132 Retention of engineering firms  

  • DEPARTMENT OF TRANSPORTATION

    Retention of Engineering Firms

    [29 Pa.B. 502]

    Bucks, Chester, Delaware, Montgomery and Philadelphia Counties
    Project Reference No. 08430AG2280

       The Department of Transportation will retain an engineering firm to provide staff for the review and documentation of preliminary submittals of Developer's Highway Occupancy Permit applications and the review of traffic, construction, and hydraulic considerations for Highway Occupancy Permit applications for driveways of all classifications and other roadway improvements. The selected engineering firm will also assist in the final inspection of permit work. Also, other traffic related services such as the performance of studies for speed limit changes or school student walking route evaluations may be required. Upon request, the selected engineering firm must be capable of providing qualified technical or engineering personnel to the District 6-0 Traffic Unit on a full time basis. This contract will be to assist the Department of Transportation District 6-0 Traffic Unit in Bucks, Chester, Delaware, Montgomery and Philadelphia Counties.

       The selected firm will be required to perform timely and accurate reviews under the direction of the District Traffic Engineer. At times, it may be necessary to meet with developers and/or their engineers. Qualified engineers and/or technicians must be provided in order to complete these tasks.

       This agreement will be a Specific Project Engineering Agreement for a period of thirty (30) months.

       The selected firm will be required to provide the following personnel:

       *  One (1) Manager with a Professional Engineer's License.

       *  Six (6) Registered Professional Engineers by the Commonwealth of Pennsylvania or an equivalent combination of a Bachelors Degree in Transportation Engineering and five (5) years of highway engineering experience.

       *  Two (2) engineers possessing Pennsylvania Engineer-in-Training Certificates with a minimum of two (2) years of highway engineering experience.

       *  Five (5) Traffic Control Technicians with a minimum of three (3) years of highway experience.

       *  One (1) Clerk Typist to type written correspondence and/or reports.

       The following factors, in general order of descending importance, will be used during the evaluation of firms submitting letters of interest:

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

       b.  Education, experience and competence of those employees to be associated with the performance of the contract. Particularly important is their traffic and drainage experience and past record of performance with similar projects.

       c.  Past performance record of firm on Department projects.

       d.  Facilities and equipment.

       e.  Ability to utilize the firm considering the conflict of interest issue.

       f.  General quality of the letter of interest and technical proposal submitted to the Department by the firm.

       g.  Location of firm.

       The consultant must use his own offices and must be located in Pennsylvania within the District 6-0 jurisdictional area (Bucks, Chester, Delaware, Montgomery and Philadelphia Counties). The selected firm shall not be permitted to work on any assignment for which it has a conflict of interest.

       The District will announce the firms which have been shortlisted at an open public meeting scheduled for February 22, 1999 in Engineering District 6-0's large conference room.

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

       Any technical questions concerning the requirements for this project should be directed to: Mr. Barry Snyder, P.E., District 6-0 at (610) 768-3083.

       Any 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. 08430AG2281

       The Department of Transportation will retain an engineering firm, for a multi-phase, specific project agreement to conduct environmental studies, prepare preliminary engineering plans, perform final design and provide services during construction (shop drawing review and consultation during construction) for the proposed bridge rehabilitation on S.R. 4028, Section 01B (State Street) over the Schuylkill River in Tilden Township, Berks County within Engineering District 5-0. The design of this project is expected to have an overall duration of approximately thirty (30) months with shorter, varying schedules for individual phases. This agreement will be administered by Engineering District 5-0. The estimated construction cost of the project is $900 thousand.

       The existing structure, built in 1927, is a six (6) span structure, 161 meters long, consisting of a four (4) span reinforced concrete open spandrel arch and a two (2) span reinforced concrete slab. There are two (2) 3.65-meter lanes and two (2) 1.7-meter sidewalks. S.R. 4028 in the project area is a 2 lane, major collector highway that extends east and west through Berks County. The project study limits will extend 150 meters on each end of the existing structure. The structure is bounded by mature forest and residential structures on the west and by commercial and residential structures on the east. On the northeast side, there is an existing retaining wall and a residential structure within approximately 4.5 meters of the existing structure.

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

       1.  All studies necessary for the preparation of a Categorical Exclusion Evaluation Level 3 (or Level 4 if the existing structure is historic or the project requires additional right-of-way or construction easements) and associated documents including: cultural resource surveys, wetlands delineation and evaluation, Section 106 documents, hazardous waste reports, archaeological surveys, etc.

       2.  Preliminary engineering including, but not limited to: field surveys, T S & L, Step 9, roadway design hydrologic and hydraulic report, E & S plans, soils and geological reconnaissance, maintenance and protection of traffic plans, right-of-way investigation and coordination with utility companies.

       3.  Preparation of final roadway and structure plans, including, but not limited to: final design and preparation of plans, specifications and estimates.

       4.  Consultation during construction.

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

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

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

       b.  Specialized experience and technical competence.

       c.  Project team composition.

       d.  Project team experience.

       e.  Ability to expedite project and maintain schedule and budget.

       f.  Past Performance.

       g.  Current Workload.

       h.  Location of Consultant.

       The District will announce the firms that have been shortlisted at an open public meeting to be held in Engineering District 5-0, 1713 Lehigh Street, Allentown, PA 18103. All candidates that have submitted a letter of interest will be notified of the date. Specify a contact person in the letter of interest.

       The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen (15%) percent of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information section after the advertised project(s).

       The District's copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Walter Bortree, P.E., District Engineer, Engineering District 5-0, 1713 Lehigh Street, Allentown, PA 18103.

       Any technical questions concerning the requirements for this project should be directed to: Mr. Donald E. Lerch, P.E., at (610) 791-6019 or Mr. Jack W. Hubbard at (610) 791-6020.

       Any questions concerning the submittal of the Letter of Interest can be directed to the Consultant Agreement Division at (717) 783-9309.

    Greene, Washington and Westmoreland Counties
    Project Reference No. 08430AG2282

       The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately thirteen (13) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following four (4) group projects in Engineering District 12-0:

       1.  Group 12-99-SI2, Greene County
    These projects involve various surface improvements.

       2.  Group 12-99-SI4, Washington County
    These projects involve various surface improvements.

       3.  Group 12-99-SI4-2, Washington County
    These projects involve various surface improvements.

       4.  Group 12-98-SI5, Westmoreland County
    These projects involve various surface improvements.

       The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Engineering Agreement based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The 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 acceptable letters of interest:

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

       b.  Number of available inspectors in each payroll classification.

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

       d.  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.

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

       f.  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 employees will be reviewed and approved by the Department.

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

    No. of
    Classification Inspectors
    Transportation Construction Inspector (TCI)
    (NICET Highway Construction Level 2 or
       equivalent)
    13 (9)

       The number(s) 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 1999:

    Maximum Straight Time
    Reimbursement Per Hour
    Payroll Classification Of Inspection
    (TCI) $35.47

       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:

      4 Cellular Phones
    13 Pagers

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

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

    Classification No. of Resumes
    TCI 16
    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: Mr. Michael H. Dufalla, P.E., District Engineer, Engineering District 12-0, North Gallatin Avenue Extension, Uniontown, PA 15401.

       Any technical questions concerning the requirements for this project should be directed to: Mr. John A. Knapik, Jr., P.E., District 12-0 at (724) 439-7253.

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

    Fayette, Greene, Washington and Westmoreland Counties
    Project Reference No. 08430AG2283

       The Department of Transportation will retain an engineering firm for an Open-End Contract for various geotechnical engineering services, various engineering services and environmental studies on various projects located in Engineering District 12-0, that is, Fayette, Greene, Washington and Westmoreland Counties. The majority of the work and services under this Open-End Contract is anticipated to be for various geotechnical engineering services. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. 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 (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the letters of interest received in response to this solicitation. The ranking will be established directly from the acceptable letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

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

       b.  Specialized experience and technical competence of firm in geotechnical engineering. The specific experience of individuals who constitute the firms will be considered.

       c.  Understanding of the Department's requirements, Design Manuals, policies and specification.

       d.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience with Open-end Contract.

       e.  Location of consultants with respect to the District. This will include ability/provisions for quick responses to District requests.

       f.  Method of controlling quality of projects and submissions. Consideration will be given to coordination between disciplines, subconsultants, etc.

       The firm may be required to perform, but will not be limited to, the following geotechnical engineering services: review of geotechnical work performed by private engineering firms; perform geotechnical design for major Department designed projects; perform geotechnical investigations under a Health and safety Plan; develop Health and Safety Plans (HASP) for projects; investigate and prioritize slope movements and other geologic hazards for future programming; install and/or monitor geotechnical instruments; perform geophysical investigations; geotechnical consultation during and after construction; review of wetland designs from a geological and geotechnical perspective; emergency response to geologic hazards; investigate stability of retaining systems; develop specifications; water quality sampling and evaluation; review erosion and sedimentation plans from a geological or geotechnical perspective; develop experimental work plan activities and other research activities; review preliminary area reconnaissances (PAR'S), initial site assessments (ISA'S), preliminary site investigations (PSI'S), detailed site investigations (DSI'S) and waste management plans; develop and administer subsurface boring sampling and testing contracts; perform stability analyses of slopes and retaining structures; review of contour grading plans; review of storm water management plans; develop remediation schemes for acid mine drainage (AMD) problems; and preparation of geotechnical engineering reports. These services may include, but not be limited to, the following specific items: attend field views and prepare minutes; prepare submissions for field views and safety review meeting; perform related field surveys; plot topography and cross sections.

       Most of the drilling services will be provided by the Department through separate service purchase contracts with other contractors. However, the firm may be required to assist with letting separate nonprofessional contracts for drilling and soil, rock and water testing. The soil and rock testing must be performed at an AASHTO Materials Reference Laboratory (AMRL) accredited laboratory and the water testing must be performed at a Pennsylvania Department of Environmental Protection certified laboratory. Some tests may be required to be performed under a HASP.

       Although this Open-End Contract will primarily be for geotechnical services, some engineering and environmental services may be required.

       The engineering work and services which may be required under this contract includes, but is not limited to; perform field surveys; plot topography and cross sections; prepare submission for utility verification and relocations engineering; prepare all pertinent submissions and materials necessary for the Department to prepare the application to PUC and for the PUC field conference; attend and supply any required information for all PUC meeting and hearings during the design of the project; develop erosion control details and narrative; prepare right of way plans; complete structure designs including type, size and location reports, core boring layouts and foundation designs and reports; develop traffic control plans with narratives; conduct soils investigations and prepare soils reports, investigate utility involvement on projects; provide material for and participate in value engineering reviews; coordinate contracts with railroad officials, and procure railroad related costs, permits, and insurance; collect signal timing, accident data and other traffic flow data; document engineering study findings and activities, alternative analysis to assess impacts and mitigation; and prepare construction plans, specifications, and estimates.

       The environmental services required under the Contract may include, but are not limited to; air quality; noise; energy; vibration; hazardous wastes; surface water and ground water quality; surface water and ground water hydrology; terrestrial ecology including threatened and endangered species; wetlands; soils; geology; farmlands; visual quality; socio-economic resources; cultural resources; Section 4(f) Evaluations; early coordination and scoping correspondence; meeting minutes; public meeting and hearing presentations; visualization materials, handouts and displays; technical basis reports (TBR's) and/or technical files; NEPA environmental documents; Section 106 documents; mitigation plans and reports; wetland and floodplain findings; and preliminary engineering plans, and remote sensing/mapping innovations; the format and contents of all documents will be consistent with applicable State and Federal regulations, policies and guidelines.

       The geotechnical, engineering, and environmental services 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 the Open-End Contract.

       The second copy of the letter of interest and required forms (see ''General Requirements and Information'' section) shall be sent to: Mr. Michael H. Dufalla, P.E., District Engineer, Engineering District 12-0, North Gallatin Avenue Extension, Uniontown, PA 15401.

       Any technical questions concerning the requirements for this project should be directed to: Mr. Jeff Thompson, P.E., Engineering District 12-0 at (724) 439-7134.

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

    Fayette, Greene, Washington and Westmoreland Counties
    Project Reference No. 08430AG2284

       This Open-End Contract previously appeared in the January 9, 1999 Pennsylvania Bulletin under Project Reference Number 08430AG2277. Since the Project Reference Number was incorrect, this Contract is hereby re-advertised. All Letters of Interest received under Project Reference No. 08430AG2277 for the January 9, 1999 advertisement, for this Open-End Contract, will be honored by the Department. Engineering firms who submitted a Letter of Interest under Project Reference Number 08430AG2277, for this Open-End Contract, are not required to re-submit a Letter of Interest unless they desire to revise the previously submitted documentation.

       The Department of Transportation will retain an engineering firm for one (1) engineering firm for an Open-End Contract for various environmental services on various projects located in Engineering District 12-0; that is Fayette, Greene, Washington, and Westmoreland Counties. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount for the open-End Contract will be $500,000.00.

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

       a.  Specialized experience and technical competence of firm. The specific experience of individuals who constitute the firms will be considered.

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

       c.  Past Record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience with Open-end Contracts.

       d.  Location of consultants with respect to the District. This will include ability/provisions for quick responses to District request.

       e.  Methods of controlling quality of projects and submissions. Consideration will be given to coordination between disciplines, subcontractors, etc.

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

       The areas of environmental study required under the Contract may include, but are not limited to; air quality; noise; energy; vibration; hazardous waste; surface water and ground water quality; surface water and ground water hydrology; terrestrial ecology including threatened and endangered species; wetlands; soils; geology; farmlands; visual quality; socio-economic resources; cultural resources; Section 4(f) Evaluations; early coordination and visualization materials, handouts and displays; technical basis reports (TBRs) and/or technical files; NEPA environmental documents; Section 106 documents; mitigation plans and reports; wetlands and floodplain findings; and preliminary engineering plans; and remote sensing/mapping innovations; The format and content of all documents will be consistent with applicable State and Federal regulations, policies and guidelines.

       Although this contract will primarily be for environmental services, some engineering services may be required. The engineering work and services which may be required under this contract include, but are not limited to: perform field surveys; plot topography and cross sections; prepare submission for utility verification and relocations engineering; prepare all pertinent submission and materials necessary for the Department to prepare the application to PUC and for the PUC field conference; attend and supply any required information for all PUC meetings and hearings during the design of the project; develop erosion control details and narrative; prepare right of way plans; complete structure designs including type, size and location reports, core boring layouts and foundation designs and reports; develop traffic control plans with narratives; conduct soils investigations and prepare soils reports; investigate utility involvement on projects; provide material for and participate in value engineering reviews; coordinate contracts with railroad officials and procure railroad related costs, permits, and insurance; collect signal timing, accident data and other traffic flow data; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; and prepare construction plans, specifications, and estimates.

       The environmental and engineering 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.

       The second copy of the Letter of Interest and required forms) see general requirements and information section) shall be sent to: Mr. Michael H. Dufalla, P.E., District Engineer, District 12-0, P. O. Box 459, North Gallatin Avenue Extension, Uniontown, PA 15401.

       Any technical questions concerning the requirements for this project should be directed to: Mr. Jeff Thompson, P.E., District 12-0, at (724) 439-7134.

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

    Bradford, Tioga, Lycoming, Sullivan, Columbia, Montour, Northumberland, Snyder and Union Counties
    Project Reference No. 08430AG2285

       The Department of Transportation will retain an engineering firm for an Open-End Contract for designating and locating utilities on various projects located in Engineering District 3-0, that is Bradford, Tioga, Lycoming, Sullivan, Columbia, Montour, Northumberland, Snyder and Union Counties. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount for the Open-End Contract will be $250 thousand.

       The Department will establish an order of ranking of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the Letters of Interest received in response to this solicitation. The ranking will be established directly from the letters of interest

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

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

       b.  Specialized experience, availability of appropriate equipment, and technical competence of firm in performing subsurface utility engineering for highway projects.

       c.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on Open-End Contracts. The specific experience of individuals who constitute the firms shall be considered.

       d.  Available staffing for this assignment.

       e.  Location of consultant in respect to the District.

       f.  Resumes of all key personnel.

       The selected firm will be required to provide: all professional designating and locating services to designate, with electronic equipment, existing subsurface utility facilities, including detection and mapping of underground storage tanks, drums, and similar type facilities in progressive phases; to locate, by test holes, existing subsurface utility facilities which may be affected by our highway projects; to provide valuation problem identification and solutions in the field; to provide utility facility identification by survey; and other related services as may be required.

       For the purpose of this advertisement, ''designate'' means to indicate, by marking, the presence and approximate horizontal location of a subsurface utility using geophysical prospecting techniques, and ''locate'' means to obtain the accurate horizontal and vertical location of a subsurface utility by digging a test hole.

       The second copy of the letter of interest and required forms (see ''General Requirements and Information'' section) shall be sent to: Mr. Paul E. Heise, P.E., District Engineer, District 3-0, 715 Jordan Avenue, Montoursville, PA 17754.

       Any technical questions concerning the requirements for this project should be directed to: Mr. Gary R. Williams, P.E., District 3-0 at (717) 368-4391.

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

    Centre County
    Project Reference No. 08430AG2286

       The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately twenty (20) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S.R. 0026, Section C02, in Centre County, Route 26 relocation--Mount Nittany to Spring Creek. This project involves the construction of a four lane limited access highway and interchange on new alignment approximately 5.0 miles in length with ten (10) bridges, three (3) culverts, and two (2) retaining walls.

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

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

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

       b.  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.

       c.  Past Performance.

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

       e.  Number of available inspectors in each payroll classification.

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

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

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

    No. of
    Classification Inspectors
    Transportation Construction Manager 1
       (TCM-1)
    (NICET Highway Construction Level
       4 or equivalent)
    2 (2)
    Transportation Construction Ins. Super.
       (TCIS)
    (NICET Highway Construction Level
       3 or equivalent)
    2 (2)
    Transportation Construction Inspector--
       Materials (TCI-Materials)
    (NICET Highway Materials Level 2 or
       equivalent)
    1 (1)
    Transportation Construction Inspector (TCI)
    (NICET Highway Construction Level 2 or
       equivalent)
    12 (7) *
    Technical Assistant (TA)
    (NICET Highway Construction Level 1 or
       equivalent)
    3 (0)

       *  One TCI must be CDS certified and another one must be bituminous field certified

       The number(s) 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 for 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 1999:

    Maximum Straight Time
    Reimbursement Per Hour
    Payroll Classification Of Inspection
    (TCM-1) $46.27
    (TCIS) $40.54
    (TCI-Materials) $36.55
    (TCI) $35.47
    (TA) $24.39

       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:

    1 Nuclear Densometer Gauge/License *
    1 Vehicle for the Transportation of Nuclear Gauge *
    5 Cellular Phones
    * at point of need when needed

       The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information Section after the advertised project(s).

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

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

    Classification No. of Resumes
    TCM-1 3
    TCIS 3
    TCI-M 2
    TCI 15
    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: Mr. George M. Khoury, P.E., District Engineer, District 2-0, 1924-30 Daisy Street, P. O. Box 342, Clearfield, PA 16830.

       Any technical questions concerning the requirements for this project should be directed to: Mr. Vasco A. Ordonez, P.E., District 2-0, at (814) 765-0439.

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

    Centre County
    Project Reference No. 08430AG2287

       The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately seventeen (17) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S.R. 0026, Section A02, Centre County, Route 26 relocation--Research Park Connector to Spring Creek. This project involves the construction of a four lane limited access highway and new alignment approximately 2.0 miles in length with nine (9) bridges.

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

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

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

       b.  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.

       c.  Past Performance.

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

       e.  Number of available inspectors in each payroll classification.

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

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

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

    No. of
    Classification Inspectors
    Transportation Construction Manager 1
       (TCM-1)
    (NICET Highway Construction Level 4 or
       equivalent)
    2 (2)
    Transportation Construction Ins. Super.
       (TCIS)
    (NICET Highway Construction Level 3 or
       equivalent)
    2 (2)
    Transportation Construction Inspector--
    Materials (TCI-Materials)
    (NICET Highway Materials Level 2 or
       equivalent)
    1 (1)
    Transportation Construction Inspector (TCI)
    (NICET Highway Construction Level 2 or
       equivalent)
    10 (6)*
    Technical Assistant (TA)
    (NICET Highway Construction Level 1 or
       equivalent)
    2 (0)

       *  One TCI must be CDS certified, and another one must be bituminous field certified

       The number(s) 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 1999:

    Maximum Straight Time
    Reimbursement Per Hour
    Payroll Classification Of Inspection
    (TCM-1)$46.27
    (TCIS) $40.54
    (TCI-Materials) $36.55
    (TCI) $35.47
    (TA) $24.39

       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:

    1 Nuclear Densometer Gauge/License *
    1 Vehicle for the Transportation of Nuclear Gauge *
    5 Cellular Phones
    * at point of need when needed

       The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information Section after the advertised project(s).

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

       Transmittal letters for the letter of interest shall be four (4) pages or less.

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

    Classification No. of Resumes
    TCM-1 3
    TCIS 3
    TCI-M 2
    TCI 12
    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: Mr. George Khoury, P.E., District Engineer, District 2-0, 1924-30 Daisy Street, P. O. Box 342, Clearfield, PA 16830.

       Any technical questions concerning the requirements for this project should be directed to: Mr. Vasco A. Ordonez, P.E., District 2-0, at (814) 765-0439.

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

    [Continued on next Web Page]


    [Continued from previous Web Page]

    Fayette, Greene, Washington and Westmoreland Counties
    Project Reference No. 08430AG2288

       The Department of Transportation will retain two (2) engineering firms for two (2) separate Open-End Contracts for various engineering and/or environmental services on various projects located in Engineering District 12-0, that is Fayette, Greene, Washington, and Westmoreland Counties. The two (2) separate Contracts will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount for each Open-End Contract will be $1.0 million.

       The Department will establish an order of ranking of a minimum of five (5) firms for the purpose of negotiating two (2) separate Open-End Contracts 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 acceptable letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

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

       b.  Specialized experience and technical competence of firm. The specific experience of individuals who constitute the firms will be considered.

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

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

       e.  Location of consultants with respect to the District. This will include ability/provisions for quick responses to District requests.

       f.  Method of controlling quality of projects and submissions. Consideration will be given to coordination between disciplines, subconsultants, etc.

       The work and services required under these Contracts may encompass a wide range of environmental studies and engineering efforts with the possibility of several different types of projects with short completion schedules being assigned concurrently. The anticipated types of projects include, but not limited to, bridge replacements or bridge rehabilitation with minor approach work, environmental studies, roadway betterments (3R type,) minor capital improvement projects (bridges or roadway), railroad grade crossing projects, and minor location studies, etc.

       The engineering work and services which may be required under these Contracts include, but are not limited to, developing traffic control plans with narratives, collecting signal timing, accident data and other traffic flow data, and traffic signal design; perform field surveys; plot topography and cross sections; prepare submission for utility verification and relocations engineering; prepare all pertinent submissions and materials necessary for the Department to prepare the application to PUC and for the PUC field conference; attend and supply any required information for all PUC meetings and hearings during the design of the project; develop erosion control details and narrative; prepare right of way plans; complete structure designs including type, size and location reports, core boring layouts and foundation designs and reports; develop traffic control plans with narratives; conduct soils investigations and prepare soils reports; investigate utility involvement on projects; provide material for and participate in value engineering reviews; coordinate contacts with railroad officials and procure railroad related costs, permits, and insurance; collect signal timing, accident data and other traffic flow data; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; and prepare construction plans, specifications, and estimates.

       The areas of environmental study required under these Contracts may include, but are not limited to: air quality; noise; energy; vibration; hazardous waste; surface water and ground water quality; surface water and ground water hydrology; terrestrial ecology including threatened and endangered species; wetlands; soils; geology; farmlands; visual quality; socio-economic resources; cultural resources; Section 4(f) Evaluations; early coordination and; scoping correspondence; meeting minutes; public meeting and hearing presentations; visualization materials, handouts and displays; technical basis reports (TBRs) and/or technical files; NEPA environmental documents; Section 106 documents; mitigation plans and reports; wetland and floodplain findings; and preliminary engineering plans, and remote sensing/mapping innovations; The format and content of all documents will be consistent with applicable State and Federal regulations, policies and guidelines.

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

       The second copy of the letter of interest and required forms (see ''General Requirements and Information'' section) shall be sent to: Mr. Michael H. Dufalla, P.E. District Engineer, Engineering District 12-0, North Gallatin Avenue, Uniontown, PA 15401.

       Any technical questions concerning the requirements for this project should be directed to: Mr. Jeff Thompson, P.E., District 12-0, at (724) 439-7134.

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

    Bucks, Chester, Delaware, Montgomery, and Philadelphia Counties
    Project Reference No. 08430AG2289

       The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately two (2) inspectors, under the Department's Inspector(s)-in-Charge for, electrical construction inspection and documentation services on various S.R.'s and Department property (highway, sign lighting, and maintenance stockpile electrical work) in Bucks, Chester, Delaware, Montgomery and Philadelphia Counties.

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

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

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

       b.  Each TCIS shall have at least his or her own Pennsylvania Journeyman Electrician's License.

       c.  Show the expiration date for the electrician's license in the resume of the prospective TCIS.

       d.  Have knowledge of PennDOT Publication 203 Short Term Maintenance and Protection of Traffic.

       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 employees will be reviewed and approved by the Department.

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

    No. of
    Classification Inspectors
    Transportation Construction Ins. Super.
    (TCIS) (NICET Highway Construction Level
       3 or equivalent)
    2 (0)

       The number(s) 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 1999:

    Maximum Straight Time
    Reimbursement Per Hour
    Payroll Classification Of Inspection
    (TCIS) $40.54

       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. TCIS personnel must be able to climb a ladder up to 24 feet high. There will be inspection done at night (10:00 p.m. to 5:00 a.m.) for one person and inspection done during the day (8:00 a.m. to 4:00 p.m.) for one person. This contract would run for five years. Each TCIS must have at least his or her own Journeyman Electrician's license. Each TCIS will work under the supervision of the PennDOT Project Manager who has the responsibility in the District 6-0 Maintenance Unit for inspecting all electrical repairs done under maintenance contracts for highway and sign lighting, storm and ground water pumping stations at various locations on Interstate Highways, lighting and electrical work at PennDOT maintenance buildings and stockpile parking areas, electrical work in District 6-0 office building, and lighting and electrical repairs at the Tourist Center on I-95 in Delaware County and the Tourist Center on I-95 in Bucks County. The work is spread over Bucks, Chester, Delaware, Montgomery and Philadelphia Counties with the bulk of the work being done in the City of Philadelphia. The work includes the inspection of lighting and electrical work being done by Contractors in accordance with the latest installation procedures, PennDOT standards for lighting and electrical work, Form 408, and design criteria in the maintenance contract.

       Also included is inspection of electrical components and systems such as permanent and temporary electrical wiring and conduits, primary and secondary electrical circuits, service cables, electrical switches, receptacles and junction boxes, and control panels and transformers. Work may involve high electrical voltage (over 12,000 volts). The TCIS must be able to conduct job conferences and assist the PennDOT supervisor in resolving construction and materials problems and be able to prepare inspection reports on a daily basis. Seventy (70) percent of inspector's work will be travelling and recording daily night-time outages on Interstate lighting and reporting on the progress of the electrical contractors who are doing electrical maintenance on the PennDOT electrical system. Work will require inspection of workmanship and materials associated with electrical maintenance and renovation of PennDOT facilities and ensure that the building and support electrical systems in the overall stockpile areas meet electrical codes, safety standards, plans and specifications. Inspect four (4) pumping stations owned by PennDOT in the City of Philadelphia and monitor contractor's progress. Read, interpret, and understand the circuit maps, shed and salt dome plans and maps, standard drawings and electrical maintenance contracts that will be supplied to the inspector by PennDOT. Determine the possible causes of power outages along highway lighting systems by checking the circuit breakers in cabinets or checking blown fuses in panels. Perform other duties as may be required.

       In cases when inspector is on vacation or is sick for more than one consecutive day, a substitute inspector will have to be put on the job by the consultant. Substitute will not have to have an electrical license but must be someone competent to document actions of contractors.

       The firm selected will be required to supply the following equipment at no direct cost to the Department:

       a.  Two (2) Telephone Pagers

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

    Classification No. of Resumes
    TCIS3
    No resumes are required for the TA Classification.

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

       The second copy of the letter of interest and required forms, (see general requirements and information section shall be sent to: Mr. Andrew Warren, District Administrator, District 6-0, 200 Radnor-Chester Road, St. Davids, PA 19087-5178.

       Any technical questions concerning the requirements for this project should be directed to: Mr. Charles Stone, District 6-0 at (610) 964-6520.

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

       The first copy of the Letter of Interest and required information must be submitted to:

       Mr. Charles W. Allwein, P.E., Chief
    Consultant Selection Committee
    7th Floor, Forum Place
    555 Walnut Street
    P. O. Box 3060
    Harrisburg, Pennsylvania 17105-3060

       Note: The Zip Code for express Mailing is 17101-1900

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

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

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

       If a Joint Venture responds to a project advertisement, the Department of Transportation will not accept separate Letters of Interest from the Joint Venture constituents. A firm will not be permitted to submit on more than one (1) Joint Venture for the same Project Reference Number. Also a firm that responds to a project as a prime may not be included as a designated subcontractor to another firm that responds as a prime to the project. Multiple responses under any of the foregoing situations will cause the rejection of all responses of the firm or firms involved. The above does not preclude a firm from being set forth as a designated subcontractor to more than one (1) prime responding to the project advertisement.

       If a goal for Disadvantaged Business Enterprise (DBE) participation is established for an advertised project, firms expressing interest in the project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Transportation Equity Act for the 21st Century (TEA-21) 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 TEA-21 requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they are defined prior to the act, WBEs or combinations thereof).

       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.

       The Department requests that each Letter of Interest include the following information and that the information be packaged and presented in the order indicated below to facilitate the Department's review and evaluation.

       The firm's ability and willingness to package and present the requested information in the above order to facilitate the Department's review and evaluation will be the first factor considered in the evaluation process.

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

       2.  A fact sheet that includes 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 should indicate on this fact sheet the names and Professional Engineer License Number of Individuals who are directing heads or employees of the firm who have responsible charge of the firm's engineering activities, and whose names and seals shall be stamped on all plans, specifications, plats, and reports issued by the firm. If the project advertisement indicated the Department will retain an Land Surveying firm for the project, the applicant should indicate on this fact sheet the names and Professional Land Surveyor Registration Number of individuals who are directing heads or employees of the firm who have responsible charge of the firm's land surveying activities, and whose names and seals shall be stamped on all plans, plats, and reports issued by the firm.

       3.  Project Organizational Chart (one page, one side, maximum size 11" x 17")

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

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

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

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

       The prime and each subconsultant should not include more than one page each for Items 10 and 11.

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

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

       A Standard Form 254, not more than one (1) year old as of the date of this advertisement, should 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.

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

       6.  Authorization Letters (if required)

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

       7.  Registration To Do Business

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

       8.  Overhead Rates (one page)

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

       The single page summary of the latest audited overhead rate for the prime consultant and each subconsultant is optional for construction inspection services.

       9.  Additional Information

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

       Letters of Interest will be rejected for the following reasons:

       1.  Received after the cut-off time and date specified above.

       2.  Failure to identify a Disadvantaged Business Enterprise (DBE) if a DBE participation goal is identified in the advertised project.

       3.  Failure to include a copy of the registration to do business in the Commonwealth.

       The assignment of the agreement/contract for the above advertisement(s) will be made to one of the firms who submitted an acceptable Letter of Interest in response to the project advertisement. The assignment will be made based on the Department's evaluation of the firm's qualification and capabilities. The Department reserves the right to reject all letters submitted, to cancel the solicitations requested under this Notice, and/or to readvertise solicitation for the work and services.

    BRADLEY L. MALLORY,   
    Secretary

    [Pa.B. Doc. No. 99-132. Filed for public inspection January 22, 1999, 9:00 a.m.]

Document Information