbound and Segment 0503/Offset 0000 southbound and ends at Segment 0594/Offset 2516 northbound and Segment 0595/Offset 2465 southbound.

   The anticipated duration of the agreement is thirty-six (36) months.

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

   The Department will shortlist a minimum of three (3) firms. The following criteria, listed in order of importance, will be considered by the Consultant Selection Committee during the evaluation of the firms submitting letters of interest:

   a.  Specialized experience and technical competence of the firm.

   b.  Specialized experience, previous experience, and technical competence of individuals who constitute the firm.

   c.  Special requirements of this assignment.

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

   The shortlisting announcement for this project will be done at the District. All firms submitting letters of interest will be notified by the District of the shortlisting announcement date.

   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. George M. Khoury, P.E., District Engineer
   Engineering District 2-0
   1924-30 Daisy Street
   P. O. Box 342
   Clearfield, PA 16830

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the sixth (6th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Vasco A. Ordonez, P.E., District 2-0, at (814) 765-0439.

Westmoreland County

Project Reference No. 08430AG2415

   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 S. R. 0022, Section B07 in Westmoreland County. This project involves the reconstruction of the existing roadway. The estimated construction cost is $12 million.

   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 acceptable letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

   a.  Number of available inspectors in each payroll classification.

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

   c.  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.

   d.  Ability to provide CDS operator.

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

   f.  Past Performance.

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

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

No. of
ClassificationInspectors
Transportation Construction Ins. Super. (TCIS)
(NICET Highway Construction Level 3 or equivalent)
2 (1)
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
10 (8)
Technical Assistant (TA)
(NICET Highway Construction Level 1 or equivalent)
2 (0)

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

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

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

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

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

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

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

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

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

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

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

1Nuclear Densometer Gauge/License
1Paint Test Kit
1Vehicle for the Transportation of Nuclear Gauge
1CDS Operator

   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 Technical Assistant(s) do not need to be identified in the Letter of Interest.

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

ClassificationNo. of Resumes
TCIS 3
TCI12

   No resumes are required for the TA Classification.

   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. Michael H. Dufalla, P.E., District Engineer
   Engineering District 12-0
   N. Gallatin Avenue, Ext.
   Uniontown, PA 15401
   Attention: Mr. Nick Hutnick

   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. Charles Thompson, P.E., District 12-0, at (724) 439-7137 or Mr. Nick Hutnick, District 12-0, at (724) 439-7385.

Washington County

Project Reference No. 08430AG2416

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately ten (10) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following six (6) projects:

   1.  S. R. 2023, Section H00, Washington County. This project involves the rehabilitation of the existing bridge.

   2.  S. R. 1030, Section B10, Washington County. This project involves the new roadway construction for S. R. 1030, Section B10.

   3.  S. R. 0519, Section L11, Washington County. This project involves the re-construction of the existing roadway.

   4.  S. R. 1009, Section UNK, Washington County. This project involves the re-construction of the existing roadway.

   5.  S. R. 2030, Section G01, Washington County. This project involves the rehabilitation of the existing bridge.

   6.  S. R. 2030, Section G02, Washington County. This project involves the rehabilitation of the existing bridge.

   The estimated construction cost is $3.0 million for S. R. 2023, Section H00; $500 thousand for S.R. 1030, Section B10; $750 thousand for S. R. 0519, Section L11; $2.0 million for S.R. 1009, Section UNK; $300 thousand for S. R. 2030, Section G01; and $350 thousand for S.R. 2030, Section G02.

   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 acceptable letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

   a.  Number of available inspectors in each payroll classification.

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

   c.  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.

   d.  Past Performance.

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

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

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

No. of
ClassificationInspectors
Transportation Construction Inspector (TCI)
(NICET Highway Construction Level 2 or equivalent)
10 (5)

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

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

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

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

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

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

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

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
Of Inspection
(TCI)$35.47

   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 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).

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

Classification No. of Resumes
TCI11

   No resumes are required for the TA Classification.

   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. Michael H. Dufalla, P.E., District Engineer
   Engineering District 12-0
   N. Gallatin Avenue, Ext.
   Uniontown, PA 15401
   Attention: Mr. Nick Hutnick

   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. Charles Thompson, P.E., District 12-0 at (724) 439-7137 or Mr. Nick Hutnick, District 12-0 at (724) 439-7385.

Statewide Open-End Contract

Project Reference No. 08430AG2417

   The Department will retain an engineering firm for an Open-end Contract to provide various traffic-engineering/safety services throughout the State. The contract will be for a period of 5 years and a maximum amount of $4 million with projects assigned on an as-needed basis.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

   a.  Specialized experience and technical competence of the firm and any subconsultants.

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

   c.  Available staffing for this assignment, and the specific experience and competence of project manager and other individuals.

   d.  Relative size of firm to size of projects that may be completed under this Contract.

   e.  Location of consultant office with respect to the Bureau of Highway Safety and Traffic Engineering.

   The required services will encompass a wide range of traffic engineering functions, many of which must be performed under short completion schedules. The anticipated types of work may include but are not limited to the following:

   1.  Develop statewide standards, specifications, and policies for traffic control devices. Review traffic control equipment and devices and applications provided by the manufacturers, and recommend the issuance of certificates of approval (COAs) for acceptable devices. Prepare and update database for COAs. Develop or implement all or portions of a statewide quality control (QC) plan, including a quality assurance (QA) program, for traffic signs, signals, pavement markings and other traffic control devices, ITS devices, and engineering and traffic studies.

   2.  Merge the federal MUTCD and the Department's regulations into a ''Pennsylvania MUTCD.'' Develop training materials for ''Pennsylvania MUTCD.''

   3.  Perform technical report writing for various traffic and transportation engineering reports, studies, technical memorandums, analyses, etc.

   4.  Perform safety audits during the design and construction phases of select statewide projects using Department guidelines. Analyze existing highway facilities that have significant operational problems and cause adverse impact on the safe and/or efficient flow of people. Develop traffic safety strategies to target identified safety concerns from Pennsylvania's Safety Management System (SMS).

   5.  Review guide signs to determine their effectiveness, giving consideration to positive guidance principles and other human factor considerations. Perform reviews of consultant and/or Department-prepared traffic control plans for Plans, Specifications and Estimates (PS&Es).

   6.  Develop and update computerized inventories of signals, markings, RPMs, emergency detour routes, etc. Develop and maintain Department web site for transportation systems, highway safety, ITS, traffic engineering studies, etc.

   7.  Perform complex traffic engineering/safety analyses and assessments. Perform analyses of travel demand reduction (including multi-modal) and operational management strategies in non-attainment areas to reduce the number of single-occupancy vehicles.

   8.  Perform comprehensive access management reviews of proposed major commercial developments including impacts and needed enhancements to the adjacent highway system.

   9.  Design sophisticated traffic signal systems, complex expressway signing projects, guide rail upgrade projects, etc. Review traffic sign and signal structures and appurtenances for structural integrity.

   10.  Develop or review intelligent transportation systems (ITS) projects and initiatives (e.g.; fiber optic cable usage; digital, 800 MHz, and other statewide radio efforts; advanced truck rollover warning systems; incident and congestion management activities; Advanced Traffic Management Systems (ATMS) efforts; and Advanced Traveler Information Systems (ATIS) efforts). Provide technical assistance to develop, review, and perform ITS operations, e.g., Statewide Operations Center (SOC), Traffic Management Centers (TMCs), etc. Help to integrate traffic control centers. Develop and/or provide software and systems integration capabilities for ITS projects and initiatives to insure compatibility and systems networking.

   11.  Develop or review electrical aspects of traffic signals. Develop specifications such as NTCIP, NEMA TS2, LED signals, loop detectors for motorcycles and bicycles, etc.

   12.  Develop policies, procedures, guidelines, brochures, or manuals for improving safety and efficiency of highways, e.g., incident management to improve the safe and efficient ''clearing'' of major incidents. Develop education programs for drivers, the Department, other agencies, etc., as they relate to these policies, procedures, brochures or manuals for incident management. Investigate highway crashes and incidents to determine causation factors and recommend remedial treatment. Analyze proposed changes in accident reporting systems.

   13.  Perform analyses of the highway system to enhance usage by pedestrians and bicycles.

   14.  Assist the Department in obtaining retroreflectivity readings of signs and markings, by using Department Equipment.

   15.  Provide guidance to task forces in the areas of traffic engineering, ITS, incident management, etc., to help establish Department policy. Provide technical assistance in developing traffic calming techniques and procedures. Assist the Department in providing expert testimony regarding engineering studies, highway occupancy permits, etc.

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

   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"x11", one-sided, plus an organization chart (up to 11"x17" size), required information, and additional resumes, if applicable. (See General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. Thomas E. Bryer, P.E., Director
   Bureau of Highway Safety and Traffic Engineering
   555 Walnut Street, Forum Place-7th Floor
   Harrisburg, PA 17101-1900
   Attention: Mr. Arthur H. Breneman, 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. Arthur H. Breneman, P.E., Bureau of Highway Safety and Traffic Engineering, at (717) 787-3620.

Bradford, Tioga, Lycoming, Sullivan, Columbia, Montour, Northumberland, Snyder and Union Counties

Project Reference No. 08430AG2418

   The Department will retain two (2) engineering firms, one (1) each for two (2) separate Open-End Contracts to perform various engineering and/or environmental services on various projects located in Engineering District 3-0, that is Bradford, Tioga, Lycoming, Sullivan, Columbia, Montour, Northumberland, Snyder and Union Counties. The emphasis on these Contracts will be on engineering studies and services, although environmental assignments are also likely. Each Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount for each Open-End Contract will be $2.0 million.

   The Department will establish an order of ranking of a minimum of five (5) firms for the purpose of negotiating two (2) Open-End Contracts 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 performance of firm with respect to quality of work, administrative and cost controls, ability to meet schedules, and previous experience on Open-End Contracts. The specific experience of individuals who constitute the firm shall be considered.

   b.  Project workload for the next two (2) years.

   c.  Available staffing for anticipated assignments.

   d.  Specialized experience and technical competence of firm.

   e.  Location of consultant in relation to the District.

   f.  Resumes of key personnel.

   g.  Relative size of firm to size of projects that may be completed under these Contracts.

   h.  Capability for fast response time.

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

   The areas of environmental study required under these Contracts 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 these Open-End Contracts. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under these Open-End Contracts.

   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. Paul E. Heise, P.E., District Engineer
   Engineering District 3-0
   715 Jordan Avenue
   Montoursville, PA 17754

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the sixth (6th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Gary Williams, P.E. District 3-0, at (570) 368-4391.

Bradford, Tioga, Lycoming, Sullivan, Columbia, Montour, Northumberland, Snyder and Union Counties

Project Reference No. 08430AG2419

   The Department will retain an engineering firm for one (1) Open-End Contract to perform various environmental and/or engineering services on various projects located in Engineering District 3-0, that is Bradford, Tioga, Lycoming, Sullivan, Columbia, Montour, Northumberland, Snyder and Union Counties. The emphasis on this Contract is environmental, although engineering assignments are also likely. This Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount for this 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 one (1) 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 performance of firm with respect to quality of work, administrative and cost controls, ability to meet schedules, and previous experience on Open-End Contracts. The specific experience of individuals who constitute the firm shall be considered.

   b.  Project workload for the next two (2) years.

   c.  Available staffing for anticipated assignments.

   d.  Specialized experience and technical competence of firm.

   e.  Location of consultant in relation to the District.

   f.  Resumes of key personnel.

   g.  Relative size of firm to size of projects that may be completed under these Contracts.

   h.  Capability for fast response time.

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

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

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

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

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

   The Letter of Interest submission shall be sent to:

   Mr. Paul E. Heise, P.E., District Engineer
   Engineering District 3-0
   715 Jordan Avenue
   Montoursville, PA 17754

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the sixth (6th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Christopher King, District 3-0, at (570) 368-4255.

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 requests 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.

   Information concerning the Annual Qualification Package can be found in Strike-off Letter No. 433-99-04 or under the Notice to all Consultants published in the February 27, 1999 issue of the Pennsylvania Bulletin.

   The requirements for Letters of Interest, in addition to the requirements stipulated in the individual advertisement, are as follows:

   1.  The Letter of Interest must include the project reference number, the firm's legal name, and the firm's federal identification number.

   2.  Identify the project manager.

   3.  Identify subconsultants, if any, including DBE/WBE, if required.

   4.  Identify key project staff.

   If a Joint Venture responds to a project advertisement, the Department of Transportation will not accept separate Letters of Interest from the Joint Venture constituents. A firm will not be permitted to submit a Letter of Interest on more than one (1) Joint Venture for the same Project Reference Number. Also a firm that responds to a project as a prime may not be included as a designated subcontractor to another firm that responds as a prime to the project. Multiple responses under any of the foregoing situations will cause the rejection of all responses of the firm or firms involved. The above does not preclude a firm from being set forth as a designated subcontractor to more than one (1) prime responding to the project advertisement.

   If a goal for Disadvantaged Business Enterprise (DBE) participation is established for an advertised project, firms expressing interest in the project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Transportation Equity Act for the 21st century (TEA-21) and currently certified by the Department of Transportation shall have the maximum opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The TEA-21 requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they are defined prior to the act, WBEs or combinations thereof).

   Proposing DBE firms must be certified at the time of submission of the Letter of Interest. If the selected firm fails to meet the established DBE participation goal, it shall be required to demonstrate its good faith efforts to attain the goal.

   Responses are encouraged by small firms, Disadvantaged Business Enterprise (DBE) firms, and other firms who have not previously performed work for the Department of Transportation.

   The assignment of the agreement/contract for the above advertisement(s) will be made to one of the firms who submitted an acceptable Letter of Interest in response to the project advertisement. The assignment will be made based on the Department's evaluation of the firm's qualification and capabilities. The Department reserves the right to reject all letters submitted, to cancel the solicitations requested under this Notice, and/or to readvertise solicitation for the work and services.

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 99-1638. Filed for public inspection September 24, 1999, 9:00 a.m.]



No part of the information on this site may be reproduced for profit or sold for profit.

This material has been drawn directly from the official Pennsylvania Bulletin full text database. Due to the limitations of HTML or differences in display capabilities of different browsers, this version may differ slightly from the official printed version.