Pennsylvania Code & Bulletin
COMMONWEALTH OF PENNSYLVANIA

• No statutes or acts will be found at this website.

The Pennsylvania Bulletin website includes the following: Rulemakings by State agencies; Proposed Rulemakings by State agencies; State agency notices; the Governor’s Proclamations and Executive Orders; Actions by the General Assembly; and Statewide and local court rules.

PA Bulletin, Doc. No. 16-1132

NOTICES

DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES

Retention of Engineering/Construction Management Firms; Project Reference No. FDC-500-809

[46 Pa.B. 3516]
[Saturday, July 2, 2016]

 The Department of Conservation and Natural Resources (Department) will retain an engineering firm, or construction management firm, for a contract to perform construction inspection services on various projects located in State Forests and State Parks throughout this Commonwealth. The contract will include inspection of construction activities for rehabilitation and replacement of bridges, roads and drainage, dams, swimming pools, sewage and water treatment systems, marinas and buildings including associated heating, plumbing and electrical work. The contract will be for a period of 1 year with a renewal option of up to 4 years. It is anticipated that up to eight construction inspectors may be needed to perform the required work and services at any given time. The work will be assigned by the Department on an as needed basis.

 Letters of Interest for this project will only be accepted from individuals, firms or corporations duly authorized to engage in the practice of engineering. If an individual, firm or corporation not authorized to engage in the practice of engineering desires to submit a letter of interest, the individual, firm or corporation may do so as part of a joint venture with an individual, firm or corporation which is permitted under State law to engage in the practice of engineering.

PART I
GENERAL REQUIREMENTS

 I-1. Specific Requirements. The firm will be required to attend a preconstruction conference and regular job conferences with the Department and the construction contractor for each project. Under the direction of the Department, the selected firms will be required to: keep records; document the construction work and provide site inspection to assure conformity with contract specifications; 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; and perform other duties as required. For all bridge construction projects, the selected firm will be required to assemble all pertinent construction data into a manual and submit two copies to the Department after the completion of construction.

 The inspection staff must comply with at least one of the following requirements:

 1. Be certified by the National Institute for Certification in Engineering Technologies in the field of Transportation Engineering Technology, subfield of Highway Construction, at Level 2 or higher.

 2. Be registered as a Professional Engineer by the Commonwealth with 1 year of construction experience acceptable to the Department.

 3. Be certified as an Engineer-in-Training by the Commonwealth with 2 years of construction acceptable to the Department.

 4. Hold a Bachelor of Science in Civil Engineering with 2 years of construction experience acceptable to the Department, or a Bachelor of Science in Civil Engineering Technology with 2 years of construction experience acceptable to the Department.

 5. Hold an Associate degree in Civil Engineering Technology with 3 years of construction experience acceptable to the Department.

 I-2. Addenda to the Request for Proposals (RFP). If the Department deems it necessary to revise any part of this RFP before the proposal response date, the Issuing Office will post an addendum to the Department's web site at http://www.dcnr.state.pa.us. It is the Offeror's responsibility to periodically check the web site for any new information or addenda to the RFP. Answers to the questions asked during the Questions & Answers period also will be posted, as necessary, to the web site as an addendum to the RFP.

 I-3. Small Diverse Business (SDB) Information. The Offering Firm must be a self-certified Small Business/SDB by the Department of General Services (DGS), Bureau of Small Business Opportunities.

 An SDB is a DGS-verified minority-owned business, woman-owned business, veteran-owned business or service-disabled veteran-owned business.

 A small business is a business in the United States which is independently owned, not dominant in its field of operation, employs no more than 100 full-time or full-time equivalent employees, and earns less than $7 million in gross annual revenues for building design, $20 million in gross annual revenues for sales and services and $25 million in gross annual revenues for those businesses in the information technology sales or service business.

 Questions regarding this program can be directed to the Department of General Services, Bureau of Small Business Opportunities, Room 611, North Office Building, Harrisburg, PA 17125, (717) 783-3119, fax (717) 787-7052, gs-bsbo@pa.gov.

 The DGS' directory of Bureau of Small Business Owners (BSBO)-verified minority, women, veteran and service disabled veteran-owned businesses can be accessed by searching for ''Small Diverse Businesses'' at www.dgs.state.pa.us.

 I-4. Notification of Selection. Offerors whose proposals are not selected will be notified when contract negotiations have been successfully completed and the Department has received the final negotiated contract signed by the selected Offeror.

 I-5. Type of Contract. The type of contract as a result of this RFP shall be an open-end, requirements contract. Work shall be assigned on an as-needed basis as determined by the Department. The initial term of the agreement shall be 1 year and renewable for up to 4 subsequent years. Reimbursement for services shall be based upon hours of service and qualifying expenses. The reimbursement type shall be at the Department's discretion. The work shall be reviewed by the staff of the Bureau of Facility Design and Construction and when applicable, approved by the same staff.

PART II
PROPOSAL REQUIREMENTS

 Offerors must submit their proposals in the format, including heading descriptions, outlined as follows. To be considered, the proposal must respond to all requirements in this part of the RFP. Offerors should provide any other information thought to be relevant, but not applicable to the enumerated categories, as an appendix to the proposal.

 II-1. Letter of Interest. Each Letter of Interest must include the firm's Federal identification number and the project reference number. The Letter of Interest shall also include a description of the firm's three most recently completed projects similar to the project proposed. The description shall include the client, contact person and phone number, the estimated or actual construction cost of the portion of the work which the firm designed, the project manager and the names of all personnel who made major contributions to the project. The Letter of Interest shall indicate the firm's capability of working on multiple small projects at the same time and understanding of the Department's needs. A standard DGS Form 150-ASP must accompany the Letter of Interest and shall indicate the individual in charge. The Form 150-ASP is available by downloading from the DGS' web site at http://www.dgs.state.pa.us (select ''Businesses,'' then ''Design & Construction,'' then ''Design,'' then ''Professional Selections Application Form (ASP-150)'').

 Form 150-ASP shall be submitted in hard copy format per Part II, II-2 of the RFP. The electronic submission instructions on the DGS web site are for the DGS' projects only. Additional information pertinent to this firm's qualifications to do the work of this contract may be included.

 II-2. Number of Copies. Two copies of the SDB participation section bound and sealed separately from the remainder of the proposal and six copies of the complete set consisting of the Letter of Interest and the required forms must be received no later than 4 p.m. on July 30, 2016. The six copies shall be submitted in six complete sets that shall be spiral bound or in folders or secured by binder clips. The assignment and services will be made to one or more of the firms responding to this notice. However, the Department reserves the right to reject all Letters of Interest submitted, cancel the solicitation requested under this notice or readvertise solicitation for this service, or both.

 II-3. SDB Participation Submittal. The Offeror must include proof of Small Business/SDB qualification in the submittal of the proposal, as indicated:

 A. Small Business/SDB verified by BSBO as a Small Business/SDB must provide a photocopy of the verification letter.

 II-4. Debriefing. The Department will not offer a debriefing session to the unsuccessful firms. The Department disclaims any liability whatsoever to its review of the proposal submitted and in formulating a recommendation for selections. Recommendations made by the Department shall be final.

PART III
CRITERIA FOR SELECTION

 III-1. Selection Criteria. The engineering consulting firm will be evaluated upon, but not limited to, the following criteria:

 A. Qualifications and experience of firm's personnel.

 B. Particular capability to perform the required inspections.

 C. Understanding the Department's requirements, policies and specifications.

 D. Available manpower to perform the services required.

 E. Equitable distribution of contracts.

 F. Offerer is a self-certified Small Business.

 To be eligible for selection for this project the Offerer firm must be a self-certified Small Business/SDB verified by the DGS', Bureau of Small Business Opportunities. Refer to Part I, I-3.

 III-2. Number of Contracts. The Department may select more than one firm.

PART IV
MAILING AND CONTACT INFORMATION

 Firms interested in performing the required services for this project are invited to submit Letters of Interest to Alfred Uzokwe, PE, Director, Bureau of Facility Design and Construction, Rachel Carson State Office Building, 8th Floor, 400 Market Street, P.O. Box 8451, Harrisburg, PA 17105-8451. Contact Al Thomas at (717) 772-0650 for general information concerning this RFP.

CINDY ADAMS DUNN, 
Secretary

[Pa.B. Doc. No. 16-1132. Filed for public inspection July 1, 2016, 9:00 a.m.]



No part of the information on this site may be reproduced for profit or sold for profit.

This material has been drawn directly from the official Pennsylvania Bulletin full text database. Due to the limitations of HTML or differences in display capabilities of different browsers, this version may differ slightly from the official printed version.