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. 00-616

NOTICES

DEPARTMENT OF
TRANSPORTATION

Retention of Engineering Firms

[30 Pa.B. 1918]

Bedford, Blair, Cambria, Fulton, Huntingdon
and Somerset Counties

Project Reference No. 08430AG2526

   The Department will retain two (2) engineering firms for two (2) Open-End Contracts for various engineering and/or environmental services on various projects located in Engineering District 9-0, that is Bedford, Blair, Cambria, Fulton, Huntingdon, & Somerset 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 $1.5 million.

   The Department will establish an order of ranking of a minimum of five (5) firms for the purpose of negotiating two (2) Open-End Contracts based on the Department's evaluation of the letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

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

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

   The areas of environmental study required under these Contracts may include, but are not limited to: air quality; noise; energy; vibration; hazardous waste; surface water and ground water quality; surface water and ground water hydrology; terrestrial ecology including threatened and endangered species; wetlands; soils; geology; farmlands; visual quality; socio-economic resources; cultural resources; Section 4(f) Evaluations; early coordination and; scoping correspondence; meeting minutes; public meeting and hearing presentations; visualization materi-als, 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 no more than three (3) additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. Earl L. Neiderhiser, P.E., District Engineer
      Engineering District 9-0
      1620 N. Juniata Street
      Hollidaysburg, PA 16648
         Attn: David L. Sherman, 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 tenth (10th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to David L. Sherman, P.E., phone number (814) 696-7172, fax number (814) 696-7173.

Bucks County

Project Reference No. 08430AG2527

   The Department will retain an engineering firm to provide final design and services during construction on the following project:

   S. R. 0001, Section 03S, Bucks County Local Name: Lincoln Highway in Bensalem Township, Middletown Township, and Langhorne Manor Borough, Bucks County from Trevose Road to Route 213

   This project involves rehabilitation of seven (7) structures, widening a section of the roadway between Street Road and Rockhill Road, installation of concrete median barrier throughout the length of the project, guiderail update, and new roadway signing.

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

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

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

   c)  Specialized experience and technical competence of firm.

   d)  Location of Consultant with respect to the District.

   The firm selected may be required to provide the following engineering and design services: surveys; roadway design; drainage design; preparation of cross sections; erosion and sedimentation control design; right of way investigation and plan preparation, structure design; subsurface boring, sampling, and testing; preparation of traffic control, pavement marking, and signing plans; traffic signal design; traffic analysis; utility coordination; coordination with PUC, PennDEP, US Army Corps of Engineers, public agencies, municipal officials, and the public; preparation of final plans, specifications and estimates; shop drawing reviews; alternate design review; construction consultation, and any other duties required to complete the expected deliverables for this project.

   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 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. Andrew L. Warren
      District Administrator
      Engineering District 6-0
      7000 Geerdes Boulevard
      King of Prussia, PA 19406

   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. Timothy R. O'Brien, P.E., District 6-0, phone number (610) 205-6850, fax number (610) 205-6903 or Ms. Madeleine C. Fausto, District 6-0, at (610) 205-6848, fax number (610) 205-6903.

Pike County

Project Reference No. 08430AG2528

   The Department will retain an engineering firm to perform preliminary design and services during construction for Pennsylvania State Route 0434, Section 470, the replacement of The New York-Pennsylvania Joint Bridge Commission--Bridge Number Three over the Delaware River in Shohola Township, Pike County, Pennsylvania and the town of Highland, Sullivan County, New York.

   The existing bridge is a three (3) span thru truss with a girder end span on one side and has an overall length of 227.0 M (744.6 feet) with a roadway width of 7.0 M (23.0 feet). The proposed bridge will be approximately 245.4 M (805 feet) in length and consist of two (2) lanes with shoulders and sidewalks right and left. The new bridge will have a slight upstream centerline shift. Once traffic is switched to the new bridge the existing bridge will be removed and the remainder of the new bridge will be completed. The estimated construction cost of this project is $5.05 million.

   The Department intends to use a Modified Turn-Key Concept for this project. The successful consultant will have both Pennsylvania and New York licensed professional engineers on staff to design work in their respective states and will prepare conceptual plans, which will include:

   1)  Complete Preliminary and Final Right of Way Plans for the Pennsylvania and New York portions of the project respectively, Line and Grade Approval, conceptual Erosion and Sedimentation Control Plan Approval and Design Field View (Preliminary Roadway Plans) approval. The Department will provide Environmental Clearance for the project.

   2)  Type Size & Location, 105 Permits, and Foundation Approvals.

   The Department will advertise for a contractor to complete the design and construct the project based on the conceptual design approvals.

   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 make up the firm.

   b.  The specific experience of individuals from the firm who are available to be assigned directly to this project, for the duration of this agreement.

   c.  Understanding of the Commonwealth of Pennsylvania and State of New York requirements, design manuals, policies and specifications.

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

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

   The firm selected may be required to perform field surveys; plot topography and cross sections; prepare Design Field View Submission; prepare submissions for utility verification and relocations engineering; develop erosion control plans, details and narratives; prepare right-of-way plans; prepare hydraulic and hydrologic analysis; prepare permit applications; prepare type, size and location reports; prepare/inspect core boring layouts; prepare foundation designs and reports; develop traffic control plans; participate in value engineering and constructability reviews; conduct traffic counts; prepare preliminary signal plans; prepare Modified Turn-Key bidding documents, including specifications and estimates; and provide project management and any other work and services required to complete the required deliverables.

   Services during construction may include review/approval of the contractor's final design plans, shop drawing reviews, and consultation during construction.

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

   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 organiza-tional 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:

Over Night AddressORMailing Address
Mr. Charles M. Mattei,
   P.E.
Mr. Charles M. Mattei,
   P.E.
District EngineerDistrict Engineer
Engineering District 4-0Engineering District 4-0
O'Neill HighwayP. O. Box 111
Dunmore, PA 18512Scranton, PA 18501

   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 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, PE, phone number 570-963-4253, fax number 570-963-4014.

Berks, Carbon, Lehigh, Monroe,
Northampton and Schuylkill Counties

Project Reference No. 08430AG2529

   The Department will retain an engineering firm to provide design review assistance on Highway Occupancy Permit Applications. This contract will be a Specific Project Engineering Agreement for a period of thirty-six (36) months for a total of $1.0 million dollars ($1,000,000).

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

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

   a)  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on Highway Occupancy Permit Review Contracts (if any). 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 and availability of Consultant with respect to the District Office.

   e)  Avoidance of potential conflict of interest in review tasks.

   The selected consultant must use its own offices when performing review work under this contract. The selected consultant will not be permitted to work on any assignment for which it may have a conflict of interest.

   The firm selected may be required to provide assistance with design reviews of Highway Occupancy Permit Applications for low, medium, and high volume driveways or road improvements submitted to the District 5-0 Permit Office. The nature of the reviews requires that the selected consultant be able to perform review tasks andfurnish review comments within a very short time frame (usually 10 business days from assignment of the permit application review to the consultant). Tasks required under this contract may include, but are not limited to: technical review of submitted applications (review of plans and supporting documentation); drainage review; traffic and signal design review (in conjunction with the District Traffic Unit); attendance at meetings with municipalities and applicants (and their consulting engineers if applicable. The number of personnel required for this contract are approximately one project manager and four to seven support personnel working part-time from the consultant's office(s) and one permit clerk working full-time in the District 5-0 Permit Office.

   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: James R. McGee, 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 tenth (10th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to James R. McGee, P.E., phone number (610) 798-4158, fax number (610) 798-4116 or Francis J. Hanney, phone number (610) 798-4173, fax number (610) 798-4116.

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 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.

   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 opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The TEA-21 requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they are defined prior to the act, WBEs or combinations thereof).

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

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

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

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 00-616. Filed for public inspection April 7, 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.