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. 99-1686

NOTICES

Retention of Engineering Firms

[29 Pa.B. 5153]

Northumberland and Union Counties

Project Reference No. 08430AG2420

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately twenty-two (22) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects in 1) Union County; S.R. 0080, Section 055 and 2) Northumberland County; S.R. 0080, Sections 052 and 039; S.R. 0147, Section 62A, and S.R. 0147, Section 062.

   The projects listed above consist of the following activities.

   Projects, in order of letting:

   1.  S. R. 0080, Sections 052 and 039--October 1999 Letting Construction will take approximately thirty-four (34) months

   Limits:  Eastbound and Westbound Interstate 80--from approximately 1.0 km east of the S. R. 0015 interchange to approximately 1.5 km west of the Limestoneville interchange, covering a length of 2.7 km.

   Eastbound and Westbound Interstate 180 and Northbound and Southbound S. R. 0147 from approximately 2.1 km north of Milton on S. R. 0147 at Muddy Run to approximately 1.3 km west of the S. R. 0180/80 interchange at the McEwensville interchange, covering a length of 2.7 km.

   Roadway construction on Interstate 80 involves widening the two (2) lanes, eastbound and westbound from the western limit to approximately 1.8 km east of the S.R. 0180 interchange to three (3) lanes using gyratory asphalt. From this point to the eastern limit of work, the existing concrete is rubblized, or reconstructed and gyratory mix placed as the pavement course. On S. R. 0147, S.R. 0180, and the interchange ramps, the pavements are repaired as needed, and overlaid with gyratory asphalt.

   Bridge construction involves; widening the substructure and replacing the superstructure for the 10 span structures over the Susquehanna River, replacing the structures over the Conrail Railroad with single span bridges, replacing the structures over S.R. 0180 with three (3) span bridges, and widening the structures over Muddy Run.

   2.  S. R. 0147, Section 62A--Letting December 1999 Construction will take approximately eight (8) months

   Limits: From approximately 0.7 km north of S.R. 0642 interchange to approximately 1.4 km north of the S.R. 0254 interchange, covering a length of 2.2 km.

   Work involves new construction of three structures along the future northbound alignment of S.R. 0147, along with associated minor roadway and earthwork.

   Structure No. 1 is a single span over Limestone Run.

   Structure No. 2 is a single span over S. R. 0254.

   Structure No. 3 is a single span over Red Hill Road.

   3.  S.R. 0080, Section 055--Letting January 2000 Construction will take approximately thirty-two (32) months

   Limits: Eastbound and Westbound Interstate 80--from approximately 1.4 km west of the S. R. 0015 interchange, near Dietrich Hill Road, to approximately 1.2 km east of the S. R. 0015 interchange at the Susquehanna River, covering approximately 2.7 km.

   Northbound and Southbound S. R. 0015--from approximately 1.0 km south of the S.R. 0080 interchange, near the New Columbia interchange, south of Dietrich Hill Road, covering approximately 2.0 km.

   Roadway construction on Interstate 80 involves widening the existing two (2) lanes to three (3) lanes from 1.0 km west of the S. R. 0015 interchange to the eastern limit of work, utilizing gyratory asphalt. On S. R. 0015, the roadway will be completely reconstructed to provide underclear at the Interstate 80 overpass. The ramps at the S. R. 0015/0080 interchange will be patched and overlaid.

   Structure work occurs on I-80, as follows; the structures over Dietrich Hill Road, will be raised, and a new deck placed. The structures over S. R. 0015 and over S. R. 1011 the North Shore Railroad will be widened.

   4.  S. R. 0147, Section 062--Letting June 2000 Construction will take approximately twenty-two (22) months

   Limits:  Northbound and Southbound--from approximately 1.8 km south of the intersection with S. R. 0045 to 2.1 km north of the intersection with S. R. 0254, covering a distance of 10.3 km.

   Roadway construction involves placing earthwork, drainage, and gyratory pavement for the new northbound lanes and ramps at four interchanges. Work also includes overlaying of the existing southbound lanes with gyratory pavement and reconstruction of S. R. 0045 in the immediate vicinity of the S. R. 0045 interchange.

   Structure work includes construction of one new structure over S. R. 0045 northbound, removal of one existing southbound structure approximately 2.4 km south of the S. R. 0642 interchange, and rehabilitation of the existing southbound structure over S. R. 0254.

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

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

   a.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete and asphalt paving, drainage, wetlands, CPM schedule monitoring and computer documentation system.

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

   c.  Number of NICET and NECEPT certified inspectors in each payroll classification.

   d.  Number of available inspectors in each payroll classification.

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

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

No. of
ClassificationInspectors
Transportation Construction Manager 1 (TCM-1)2 (1)
(NICET Highway Construction Level 4 or equivalent)
Transportation Construction Ins. Super. (TCIS) 7 (5)
(NICET Highway Construction Level 3 or equivalent)
Transportation Construction Inspector-- Materials (TCI-Materials)1 (1)
(NICET Highway Materials Level 2 or equivalent)
Transportation Construction Inspector (TCI) 9 (6)
(NICET Highway Construction Level 2 or equivalent)
Technical Assistant (TA) 3 (2)
(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.

   Four (4) inspectors in the TCIS and TCI classification must be certified by the Northeast Center of Excellence for Pavement Technology (NECEPT) as a Field Technician.

   Since a large bridge is included in this project, two (2) TCIS's and two (2) TCI's to be assigned to the bridge must have a climbing ability.

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

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCM-1) $46.27
(TCIS) $40.54
(TCI-Materials) $36.55
(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.

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

1Nuclear Densometer Gauge/License *
1Vehicle for the Transportation of Nuclear Gauge *
* at point of need when needed

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

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

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

ClassificationNo. of Resumes
TCM-1   3
TCIS   9
TCI-M   2
TCI 11

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

   Any technical questions concerning the requirements for this project should be directed to: Mr. John P. Ryan, P.E., District 3-0, at (570) 368-4233.

Lackawanna, Luzerne, Pike, Susquehanna,
Wayne and Wyoming Counties

Project Reference No. 08430AG2421

   The Department will retain a cultural resource firm for an Open-End Contract to perform all phases of cultural, historical, and archeological work associated with Department planning, designing and construction of transportation projects throughout Engineering District 4-0, that is Lackawanna, Luzerne, Pike, Susquehanna, Wayne and Wyoming Counties. The area of study may include cultural, historic, Section 4(f), Section 106 and historic and pre-historic archeology.

   The Contract will be for a period of sixty (60) months from the date of execution 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 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 evaluation of the firms submitting the Letters of Interest:

   a.  Specialized experience and technical competence of the firm.

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

   c.  Past record of performance with respect to cost control, work quality, ability to meet schedules and previous experience on Open-End Contracts.

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

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

   The selected firm will be required to provide all necessary professional, historic and archeological services, including field survey work and materials and equipment necessary to collect, analyze and organize data, prepare reports and develop mitigation plans.

   The reports and other written and graphic materials to be prepared may include, but not be limited to the following:

   Phase 1 Survey and Report; Phase 2 Survey and Report; Phase 1 and 2 Management Summaries and Reports; Phase 3 (Mitigation); Geomorphological Report; Phase 2 and 3 Work Plans; Historic Resources Survey; Determination of Effects Reports (Section 106); Eligibility Reports; Section 4(f) Reports; Section 2002 Reports, on non-Federal Projects; MOA's; MOU's; HABS/HAER Recordation's; Mitigation Plans; and Project Status Reports.

   Cultural Resource Studies identified above are 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. Charles M. Mattei, P.E., District Engineer
Engineering District 4-0
O'Neill Highway
Dunmore, PA 18512

   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: Ms. Jamie McIntyre, District 4-0, at (570) 963-3144.

Lackawanna, Luzerne, Pike, Susquehanna,
Wayne and Wyoming Counties

Project Reference No. 08430AG2422

   The Department will retain an engineering firm for three (3) Open-End Contracts for various engineering and/or environmental services on various projects located in Engineering District 4-0, that is Lackawanna, Luzerne, Pike, Susquehanna, Wayne and Wyoming Counties. Each Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of each Open-End Contract will be $1.0 million.

   The Department will establish an order of ranking of a minimum of seven (7) firms for the purpose of negotiating three (3) 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.  Specialized experience and technical competence of the firm. The specific experience of individuals who constitute the firm will be considered.

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

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

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

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

   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 Open-End 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. Charles M. Mattei, P.E., District Engineer
      Engineering District 4-0
      O'Neill Highway
      Dunmore, PA 18512

   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. George J. Roberts, P.E., District 4-0, at (570) 963-4064.

Monroe County

Project Reference No. 08430AG2423

   The Department will retain an engineering firm for a multi-phase, specific project agreement to conduct environmental studies, prepare preliminary engineering plans, perform final design and provide services during construction (shop drawing reviews and consultation during construction) for the proposed improvement of the intersection between S. R. 0611, S. R. 0940 and S. R. 0196 located in the Borough of Mount Pocono, Monroe County. The design of this project is expected to have an overall duration of thirty-three (33) months with shorter, varying schedules for individual phases. This agreement will be administered by Engineering District 5-0. The estimated construction cost is $2.0 million.

   S. R. 0611 in the project area is a rural minor arterial highway with four (4) 3.7-meter lanes (two (2) in each direction) and a 1.3-meter mountable concrete divisor that runs northwest and southeast through Monroe County. S. R. 0940 in the project area is a rural minor arterial highway that runs east and west through Monroe County. West of the project area, it has four (4) 2.7-meter lanes (two (2) in each direction) and has a 1.3 meter mountable concrete divisor. East of the project area, S. R. 0940 has two (2) 3.7-meter lanes (one (1) in each direction) with no division. S. R. 0196 is a rural major collector highway that runs north and south through north-central Monroe County. It has two (2) 3.7-meter lanes (one (1) in each direction) with no division and its southern terminus is at the intersection with S. R. 0611 and S. R. 0940.

   The existing intersection of these three (3) State routes consists of two (2) signalized intersections located approximately 50 meters apart (east and west). S. R. 0940 and S. R. 0196 intersect S. R. 0611 at the western signalized intersection. S. R. 0611 runs northwest and southeast through the intersection, with S. R. 0940 intersecting from the southwest at an approximate 90 degree angle and S. R. 0196 intersecting from the north at an approximate angle of 150 degrees. S. R. 0196 terminates at this intersection. S. R. 0940 then runs east along the same alignment as S. R. 0611 to the eastern signalized intersection. S. R. 0611 runs east and west through this intersection, with S. R. 0940 intersecting from the north at an approximate 90 degree angle, and a driveway to a commercial complex intersecting from the south at an approximate 90 degree angle.

   The project area is bounded by commercial and residential areas to the east, south, and west, and detached residences and forest to the north. There are no existing structures in the project area.

   The selected engineering firm will be required to provide a variety of engineering services ad indicated below, but not limited to:

   a.  Preparation of a feasibility study to recommend a proposed intersection improvement alternative, including: analysis of existing intersection, identification of feasible improvement alternatives, recommendation of a preferred alternative, and preparation of documentation justifying the selection of the recommended alternative.

   b.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 4 and associated documents including: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archeological surveys, etc.

   c.  Preliminary engineering including, but not limited to: field surveying; hydraulic and hydrologic analysis; Step 9 submission; roadway design; E & S plans; soils and geotechnical reconnaissance (if necessary); maintenance and protection of traffic; right-of-way investigation; and coordination with utility companies.

   d.  Preparation of final roadway, including, but not limited to: roadway; final design; and preparation of plans, specifications, and estimates.

   e.  Consultation during construction.

   All engineering services for this project will be performed in accordance with current Department Metric Design Standards.

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

   a.  Specialized expertise and technical competence.

   b.  Project team composition.

   c.  Project team experience.

   d.  Ability to expedite this project and maintain schedule and budget.

   e.  Past performance.

   f.  Location of consultant with respect to the project site and to the District Office.

   The District will announce the firms that have been shortlisted at a open public meeting to be held in Engineering District 5-0, 1713 Lehigh Street, Allentown, PA 18103. All candidates that have submitted a Letter of Interest will be notified of the date. Specify a contact person in the letter of interest.

   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).

   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. Walter E. Bortree, P.E., District Engineer
      Engineering District 5-0
      1713 Lehigh Street
      Allentown, PA 18103
         Attention: Mr. Stephen L. Caruano, P.E.

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

   Any technical questions concerning the requirements for this project should be directed to: Mr. Stephen L. Caruano, P.E., District 5-0, at (610) 791-6062.

Westmoreland County

Project Reference No. 08430AG2424

   The Department will retain an engineering firm to perform preliminary engineering, final design and services during construction (shop drawing review, construction consultation and plans recordation) for the Smithton Interchange Project, S. R. 0070, Section A01, located in South Huntingdon Township, Westmoreland County. The project consists of identifying and correcting the deficiencies at the Smithton Interchange (Exit 23) i.e., acceleration and deceleration lengths, ramp geometries, vertical clearances and site distance along with reconstructing approximately one (1) mile of I-70 between the Smithton High-Level Bridge and Exit 23. The estimated construction cost is $20 million.

   Included in the project are two (2) structures, a concrete arch carrying a branch of Cedar Creek under I-70 and a concrete deck steel I-beam single span bridge carrying I-70 over S. R. 3031 with an existing 15`-4" vertical clear. The proposed roadway typical for I-70 will include a 10` medial with two (2) 12` lanes and a 10` t 12` outside shoulder.

   The current ADT along I-70 is 33,732 vehicles with 23% trucks. The volume of truck traffic at the interchange is significant since the Smithton Truck Stop is located in the northeast quadrant of the interchange, a truck sales and service business is located in the southwest quadrant and the Motordrome Speedway is located only a short distance away from the interchange along S. R. 3059.

   The selected firm will be required to provide a variety of engineering services as indicated below, but not limited to:

   a.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 3 (or Level 4 if circumstances warrant) and associated documents including: cultural resource surveys, wetlands delineation and evaluation, Section 106 documents, hazardous waste reports, archaeological surveys, etc.

   b.  Preliminary engineering including, but not limited to: field surveys; public/local officials coordination; traffic studies; interchange modification studies; type, size and location; Step 9; roadway design; hydrologic and hydraulic report; E & S plans, soils and geological reconnaissance; traffic control plans; right-of-way investigation and coordination with utility companies.

   c.  Preparation of final design activities including, but not limited to: foundation submission/core borings/ geotechnical engineering report; final structure and roadway plans; signing and pavement marking plans; contour grading plan; final traffic control plan; pavement and drainage design; final right-of-way plan; specifications and cost estimate preparation.

   d.  Engineering services during construction including shop drawing reviews, consultation service and review of contractor's alternate design.

   All engineering services for this project will be performed in accordance with current Department Metric Design Standards.

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

   a.  Specialized experience and technical competence of firm. The specific experience of individuals who constitute the firms will be considered.

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

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

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

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

   The District will announce the firms that have been shortlisted at an open public meeting to be held in Engineering District 12-0, North Gallatin Avenue Extension, P. O. Box 459, Uniontown, PA 15401. All candidates that have submitted a letter of interest will be notified of the date. Specify a contact person in the letter of interest.

   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).

   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
      North Gallatin Avenue Extension
      Uniontown, PA 15401
         Attention: Mr. Jerome F. Bendo

   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. Jerome F. Bendo, District 12-0, at (724) 439-7377.

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 theright 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. 99-1686. Filed for public inspection October 1, 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.