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. 00-1734

NOTICES

Retention of Engineering Firms

[30 Pa.B. 5201]

Adams, Cumberland, Dauphin, Franklin, Lancaster,
Lebanon, Perry and York Counties
Project References No. 08430AG2600

   The Department previously advertised this Project Reference Number on September 2, 2000 to solicit Letters of Interest for the Department to retain an engineering firm for an Open-End Contract for various engineering and environmental services on traffic and maintenance type projects in Engineering District 8-0.

   This re-advertisement deletes the section concerning architectural and architectural engineering services, which originally appeared in this advertisement.

   The Department of Transportation will retain an engineering firm for an Open-End Contract for various engineering and environmental services on traffic and maintenance type projects located in Engineering District 8-0 that is Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York Counties. The contract is expected to be for sixty (60) month period with projects assigned on an as needed basis. The maximum amount of the Open-End Contract will be $1.0 million.

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

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

   a.  Specialized experience and technical competence of the firm with emphasis on the firm's ability to handle projects of a diverse and complex nature. The firm's experience in traffic related design, including Intelligent Transportation System (ITS) implementation, safety and maintenance improvement projects and minor bridge or culvert design projects; the firm's ability to address critical environmental issues in a timely and cost effective manner; and the firm's ability to procure all necessary permits.

   b.  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 who constitute the firms shall be considered.

   c.  Location of consultant in respect to the Engineering District 8-0.

   d.  Use of Micro-station CADD compatible equipment.

   e.  Available staffing for this assignment. The selected firm could be assigned up to 20 concurrent work orders of a similar or diverse nature. Prompt turn-around time is expected.

   f.  Relative size of the team, to the size of projects that may be completed under this Contract.

   The possibility exists that many different types of projects will be assigned under short term completion schedules which will encompass a wide range of traffic engineering projects, including, but not limited to, traffic signal and signal system design/analysis, traffic signing and sign structure designs and reviews, prepare/review maintenance and protection of traffic plans and preliminary field surveys.

   Other areas of traffic engineering expertise associated with these projects may include, but are not limited to, developing and reviewing traffic signal permit drawings (new and revised), developing and/or reviewing traffic signal construction plans, data collection analysis (including preliminary field surveys and traffic counts), developing traffic signal coordination timing plans, analyzing and fine-tuning existing signal system timing plans to address any system deficiencies, observe on-street system operation during peak and off peak periods, adjust coordination timing parameters to optimize traffic flow, prepare lighting conversion plans, conducting traffic engineering studies in accordance with Title 67, Chapter 201, reviewing Highway Occupancy Permits (HOPs) in accordance with Title 67, Chapter 441 and Publication 170 for appropriate design criteria, review traffic impact studies, checking HOP plans and documentation for accuracy and compliance with current requirements and design standards, review for driveway applications as well as intersection improvements, conduct detailed field views for each permit review, review and evaluate traffic impact studies, drainage design, regulatory and warning signs, and pavement markings.

   In addition, the selected firm may be required to perform engineering studies and design in support of the District's Maintenance Unit. These services could include, but are not limited to: drainage and hydraulic studies, storm water management, minor structural design, core borings and geotechnical investigations, PUC coordination, wetland delineation and mitigation design, preparation of categorical exclusion evaluations, preparation of erosion and sedimentation control plans, and preparation of GP-7 minor stream encroachment permit, applications for Penn DEP.

   Provide survey data for in-house design projects, if needed. Survey information must be directly compatible with the District's in-house design capabilities. The District uses in-house software (available to the consultant) or TDS software with a DOS operating data collection.

   Consultant shall be able to prepare subdivision and land development plans for Maintenance stockpiles and represent Department at municipal meetings where approval of subdivision and land development plans are necessary.

   Areas of environmental study associated with these projects may include, but are not limited to: soils, geology; streams, rivers and watercourses, wetlands, floodplains, navigable waterways, surface water and groundwater resources, National and State Wild and Scenic Rivers and Streams; vegetation, wildlife and habitat, terrestrial and aquatic ecology, threatened and endangered species investigation, farmland, National Natural Landmarks, natural and wild areas, cultural resources, parks and recreation facilities, hazardous and residual waste including under ground storage tanks, air quality, noise, energy, vibration, public controversy on environmental grounds, aesthetic and other values including visual quality, and socioeconomic impacts. All environmental studies will be conducted in accordance with accepted analysis techniques and methodologies.

   The selected firm may be required to perform any or all of the above in order to ensure a completed traffic engineering or maintenance investigation has been performed: provide all necessary engineering services, material and equipment necessary to collect, analyze and review data, prepare reports, and attend meetings with applicants and agencies.

   The format and content of all documents, plans, and specifications will be consistent with applicable State and Federal regulations and guidelines. This is the general description of the work involved. A more specific and project related scope of work will be outlined for each individual work order developed under the Open-End Contract.

   Project schedules will be maintained by the Department using Welcome ''Open Plan'' software. Consultant schedule software must be compatible.

   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).

   If you have already submitted a Letter of Interest for this Project Reference Number, no additional actions are required on your part. You may submit a new Letter of Interest or the Department will evaluate your first submission without consideration of any reference to the architectural and architectural engineering services and if you resubmit a Letter of Interest your first submission will be discarded.

   If you desire to submit/resubmit a Letter of Interest, the submissions shall be sent to:

   Mr. Barry G. Hoffman, P.E., District Engineer
   Engineering District 8-0
   2140 Herr Street
   Harrisburg, PA 17103-1699
      Attention: Mr. Glenn Rowe, 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 of this project should be directed to Mr. Glenn Rowe at (717) 783-3981.

Lehigh County
Project Reference No. 08430AG2617

   The Department will retain an engineering firm for a multi-phase, project specific agreement, to provide preliminary engineering, environmental documentation, final design, and construction services on S.R. 0145, Section 08S, S.R. 0145 Safety Project--Whitehall, Lehigh County.

   This project involves the SAMI type betterment of S.R. 145 between just south of Mechanicsville Road (S.R. 1012) and just north of Municipal Drive in Whitehall Township, Lehigh County.

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

   a)  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on similar work. The specific experience of individuals employed by the firm shall be considered.

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

   c)  Specialized experience and technical competence of firm.

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

   e)  Proposed project team composition.

   The firm selected may be required to perform, but not limited to, the following services for this project:

   1.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 1b and associated documents including: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archeological surveys, etc.

   2.  Preliminary engineering including, but not limited to: Field surveying; hydraulic and hydrologic analysis; Type, Size, and Location drawings (if warranted for the reconstruction or rehabilitation of any structure(s) on S.R. 0145); Step 9 Submission; roadway design; E&S plans; soils and geotechnical reconnaissance; maintenance and protection of traffic; right-of-way investigation; and coordination with utility companies.

   3.  Preparation of final roadway (and structure plans if warranted), including, but not limited to: roadway (and structure) borings; final design; and preparation of plans, specifications, and estimates.

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

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

   This project reference assignment is considered complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. Walter E. Bortree, P.E., District Engineer
   Engineering District 5-0
   1713 Lehigh Street
   Allentown, PA 18103
      Attn: Brian H. Graver

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

   Any technical questions concerning the requirements for this project should be directed to Brian H. Graver, phone number (610) 798-4322 or Amanda Leindecker, phone number (610) 798-4136, fax number (610) 798-4116.

Berks County
Project Reference No. 08430AG2618

   The Department will retain an engineering firm for a multi-phase, project specific agreement, to provide preliminary engineering, environmental documentation, final design, and services during construction on the following projects:

   1.  S.R. 0176, Section PM1, Berks County
      Local Name: I-176 Preventive Maintenance This
      project involves the design of various preventive
      maintenance measures for S.R. 0176 from    approxi
      mate milepost 4.0 to milepost 7.4. The project is
      located in Cumru and Robeson Townships, Berks
      County.

   2.  S.R. 0176, Section 002, Berks County
      Local Name: I-176 Reconstruction & 176/724 Inter-
      change This project involves the I4R type reconstruc-
      tion of S.R. 176 from approximate milepost 7.4 north
      to just south of the interchange between S.R. 0176
      and S.R.727 0422. This project does not include the
      interchange between S.R. 0176 and S.R. 0422, but
      does include the interchanges between S.R. 0176 and
      S.R. 0724 and southbound S.R. 0176 and S.R. 0010.
      The project is located in Cumru and Robeson Town-
      ships, Berks County.

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

   a.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on similar work. The specific experience of individuals employed by the firm shall be considered.

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

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant with respect to the District Office.

   e.  Proposed project team composition.

   The firm selected may be required to perform, but not limited to, the following services for this project:

   1.  As part of the I4R reconstruction project (S.R. 0176, Section 002), prepare of a Point of Access Study for the reconstruction of the interchange between S.R. 0176 and S.R. 0724 and southbound S.R. 0176 and S.R. 10.

   2.  Complete all studies necessary for the preparation of a Categorical Exclusion Evaluation Level 2 and associated documents including: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archeological surveys, etc.

   3.  Perform preliminary engineering including, but not limited to: Field surveying; hydraulic and hydrologic analysis; Type, Size, and Location drawings (there are five (5) structures in the project area of S.R. 0176, Section PM1 and eight structures in the project area of S.R. 176, Section 002); Step 9 Submission; roadway design; E&S plans; soils and geotechnical reconnaissance; maintenance and protection of traffic; right-of-way investigation; and coordination with utility companies (and railroad companies if warranted).

   4.  Prepare of final roadway and structure plans, including, but not limited to: roadway and structure borings; final design; and preparation of plans, specifications, and estimates.

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

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

   This project reference assignment is considered complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. Walter E. Bortree, P.E., District Engineer
   Engineering District 5-0
   1713 Lehigh Street
   Allentown, PA 18103
      Attn: Brian H. Graver

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

   Any technical questions concerning the requirements for this project should be directed to Brian H. Graver, phone number (610) 798-4322, fax number (610) 798-4116.

Berks County
Project Reference No. 08430AG2619

   The Department will retain an engineering firm for a multi-phase project specific agreement, to provide a corridor analysis on S.R. 0422, Section 31S, 422 Corridor Study, Berks County.

   The selected consultant will undertake a corridor study of S.R. 0422. The project limits shall extend from the existing interchange between S.R. 0422 and I-176 east to the Montgomery County line (a distance of approximately 23.8 miles). This study will result in the preparation of a Comprehensive Transportation Needs Analysis Report.

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

   a.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on similar work. The specific experience of individuals employed by the firm shall be considered.

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

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant with respect to the District Office.

   e.  Proposed project team composition.

   The firm selected may be required to perform, but not limited to, the following services for this project: Research available roadway, traffic, demographic, and environmental data; Evaluate the corridor, identifying transportation system needs; Identify and evaluate improvement concepts for the Department to use in developing a prioritized list of recommendations; Prepare a Comprehensive Transportation Needs Analysis Report for District approval.

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

   The Letter of Interest submission shall be sent to:

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

   Allentown, PA 18103
      Attn: Brian H. Graver

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

   Any technical questions concerning the requirements for this project should be directed to Brian H. Graver, phone number (610) 798-4322 or Stephen Caruano, P.E., phone number (610) 798-4226, fax number (610) 798-4116.

Carbon County
Project Reference No. 08430AG2620

   The Department will retain an engineering firm for a multi-phase, project specific agreement, to provide preliminary engineering, environmental documentation, final design, and construction services on S.R. 0903, Section 03B, Jim Thorpe Bridge Replacement, Carbon County.

   This project involves the replacement of the Jim Thorpe Bridge over the Lehigh River and the tracks of Norfolk Southern and the Carbon and Schuylkill Rail Authority, located in the Borough of Jim Thorpe, Carbon County.

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

   a.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on similar work. The specific experience of individuals employed by the firm shall be considered.

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

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant with respect to the District Office.

   e.  Project team composition.

   The firm selected may be required to perform, but not limited to, the following services for this project:

   1.  Preparation of a feasibility study identifying replacement alternatives (including but not limited to replacement on existing alignment, replacement on an upstream alignment to improve roadway alignment, and any other alternative the consultant deems feasible). The study will evaluate each alternative based on factors developed in consultation with Department staff. The Department will recommend a preferred alternative.

   2.  All studies necessary for the preparation of an Environmental Assessment and associated documents including: cultural resource surveys; wetlands delineation and evaluation; Section 106 documents; hazardous waste reports; archeological surveys, etc. (This task may require preparation of an Environmental Impact Statement as a result of the EA).

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

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

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

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

   This project reference assignment is considered complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. Walter E. Bortree, P.E., District Engineer
   Engineering District 5-0
   1713 Lehigh Street
   Allentown, PA 18103
      Attn: Brian H. Graver

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

   Any technical questions concerning the requirements for this project should be directed to Brian H. Graver, phone number (610) 798-4322, fax number (610) 798-4116.

Luzerne County
Project Reference No. 08430AG2621

   The Department will retain an engineering firm for a multi-phase, specific project agreement to provide preliminary engineering, environmental studies, final design and construction services for S.R. 0115, Section 303, a new two-lane highway on a new alignment in Plains, Wilkes-Barre and Laurel Run Townships, Luzerne County. The estimated construction cost is $10.9 million.

   The project consists of designing a new two-lane highway approximately 2.5 miles long and evaluating alignments through a 2,000 ft wide corridor which crosses the Laurel Run Creek and connects Exit 46 of I-81 to the intersection of S.R. 0115 and East Mountain Boulevard. Work on Exit 46 consists of new ramps as well as modifying existing ramps and highway lighting. Work on Exit 47 consists of evaluating ramp lengths and highway lighting.

   The selected firm may be required to provide a variety of services including the following:

   Monitor Water Quality: Services include monitoring water quality and the Bentic community for portions of the project area before, during and after construction.

   Environmental Assessment: Services include, but is not limited to: Design Location Study/Alternatives Analysis; the preparation and completion of all required documents which will begin as a Class 3 action (environment assessment as defined by Pub. 362, June 1999); wetland delineation-evaluation and mitigation; Phase 1 investigation for potential hazardous materials and report; Phase 1 archaeological survey and historical structures inventory and report; agency coordination meeting presentations; secondary impact analysis; terrestrial habitat investigation and threatened and endangered species analysis. The Department Environmental Unit will prepare section 106 study (i.e. Scope) requirements.

   Preliminary Engineering: Services include, but is not limited to: field surveying; plot topography and cross sections; prepare Design Field View Submission; prepare submissions for utility verifications and relocation plans; develop erosion control plans-details and narratives; prepare Right-of-Way Plans; prepare hydraulic and hydrologic analysis including all required permit applications; prepare Type Size & Location Plans/Reports; prepare/administer/inspect core boring layouts and contracts; prepare foundation designs and reports; develop traffic control plans; conduct traffic counts; perform an origin and destination study; perform level of service studies and perform a point of access study.

   Final Design: Services include, but is not limited to: Preparation of final roadway, structure, right of way, erosion & sediment control, soil profile sheets plans, specifications and estimates.

   Construction Services: Services include, but is not limited to: Checking and approving shop drawings; resolving any design/construction conflicts and general consultation during construction.

   The Department during the evaluation of firm's letters of interest will consider the following factors, listed in order of importance:

   A)  Presentation of firm's technical information in the Letter of interest:

   1)  Is the Project Reference number clearly shown?

   2)  Is firm's legal name clearly stated?

   3)  Is firm's federal identification number clearly shown?

   4)  Are excess resumes attached to Letter of Interest? Excessive resumes are defined as any resume already listed in an Annual Qualification Package.

   B)  Specialized experience and technical competence of the firm and their subconsultants (successful completion of similar projects).

   C)  Specialized experience and technical competence of the firm's personnel.

   D)  Specific individuals from the firm who are available to be assigned directly to this project for the duration of the agreement.

   E)  Method of controlling quality of products and submissions. Special consideration will be given to plans that have coordination between disciplines and subconsultants.

   F)  Location of the firm's working office in relationship to the Engineering District 4-0 Office.

   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 for this Agreement is contained in the General Requirements and Information Section after the advertised project(s).

   This project reference assignment is considered complex. The letters of interest shall be limited to a maximum of five (5) pages, an organizational chart and additional one-page resumes only of key personnel not included in Annual Qualifications Packages. All pages/attachments to letters of interest will be 8 1/2" x 11"and one sided. (See the General Requirements and Information Section for additional requirements)

   The Letters of interest will be sent to:

   Mr. Charles Mattei, P.E., District Engineer
   Engineering District 4-0
   O'Neill Highway
   Keystone Industrial Park
   Dunmore, Pa 18512
      Attn: Mr. Bernard Walko, P.E.

   The Letters of Interest Submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing local time, on the tenth (10th) day following the date of this notice.

   Any technical questions concerning the requirements for this project should be directed to Mr. Bernard Walko P.E., phone number (570) 963-4253, fax number (570) 963-4014.

Adams, Cumberland, Franklin, York, Dauphin, Lancaster, Lebanon and Perry Counties
Project Reference No. 08430AG2622

   The Department Of Transportation will retain an engineering or surveying firm to provide preliminary, final, construction, and geodetic surveying services for various projects throughout the Engineering District 8-0 area. That is Adams, Cumberland, Franklin, York, Dauphin, Lancaster, Lebanon, and Perry Counties. The contract will be for a period of thirty-six (36) months from the date of the notice to proceed.

   The selected firm must be able to adequately staff a minimum of two (2) four-person survey crews and have adequate staff to provide two-person, three-person, four-person crews, and individual technicians when needed. The firm will be required to furnish each crew with all of the required materials, equipment, liability insurance and safety equipment necessary for the efficient, timely, and professional completion of various types of survey projects, such as geodetic, engineering, construction, and property surveys.

   Preliminary highway surveys, using total station electronic surveying and data collection equipment must be compatible with ''INTEGRAPH INROADS SURVEY'' software. The selected firm will be responsible for providing the hardware configuration necessary to deliver an electronic raw data file that is comparable to the department's files and compatible with the Department's Micro Station CADD system. GPS survey equipment must be compatible to ''Trimble Geomatics Office'' software. The Department will provide the necessary feature tables and function code listings so that all fieldwork will be completed using linear and curvilinear features. Surveying procedures and levels of accuracy will adhere to Publication 122M and Form 442.

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

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

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

   b.  Geographical location of consultant's office in relation to the engineering district. This does not include satellite offices.

   c.  Level of understanding of Department's procedures, requirements, policies, and specifications.

   d.  Ability to provide services on short(5-day minimum) notice.

   e.  Past Performance Ratings.

   f.  Ability to perform survey support functions.

   The qualifications and experience required of the firm's personnel must meet or exceed the requirements of the Department's surveyor class specification. The description 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.

   The engineering or surveying firm must comply with the following requirements:

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

   2.  Each two-person survey crew shall consist of a supervisor and a prism/rod person. Each three-person crew shall consist of a supervisor, an instrument person and a rod/prism person. Each four-person crew shall consist of a supervisor, an instrument person and two rod/prism persons.

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

   4.  Survey crew will provide suitable work zone maintenance and protection of traffic in accordance Department Publications.

   5.  Provisions will be included for railroad insurance and rental of arrow boards, if needed.

   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"x11", one-sided, plus an organizational chart (up to 11"x17" size) and additional resumes, if applicable. (See the General Requirements and Information Section for additional requirements)

   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, Pennsylvania 17103-1699
      Attn: Kenneth C. Quigley, 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 Kenneth C. Quigley, P. L.S., District 8-0, at phone (717) 787-6104, fax (717) 783-4788.

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. 00-1734. Filed for public inspection October 6, 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.