1711 Retention of engineering firms (2 documents)  

  • Retention of Engineering Firms

    [27 Pa.B. 5545]

    Allegheny County
    Project Reference No. 08430AG2120

       The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately eleven (11) inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services onS.R. 0079, Section A17, I-79, Allegheny County. This projectinvolves the reconstruction of S.R. 0079 from a point approximately 9500 feet north of the Allegheny/Washington County line to approximately 3900 feet north to the Bridgeville Interchange. Also includes bridge preventive maintenance, drainage, guiderail and signs.

       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 estab-lished 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, drainage, guiderail, signing, and climbing.

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

       d.  Past Performance.

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

       f.  Number of available inspectors in each payroll classification.

       g.  Workload.

       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)
    1 (1)
    Transportation Construction Insp. Super.
       (TCIS)
    (NICET Highway Construction Level 3 or
       equivalent)
    1 (1)
    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)
    7 (4)
    Technical Assistant (TA)
    (NICET Highway Construction Level 1 or
       equivalent)
    1 (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 1997:

    Maximum Straight Time
    Reimbursement Per Hour
    Payroll Classification
    of Inspection
             (TCM-1) $43.61
             (TCIS) $38.21
             (TCI-Materials) $34.52
             (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; one inspector certified in computer documentation 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 approximate number of the following equipment at no direct cost to the Department:

      1 Nuclear Densometer Gauges/License
      1 Vehicle for the Transportation of Nuclear Gauges
      1 Base Radio Station
    11 Two-way Radios
      1 Camera (type Date Base)

       The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total agreement 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 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 2
                   TCIS 2
                   TCI-M 2
                   TCI 9
    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. Henry M. Nutbrown, P.E., District Engineer, District 11-0, 45 Thoms Run Road, Bridgeville, PA 15017.

       Any technical questions concerning the requirements for this project should be directed to Mr. Terry McCue, District 11-0, at (412) 429-4926.

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

    Luzerne County
    Project Reference Number 08430AG2121

       The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately six (6) inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services on S.R. 3023, Section 301. The project includes the construction of a two-lane roadway approximately 1.0 miles in length on new location and a new interchange on Interstate Route 81 in Hazle Township. Also included are three (3) signalized intersections and two structures. The project is locally known as the southwest segment of the Hazleton Beltway.

       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, asphalt paving, drainage, environmental regulations, and computerized documentation.

       c.  Availability and number of inspectors in each class, their NICET certification and abilities to perform testing of materials.

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

       e.  Past Performance.

       f.  Location of consultant.

       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 Insp. Super.
       (TCIS)
    (NICET Highway Construction Level 3 or
       equivalent)
    1 (1)
    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)
    3 (2)
    Technical Assistant (TA)
    (NICET Highway Construction Level 1 or
       equivalent)
    1 (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 1997:

    Maximum Straight Time
    Reimbursement Per Hour
    Payroll Classification
    of Inspection
             (TCIS) $38.21
             (TCI-Materials) $34.52
             (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; provide certified CDS operators, provide certified inspectors on bituminous paving 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 Gauges/License
    1 Vehicle for the Transportation of Nuclear Gauges
    2 Cellular Phones
    3 Telephone Pagers

       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 the 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
                  TCIS 2
                  TCI-M 2
                  TCI 4
    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. Charles M. Mattei, P.E., District Engineer, District 4-0, P. O. Box 111, Scranton, Pa 18501.

       Any technical questions concerning the requirements for this project should be directed to Mr. Robert J. Horutz, P.E., District 4-0, at (717) 963-4064.

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

    Armstrong County
    Project Reference Number 08430AG2122

       The Department of Transportation will retain an engineering firm to provide final design services and construction services including shop drawing review and construction consultation for S.R. 3015, Section 150, Buffalo Creek Bridge, in North Buffalo Township, Armstrong County, Pennsylvania at Segment 0070, Offset 1690. The estimated construction cost is $1.1 million.

       The required services will be for the final design of a structure (approximately 138 LF in length) over Buffalo Creek with approximately 562 LF of roadway approach work. The selected firm will be provided approved preliminary design drawings for the structure and roadway alignment. A PS & E submission is anticipated in nine (9) months from notice to proceed date. All environmental clearances and permits will have been obtained.

       The selected firm will provide final design services using english units of measurements. The following tasks will be included: field survey; plot and check survey; utility coordination; cross sections; final type, size and location plans; geotechnical engineering report; foundation design (including testing and analysis of previously obtained test borings); erosion control plans; right-of-way plans; traffic control plans; final roadway and bridge plans; value engineering; safety review; construction C.P.M. scheduling; meetings and project management. The selected firm will also provide shop drawing review and construction consultation services.

       Letters of interest will be evaluated at the Engineering District 10-0 office with emphasis on the following factors which are listed in order of importance:

       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.

       c.  Ability of prime and subconsultants to provide a completed PS&E package within the allotted schedule.

       d.  Location of firm.

       e.  Workload and available staff of prime and subconsultants.

       f.  Past records of performance with respect to technical competence, cost control, work quality and ability to meet or exceed schedules.

       The District will announce the firms that have been shortlisted at an open public meeting to be held at Engineering District 10-0, P. O. Box 429, Route 286 South, Indiana, PA 15701, on November 17, 1997. All candidates that submitted a letter of interest will be notified if the date is changed. Specify a contact person in the letter of interest.

       The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be ten (10%) 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 second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Richard H. Hogg, P.E., Engineering District 10-0, P. O. Box 429, Indiana, PA 15701.

       Any technical questions concerning the requirements for this project should be directed to Mr. Joseph S. Prola, Project Manager, District 10-0, at (412) 357-2669.

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

    Luzerne County
    Project Reference Number 08430AG2123

       The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately fourteen (14) inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services on S.R. 0081, Section 393. The project involves construction of a new interchange on Interstate Route 81 in Wilkes-Barre Township. Construction consists of a 0.3 mile four lane connector road, widening and reconstruction of 1.1 mile Highland Park Boulevard, and widening/reconstruction of 0.8 mile Mundy Street, also four signalized intersections and two structures.

       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, Department and District experience and supervisory experience.

       c.  Specialized experience in the Maintenance and Protection of Traffic, soils, structures, asphalt paving, drainage, OSHA regulations regarding hazardous waste protection, and computerized documentation.

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

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

       f.  Availability and number of inspectors in each class, their certification and abilities to perform testing of materials and CDS operator experience.

       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 Insp. Super.
       (TCIS)
    (NICET Highway Construction Level 3 or
       equivalent)
    2 (2)
    Transportation Construction Inspector--
       Materials
    (TCI-Materials) (NICET Highway Materials
        Level 2 or equivalent)
    2 (2)
    Transportation Construction Inspector (TCI)
    (NICET Highway Construction Level 2 or
       equivalent)
    8 (6)
    Technical Assistant (TA)
    (NICET Highway Construction Level 1 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 1997:

    Maximum Straight Time
    Reimbursement Per Hour
    Payroll Classification
    of Inspection
             (TCIS) $38.21
             (TCI-Materials) $34.52
             (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; provide certified CDS operators, provide certified inspectors on bituminous paving, and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction and personnel who have completed OSHA training for the removal/handling of hazardous waste.

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

    2 Nuclear Densometer Gauges/License (one each Agreement part)
    2 Vehicles for the Transportation of Nuclear Gauges (one each Agreement part)
    1 Base Radio Station
    6 Two-way Radios (three each Agreement part)

       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 the TCISpositions, 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
    TCIS   3
    TCI-M 3
    TCI     10

    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. Charles M.. Mattei, P.E. District Engineer, District 4-0, P. O. Box 111, Scranton, PA 18501.

       Any technical questions concerning the requirements for this project should be directed to Mr. Robert J. Horutz, P.E. District 4-0, at (717) 963-4064.

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

    Centre, Mifflin, McKean and Elk Counties
    Project Reference Number 08430AG2124

       The Department of Transportation will retain an engineering firm to provide constructability review and construction management services for the construction of limited access highways on new locations in Centre, Mifflin, McKean, and Elk Counties. The Agreement will cover six (6) design projects and eleven (11) construction contracts with the construction costs of approximately $270 million. The anticipated duration of the agreement is seven (7) years.

       The six (6) design projects involving constructability review services will be as follows:

    *  S.R. 0026, Section C02 *  S.R. 0022, Section C02
    *  S.R. 0026, Section C03 *  S.R. 0219, Section C08
    *  S.R. 0026, Section C05 *  S.R. 0219, Section C10

       The eleven (11) construction contracts involving construction management services will be as follows:

    *  S.R. 0026, Section C02 *  S.R. 0022, Section C02
    *  S.R. 0026, Section C03 *  S.R. 0022, Section C04
    *  S.R. 0026, Section C05 *  S.R. 0022, Section A02
    *  S.R. 0026, Section A02 *  S.R. 0219, Section C08
    *  S.R. 0026, Section B02 *  S.R. 0219, Section C10
    *  S.R. 0026, Section A03

       S.R. 0026 sections involve the Route 26 relocation project from research park in State College to the Bellefonte bypass at Pleasant Gap in Centre County. S.R. 0022 sections involve the construction of the Northern Lewistown bypass in Mifflin County. S.R. 0219, Section C08 involves the construction of the Bradford bypass in McKean County. S.R. 0219, Section C10 involves the construction of the Johnsonburg bypass in Elk County.

       The selected firm will be required to:

       1.  Perform constructability reviews of the consultant designs. The constructability reviews are to assure efficient and economical construction with minimal inconvenience to the traveling public. The selected firm shall provide a team of qualified individuals with experience in the construction and construction management of complex transportation projects. The selected firm will not be allowed to release any information to prospective bidders of the construction project. The constructability review may consist of, but not be limited to the following: technical constructability; clarity of construction documents; compatibility of the PS&E package; scheduling requirements; construction phasing; erosion and sedimentation control, maintenance and protection of traffic.

       2.  Perform construction management services will include, but not be limited to; implementing a project control system to document, monitor, evaluate, and resolve all related issues including scheduling, field construction problems, engineering design problems, community relations, and contractors submissions and claims; develop, monitor and maintain master and project specific C.P.M. schedules to integrate and coordinate the activities of the design and construction contracts; prepare monthly construction summary reports; conduct regular process meetings for each construction project; establish and maintain a system of document control during construction; attend pre-bid and pre-construction meetings; review contractors' proposals for feasibility and compliance with construction and schedule requirements; review cost estimates and coordinate value engineering effects; provide advice, make recommendations, and prepare correspondence for PADOT signature on construction related issues; evaluate change orders, provide claims avoidance evaluations, time impact analysis and support for claim mitigation; coordinate and participate in community relations; establish and coordinate necessary interaction among the project's designers, contractors, traveling public, communities, public and private agencies, utility companies, local government and PADOT; take and maintain a log of pre-construction photos and videos and progress photos; monitor environmental issues in conjunction with the Department; provide structural and roadway control services; coordinate and resolve all traffic related issues in conjunction with the District Traffic Engineer, Design Consultant Engineer, Liaison Engineer, and Community Relations Coordinator; implement a field observation reporting system to record and comment on field work and schedule of management team and provide a documentation trail; provide specialized services for A) archaeological monitoring during construction, B) concrete and steel evaluation and testing, C) public information and graphics, D) paint/coatings testing and evaluation, and E) hazardous material monitoring and testing; implement incident management to provide a reporting system on accidents which may occur on each project by contractor personnel or traveling public within the contract limits; assist in the development, description, compilation and approval process of work orders; complete construction auditing of project records; and complete duties of the District Labor Compliance Officer/DBE Coordinator/District Safety Officer.

       3.  Provide an office within the State College area to be used for daily construction management functions of the selected firm, Department, and the Federal Highway Administration. The selected firms full time office staff shall include one project manager, one assistant project manager, four construction engineers, two schedule engineers, five technicians, two secretary/receptionists, five auditors, and one environmental engineer. Support staff to be on call as needed will include a claims engineer, computer specialist, draftsman, typist, structural engineer, electrical engineer, mechanical engineer, roadway engineer, and a waste management specialist.

       The letters of interest, at a minimum, shall address the following: 1. how the selected firm will accomplish the tasks outlined or provide the services as detailed; 2. the location of home office for the support staff; 3. indicate the division of duties between support staff and full time project staff; and 4. the names and resumes of individuals and firms intended to be utilized to fulfill the full time staff and specialized services.

       Firms shortlisted for this project will be required to make an oral presentation. The oral presentation will be held at the District office with a time limit of one half hour with a question period to follow. Introduce key personnel and describe/provide information pertaining to subconsultants or specialized services to be used during this agreement.

       Firms responsible for the final design of any project, or part thereof, identified in this advertisement are not eligible for this project assignment.

       It should be noted that a member of the construction management team cannot provide construction inspection services or actual construction of any project identified in this advertisement.

       The Department will establish an order of ranking of a minimum of three (3) firms. The following factors, listed in order of importance, will be considered by the Consultant Selection Committee 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, previous experience, technical competence of individuals who constitute the proposed project team.

       c.  Specialized experience and technical competence of firm.

       d.  Past record of performance with respect to cost control, work quality, and ability to meet schedules.

       e.  Current workload and capacity of firm to perform work.

       f.  Special requirements of this constructability and construction management assignment.

       The shortlisting for this project(s) will be done at the District. All firms submitting letters of interest will be notified by the District of the shortlisting date.

       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 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.

    Centre, Mifflin, McKean and Elk Counties
    Project Reference Number 08430AG2125

       The Department of Transportation will retain an engineering firm to provide constructability review and construction management services for the construction of 18 miles of limited access highway on new locations in Centre County. The Agreement will cover three (3) design projects and nine (9) construction contracts with the construction costs of approximately $360 million. The anticipated duration of the agreement is seven (7) years.

       The three (3) design projects involving constructability review services will be as follows:

    *  S.R. 0220, Section C10
    *  S.R. 0220, Section C11
    *  S.R. 0220, Section C12

       The nine (9) construction contracts involving construction management services will be as follows:

    *  S.R. 0220, Section C10 *  S.R. 0220, Section A10
    *  S.R. 0220, Section B10 *  S.R. 0220, Section C11
    *  S.R. 0220, Section A11 *  S.R. 0220, Section B11
    *  S.R. 0220, Section C12 *  S.R. 0220, Section A12
    *  S.R. 0220, Section B12

       The S.R. 0220 relocation project begins in the Village of Bald Eagle, Blair County and ends at the Mount Nittany Expressway, Centre County.

       The selected firm will be required to:

       1.  Perform constructability reviews of the consultant designs. The constructability reviews are to assure efficient and economical construction with minimal inconvenience to the traveling public. The selected firm shall provide a team of qualified individuals with experience in the construction and construction management of complex transportation projects. The selected firm will not be allowed to release any information to prospective bidders of the construction project. The constructability review may consist of, but not be limited to the following: technical constructability; clarity of construction documents; compatibility of the PS&E package; scheduling requirements; construction phasing; erosion and sedimentation control, maintenance and protection of traffic.

       2.  Perform construction management services will include, but not be limited to; implementing a project control system to document, monitor, evaluate, and resolve all related issues including scheduling, field construction problems, engineering design problems, community relations, and contractors submissions and claims; develop, monitor and maintain master and project specific C.P.M. schedules to integrate and coordinate the activities of the design and construction contracts; prepare monthly construction summary reports; conduct regular process meetings or each construction project; establish and maintain a system of document control during construction; attend pre-bid and pre-construction meetings; review contractors' proposals for feasibility and compliance with construction and schedule requirements; review cost estimates and coordinate value engineering effects; provide advice, make recommendations, and prepare correspondence for PADOT signature on construction related issues; evaluate change orders, provide claims avoidance evaluations, time impact analysis and support for claim mitigation; coordinate and participate in community relations; establish and coordinate necessary interaction among the project's designers, contractors, traveling public, communities, public and private agencies, utility companies, local government and PADOT; take and maintain a log of pre-construction photos and videos and progress photos; monitor environmental issues in conjunction with the Department; provide structural and roadway control services; coordinate and resolve all traffic related issues in conjunction with the District Traffic Engineer, Design Consultant Engineer, Liaison Engineer, and Community Relations Coordinator; implement a field observation reporting system to record and comment on field work and schedule of management team and provide a documentation trail; provide specialized services for A) archaeological monitoring during construction, B) concrete and steel evaluation and testing, C) public information and graphics, D) paint/coatings testing and evaluation, and E) hazardous material monitoring and testing; implement incident management to provide a reporting system on accidents which may occur on each project by contractor personnel or traveling public within the contract limits; assist in the development, description, compilation and approval process of work orders; complete construction auditing of project records; and complete duties of the District Labor Compliance Officer/DBE Coordinator/District Safety Officer.

       3.  Provide an office within the State College area to be used for daily construction management functions of the selected firm, Department, and the Federal Highway Administration. The selected firms full time office staff shall include one project manager, one assistant project manager, four construction engineers, two schedule engineers, five technicians, two secretary/receptionists, five auditors, and one environmental engineer. Support staff to be on call as needed will include a claims engineer, computer specialist, draftsman, typist, structural engineer, electrical engineer, mechanical engineer, roadway engineer, and a waste management specialist.

       The letters of interest, at a minimum, shall address the following: 1. how the selected firm will accomplish the tasks outlined or provide the services as detailed; 2. the location of home office for the support staff; 3. indicate the division of duties between support staff and full time project staff; and 4. the names and resumes of individuals and firms intended to be utilized to fulfill the full time staff and specialized services.

       Firms shortlisted for this project will be required to make an oral presentation. The oral presentation will be held at the District office with a time limit of one half hour with a question period to follow. Introduce key personnel and describe/provide information pertaining to subconsultants or specialized services to be used during this agreement.

       Firms responsible for the final design of any project, or part thereof, identified in this advertisement are not eligible for this project assignment.

       It should be noted that a member of the construction management team cannot provide construction inspection services or actual construction of any project identified in this advertisement.

       The Department will establish an order of ranking of a minimum of three (3) firms. The following factors, listed in order of importance, will be considered by the Consultant Selection Committee 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, previous experience, technical competence of individuals who constitute the proposed project team.

       c.  Specialized experience and technical competence of firm.

       d.  Past record of performance with respect to cost control, work quality, and ability to meet schedules.

       e.  Current workload and capacity of firm to perform work.

       f.  Special requirements of this constructability and construction management assignment.

       The shortlisting for this project(s) will be done at the District. All firms submitting letters of interest will be notified by the District of the shortlisting date.

       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 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]

    Bucks, Delaware and Philadelphia Counties
    Project Reference No. 08430AG2126

       The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately eighteen (18) inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services on approximately twelve (12) surface treatment projects for each of the next three (3) years on various highways located throughout Bucks, Delaware 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.  Review of inspectors' resumes with emphasis on construction inspection capabilities, Department and District experience and supervisory experience.

       c.  Specialized experience in bituminous paving, milling, base repair, pavement marking, utility adjustments and maintenance and protection of traffic.

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

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

       f.  Ability to provide three (3) ''CDS'' operators or persons capable of inputting data into a personal computer (TCIS Classification).

       g.  Past Performance.

       The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed 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 Insp. Super. (TCIS)
    (NICET Highway Construction Level 3 or equivalent)
    3 (2)
    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)

       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 1997:

    Maximum Straight Time
    Reimbursement Per Hour
    Payroll Classification
    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.

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

       a.  One (1) 35 MM camera per county.

       b.  One (1) cellular telephone with battery and auto adapter per county.

       c.  Pagers (a minimum of five (5) pagers per county)

       d.  Safety Vests - high visibility for inspectors.

       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
    TCIS   4
    TCI   13

    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. Andrew 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. Lou Calvanese, District 6-0, at (610) 964-6707.

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

    Chester and Montgomery Counties
    Project Reference No. 08430AG2127

       The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately twelve (12) inspectors, under the Department's Inspector-in-Charge, for construction inspection and documentation services on approximately eight (8) surface treatment projects for each of the next three (3) years on various highways located throughout Chester and Montgomery 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.  Review of inspectors' resumes with emphasis on construction inspection capabilities, Department and District experience and supervisory experience.

       c.  Specialized experience in bituminous paving, milling, base repair, pavement marking, utility adjustments and maintenance and protection of traffic.

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

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

       f.  Ability to provide two (2) ''CDS'' operators or persons capable of inputting data into a personal computer (TCIS Classification).

       g.  Past Performance.

       The qualifications and experience required of the firm's inspectors will be established by the Department, and the qualifications of the firm's proposed 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 Insp. Super. (TCIS)
    (NICET Highway Construction Level 3 or equivalent)
    2 (1)
    Transportation Construction Inspector (TCI)
    (NICET Highway Construction Level 2 or equivalent)
    8 (6)
    Technical Assistant (TA)
    (NICET Highway Construction Level 1 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 1997:

    Maximum Straight Time
    Reimbursement Per Hour
    Payroll Classification
    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.

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

       a.  One (1) 35 MM camera per county.

       b.  One (1) cellular telephone with battery and auto adapter per county.

       c.  Pagers (a minimum of five (5) pagers per county).

       d.  Safety Vests - high visibility for inspectors.

       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
    TCIS   3
    TCI   10

    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. Andrew 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. Lou Calvanese, District 6-0, at (610) 964-6707.

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

    Monroe County
    Project Reference No. 08430AG2128

       The Department of Transportation will retain an engineering firm to conduct pre-final design, final design and services during construction (shop drawing review and construction consultation) for S.R. 0209, Section 007, the relocation of S.R. 0209 and S.R. 0402 around the Village of Marshalls Creek, Monroe County. The project is located in Smithfield and Middle Smithfield Townships, Monroe County. The estimated construction cost is $35.0 million.

       S.R. 0209, in the project area, is a two (2) lane, principle arterial highway, which extends north and south through Monroe County. S.R. 0402 is also a two (2) lane highway which extends north and south through Monroe County. The project limits extend along S.R. 0209 from approximately 1.8 miles south of the intersection of S.R. 0209 and S.R. 0209 business to approximately 1.4 miles north of the intersection, and on S.R. 0402 to approximately 2 miles north of the intersection of S.R. 0209 and S.R. 0402.

       The firm selected for this contract will be expected to complete pre-final design within eight (8) months from the notice to proceed and final design within twenty-six (26) months from the notice to proceed.

       The selected firm must be experienced in roadway and bridge design, with the ability to expedite the project. The District will shortlist the interested firms based on the following criteria:

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

       b.  Project team composition.

       c.  Project team experience.

       d.  Maintaining schedule and budget.

       e.  Past Performance.

       f.  Current Workload.

       The shortlist announcement will be made on November 26, 1997 at 10:00 A.M. at the Engineering District 5-0 office, 1713 Lehigh Street, Allentown, PA.

       The second copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Walter E. 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., District 5-0, at (610) 791-6019 or Mr. David A. Earp, P.E., District 6-0, at (610) 791-6021.

       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 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:

          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

       The Letter of Interest and required information must be received within thirteen (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 corporate which is permitted under the state law to engage in the practice of engineering.

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

       If a goal for Disadvantaged Business Enterprise (DBE) participation is established for an advertised project, firms expressing interest in the project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Intermodal Surface Transportation Efficiency Act of 1991 and currently certified by the Department of Transportation shall have the maximum opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The Act requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they were defined prior to the act), 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 (2) 8 1/2'' x 11'' typed pages, one side)

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

       2.  Project Organization Chart (one 8 1/2'' x 11'' page, one side)

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

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

       The Standard Form 255 must be signed, dated, and filled out in its entirety, including Item No. 6 listing the proposed subconsultants and the type of work or service they will perform on the project. Under Item 4 of this form, Column A must include the number of subconsultant personnel and Column B must include the number of prime consultant personnel to be assigned to work on this project reference number. The prime and each subconsultant may include no more than one page each for Items 10 and 11.

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

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

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

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

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

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

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

       6.  Authorization Letters (if required)

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

       7.  Registration To Do Business

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

       8.  Overhead Rates (one page)

       A single page summary must indicate the latest audited overhead rate developed in accordance with Federal Acquisition Regulations (FAR) for the prime consultant and each subconsultant. If a FAR rate is not available, the latest rate available from a Certified Public 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 (10) one sided 8 1/2'' x 11'' pages or five (5) double sided 8 1/2'' x 11'' pages may be included at the discretion of the submitting firm.

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

    BRADLEY L. MALLORY,   
    Secretary

    [Pa.B. Doc. No. 97-1711. Filed for public inspection October 24, 1997, 9:00 a.m.]

Document Information