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. 97-888

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[27 Pa.B. 2678]

Armstrong, Butler, Clarion, Indiana and Jefferson Counties

Project Reference No. 08430AG2073

   The Department of Transportation (Department) will retain a surveying and/or engineering firm with a minimum of two survey corps for preliminary, final and construction surveys for projects in Engineering District 10-0, which is Armstrong, Butler, Clarion, Indiana and Jefferson Counties.

   The contract will be for a period of 60 months from the date of the notice to proceed. It is estimated that approximately 1,000 crew days may be required for the firm selected.

   The selected firm will be required to staff adequately a minimum of two survey crews consisting of three and/or four persons. The firm will be required to furnish each survey crew with all required material, equipment, liability insurance, safety equipment and procedures necessary for the efficient, timely and professional completion of preliminary highway surveys, property surveys, construction stakeouts for structures and roadways, retracing alignment, referencing control points and right-of-way and other related projects as directed by the Department. To ensure that all survey data is collected in a format that is compatible with the Department's existing Electronic Theodolite Interface (ETI) Software, the Department will provide Department-developed Electronic Survey Collection (ESC) Software and User's Manual to the selected firms. The software will be restricted to use on Department projects. The selected firm will be responsible for providing the hardware configuration necessary to complete surveys using the Department's software.

   The hardware requirements are a Corvallis Microtechnology, Inc., M C V-Q hand-held computer with 640K of memory or compatible data collection equipment:  a 3-1/2" floppy disk drive:  and an electronic total station surveying instruments and serial cables to communicate with the hand-held computer. The Total-Station will be comparable or better than a five second instrument (5").

   The Department will establish an order of ranking of a minimum of three firms for the purpose of negotiating an 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 employes' resumes with emphasis on surveying capabilities and specialized experience in Highway/Route Surveying.

   b)  Consultant's proposed plan to provide the Department a survey crew at the project site.

   c)  Understanding the Department's requirements, policies and specifications.

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

   e)  Present workload.

   f)  Past performance.

   g)  Additional equipment not required above such as:  radios, laptop computers, calculators, digital levels and the like, will be considered.

   The qualifications and experience required of the firm's personnel must meet or exceed the requirements of the Department's surveyor class specification. The descriptions for these classifications can be obtained from the District contact person identified at the end of this solicitation.

   The survey personnel and supporting resume information must be submitted with the letter of interest. There shall be no substitution or addition of personnel without first submitting resumes and receiving written approval by the Department.

   1)  All field survey work shall be under the supervision of a Professional Land Surveyor licensed in this Commonwealth.

   2)  Each survey crew shall consist of a minimum of one party chief, one instrument person and rod/prism/chain personnel to complete the crew, whether it be three or four people.

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

   4)  The party chief should have a minimum of 3 years experience as a party chief in highway related work. When the party chief is unavailable for work, the crew will work only when the Professional Land Surveyor is available to be in charge of the survey crew.

   5)  Provisions will be included for railroad insurance, rental of arrow boards, ladders, and/or boats when and if needed.

   If a survey firm is submitting the letter of interest, it must indicate in the body of its transmittal letter the names and Professional Land Surveyor License Number of individuals who are directing heads or employes of the firm who have responsible charge of the firm's surveying activities, and whose names and seals shall be stamped on plans, specifications, plans and reports issued by the firm.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Craig Chelednik, P. E., District 2-0, 1924-30 Daisy Street, P. O. Box 342, Clearfield, PA 16830.

   Technical questions concerning the requirements for this project should be directed to Thad Mikolajczyk, P.L.S., Chief of Surveys, District 10-0 at (412) 357-2474, or Craig Chelednik, P. E., District Location and Liaison Engineer, at (412) 357-2842.

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

Lycoming County

Project Reference No. 08430AG2074

   The Department of Transportation will retain an engineering firm to perform full in-depth bridge inspection (including underwater), environmental studies, preliminary engineering, final design and engineering services during construction of a bridge located in Lycoming County on S. R. 0405 in the Village of Muncy over the West Branch of the Susquehanna River and ConRail Railroad.

   The bridge has 18 spans:  11 spans of steel plate girder pin hanger system, and 7 spans of steel I-beams, having a total length of 2,134 feet. The estimated construction cost is $5 million and will include any needed minor approach roadway work.

   The selected consultant will be required to prepare an in-depth bridge inspection report and structural analysis, identifying structural components and/or members that govern load ratings, and determine both short and long term rehabilitation needs; prepare alternative analysis report for rehabilitation; determine environmental studies and permit issues needed for each alternative, and complete the environmental studies needed for NEPA clearance for the selected alternative; perform all final design and construction plans including contract special provision and construction cost estimates; and provide engineering services during construction including shop drawing reviews and approvals.

   Letters of interest will be evaluated at the Engineering District 3-0 office with emphasis on the following factors:

   *  Specialized experience and technical competence of the firm including the firm's experience with similar type projects and their ability to provide innovative solutions to complex technical problems.

   *  Experience of employes to be associated with this project. Particularly important are the key people assigned to the project including their experience and past record of performance with similar projects.

   *  Overall current workload of the firm.

   *  Past performance record.

   The District will announce the firms that have been shortlisted at an open public meeting scheduled for July 18, 1997, at 10 a.m. at Engineering District 3-0, 715 Jordan Avenue, Montoursville, PA 17754.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be 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 projects.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to Paul E. Heise, P. E., District Engineer, Engineering District 3-0, 715 Jordan Avenue, Montoursville, PA 17754.

   Technical questions concerning the requirements for this project should be directed to Robert H. Haase, P. E., District 3-0, at (717) 368-4391.

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

Berks County

Project Reference No. 08430AG2075

   The Department of Transportation will retain a consulting firm to provide Right-of-Way Acquisition Services for the S. R. 0222, Section 001 (Lancaster Pike Reconstruction) and Section 002 (Warren Street Extension) projects in Berks County. The estimated construction cost of these projects is $57 million.

   These highway improvement projects will consist of the extension of the Warren Street By-Pass and an upgrade of existing State Route 222 from the existing connection with State Route 422 (Penn Avenue) in Wyomissing Borough to the Lancaster County line near Adamstown with a four-lane limited access facility. Section 001 will be an upgrade of State Route 222 and will include two interchanges. Section 002 will be constructed on new alignment and will include two interchanges and a tie-in to the existing interchange with State Route 422. The total project length for the two sections is approximately 7 miles.

   The required services for these projects include, but are not limited to:  relocation assistance, appraisal planning, negotiation, title services, property management and claim payment. These projects will include land acquisition in Wyomissing Borough, Cumru Township, South Heidelberg Township and Brecknock Township.

   These projects will involve approximately 215 properties. The number of total takes are 117, with 85 residential and 32 commercial. The number of partial takes are 98, with 80 residential, 12 commercial, one combination commercial/residential and five other (community and the like). The Department will provide the total take plan for these projects.

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

   1.  Familiarity with the applicable provisions of the Department's Right-of-Way Manual in compliance with Federal and State Regulations, including but not limited to the Pennsylvania Eminent Domain Code, the State Highway Law and the Real Estate Law and the Uniform Relocation Assistance and Real Property Acquisition Policies Act.

   2.  Experience as a firm with personnel experienced and qualified in performing their assigned functions.

   3.  Demonstrate ability to perform work in compliance with current Federal and State policies, procedures and regulations.

   The District will announce the firms that have been shortlisted at an open public meeting scheduled at Engineering District 5-0 on June 30, 1997, at 11 a.m. in Conference Room A.

   Technical questions concerning the requirements for these projects should be directed to Donald E. Lerch, P. E., Design Services Engineer, Engineering District 5-0, at (610) 791-6019.

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

Bucks County

Project Reference No. 08430AG2076

   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 who will perform construction inspection services on various projects in Bucks County in Engineering District 6-0, on an as-needed basis. The Contract will include roadway and bridge construction projects. The Contract will be for a period of 60 months, with a maximum cost of $1 million.

   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.  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 inputting 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 a 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; have a minimum of 5 years coating inspection experience on heavy industrial or highway projects; 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; know OSHA 1926.62 lead regulations, applicable OSHA regulations governing proper respirator usage (29 CFR 1910.134) and lead exposure (29 CFR 1910--1025); be capable of ''climbing'' on high bridge members to perform coatings inspection; and be capable of supervising and training lower level coatings inspectors, both consultant and State if necessary. The inspector 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; have a minimum of 3 years coating inspection experience on heavy industrial or highway project; have a minimum of 6 months experience on lead removal project; know OSHA 1926.62 lead regulations, applicable OSHA regulations governing proper respirator usage (29 CFR 1910.134) and lead exposure (29 CFR 1910.1025); be capable of ''climbing'' on high bridge members to perform coatings inspection; be capable of working with state inspectors; and complete EPA accredited training for lead removal (Title X, Sections 402 and 404) within 6 months of official issuance by approximately June 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 Reimbursement
Payroll Classification   
Per 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 complying with the labor standards, safety and accident prevention and equal opportunity provisions of the contract item; and perform other duties as 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:

2Paint Test Kits per project or as needed
2Two-way Radios per project or as needed
2Cellular Phones per project or 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 Basic           2

   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 George Koch, District 6-0, at (610) 964-6719.

   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. 08430AG2077

   The Department of Transportation will retain two engineering firms specializing in protective coatings for two separate Open-End Contracts to perform various tasks specifically for the Districts and/or the Central Office related to painting steel structures. The Contracts will be for a period of 5 years with a maximum cost of $1.5 million each with projects being assigned on an ''as-needed'' basis.

   The required services may include evaluating the paint condition of steel structures, both field and shop, including corrosion surveys and identification of candidate structures for maintenance painting; assisting the Districts in the design and preparation of structure painting contracts, including recommendations for the selection of the paint system; preparing structure painting specifications; evaluating new coating products; assisting the Districts and Central Office in establishing a bridge painting maintenance program; assisting the Districts in inspecting structure painting contracts; and analyzing paint failures.

   The required services may include performing the air, water and soil monitoring for applicable projects and providing the services of a Certified Industrial Hygienist (CIH) as required.

   Firms expressing interest in this project must indicate engineering experience in the areas of evaluating, designing, testing, analyzing and inspecting protective coatings for steel structures and must demonstrate familiarity with the Department's policies, procedures and publications.

   Firms expressing interest in this project must have the in-house laboratory testing capability for all major paint analyses.

   Firms expressing interest in this project must have the potential responsibility to represent the Commonwealth in legal proceedings stemming from this work.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Director, Bureau of Construction and Materials, Attention Kevin Keefe, 1118 State Street, Harrisburg, PA 17120.

   Technical questions concerning the requirements for this project should be directed to Kevin M. Keefe, at (717) 783-6298 or David Kuniega, at (717) 787-3966.

   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. 08430AG2078

   The Department of Transportation will retain an engineering firm to provide Fabricated Structural Steel Inspection under the supervision of the Chief Structural Materials Engineer. This inspection will be performed ''Statewide'' and at out-of-State locations as directed by the Chief Structural Materials Engineer. The contract will include Fabricated Structural Steel Inspection and other items incidental to highway construction at steel fabrication shops and project sites designated by the Department. Inspection will be conducted in accordance with Department's Publication No. 135. The contract will be for a period of 24 months.

   It is anticipated that the maximum inspection staff will consist of:

   a)  30 Certified Welding Inspectors and 10 Qualified Welding Inspectors (Non-Certified Welding Inspector) may be required at various Statewide and out-of-State fabrication shops as the workload dictates.

   b)  One two-man crew may be required to perform radiographic inspection as requested by the Chief Structural Materials Engineer.

   c)  One Staff Engineer may be required to perform professional services at a location at the request of the Chief Structural Materials Engineer.

   d)  One Metallurgical Engineer may be required to perform professional services at a location at the request of the Chief Structural Materials Engineer.

   e)  Two Structural Steel Supervisors are required to perform supervisory duties at various Statewide and out-of-State fabrication shops and field locations as the workload dictates.

   f)  One two-man crew may be required to perform test methods for assessing the adhesion of coating films. This work will be performed at various Statewide and out-of-State fabrication shops and field locations.

   g)  One two-man crew may be required to perform timber bridge fabrication inspection at various Statewide and out-of-State timber fabrication plants.

   The job description for these classifications can be obtained from the Chief Structural Materials Engineer, who is identified at the end of this solicitation.

   The Department will establish an order of ranking of a minimum of three firms for the purpose of negotiating a 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)  Review of inspector's qualifications with emphasis on fabricated structural steel.

   b)  Understanding of the Department's requirements, policies and specifications (including AASHTO and AWS Specifications).

   c)  Review of the firm's ''Management Plan'' for the shop inspection staff.

   d)  Number of Certified Welding Inspectors and Non-Certified Welding Inspectors available for this contract within the continental United States.

   e)  Key personnel experienced with structural steel shop fabrication practices.

   f)  Firm's in-house training program.

   g)  Past performance of structural steel inspection in fabrication shops.

   The maximum straight time reimbursement per hour of inspection for each Department payroll classification for calendar years 1998 and 1999 will be as follows:

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
of Inspection
19981999
Certified Welding Inspector (CWI) (ASNT)40.1341.54
Qualified Welding Inspector (Non-CWI)35.1236.35
Two-man crew performing
   Radiographic Inspection
      (a)  Level II ASNT Radiographer40.1341.54
      (b)  Level I ASNT Radiographer35.1236.35
Staff Engineer any location75.6075.60
Metallurgical Engineer any location75.6075.60
Structural Steel Supervisor45.7947.39
Two-man crew performing test methods for assessing the adhesion of coating films
      (a)  NACE Corrosion Specialist75.6075.60
      (b)  Corrosion Technician40.1341.54
Two-man crew performing
Timber Fabrication Inspection
      (a)  Structural Supervisor45.7947.39
      (b)  Timber Fabrication Inspector35.1236.35

   The firm selected will be required to attend prefabrication meetings, quarterly progress review meetings and other meetings with the Department at the request of the Chief Structural Materials Engineer. Under the supervision and direction of the Department, the selected firm will be required to keep records and documentation and submit inspection charges as outlined in Publication 135. The firm will also assist the Department in complying with the labor standards, safety and accident prevention and equal opportunity provisions of the contract item. The firm must provide American Society of Nuclear Testing (ASNT) Level II Inspectors to witness Radiographic Testing, Ultrasonic Testing, Magnetic Particle Testing and Penetrant Testing. Performing of Ultrasonic Testing, Magnetic Particle Testing and Penetrant Testing may be required by ASNT Level II inspectors.

   The qualifications and experience required for 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.

   Also, the following minimum qualifications will be taken into consideration:

   1.  Ability to speak, write, read and understand the English language.

   2.  Basic knowledge of structural steel fabrication.

   3.  Prior experience in structural steel shop fabrication.

   4.  Ability to act as a direct representative of the Engineer.

   5.  Knowledge of applicable non-destructive testing as required by fabrication specifications.

   6.  Demonstration of qualifications to the Chief Structural Materials Engineer or his representative. Resumes, showing technical knowledge and experience, have to be submitted to the Department before assigning inspectors to various shops.

   The firm's inspection staff assigned to the Structural Materials Unit of the Bureau of Construction and Materials must comply with the following:

   80% of the inspection staff must be Certified Welding Inspectors

   60% of the inspection CWI staff must be ASNT Level II Inspectors

   This inspection staff is under the supervision of a manager who is a Professional Engineer registered in the Commonwealth of Pennsylvania with no less than 4 years of welding related experience.

   The Inspection Supervisor shall be a Professional Engineer registered in the Commonwealth or a Certified Welding Inspector (CWI) by the American Welding Society. The Inspection Supervisor is required to provide direct supervision of the inspection staff by making routine visits to assigned shops.

   The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to Direct, Bureau of Construction and Materials, Attention William Miller, 1118 State Street, Harrisburg, PA 17120.

   Technical questions concerning the requirements for this project should be directed to William J. Miller, P. E., Chief Structural Materials Engineer, Bureau of Construction and Materials at (717) 787-1950.

   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. 97-888. Filed for public inspection May 30, 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.