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. 00-1644

NOTICES

Retention of Engineering Firms

[30 Pa.B. 4975]

Allegheny County

Project Reference No. 08430AG

   The Department will retain an engineering firm to provide construction management support services and a supplementary construction inspection staff of approximately forty-five (45) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

   1.  S. R. 3069, Sections A05 and 012, Allegheny County Local Name: Liberty Bridge. This project involves a deck overlay and dam and bearing repairs on the inbound lanes of the Liberty Bridge in the City of Pittsburgh.

   2.  S. R. 0885, Sections A08, A11, A12, A13, and A19, Allegheny County. Local Name: Boulevard of the Allies/Boulevard of the Allies Bridge Nos. 1, 2, 3 and 4. This project consists of the rehabilitation of four (4) structures along the outbound lanes of the Boulevard of the Allies between the Liberty Bridge and the Parkway East (I-376) and resurfacing the eastbound/outbound lanes of the Boulevard of the Allies. S. R. 0885, Section A08 includes resurfacing of the eastbound/ outbound lanes, construction of new parapets, concrete reconstruction and new sign structures. S. R. 0885, Section A11 is the replacement of existing concrete channel beams with a new retaining wall. S. R. 0885, Section A12 is the rehabilitation and replacement of existing concrete cantilever structures with a new retaining wall. S. R. 0885, Sections A13 and A19 projects include a concrete slab replacement. All sections will have a new ''F'' type parapet. The project is located in the City of Pittsburgh.

   3.  S. R. 0028, Sections A26, A27 and A28, Allegheny County Local Name: PA 28. S. R. 0028, Section A28 is on the Interstate Expressway Program for concrete patching, asphalt overlay, shoulder repair, drainage, guiderail updates and pavement markings. S. R. 0028, Section A26 is the rehabilitation of the Kittanning Pike Bridge and S. R. 0028, Section A27 is the rehabilitation of the Scouts Reserve Bridge. Both rehabilitations include deck replacements and minor substructure repair. The limits of the project are from Ravine Street to Highland Park Southbound on PA 28. The project is located in the Borough of Sharpsburg.

   4.  S. R. 0008, Section A05, Allegheny County Local Name: PA 8: Kittanning-Saxonburg Bridge. This project is the reconstruction and realignment of S. R. 0008 between Kittanning Street and Saxonburg Boulevard. Includes construction of seven (7) retaining walls in addition to major excavation. This project also involves the replacement of the Grant Street Structure with a prestressed box beam bridge. The project includes guiderail, median barrier, mountable curb, Superpave items and a new drainage system. There are major utility relocations associated with this project. This project is located in the Borough of Etna and the Township of Shaler.

   Department policy requires firms providing construction inspection services to have a Federal Acquisition Regulation (FAR) field overhead rate established. The Department's current policy (SOL-430-91-34) requires a firm to submit their proposed field and office cost allocation approach, before the beginning of the fiscal year where the separate overhead rates would apply. This approach must comply with the provisions set forth in Part 31 of the Federal Acquisition Regulations (48 CFR Chapter 1) which governs the determination of the eligibility of costs making up the firm's Direct and Indirect Costs.

   The anticipated duration of construction is eighteen (18) months with the expiration date established as thirty (30) days after the Acceptance Certificate (CS-4138) has been issued to the construction contractor for the last project within the agreement.

   The construction Management Support/Inspection Services Team (CMSI) will be require to provide, but not limited to, the following services:

   *  Implement a project control system to document, monitor, evaluate and resolve field construction problems.

   *  Develop, monitor and maintain a master CPM schedule.

   *  Monitor and maintain the contractors' CPM schedule.

   *  Prepare and distribute construction summary reports.

   *  Establish and maintain a system of document control.

   *  Conduct regular progress meetings.

   *  Attend scheduled pre-bid and pre-construction meetings.

   *  Review cost estimates and coordinate value engineering efforts.

   *  Draft and prepare correspondence for PennDot signature.

   *  Evaluate change orders and provide claim avoidance evaluations.

   *  Coordinate and participate in community relations.

   *  Establish and coordinate necessary interaction among the project's designers, contractors, traveling public, communities, public and private agencies, utility companies, local government and PennDOT.

   *  Take preconstruction and progressional project photographs and videos.

   *  Monitor all environmental issues, including but not limited to, wetland mitigation, noise complaints, borrow and waste site locations, erosion and sedimentation control plans, earth disturbance permits, air and water quality and any complaints due to vibrations.

   *  Provide structural and roadway control services, including but not limited to, review of false work submittals, deck replacement/removal plans, shop drawings, and demolition procedures.

   *  Coordinate and resolve all traffic issues in conjunction with PennDOT personnel.

   *  Implement a reporting system to record and comment on fieldwork and schedule of the man CMSI team.

   *  Provide specialized services in the following areas:

   A.  Archaeological monitoring during construction.

   B.  Concrete and steel evaluation and testing.

   C.  Public information and graphs.

   D.  Paint/Coatings testing and evaluation.

   E.  Soils engineering, sampling and testing.

   F.  Hazardous materials monitoring and testing.

   G.  Construction safety monitoring services.

   H.  Incident management.

   *  Assist in development, data input and approval process of work orders.

   *  Complete auditing of project records in accordance with Department regulations.

   *  Provide development and maintenance of Web Pages) for each project to display information, including graphs.

   *  Provide sufficient personnel to provide construction inspection responsibilities under the Department's Inspector-In-Charge. The construction inspection responsibilities may be performed by the consultant's in-house personnel, joint venture or the use of subconsultant(s).

   Resumes will be required and reviewed for experience in all phases of construction management support services for the following personnel:

   *   Project Manger (1)

   *   Assistant Project Manager (1)

   *   Construction Engineers (2)

   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 resumes for the following individuals with emphasis on experience in all phases of construction management support services (number of individuals):

   *  (1)  Project Manager, P.E. required

   *  (1)  Assistant Project Manager

   *  (2)  Construction Engineers

   *    Overall experience

   *  Length of time in the performance of CM support service responsibilities

   *  Signed commitment of availability for project assignment

   *  Length of service with the consulting firm

   *  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the Maintenance and Protection of Traffic, soils, bridge rehabilitations, retaining walls, concrete, asphalt paving, major excavation, drainage, sign structures, guiderail, utility relocations, construction documentation procedures and ''CDS'' operations.

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

   c.  Past Performance of similar work with the District and Statewide.

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

   e.  Number of available inspectors in each payroll classification.

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

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

No. of
ClassificationInspectors
Transportation Construction Manager 1 (TCM-1)3 (3)
(NICET Highway Construction Level 4 or equivalent)
Transportation Construction Ins. Super. (TCIS)8 (8)
(NICET Highway Construction Level 3 or equivalent)
Transportation Construction Inspector (TCI)25 (17)
(NICET Highway Construction Level 2 or equivalent)
Technical Assistant--1 (TA-1)5 (0)
(NICET Highway Construction Level 1 or equivalent)
Technical Assistant (TA) 4 (0)
(NICET Highway Construction Level 1 or equivalent)

   The number(s) in parenthesis above indicate the number of inspectors in each Classification that must meet at least one (1) of the following requirements:

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

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

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

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

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

   The maximum hourly payroll rate for each Department Payroll Classification for calendar year 2000 shall be as shown:

Maximum Straight Time
Hourly Payroll Rate
Payroll Classification(Year 2000)
(TCM-1)$23.22
(TCIS)$20.34
(TCI)$17.05
(TA-1)$13.80
(TA)$11.72

   If applicable, the maximum straight time hourly payroll rate for subsequent calendar years will be established at the scope of work meeting.

   The maximum hourly payroll rate is the maximum hourly rate paid to an employee in a specific Department Payroll classification. The Department reserves the right to negotiate hourly payroll rates of compensation of individuals based on knowledge, experience and education up to the payroll classification maximum hourly payroll rate. The firm selected may be required to attend a pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; Firms must also provide six inspectors certified in computer documentation: and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction.

   The firm selected will be required to supply the following equipment:

QuantityItem
   36Cellular Phones (for Engineer's employees only)
   5Digital Cameras

   The Department will directly reimburse the selected engineering firm for the above equipment, for use by the consultant inspection staff at their actual cost not to exceed the maximum direct reimbursement shown below. The engineering firm is required to include their billing rates for each type of equipment in the letter of interest.

   *  Cell Phone Usage*         As per invoice

   *  Camera (Digital)            As per invoice

   If the equipment is self-owned, reimbursement will be based on actual cost of ownership not to exceed the maximum allowable. If equipment is from an outside supplier, the engineer must secure a minimum of three written quotes. The Department reserves the right to request additional quotes.

   *Cost of phone and activation fees are not eligible for direct reimbursement

   The Department will reimburse for actual miles driven on the project as directed by the Department, and a maximum of $32.50/day for either mileage to and from the work site or lodging. An inspector will not be reimbursed for a combination of the two (2) during the same day. Mileage will be reimbursed for the most direct route from the inspector's residence or the Consultant's office, whichever is less, to the project site and return at the lesser of the maximum mileage rate established by the Commonwealth or the firm's current policy. The first 15 miles each day of an inspector's commute from and to his/her residence or the consultant's office to the work location is considered normal commuting travel and will not be eligible for mileage reimbursement. Lodging will be reimbursed at a maximum rate of $32.50/day, in lieu of mileage, but receipts for all costs must be provided to the Department with the Engineer's invoice. Lodging will only be reimbursed for employees whose home or headquarters is more than 65 miles from the 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).

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

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

ClassificationNo. of Resumes
TCM-1 4
TCIS 10
TCI 30

   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 (any pages beyond will not be reviewed by the Department), 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. Raymond S. Hack, P.E., District Engineer
   Engineering District 11-0
   45 Thoms Run Road
   Bridgeville, PA 15017
      Attention: Brian A. Krul

   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 A. Krul, phone number (412) 429-3801, fax number (412) 429-4933.

Crawford County

Project Reference No. 08430AG2614

   The Department will retain an engineering firm for a multi-phase, specific project agreement to provide highway capacity and safety analyses, an alternatives analysis, condition survey reports, environmental studies, preliminary engineering, final design, shop drawing review and consultation during construction for S. R. 0079, Section A06 (Meadville Interchange, I-79/Exit 36) in Vernon Township, Crawford County, Engineering District 1-0.

   The primary purpose of this project is to increase the capacity and safety of the interchange area through a series of geometric improvements, lighting, signing, pavement markings and other upgrades.

   The selected firm will be required, but not limited to: attend an agency scoping field view(s); prepare the appropriate environmental documents; perform field surveys; prepare a location study and alternatives analysis and identify a preferred alternative; prepare plans, profiles, typical sections and cross-sections; perform a soils and geological investigation; erosion and sedimentation control plans; preliminary design submission; value engineering studies; right-of-way plan submission; utility submission; traffic investigations; type, size and location report(s); prepare structure designs with associated permits; final roadway design; landscaping and roadside development plans; construction plans; and prepare a PS&E (plans, specifications and estimate) submission. Coordination and attendance at various public meetings is required. The consultant will be required to provide material and attend a safety review meeting, attend various field views and provide efficient project management. Services during construction will include, but not limited to; construction consultation, alternatives review and shop drawing review.

   It is essential that the selected firm be comprised of a multi-disciplinary team who are capable of performing all manner of engineering and environmental studies and documentation that may be required for a transportation improvement project. Communication skills will be important when coordinating with local officials, area residents, business owners and special interest organizations. 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 consultant team. The specific experience of individuals and available staffing for this assignment will be considered.

   b)  Method of controlling the quality of submissions. Consideration will be given to coordination between disciplines, subconsultants, etc.

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

   d)  Project management skills and public involvement experience and the ability to work effectively with the Department.

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

   The goal for Disadvantaged Business Enterprise (DBE) participation for this assignment shall be fifteen percent (15%) of the total contract price. Additional information concerning DBE participation for this assignment 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 organization chart (up to 11" x 17" in size), and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter-of-Interest submission shall be sent to:

   Mr. John L. Baker, P.E., District Engineer
   Engineering District 1-0
   255 Elm Street
   P. O. Box 398
   Oil City, PA 16301
      Attn: Mr. Michael L. McMullen, P.E.

   The Letter-of-Interest submission for this project reference number must be received at the address listed above by 4:30PM prevailing time on the twentieth (20th) day following the date of this Notice. Three (3) copies of the letter-of-interest must be included in the submission to the Engineering District 1-0 office.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Michael L. McMullen, P.E., Engineering District 1-0, at (814) 678-7077 or fax number (814) 678-7030.

Washington and Westmoreland Counties

Project Reference No. 08430AG2615

   The Department will shortlist a minimum of seven (7) engineering firms from the acceptable letters of interest and retain three (3) firms to provide preliminary engineering, environmental studies, final design and services during construction (shop drawing review, construction consultation and plans recordation) on the following project(s):

   1.  S. R. 0070, Section N20, Westmoreland County Local Name: I-70 over S. R. 3014 Project This project involves the replacement of a three span continuous I-beam bridge (segment 0554, offset 2042) carrying I-70 over S. R. 3014 in Hempfield Township, Westmoreland County. S. R. 0070 is classified as urban interstate with an ADT of over 26,000 vehicles and 29% trucks. The posted speed limit is 55 mph and the design speed is 70 mph. S. R. 3014 is classified as local urban and the current ADT is 534 vehicles with 14% trucks. The proposed limits of work are from segment 0554, offset 0100 to segment 0560, offset 1700 for a length of 4017 ft. The project setting is rural with rolling terrain.

   The purpose of the project is to replace the existing structure over S. R. 3014 and widen the roadway template by increasing the median width from 4 feet to 10 feet. The existing vertical clear is 14`-6" and lateral clearance is 3`-0''. The total span length is 142 feet. Grade adjustments to I-70 will be required in order to accommodate the proposed roadway template. A R. C. arch culvert located just east of the subject bridge (seg. 0554/2314) carries a branch of Sewickley Creek under I-70, S. R. 3014 and Twp. Rd. 512. The arch has a vertical opening of approx. 9 ft. and a horizontal opening of 10 ft. The culvert is 425 ft. long and is under 40 ft. of fill under I-70 and 10 ft. under S. R. 3014 and Twp. Rd. 512. Investigate any impacts to the culvert as a result of the proposed roadway adjustments. Approach roadway work will be limited to providing transition of the proposed template and any required geometric adjustments necessary to meet current standards. Consideration will be given to future maintenance of traffic under construction when developing the roadway and bridge templates.

   2.  S. R. 0070, Section 10Q, Westmoreland County Local Name: I-70 over Wheeling & Lake Erie Railroad Project. This project involves the replacement of a three span concrete encased steel I-beam bridge (segment 0434, offset 1283) carrying I-70 over the Wheeling & Lake Erie Railroad in Rostraver Township, Westmoreland County. S. R. 0070 is classified as rural interstate with an ADT of over 26,000 vehicles and 29% trucks. The posted speed limit is 55 mph and the design speed is 60 mph. The proposed limits of work are from segment 0430, offset 2320 to segment 0440, offset 0957 for a length of 3900 feet. The project setting is rural with rolling terrain.

   The purpose of the project is to replace the existing three (3) span structure over the W & LE Railroad and widen the roadway template by increasing the median width from 4 feet to 10 feet. The existing vertical clear is 22`-6" and lateral clearance is 13`-0". The existing abutments are skewed between 33 and 34 degrees, and the total span length is 182 ft. Grade adjustments to I-70 may be required in order to accommodate the proposed roadway template. Future considerations for extending the excel and decel lanes from the Arnold City Interchange (Exit 21) westward will be studied and how it effects the proposed bridge and/or roadway templates. Consideration will also be given to future maintenance of traffic under construction when developing the roadway and bridge templates. Approach roadway work to the west of the subject bridge will consist of transitioning the proposed template into the existing and incorporating any adjustments due to current design standards.

   3.  S. R. 0070, Section W20, Washington County Local Name: I-70 over S. R. 1049 (Turnback Road) Project This project involves the replacement of a single span P/S adjacent box beam bridge (segment 0220, offset 1332) carrying I-70 over S. R. 1049 in South Strabane Township, Washington County. S. R. 0070 is classified as rural interstate with an ADT of over 26,000 vehicles and 28% trucks. The posted speed limit is 55 mph and the design speed is 70 mph. S. R. 1049 is classified as rural local state route south of I-70 and a turnback local township road to the north. The current ADT is 534 with 14% trucks. The proposed limits of work are from segment 0214, offset 1470 to segment 0224, offset 0770 for a length of 4000 ft. The project setting is rural with rolling terrain. The South Strabane Township Municipal Building is located near the northwest corner of the structure.

   The purpose of the project is to replace the existing single span structure over S. R. 1049 and widen the roadway template by increasing the median width from 4 feet to 10 feet. The existing vertical clear is 12`-6" and lateral clearance is 4`-0''. Grade adjustments to I-70 will be required in order to accommodate the required vertical under clear of 14`-6" and proposed roadway template. An existing overhead sign structure will require upgrading or replacement. A R. C. box culvert (12 ft. span) carrying a branch of Little Chartiers Creek under I-70 (seg. 0220/0692) may require investigation due to the proposed approach roadway adjustments. The approach roadway work is limited to transitioning from the proposed template to the existing and any improvements required due to current standards. Consideration will be given to future maintenance of traffic under construction when developing the roadway and bridge templates.

   During December of 1999 and March of 2000, long wall mining took place under the subject bridge on I-70. Prior to any mining activities the bridge inspection reports indicated the near left and far right wingwalls and abutment stem had tilted up to 18". Steel inclined braces were installed as temporary supports. Subsequent to long wall mining, settlement of a few inches has been recorded. No functional problems have been observed to date.

   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 Office.

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

   a)  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 1b (or Level 2 if circumstances warrant) and associated documents including: cultural resource surveys, wetland delineation and evaluation, Section 106 documents, hazardous waste reports, archaeological surveys, etc.

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

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

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

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

   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).

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

   The Letter of Interest submission shall be sent to:

   Mr. Michael H. Dufalla, P.E., District Engineer
   Engineering District 12-0
   North Gallatin Avenue Extension
   Uniontown, PA 15401
      Attention: Mr. Jerome F. Bendo

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

   Any technical questions concerning the requirements for these project should be directed to Mr. Jerome F. Bendo, phone number (724) 439-7377, fax number (724) 430-4401.

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. 00-1644. Filed for public inspection September 22, 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.