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. 97-262

NOTICES

Retention of Engineering Firms

[27 Pa.B. 967]

Dauphin and Perry Counties
Project Reference No. 08430AG2052

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately 25 inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services on the following projects:

   1.  S. R. 0022, Sections 002 and 013, Dauphin County. Local Name: U. S. Route 22/322. This project involves relocation and rehabilitation of U. S. Route 22/322 from Dauphin to Speeceville to four lanes.

   2.  S. R. 0022, Sections 02A and 13A, Dauphin County. Local Name: U. S. Route 22/322. This project involves resurfacing and rehabilitation of U. S. 22/322 from Clarks Ferry Bridge to the Dauphin Narrows.

   3.  S. R. 0225, Sections 02A and 012, Dauphin County and S. R. 0011, Section 02A, Perry County. Local Name: U. S. Route 11. This project involves resurfacing and rehabilitation of S. R. 0225 in Dauphin Borough and S. R. 0011 from Interstate 81 to S. R. 22/322.

   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.  Number of available inspectors in each payroll classification.

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

   c.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the maintenance and protection of traffic, soils, structures, concrete, asphalt paving and drainage.

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

   e.  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 Insp. Super.5 (3)
   (TCIS)(NICET Highway Construction
Level 3 or equivalent)
Transportation Construction Inspector18 (12)
   (TCI)(NICET Highway Construction
Level 2 or equivalent)
Technical Assistant2 (0)
   (TA)(NICET Highway Construction
Level 1 or equivalent)

   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:

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
of Inspection
(TCIS)$38.21
(TCI)$33.44
(TA)$22.98

   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 pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; 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:

  1Nuclear Densometer Gauges/   License
  1Vehicle for the Transportation of    Nuclear Gauge
  1Base Radio Station Per Project
20Two-way Radios
as requiredTwo-Way Radio Repeater Station

   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.

   Letters of interest for this project must include a letter, signed by the individuals proposed for all TCIS positions, giving their approval to use their names in the letter of interest for this specific project.

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

ClassificationNo. of Resumes
TCIS  6
TCI22
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 Barry Hoffman, P.E., District Engineer, District 8-0, 2140 Herr Street, Harrisburg, PA 17103-1699.

   Technical questions concerning the requirements for this project should be directed to Richard K. Waddell, District 8-0, at (717) 787-5054.

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

York County
Project Reference No. 08430AG2053

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately six inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services on the following projects:

   1.  S. R. 0083, Section 832, York County. Local Name: Interstate 83. This project involves resurfacing, concrete pavement repair and bridge painting of Interstate 83 from Strinestown to South Newberrytown.

   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.  Number of available inspectors in each payroll classification.

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

   c.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the maintenance and protection of traffic, soils, structures, concrete, asphalt paving and drainage.

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

   e.  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 Insp. Super.1 (1)
   (TCIS)(NICET Highway Construction
Level 3 or equivalent)
Transportation Construction Inspector5 (3)
   (TCI)(NICET Highway Construction
Level 2 or equivalent)

   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:

Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
of Inspection
(TCIS)$38.21
(TCI)$33.44
(TA)$22.98

   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:

  1Nuclear Densometer Gauges/   License
  2Paint Test Kits
  1Vehicle for the Transportation of    Nuclear Gauge
  1Base Radio Station
10Two-way Radios
as requiredTwo-Way Radio Repeater Station
Payroll ClassificationMaximum Straight Time
Reimbursement Per Hour
of Inspection
(TCIS)$38.21
(TCI)$33.44
(TA)$22.98

   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 pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; 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:

  1Nuclear Densometer Gauges/   License
  2Paint Test Kits
  1Vehicle for the Transportation of    Nuclear Gauge
  1Base Radio Station
10Two-way Radios
as requiredTwo-Way Radio Repeater Station

   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.

   Letters of interest for this project must include a letter, signed by the individuals proposed for all TCIS positions, giving their approval to use their names in the letter of interest for this specific project.

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

ClassificationNo. of Resumes
TCIS2
TCI6
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 Barry Hoffman, P.E., District Engineer, District 8-0, 2140 Herr Street, Harrisburg, PA 17103-1699.

   Technical questions concerning the requirements for this project should be directed to Richard K. Waddell, District 8-0, at (717) 787-5054.

   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. 08430AG2054

   The Department of Transportation will retain a consulting firm for an open-end contract to perform appraisal review on condemnation appraisals as an Independent Contract Review Appraiser throughout the Commonwealth.

   The contract will be for a 5 year period with projects assigned on an as-needed basis. The maximum amount of the open-end contract will be $1.0 million.

   The required services will involve the review of property damage appraisals, consultation with Department Staff and Independent Fee Appraisers to correct observed deficiencies, and approval of those appraisals which meet Department standards. Assignments will be made at the discretion of the Department of Transportation on a Statewide basis, consisting of 11 engineering districts and 67 counties. Review of appraisals must be accomplished within 20 working days of written notification of availability, by which time the appraisals must be returned for necessary correction or approved.

   The selected firm must agree that they will not perform appraisals in Pennsylvania during the duration of this contract.

   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.  Qualification of personnel.

   b.  Educational background.

   c.  General Appraisal Certification in Pennsylvania.

   d.  Working knowledge of PA Eminent Code and Uniform Relocation Assistance and Real Property.

   The selected firm's personnel must possess the following:

   College degree or equivalent education;

   General Appraisal Certification in the Commonwealth of Pennsylvania is required;

   Demonstrate working knowledge of the Pennsylvania Eminent Domain Code and the Uniform Relocation Assistance and Real Property Acquisition Act;

   Minimum 5 years experience in the preparation and submission of before-and-after appraisals for purposes of condemnation;

   Minimum 3 years experience in the review, correction and approval of before-and-after appraisals for purpose of condemnation. Samples and records of appropriate appraisal work must accompany proposal submission. All records and credentials must be current and verifiable. Samples of appraisals which do not meet Department standards or records and credentials which cannot be verified will result in the rejection of proposal submission;

   Valid Driver's License.

   Compensation per hour will be negotiated on the basis of a 7 1/2 hour work day and a 5 day work week of 37 1/2 hours. Working hours beyond 37 1/2 hours in any work week must be authorized in writing prior to performance of assignments. The selection firm will be required to submit monthly appraisal logs and copies of appraisal review memorandums and other reports related to the performance of contracted assignments.

   Actual and reasonable lodging, transportation and incidental travel expenses incurred in the performance of contracted assignments will be reimbursed in accordance with Management Directive 230.10 Commonwealth Travel and Subsistence Allowance as currently amended. Time and travel records must be submitted on a biweekly basis.

   A second copy of the letter of interest should be sent to William D. Pickering, P.E., Chief, Right-of-Way and Utilities Division, Department of Transportation, 555 Walnut Street, 7th Floor, Harrisburg, PA 17101-1900.

   Questions concerning the submittal of the letter of interest can be directed to Roy M. Betz, Chief, Appraisal and Appraisal Review, Right-of-Way and Utilities Division, at (717) 787-4730.

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. 97-262. Filed for public inspection February 21, 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.