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. 97-372

NOTICES

Retention of Engineering Firms

[27 Pa.B. 1207]

Chester County
Project Reference No. 08430AG2056

   The Department of Transportation will retain an engineering firm for an open-end contract to provide supplementary construction inspection staff under the Department's Inspectors-in-Charge to perform construction inspection services on various projects in Chester County in Engineering District 6-0, on an as-needed basis. The contract will include roadway and bridge construction projects, and material plant inspection. The contract will be for a period of 60 months, with a maximum cost of $1 million dollars.

   It is anticipated that a maximum supplementary construction inspection staff of 15 inspectors will be required for this assignment.

   The Department will establish an order of ranking of a minimum of three 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 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.  Review of inspectors' resumes with emphasis on construction inspection capabilities, Department and District experience and supervisory experience.

   b.  Any specialized experience in asphalt paving, structures, concrete, drainage, paint inspection and Maintenance and Protection of Traffic.

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

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

   e.  Ability to provide CPM scheduling, (TCM-1 Classification).

   f.  Ability to provide a ''CDS'' operator or someone capable in inputing data into a personal computer, (TCIS Classification).

   g.  Past performance.

   The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed employes 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) (NICET Highway Construction Level 4 or equivalent)1 (1)
Transportation Construction Insp. Super. (TCIS) (NICET Highway Construction Level 3 or equivalent)3 (2)
Transportation Construction Inspector (TCI) (NICET Highway Construction Level 2 or equivalent)6 (4)
Technical Assistant (TA) (NICET Highway Construction Level 1 or equivalent)3 (1)
NACE Intermediate Coating Inspector1 (0) **
NACE Basic Coating Inspector1 (0) **

** These two specialized classifications will be used for bridge painting inspection. Under these classifications, the selected firm must provide lead abatement training for these employes prior to any job assignment. In addition, the firm must establish, implement and maintain an effective employe medical surveillance in accordance with 29 CFR 1926 throughout the duration of this inspection assignment.

   These two specialized classifications will have the following requirements:

   1.  NACE Intermediate Coating Inspector Training/or equivalent.

   The inspector for the above NACE Intermediate Coating Inspector Training category shall have completed at least 80% of the required credits for this NACE category or equivalent training; also, shall have a minimum of 5 years coating inspection experience on heavy industrial or highway projects; also, shall have a minimum of 1 year experience of coatings inspection on a lead removal project where air monitoring, blood monitoring, containment and disposal of lead debris were performed; also, shall be knowledgeable in OSHA 1926.62 (lead) regulations, applicable OSHA regulations governing proper respirator usage (29 CFR 1910.134) and lead exposure (29 CFR 1910.1025) shall also be capable of ''climbing'' on high bridge members to perform coatings inspection; shall be capable of supervising/training lower level coatings inspectors (both consultant and state) if necessary. He shall also complete EPA accredited training for lead removal (Title X, Sections 402 and 404) within 6 months of final issuance, by approximately June, 1997.

   2.  NACE Basic Coating Inspector Training/or equivalent.

   The inspector for the NACE Basic Coating Inspector shall have completed at least 80% of the required credits for this category or equivalent training also, shall have a minimum of 3 years coating inspection experience on heavy industrial or highway project; also, shall have a minimum of 6 months experience on lead removal project; also, shall be knowledgeable in OSHA 1926.62 (lead regulations) applicable OSHA regulations governing proper respirator usage (29 CFR 1910.134) and lead exposure (29 CFR 1910.1025); shall also be capable of ''climbing'' on high bridge members to perform coatings inspection; shall also be capable of working with State inspectors; shall also complete EPA accredited training for lead removal (Title X, Section 402 and 404 within 6 months of official issuance, by approximately 1997.

   The numbers in parenthesis above indicate the number of inspectors in each Classification that must meet at least one 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 reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 1997:

Maximum Straight Time
PayrollReimbursement Per
Classification
Hour of Inspection
(TCM-1)$43.61
(TCIS)$38.21
(TCI)$33.44
(TA)$22.98
NACE Intermediate Coating    Inspector$56.46
NACE Basic Coating Inspector$49.09

   The maximum reimbursement per hour of inspection includes all costs for providing construction inspection services at the project site during the normal work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting.

   The firm selected may be required to attend a preconstruction 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; 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 at no direct cost to the Department:

   2 Paint Test Kits per project or as may be required as needed

   2 Two-way Radios per project or as may be required as needed

   2 Cellular Phones per project or as may be required as needed

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

      ClassificationNo. of Resumes
         TCM-12
         TCIS4
         TCI7
NACE Intermediate2
NACE Basic2
No resumes are required for the TA Classification.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to Andrew Warren, District Administrator, District 6-0, 200 Radnor-Chester Road, St. Davids, PA 19087.

   Technical questions concerning the requirements for this project should be directed to Russell Swallow, District 6-0, at (610) 964-6686.

   Questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Delaware County
Project Reference No. 08430AG2057

   The Department of Transportation will retain an engineering firm for an open-end contract to provide supplementary construction inspection staff under the Department's Inspectors-in-Charge to perform construction inspection services on various projects in Delaware County in Engineering District 6-0 on an as-needed basis. The contract will include roadway and bridge construction projects, and material plant inspection. The contract will be for a period of 60 months, with a maximum cost of $1 million dollars.

   It is anticipated that a maximum supplementary construction inspection staff of 15 inspectors will be required for this assignment.

   The Department will establish an order of ranking of a minimum of three 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 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.  Review of inspectors' resumes with emphasis on construction inspection capabilities, Department and District experience and supervisory experience.

   b.  Any specialized experience in asphalt paving, structures, concrete, drainage, paint inspection and Maintenance and Protection of Traffic.

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

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

   e.  Ability to provide CPM scheduling, (TCM-1 Classification).

   f.  Ability to provide a ''CDS'' operator or someone capable of inputing data into a personal computer, (TCIS Classification).

   g.  Past performance.

   The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed employes 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) (NICET Highway Construction Level 4 or equivalent)1 (1)
Transportation Construction Insp. Super. (TCIS) (NICET Highway Construction Level 3 or equivalent)3 (2)
Transportation Construction Inspector (TCI) (NICET Highway Construction Level 2 or equivalent)6 (4)
Technical Assistant (TA) (NICET Highway Construction Level 1 or equivalent)3 (1)
NACE Intermediate Coating Inspector1 (0) **
NACE Basic Coating Inspector1 (0) **

** These two specialized classifications will be used for bridge painting inspection. Under these classifications, the selected firms must provide lead abatement training for these employes prior to any job assignment. In addition, the firm must establish, implement and maintain an effective employe medical surveillance in accordance with 29 CFR 1926 throughout the duration of this inspection assignment.

   1.  NACE Intermediate Coating Inspector Training/or equivalent.

   The inspector for the above NACE Intermediate Coating Inspector Training category shall have completed at least 80% of the required credits for this NACE category or equivalent training; also, shall have a minimum of 5 years coating inspection experience on heavy industrial or highway projects; also, shall have a minimum of 1 year experience of coatings inspection on a lead removal project where air monitoring, blood monitoring, containment and disposal of lead debris were performed; also, shall be knowledgeable in OSHA 1926.62 (lead) regulations, applicable OSHA regulations governing proper respirator usage (29 CFR 1910.134) and lead exposure (29 CFR 1910.1025) shall also be capable of ''climbing'' on high bridge members to perform coatings inspection; shall be capable of supervising/training lower level coatings inspectors (both consultant and state) if necessary. He shall also complete EPA accredited training for lead removal (Title X, Sections 402 and 404) within 6 months of final issuance, by approximately June, 1997.

   2.  NACE Basic Coating Inspector Training/or equivalent.

   The inspector for the NACE Basic Coating Inspector shall have completed at least 80% of the required credits for this category or equivalent training also, shall have a minimum of 3 years coating inspection experience on heavy industrial or highway project; also, shall have a minimum of 6 months experience on lead removal project; also, shall be knowledgeable in OSHA 1926.62 (lead regulations) applicable OSHA regulations governing proper respirator usage (29 CFR 1910.134) and lead exposure (29 CFR 1910.1025); shall also be capable of ''climbing'' on high bridge members to perform coating inspection; shall also be capable of working with state inspectors; shall also complete EPA accredited training for lead removal (Title X, Section 402 and 404) within 6 months of official issuance, by approximately 1997.

   The numbers in parenthesis above indicate the number of inspectors in each Classification that must meet at least one 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 reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 1997:

Maximum Straight Time
PayrollReimbursement Per
Classification
Hour of Inspection
(TCM-1)$43.61
(TCIS)$38.21
(TCI)$33.44
(TA)$22.98
NACE Intermediate Coating
   Inspector
$56.46
NACE Basic Coating Inspector$49.09

   The maximum reimbursement per hour of inspection includes all costs for providing construction inspection services at the project site during the normal work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting.

   The firm selected may be required to attend a preconstruction 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; 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 at no direct cost to the Department:

   2 Paint Test Kits per project or as may be required as needed

   2 Two-way Radios per project or as may be required as needed

   2 Cellular Phones per project or as may be required as needed

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

      ClassificationNo. of Resumes
         TCM-12
         TCIS4
         TCI7
NACE Intermediate2
NACE Basic2
No resumes are required for the TA Classification.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to Andrew Warren, District Administrator, District 6-0, 200 Radnor-Chester Road, St. Davids, PA 19087.

   Technical questions concerning the requirements for this project should be directed to Rex Mackey, P. E., District 6-0, at (610) 964-6556.

   Questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Statewide
Project Reference No. 08430AG2058

   The Department of Transportation (DOT) will retain an engineering firm for a Statewide open-end contract administered by the Bureau of Maintenance and Operations to provide for various engineering management, pavement management, pavement engineering and various engineering services on an as-needed basis. Projects will be directed by and will require close work with the DOT Central Office, Bureau of Maintenance staff. The open-end contract will be for a period of 5 years with a maximum cost of $400 thousand with projects being assigned on an ''as-needed'' basis.

   The required services may encompass a wide range of efforts with short completion schedules. The selected firm may be required to perform any or all of the following types of engineering services: engineering management; assistance in testing and implementation of pavement management procedures and documentation of the pavement management process in the form of a DOT manual; development and implementation of training of Department personnel on the pavement management manual; assistance in developing and implementing pavement performance indices for use in performance modeling; assistance in verifying and validating DOT's pavement performance models for use in project prioritization; assistance in identifying decision variables and development of decisions trees for pavement maintenance, rehabilitation and restoration for use in network optimization; investigation of the inputs needed for implementation of the pavement design procedure described in the 1993 AASHTO Guide for the Design of Pavement Structures; subgrade soil, M-r, concrete modulus of rupture, and the like; assistance in developing, implementing and training of pavement design and life cycle cost analysis procedures; evaluation of road roughness, skid resistance, deflection and pavement condition data which may include a limited amount of data collection; and documentation of study activities and findings.

   The Department will establish an order of ranking of a minimum of three consultants for the purpose of negotiating an open-end contract based on the Department's evaluation of acceptable 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 consultants submitting the letters of interest:

   a.  Location of firm in respect to the DOT Central Office. Due to the nature of the work, preference will be given to consultants and their named key personnel that are within a 2 hour driving distance from Harrisburg, PA.

   b.  Specialized experience and technical competence of the Consultant.

   c.  Past record of performance with respect to cost control, work quality and ability to meet schedules. The specific experience of individuals who will constitute the consultant shall be considered.

   d.  Availability and access to resources. Due to the nature of the work the consultant must have available and/or access to such resources as: testing equipment--both laboratory and field, research literature for literary reviews, training capabilities for example, documentation and presentation of study activities to DOT staff in the form of training manuals and workshops, and the like.

   e.  Available staffing for this assignment with short notification.

   f.  Current workload.

   We encourage small firms to submit a letter of interest for this assignment.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to Amar C. Bhajandas, P. E., Director of Bureau of Maintenance and Operations, 555 Walnut Street, 7th Floor, Forum Place, Harrisburg, PA 17101-1900.

   Technical questions concerning the requirements for this project should be directed to Gaylord Cumberledge, P. E., Bureau of Maintenance and Operations, at (717) 787-1199.

   Questions concerning the submittal of the letter of interest can be directed to the Consultant Agreement Division at (717) 783-9309.

Crawford, Erie, Forest, Mercer, Venango and Warren Counties
Project Reference No. 08430AG2059

   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 Crawford, Erie, Forest, Mercer, Venango and Warren Counties in Engineering District 1-0. The contract will be for a 60 month period with projects assigned on an as-needed basis. The required services may encompass a wide range of design and environmental efforts with the possibility of several different types of projects having short completion schedules. The anticipated types of projects may include, but are not limited to, bridge replacements or bridge rehabilitations with minor approach work, roadway betterments (3R Type), Capital Improvement Projects (bridges or roadways), and minor location studies. The maximum amount of the open-end contract will be $1.0 million.

   The Department will establish an order of ranking of a minimum of three firms for the purpose of negotiating an open-end contract based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The 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.  Effectiveness of proposed project managers.

   b.  Past record of performance with respect to cost control, work quality, ability to meet schedules and previous experience on open-end contracts. The specific experience of individuals who constitute the firms shall be considered.

   c.  Staff availability and diversity for this assignment.

   d.  Specialized experience and technical competence of firm.

   e.  Relative size of firm to size of projects that may be completed under this contract.

   f.  Location of Consultant in respect to the District.

   The firm may be required to perform any or all of the following engineering services: attend field views and prepare minutes; prepare submissions for field views and safety review meeting; field surveys; plot topography and cross sections; prepare submissions and materials necessary for the Department to prepare the application to Public Utility Commission (PUC) for the PUC field conference; attend and supply any required information for all PUC meetings and hearings during project design; develop erosion control details and narrative; develop right-of-way plans; prepare Type, Size and Location reports; prepare hydraulic report for waterway approval; 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 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 contract with railroad officials for any railroad-related costs estimates, permits, insurance, approvals and other required information; collect traffic 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; document study activities and findings; needs analyses; traffic circulation studies; lighting design; design of waste water treatment facility; structural analysis; and prepare construction plans, specifications and estimates.

   The format and content of all documents, plans and specifications will be consistent with applicable State and Federal regulations and guidelines.

   The firm may be required to perform any or all of the following environmental studies: air quality; surface water and groundwater hydrology; terrestrial ecology; wetlands; soils; geology; farmland; visual qualify; socioeconomic; cultural; Section 4(f) and Section 106 documents; noise and vibration analyses; threatened and endangered species surveys; hazardous waste investigations and other related studies not identified above. The environmental studies will be conducted in accordance with Department policy and accepted analysis techniques and methodologies.

   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, analyze and organize data; assess impacts; conduct agency and public involvement activities; and prepare reports and design mitigation plans.

   The reports and other written graphic material to be prepared may include, but are not 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) 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 outlined for each individual Work Order developed under this open-end contract.

   Technical questions concerning the requirements for this project should be directed to Michael L. McMullen, P. E., District 1-0, at (814) 437-4331.

   Questions concerning the submittal of the letter of interest 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 and 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 Charles W. Allwein, P.E., Chief, Consultant Agreement Division, 7th Floor, Forum Place, 555 Walnut Street, Harrisburg, PA 17101-1900.

   The letter of interest and required information must be received within 13 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 thirteenth 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 corporation 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 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 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), 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.

   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 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 employes 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 Organization Chart (one page, one side)

   This chart should 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 should include the number of subconsultant personnel and Column B should include the number of prime consultant personnel to be assigned to work on this project reference number.

   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 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 shall be assembled with the prime's first, followed by the subconsultant's in the same order as they appear in Item 6 of Form 255.

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

   A Workload Projection Graph for the prime and each subconsultant should indicate the firm's current and anticipated workload compared to the anticipated capacity available for the next 2-year time frame. The Workload Projection Graph should be submitted for the offices where the work would be performed and should only include the personnel classifications required for providing the advertised services and work.

   6.  Authorization Letters (if required)

   If the advertisement requires a letter signed by individuals giving their approval to use their names in the letter of interest, the letters from proposed prime employes should be first, followed by subconsultant employes, 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)

   This page must show 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 Account 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 one sided pages or five double sided pages may be included at the discretion of the submitting firm.

   The assignment of the agreement/contract for the above advertisements 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. 97-372. Filed for public inspection March 7, 1997, 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.