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. 98-1288

NOTICES

Retention of Engineering Firms

[28 Pa.B. 3851]

Crawford, Erie, Forest, Mercer, Venango and Warren Counties
Project Reference No. 08430AG2231

   The Department of Transportation will retain an engineering firm for an Open-End Contract for various engineering services and environmental studies on various projects located in Engineering District 1-0, that is Crawford, Erie, Forest, Mercer, Venango and Warren Counties. The required services may encompass a wide range of design and environmental efforts with the possibility of several different types of projects having aggressive completion schedules. The anticipated projects may include but not be limited to: bridge replacements or bridge rehabilitations; roadway betterments (3R type projects); capital improvement projects (roadways and/or bridges); traffic signal projects; location studies; and, various environmental studies.

   This Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of this 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 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.  Ability to package and present the Letter of Interest in accordance with the ''General Requirements and Information'' section.

   b.  Experience and effectiveness of the proposed project manager(s).

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

   d.  Specialized experience and technical competence of key staff.

   e.  Availability and diversity of proposed staff listed for this assignment.

   f.  Location of consultant with respect to Engineering District 1-0.

   This firm may be required to perform any or all of the following engineering services; attend project field views and meetings and prepare minutes of same; prepare appropriate submissions for all project related meetings and field views; disseminate intent-to-enter notices; perform field surveys and plot topography and cross-sections; prepare submissions and materials necessary for the Department to prepare application to the Public Utility Commission (PUC) and attend PUC field conferences; attend and supply any required information for all PUC meetings, field views and hearings during project design; develop erosion and sedimentation control details and narratives; prepare right-of-way plans; prepare type, size and location reports for structures; prepare hydrologic and hydraulic reports for waterway approvals; perform geotechnical investigations and foundation reports; prepare maintenance and protection of traffic control plans; prepare structure drawings; investigate and coordinate utility relocations; prepare prints and information required for value engineering reviews; develop construction project management (CPM) schedules and reasonable construction working times; collect traffic information such as ADT's, classifications, turning movements, circulation, etc.; prepare plans for signal design and implementation of signal interconnections; evaluate alternatives using benefit/cost analysis; documentation study activities and findings for needs analyses; prepare lighting plans; prepare designs of waste water treatment facilities; perform structural analyses; prepare information needed to obtain all required permits, approvals, insurance, etc. for project advancement; and, prepare construction drawings, specifications and cost estimates.

   The format and content of all documents, plans, reports and other submissions will be consistent with applicable State and/or federal regulations and guidelines.

   The firm may be required to perform any or all of the following environmental studies: air quality analysis; surface water and groundwater hydrology; terrestrial ecology; wetland determinations and delineations; geological and geomorphology investigations; farmlands; visual quality; socio-economic; Section 106 and cultural resource documentation; Section 4(f) and Section 6(f) documentation; noise and vibration analysis; threatened and endangered species surveys and required mitigation; hazardous and residual waste investigations; and, any other environmental study or investigation not listed above. The environmental studies will be conducted in accordance with acceptable Department policies, methodologies and analysis techniques.

   The firm may also be required to perform any or all of the following in order to ensure a complete environmental investigation has been performed: provide all necessary environmental services; material and equipment necessary to collect, organize and analyze data; assess impacts; conduct agency coordination and public involvement activities; and, prepare reports and design mitigation summaries.

   The reports and other written graphic material to be prepared may include, but not be limited to, early coordination and scoping correspondence; plans of study; meeting minutes; public meetings and hearing presentations; handouts and displays; technical basis reports; NEPA environmental documents; Section 106 documents; Section 4(f) and Section 6(f) evaluations; mitigation plans and reports; and, wetland and floodplain findings.

   The engineering services and environmental studies identified above are the general work activities that can be expected under this Open-End Contract. A more specific and project-related Scope of Work will be described for each Engineering Agreement Work Order developed under this Open-End Contract.

   In addition to the General Requirements and Information section following this advertisement, respondents to this advertisement are not to include more than ten (10) pages of resumes under Item No. 7 of Standard form 255 (SF-255).

   The second copy of the letter of interest and required forms (see ''General Requirements and Information'' section) shall be sent to: Mr. John L. Baker, P.E., District Engineer, Engineering District 1-0, 1140 Liberty Street, Franklin, PA 16323.

   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) 437-4331.

   Any questions concerning the submittal of the letter of interest for this Open-End Contract can be directed to the Consultant Agreement Division at (717) 783-9309.

Crawford, Erie, Forest, Mercer, Venango and Warren Counties
Project Reference No. 08430AG2232

   The Department of Transportation will retain an engineering firm for an Open-End Contract for various engineering services and environmental studies on various projects located in Engineering District 1-0, that is Crawford, Erie, Forest, Mercer, Venango and Warren Counties. The required services may encompass a wide range of design and environmental efforts with the possibility of several different types of projects having aggressive completion schedules. The anticipated projects may include but not be limited to: bridge replacements or bridge rehabilitations; roadway betterments (3R type projects); capital improvement projects (roadways and/or bridges); traffic signal projects; location studies; and, various environmental studies.

   This Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of this Open-End Contract will be $500 thousand.

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

   Consulting firms with limited previous experience or no experience working in Engineering District 1-0 are encouraged to respond to this advertisement.

   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.  Ability to package and present the Letter of Interest in accordance with the ''General Requirements and Information'' section.

   b.  Experience and effectiveness of the proposed project manager(s).

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

   d.  Specialized experience and technical competence of key staff.

   e.  Availability and diversity of proposed staff listed for this assignment.

   f.  Location of consultant with respect to Engineering District 1-0.

   This firm may be required to perform any or all of the following engineering services; attend project field views and meetings and prepare minutes of same; prepare appropriate submissions for all project related meetings and field views; disseminate intent-to-enter notices; perform field surveys and plot topography and cross-sections; prepare submissions and materials necessary for the Department to prepare application to the Public Utility Commission (PUC) and attend PUC field conferences; attend and supply any required information for all PUC meetings, field views and hearings during project design; develop erosion and sedimentation control details and narratives; prepare right-of-way plans; prepare type, size and location reports for structures; prepare hydrologic and hydraulic reports for waterway approvals; perform geotechnical investigations and foundation reports; prepare maintenance and protection of traffic control plans; prepare structure drawings; investigate and coordinate utility relocations; prepare prints and information required for value engineering reviews; develop construction project management (CPM) schedules and reasonable construction working times; collect traffic information such as ADT's, classifications, turning movements, circulation, etc.; prepare plans for signal design and implementation of signal interconnections; evaluate alternatives using benefit/cost analysis; documentation study activities and findings for needs analyses; prepare lighting plans; prepare designs of waste water treatment facilities; perform structural analyses; prepare information needed to obtain all required permits, approvals, insurance, etc. for project advancement; and, prepare construction drawings, specifications and cost estimates.

   The format and content of all documents, plans, reports and other submissions will be consistent with applicable State and/or federal regulations and guidelines.

   The firm may be required to perform any or all of the following environmental studies: air quality analysis; surface water and ground water hydrology; terrestrial ecology; wetland determinations and delineations; geological and geomorphology investigations; farmlands; visual quality; socio-economic; Section 106 and cultural resource documentation; Section 4(f) and Section 6(f) documentation; noise and vibration analysis; threatened and endangered species surveys and required mitigation; hazardous and residual waste investigations; and, any other environmental study or investigation not listed above. The environmental studies will be conducted in accordance with acceptable Department policies, methodologies and analysis techniques.

   The firm may also be required to perform any or all of the following in order to ensure a complete environmental investigation has been performed: provide all necessary environmental services; material and equipment necessary to collect, organize and analyze data; assess impacts; conduct agency coordination and public involvement activities; and, prepare reports and design mitigation summaries.

   The reports and other written graphic material to be prepared may include, but not be limited to, early coordination and scoping correspondence; plans of study; meeting minutes; public meetings and hearing presentations; handouts and displays; technical basis reports; NEPA environmental documents; Section 106 documents; Section 4(f) and Section 6(f) evaluations; mitigation plans and reports; and, wetland and floodplain findings.

   The engineering services and environmental studies identified above are the general work activities that can be expected under this Open-End Contract. A more specific and project-related Scope of Work will be described for each Engineering Agreement Work Order developed under this Open-End Contract.

   In addition to the General Requirements and Information section following this advertisement, respondents to this advertisement are not to include more than ten (10) pages of resumes under Item No. 7 of Standard form 255 (SF-255).

   The second copy of the letter of interest and required forms (see ''General Requirements and Information'' section) shall be sent to: Mr. John L. Baker, P.E., District Engineer, Engineering District 1-0, 1140 Liberty Street, Franklin, PA 16323.

   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) 437-4331.

   Any questions concerning the submittal of the letter of interest for this Open-End Contract can be directed to the Consultant Agreement Division at (717) 783-9309.

Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York Counties
Project Reference No. 08430AG2233

   The Department of Transportation will retain two (2) engineering firms for Open-End Contracts to perform pre-final and final design engineering and, if required, prepare all necessary environmental studies on various projects in the eight-county area of Engineering District 8-0. Each Contract will be for a sixty (60) month period from the date of execution with projects assigned on an as-needed basis. The maximum amount of each Open-End Contract will be $500 thousand.

   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.  Ability to package and present the Letter of Interest in accordance with the ''General Requirements and Information'' section.

   b.  Specialized experience and technical competence of firm with emphasis on the firm's ability to handle projects of a diverse and complex nature. The firm's experience in 3R and I-4R design, safety improvement projects and bridge 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.

   c.  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.

   d.  Location of consultant in respect to the District.

   e.  Use of Microstation CADD.

   f.  Current workload.

   g.  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.

   h.  Relative size of firm to size of projects that may be completed under this Contract.

   The possibility exists that several different types of projects may be assigned with short completion schedules and may encompass a wide range of environmental studies and/or final design efforts. The anticipated types of projects may include, but are not limited to, bridge replacement or bridge rehabilitations with approach work, roadway betterments (3R Type), I-4R projects, SAMI studies, SAMI final design, Capital Improvement Projects (bridges or roadways), and minor location studies.

   Areas of environmental study associated with these projects may include, but are not limited to: soils, geology, streams, rivers & watercourses, wetlands, floodplains, navigable waterways, surface water and groundwater resources, National & State Wild & Scenic Rivers & 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 or residual waste including underground storage tanks, air quality, noise, energy, vibration, public controversy on environmental grounds, aesthetic and other values including visual quality, and socio-economic 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 following in order to ensure a complete environmental investigation has been performed: provide all necessary environmental services, material, and equipment necessary to collect, analyze and organize data; assess or re-evaluate impacts; conduct agency and public involvement activities; and prepare reports and design mitigation plans.

   The reports and other written graphic material to be prepared, reviewed and/or distributed may include, but are not limited to: early coordination and scoping documentation and correspondence; technical files; meeting minutes; public meeting and hearing presentations; handouts and displays; technical basis reports; Conceptual State Survey Reports; NEPA environmental documents, including Categorical Exclusions; Section 106 documents, including background research, field views and preparation of documentation required under the Programmatic Agreement for Minor Transportation projects, Section 2002; Section 4(f) and Section 6(f) evaluations; Section 404, 501 and Chapter 105 permits; NPDES permits, 404(b)(1) Alternative Analysis; mitigation plans and reports; wetland monitoring plans; and wetland and floodplain findings.

   Other tasks to be completed may include, but not limited to: entry of information into the District Environmental Management System and/or other project management systems; coordinating field views and meetings; review and preparation of comments on environmental policy; monitoring the incorporation of mitigation measures in final design documents; wetland monitoring; Federal Consistency coordination for projects within Gettysburg Historic District; deed and historical research; file review and archiving.

   As part of final design, the engineering firm may be required to perform any or all of the following duties: attend field views and prepare minutes; perform necessary field survey; develop alternatives to the alignment; plot topography and cross sections; prepare submissions for field views and safety review meeting; prepare all pertinent submissions and materials necessary for the Department to prepare the application to PUC for the PUC field conference; attend and supply any required information for all PUC meetings and hearings during the project design; develop erosion control details and narrative; develop right-of-way plans; prepare hydrologic and hydraulic reports; prepare type, size and location report; perform bridge/structure design and review; prepare bridge drawings, traffic control plans and narrative; procure core borings; provide the soil and foundation engineering report; investigate utility and property involvement; prepare and disseminate right of entry letters; prepare the necessary number of prints and information required for a value engineering review, make the necessary investigations and adjustments to the design as a result of the value engineering review comments; make all necessary contact with railroad officials for any railroad related cost estimates, permits, insurance, approvals, and other required information; collect signal timing and accident data; perform traffic counts and speed delay studies; prepare plans for signal design and implementation of signal interconnections; evaluate alternatives using benefit/cost analysis; documentation study activities and findings; and prepare construction plans, specifications and estimates.

   The format and content of all documents will be consistent with applicable State and Federal regulations, policies and guidelines. This is the general work effort involved. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under these Open-End Contracts.

   The selected firm may be required to supplement the District's Bridge Inspection staff by providing a bridge inspection team with all necessary equipment and material.

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

   Project schedules will be maintained by the Department and Consultant using ''Welcom's Open Plan'' software.

   The second copy of the letter of interest and required forms (see ''General Requirements and Information'' section) shall be sent to: Mr. Barry G. Hoffman, P.E., District Engineer, District 8-0, 2140 Herr Street, Harrisburg, PA 17103-1699.

   Any technical questions concerning the requirements for this project should be directed to: Mr. John Bachman, District 8-0, at (717) 783-4519.

   Any questions concerning the submittal of the letter of interest for this Open-End Contract can be directed to the Consultant Agreement Division at (717) 783-9309.

Adams, Cumberland, Dauphin, Franklin, Lancaster, Lebanon, Perry and York Counties
Project Reference No. 08430AG2234

   The Department of Transportation will retain an engineering firm for an Open-End Contract to perform environmental studies and if required, preliminary design engineering on various projects in the eight-county area of Engineering District 8-0. The Contract will be for a sixty (60) month period from the date of execution with projects assigned on an as-needed basis. The maximum amount of each Open-End Contract will be $250 thousand.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the letters of interest received in response to this solicitation. The 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.  Ability to package and present the Letter of Interest in accordance with the ''General Requirements and Information'' section.

   b.  Specialized experience and technical competence of firm with emphasis on the firm's ability to handle projects of a diverse and complex nature. The firm's experience in environmental studies and ability to procure all necessary permits; experience in 3R and I-4R design, safety improvement projects and bridge design projects

   c.  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.

   d.  Location of consultant in respect to the District.

   e.  Use of Microstation CADD.

   f.  Current workload.

   g.  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.

   h.  Relative size of firm to size of projects that may be completed under this Contract.

   Areas of environmental study associated with these projects may include, but are not limited to: soils, geology, streams, rivers & watercourses, wetlands, floodplains, navigable waterways, surface water and groundwater resources, National & State Wild & Scenic Rivers & 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 or residual waste including underground storage tanks, air quality, noise, energy, vibration, public controversy on environmental grounds, aesthetic and other values including visual quality, and socio-economic 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 following in order to ensure a complete environmental investigation has been performed: provide all necessary environmental services, material, and equipment necessary to collect, analyze and organize data; assess or re-evaluate impacts; conduct agency and public involvement activities; and prepare reports and design mitigation plans.

   The reports and other written graphic material to be prepared, reviewed and/or distributed may include, but are not limited to: early coordination and scoping documentation and correspondence; technical files; meeting minutes; public meeting and hearing presentations; handouts and displays; technical basis reports; Conceptual State Survey Reports; NEPA environmental documents, including Categorical Exclusions; Section 106 documents, including background research, field views and preparation of documentation required under the Programmatic Agreement for Minor Transportation projects, Section 2002; Section 4(f) and Section 6(f) evaluations; Section 404, 501 and Chapter 105 permits; NPDES permits, 404(b)(1) Alternative Analysis; mitigation plans and reports; wetland monitoring plans; and wetland and floodplain findings.

   Other tasks to be completed may include, but not limited to: entry of information into the District Environmental management System and/or other project management systems; coordinating field views and meetings; review and preparation of comments on environmental policy; monitoring the incorporation of mitigation measures in final design documents; wetland monitoring; Federal Consistency coordination for projects within Gettysburg Historic District; deed and historical research; file review and archiving.

   The possibility exists that several difference types of partial or total projects may be assigned with short completion schedules and may encompass a wide range of environmental studies and/or preliminary design efforts. The anticipated types of projects may include, but are not limited to, bridge replacement or bridge rehabilitations with approach work, roadway betterments (3R Type), I-4R projects, SAMI studies, SAMI final design, Capital Improvement Projects (bridges or roadways), and minor location studies.

   As part of final design, the engineering firm may be required to perform any or all of the following duties: attend field views and prepare minutes; perform necessary field survey; develop alternatives to the alignment; plot topography and cross sections; prepare submissions for field views and safety review meeting; prepare all pertinent submissions and materials necessary for the Department to prepare the application to PUC for the PUC field conference; attend and supply any required information for all PUC meetings and hearings during the project design; develop erosion control details and narrative; prepare hydrologic and hydraulic reports; prepare type, size and location report; preliminary traffic control plans; procure core borings; provide the soil and foundation engineering report; investigate utility and property involvement; prepare and disseminate right of entry letters; make all necessary contact with railroad officials for any railroad related cost estimates, permits, insurance, approvals, and other required information; collect signal timing and accident data; perform traffic counts and speed delay studies; evaluate alternatives using benefit/cost analysis and document study activities and findings.

   The format and content of all documents will be consistent with applicable State and Federal regulations, policies and guidelines. This is the general work effort involved. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under this Open-End Contract.

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

   Project schedules will be maintained by the Department and Consultant using ''Welcom's Open Plan'' software.

   The second copy of the letter of interest and required forms (see ''General Requirements and Information'' section) shall be sent to: Mr. Barry G. Hoffman, P.E., District Engineer, District 8-0, 2140 Herr Street, Harrisburg, PA 17103-1699.

   Any technical questions concerning the requirements for this project should be directed to: Mr. John Bachman, District 8-0, at (717) 783-4519.

   Any questions concerning the submittal of the letter of interest for this Open-End Contract can be directed to the Consultant Agreement Division at (717) 783-9309.

General Requirements and Information

   Firms interested in providing the above work and services are invited to submit two copies of a Letter of Interest are required information for each Project Reference Number for which the applicant wishes to be considered.

   The first copy of the Letter of Interest and required information must be submitted to: Mr. Charles W. Allwein, P.E., Chief, Consultant Selection Committee, 7th Floor, Forum Place, 555 Walnut Street, P. O. Box 3060, Harrisburg, Pennsylvania 17105-3060. Note: The Zip Code for express Mailing is 17101-1900.

   The Letter of Interest and required information must be received within twenty (20) calendar days of this Notice. The Deadline for receipt of a Letter of Interest at the above address is 4:30 P.M. prevailing time of the twentieth day.

   The second copy of the letter of interest and required information must be submitted to the appropriate District Engineer/Administrator or the Bureau Director as indicated in the individual advertisement. This copy must be postmarked or delivered on or before the deadline indicated above.

   If an individual, firm, or corporation not authorized to engage in the practice of engineering desires to submit a Letter of Interest, said individual, firm, or corporation may do so as part of a Joint Venture with an individual, firm, or corporate which is permitted under the state law to engage in the practice of engineering.

   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 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 Intermodal Surface Transportation Efficiency Act of 1991 and currently certified by the Department of Transportation shall have the maximum opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The Act 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 were defined prior to the act, WEBs 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.

   Each Letter of Interest must include the following information and the information must be packaged and presented in the following order:

   1.  Transmittal Letter (Maximum of two (2) 8 1/2'' x 11'' typed pages, one side)

   The subject heading of the transmittal letter must include the project reference number for which the applicant wishes to be considered, the firm's legal name, fictitious name (if applicable), and the firm's federal identification number. If the project advertisement indicated the Department will retain an engineering firm for the project, the applicant must indicate in the body of their transmittal letter the names and Professional Engineer License Number of individuals who are directing heads or employees of the firm who have responsible charge of the firm's engineering activities, and whose names and seals shall be stamped on all plans, specifications, plats, and reports issued by the firm.

   2.  Project Organizational Chart (one page, one side, maximum size 11'' x 17'')

   This Chart must show key staff from the prime and each subconsultant and their area of responsibility.

   3.  Standard Form 255, ''Architect-Engineer and Related Services Questionnaire for Specific Project'' (one Form 255 for the project team)

   The Standard Form 255 must be signed, dated, and filled out in its entirety, including Item No. 6 listing the proposed subconsultants and the type of work or service they will perform on the project.

   Under Item 4 of this form, Column A must specify only the number of subconsultant personnel and Column B must specify only the number of prime consultant personnel to be assigned to work on this project reference number. Do not include the total personnel for either the subconsultant or prime consultant under Item 4 unless the total personnel are necessary to provide the required work and services.

   The prime and each subconsultant may include no more than one page each for Items 10 and 11.

   If a Disadvantaged Business Enterprise (DBE) goal is specified for the project, the DBE must be currently certified by the Department of Transportation, and the name of the DBE and the work to be performed must be indicated in Item No. 6. If a Woman Business Enterprise (WBE) firm is substituted for the DBE, the WBE firm must also be presently certified by the Department of Transportation and indicated in Item 6.

   4.  Standard Form 254, ''Architect-Engineer for Related Services Questionnaire''

   A Standard Form 254, not more than one (1) year old as of the date of this advertisement, must accompany each Letter of Interest for the firm, each party to a Joint Venture, and for each subconsultant the firm or Joint Venture is proposing to use for the performance of professional services regardless of whether the subconsultant is an individual, a college professor, or a Company, unless an acceptable Standard Form 254 for the prime and each subconsultant/subcontractor is on file in both the Bureau of Design and the Engineering District Office or Central Office Bureau identified in the individual project advertisement.

   If the Standard Form 254 is not submitted with the Letter of Interest, the transmittal letter shall indicate the dates that the Standard Forms 254 were submitted to the Bureau of Design and appropriate Engineering District/Central Office Bureau.

   These Forms must be assembled with the prime's form first, followed by the form for each subconsultant in the same order as the subconsultants appear in Item 6 of Form 255.

   5.  Workload Projection Graph (Not required for Construction Inspection Services)

   Separate Workload Projection Graphs for the prime and each subconsultant shown in Item 6 of the Form 255 must be included and must indicate the firm's current and anticipated workload compared to the anticipated capacity available for the next two-year time frame. The Workload Projection Graphs must be submitted for the office(s) where the work would be performed and must only include the personnel classifications required for providing the advertised services and work.

   6.  Authorization Letters (For Construction Inspections Services, if required)

   If the advertisement requires a letter signed by individuals giving their approval to use their name in the Letter of Interest, the letters from proposed prime employees must be first, followed by subconsultant employees, in the same order as shown in Item 6 of Form 255.

   7.  Registration To Do Business

   Firms with out-of-state headquarters or corporations not incorporated in Pennsylvania must include, with each Letter of Interest, a copy of their registration to do business in the Commonwealth as provided by the Department of State. Firms who are not registered to do business in Pennsylvania at the time of this advertisement must document that they have applied for registration to the Department of State, Corporation Bureau. The telephone number for the Corporation Bureau is (717) 787-1057 or (717) 787-2004.

   8.  Overhead Rates (one page)

   A single page summary must indicate the latest audited overhead rate developed in accordance with Federal Acquisition Regulations (FAR) for the prime consultant and each subconsultant. If a FAR rate is not available, the latest rate available from a Certified Public Accountant must be indicated. New firms should indicate how long the firm has been in existence and when an audited overhead rate would be available.

   9.  Additional Information

   Additional information, not to exceed ten (10) one sided 8 1/2'' x 11'' pages or five (5) double sided 8 1/2'' x 11'' pages may be included at the discretion of the submitting firm.

   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. 98-1288. Filed for public inspection August 7, 1998, 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.