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. 00-1339

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[30 Pa.B. 4068]

Allegheny County
Project Reference No. 08430AG2581

   The Department will retain an engineering firm for a multi-phase specific project agreement to provide environmental studies, preliminary design, final design, construction consultation, and shop drawing review on S. R. 1042, Section A01, Alle-Kiski Bridge and Roadway Connector, Allegheny County

   This project involves a new bridge structure and connector road. The bridge will span the Allegheny River somewhere between the Hulton Bridge and the New Kensington Bridge in Allegheny County. The connector road will connect the bridge to the Allegheny Valley Expressway (S. R. 0028). The design portion of this multi-phase project is expected to have an overall duration of approximately sixty (60) months with shorter, varying schedules for individual phases. The estimated construction cost of the new structure and roadway is $150 million.

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

   a)  Specialized experience and technical competence of firm.

   b)  Experience in preparation of environmental documents.

   c)  Experience in design of multi-span bridges.

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

   e)  Subconsultant experience.

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

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

   The firm selected may be required to provide a variety of engineering services including the following: environmental studies for environmental document preparation and public involvement; preliminary engineering studies involving field surveys, utility contacts, H&H studies, joint permit preparation, line, grade and typical section development, type, size and location submissions, geologic studies, erosion and sedimentation control plans and narratives, hydraulic computations, safety reviews, and Step 9 submission; final design activities including drainage and highway lighting design, right-of-way and traffic control plans, foundation submissions, structure designs and plan preparation, various field and office meetings, and plans, specifications, and estimates preparation; and engineering services during construction including shop drawing reviews and consultation services.

   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.

   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:

   Raymond S. Hack, P.E., District Engineer
   Engineering District 11-0
   45 Thoms Run Road
   Bridgeville, PA 15017
      Attention: Jeffrey S. Thompson, P.E.

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the twentieth (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Mr. Jeffrey S. Thompson, P.E. phone number (412) 429-4929, fax number (412) 429-4933.

Allegheny, Beaver and Lawrence Counties
Project Reference No. 08430AG2582

   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 11-0, that is Allegheny, Beaver and Lawrence 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, however, the Department retains the option of reducing this amount to $1.0 million depending on the status of the District's current Open-end Contracts at the time of the execution of this Contract.

   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 and the Annual Qualifications Packages on file with the Department. 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.

   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 relocation 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 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:

   Raymond S. Hack, P.E., District Engineer
   Engineering District 11-0
   45 Thoms Run Road
   Bridgeville, PA 15017
      Attention: Mr. Jeffrey Thompson, P.E.

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the twentieth (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Jeffrey Thompson, P.E., phone number (412) 429-4929, fax number (412) 429-4929, fax number (412) 429-4933.

Lancaster County
Project Reference No. 08430AG2583

   The Department will retain an engineering firm to provide environmental studies, preliminary engineering, final design, including preparation of bridge and roadway plans, specifications and estimates; shop drawing review and consultation during construction. This project is for the bridge replacement or bridge rehabilitation of a covered bridge. The location is as follows:

   *  S. R. 2006-001 Segment 0100/2342 Pine Grove Covered Bridge over Octoraro Creek in Little Britain Township, Lancaster County.

   The required services will include preparation of intent to enter notices; field surveys; Categorical Exclusion Evaluation Level 2 (under the new CEE classification, Level 4 under the old classification) with emphasis on cultural resources and the potential for state and federal threatened and endangered species; Section 4(f) Evaluation; public meetings; plotting of topography and cross sections; pavement and drainage design; submission of utility verification and relocation engineering; field view; safety review meeting; Step 9 and value engineering; hydraulic report including Wetland Identification and Delineation report; type, size and location submissions; structure plans; line and grade submissions; right-of-way plans; viewers plans; erosion and sedimentation control plans and narratives; Environmental Assessment Form and Application for Water Obstruction and Encroachment Permit; development of the soil and foundation engineering report; investigation of utility and property involvement; development of maintenance and protection of traffic plans and narratives; preparation of construction plans; specifications and estimates, consultation services during construction, electronic data transfer and shop drawing review.

   *  The design of this project will be developed using English units.

   *  The Department will use Welcom's Open Plan software for project management and tracking.

   *  A project specific Quality Development Plan will be prepared for this project.

   The Department is seeking a multi-disciplined team with environmental, geotechnical, highway design, and structure design experience, especially in the area of covered bridge rehabilitation.

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

   a.  Specialized experience and technical competence with replacement and rehabilitation of covered bridge projects and their ability to provide innovative solutions to complex technical problems.

   b.  Experience in environmental, highway design, structure design, geotechnical design, and hydrological/ hydraulic analysis and design.

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

   d.  The project team including subconsultants.

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

   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. Barry G. Hoffman, P.E., District Engineer
   Engineering District 8-0
   2140 Herr Street
   Harrisburg, PA 17103
      Attn: Mr. Richard Marshall, 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. Richard Marshall, P.E., District 8-0 at 717-787-3324.

Fayette, Greene, Washington and
Westmoreland Counties
Project Reference No. 08430AG2584

   The Department will retain an engineering firm to provide a minimum of two (2) survey corps for preliminary, final and construction surveys on various projects in Engineering District 12-0, that is Fayette, Greene, Washington, and Westmoreland Counties.

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

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

   a)  Review of employee's resumes with emphasis on surveying capabilities and specialized experience in Highway/Route Surveying.

   b)  Geographical location of firm in relation to the Engineering District.

   c)  Understanding of the Department's requirements, policies, and specifications.

   d)  Ability to provide survey crew on short (3-day minimum) notice.

   e)  Past performance.

   f)  GPS capability

   The qualifications and experience required of the firm's personnel must meet or exceed the requirements of the Department's surveyor class specifications. The descriptions for these classifications can be obtained from the District contact person identified at the end of this solicitation.

   The survey personnel and supporting resume information must be submitted with the letter of interest. There shall be no substitution or addition of personnel without first submitting resumes and receiving written approval by the Department.

   1.  All field survey work shall be under the supervision of a Professional Land Surveyor licensed in the Commonwealth of Pennsylvania.

   2.  Each survey crew shall consist of a minimum of one (1) party chief, one (1) instrument person and one (1) rod/prism/chain personnel to complete the crew.

   3.  Electronic equipment and procedures must be utilized in completion of surveys, unless otherwise directed by the Department.

   4.  The party chief must have a minimum of three (3) years experience as a party chief in highway related work. In the absence of the party chief, the corps will cease operations. Operations will commence when the corps is properly staffed and capable of executing the assignment.

   5.  Provisions will be included for railroad insurance, rental of arrow boards, ladders, and/or boats when and if needed.

   If a survey firm is submitting a letter of interest, it must indicate in the body of its transmittal letter the names and Professional Land Surveyor License Numbers of individuals who are directing activities, and whose names and seals shall be stamped on plans, specifications, plans and reports issued by the firm.

   The firm selected may be required to adequately staff a minimum of two (2) survey crews. The firm will be required to furnish each survey crew with all required material, equipment, liability insurance, safety equipment and procedures necessary for the efficient, timely and professional completion of highway route surveying including preliminary, construction, final, property, site development surveys as directed by the Department. In addition, the firm will be required to provide property records research, property plat compilation, and plat plan development. Preliminary surveys shall be performed using (3D) electronic survey procedures, unless otherwise directed by the Department. To ensure that all survey data is collected in a format that is compatible with the Department's Microstation Software, the Department will provide Department developed Electronic Survey Collection Software, and User's Manual to the selected firm. The software will be restricted to use on Department projects. The selected firm will be responsible for providing the hardware configuration necessary to complete surveys using the Department's software.

   The hardware requirements for the Intergraph System are Husky (Husky Inc.) handheld data collectors (1 Meg Memory), laptop computers, 31/2" Discs and electronic total stations surveying instruments with serial cables to communicate with handheld computers. The total stations shall be better than a five (5) second instrument.

   Software requirements are TDS Survey pro loaded on data collectors, and survey link loaded on laptop computers for editing purposes.

   The proposed contract necessitates a requirement of the selected firm to have the capability to update and perform its electronic data collection to a global positioning system (RTK).

   This project reference assignment is considered non-complex. The letter of interest shall be limited to a maximum of (3) three 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:

   Michael H. Dufalla, P.E., District Engineer
   Engineering District 12-0
   P. O. Box 459
   Uniontown, Pennsylvania 15401
      Attention: Donald P. Boord, P. L.S.

   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 Donald P. Boord, phone number 724-439-7338 fax number 724-439-7356.

York County
Project Reference No. 08430A2585

   The Department will retain an engineering firm to provide environmental studies, preliminary engineering, final design, including preparation of bridge and roadway plans, specifications and estimates, construction consultation and viewers plans for:

   S. R. 0462 Section 012, Segment 0140 Offset 2480 to Segment 0160 Offset 0977 in Springettsbury Township, York County. Work will involve roadway widening, sidewalk and drainage upgrades. There are potential historic properties within the job limits.

   The required services will include preparation of intent to enter notices, field surveys, plotting of topography, cultural resources, Categorical Exclusion Evaluation, wetlands, preliminary area reconnaissance, utility investigation, safety review meeting, hydrologic and hydraulic report, type, size and location submission, agency coordination, Step 9 submission, preparation of a joint permit application, development of a soils and foundation engineering report, erosion and sediment control plan and narrative, field view, right-of-way plans, utility engineering, structure plans, value engineering, maintenance and protection of traffic plan and narrative, preparation of construction plans, specifications and estimates, construction consultation, shop drawing review project management and viewers plans.

   *  The design of the project will be developed using English units.

   *  The Department, for project management and tracking, will use Welcom's Open Plan software.

   *  A project specific Quality Development Plan will be developed.

   The Department is seeking a multi-disciplined team with environmental, geotechnical, highway design and structure design experience.

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

   a)  Specialized experience and technical competence with the replacement and rehabilitation bridge projects and their ability to provide innovative solutions to complex technical problems.

   b)  Experience in environmental, highway design, structure design, geotechnical design, and hydrologic/hydraulic analysis and design.

   c)  Past record with respect to cost control (design and construction), work quality, and ability to meet schedules.

   The goal for the 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 non-complex. The letter of interest shall be limited to a maximum of three (3) pages, 8 1/2" x11", 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. Barry G. Hoffman, P.E., District Engineer
   Engineering District 8-0
   2140 Herr Street
   Harrisburg, PA 17103
      Attention: Mr. Gregory J. Vaughn

   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. Gregory J. Vaughn, District 8-0, at (717) 783-5149.

Allegheny County
Project Reference No. 08430AG2586

   The Department will retain an engineering firm to perform Preliminary Design, Final Design, and Construction Consultation on the following projects:

   1.  S. R. 48, Section A11, Allegheny County
Local Name: Wall Road Bridge

   This project is either the replacement or the removal of the 89-foot structure near the intersection of Wall Road. The scope of work will be dependent upon coordination with the Norfolk and Southern Railroad and the Department of Transportation.

   2.  S. R. 48, Section A16, Allegheny County
Local Name: Mosside Boulevard Bridge

   This project involves the replacement of the existing 812-foot five span bridge over Turtle Creek and the Norfolk and Southern Railroad and a local service road on State Route 48. The proposed structure will be widened to the number of required lanes determined by a traffic study conducted by the District Traffic Unit.

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

   a)  Specialized experience and technical competence of firm.

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

   c)  Past record of performance for similar type projects with respect to cost control, work quality and ability to meet schedules.

   d)  Subconsultants assigned to this project and the experience, ability and past performance of these firms.

   e)  Special requirements of project--coordination and negotiating with railroad companies.

   The firm selected will be required to perform services for Preliminary and Final Design which includes, but is not limited to, Field Survey; Preliminary and Final Geotechnical Engineering; Right-of-Way Investigation and plan completion; Hydrology and Hydraulic Report; Safety Review Meetings; Design Field View Submission; Preliminary and Final Type, Size and Location Submission; Final Bridge and Roadway Design and Plans; Welcom Open Plan Schedule, Constructibility Review; Consultation during Construction; and Shop Drawing Review.

   The design of this project will be developed in English units.

   The District will announce the firms that have been shortlisted at an open public meeting to be held at Engineering District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017 on September 11, 2000 at 10:00 a.m. Specify a contact person in the letter of interest to notify of changes to the date or time.

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

   This project reference assignment is considered moderately complex. The letter of interest shall be limited to a maximum of five 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:

   Raymond S. Hack, P.E., District Engineer
   Engineering District 11-0
   45 Thoms Run Road
   Bridgeville, PA 15017
      Attention: Cheryl Moon-Sirianni, P.E. or Bill Erstfeld.

   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 Cheryl Moon-Sirianni, P.E. or Bill Erstfeld, District 11-0, at (412) 429-4871 or 5034.

Adams, Cumberland, Franklin, York, Dauphin, Lancaster, Lebanon and Perry Counties
Project Reference No. 08430AG2587

   The Department will retain one engineering firm for an Open End Contract to provide design services for several disciplines with a major emphasis on wetlands identification/delineation, 105 permits, hydraulic and hydrology reports, and geotechnical engineering. Other tasks include value engineering, identification of transportation project issues for scopes, noise mitigation, surveys, pavement design, roadside development plans, highway lighting, utility coordination, grade crossing activities, right-of-way plans, and contract management activities. Provide professional services as a member of project design teams on various Betterment, Bridge Bill, and Safety projects in Engineering District 8-0, that is: Adams, Cumberland, Franklin, York, Dauphin, Lancaster, Lebanon and Perry Counties. The Contract will be for a period of sixty (60) months, with a maximum cost of $ 1.0 Million dollars.

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

   The following, 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 with similar projects and their ability to provide innovative solutions to complex technical problems.

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

   C.  Resource availability to meet multiple assignments in a timely manner.

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

   E.  Project team coordination including subconsultants and how the project manager will manage several disciplines and interact successfully with the District design teams.

   F.  Use of Microstation CADD.

   The work and services required under this Contract may encompass a wide range of design services activities with concurrent assignments and short schedules. These tasks will generally comprise elements of projects that are under design in District 8-0 and will most likely be Betterments, Bridge Bills, and Safety projects on roadways and bridges.

   The engineering work and services which may be required under this Contract include, but are not limited to: perform value engineering coordination; delineate wetland resources and prepare wetland reports; collect data to define transportation need for a study area; analyze feasibility for noise abatement; perform survey tasks including conventional and GPS control; perform pavement design including design borings; perform geotechnical work including engineering reports, borings, and soil profiles; complete roadside development plans including wetland mitigation and landscape design; evaluate highway lighting and develop plans; prepare and/or review Chapter 105 Permit applications and assist District in obtaining approvals; prepare Hydrologic and Hydraulic reports for structures; coordinate utilities including verifying utility locations, preparing utility location plan, assessing utility impacts, and coordinating utility engineering and agreements; coordinate railroad and grade crossing requirements with project team, PUC, and the public including filing for PUC applications; develop right-of-way plans including deed research, plan development and review of plans; and support contract management tasks including bid proposals, estimates, and construction schedules.

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

   The 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
      Attention: Mr. Richard Marshall.

   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: Richard Marshall, District 8-0, Design Unit at (717) 787-3324, fax (717) 705-2262.

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. 00-1339. Filed for public inspection August 4, 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.