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. 98-1197

NOTICES

Retention of Engineering Firms

[28 Pa.B. 3551]

Allegheny County
Project Reference No. 08430AG2224

   The Department of Transportation will retain an engineering firm for a multi-phase, specific project agreement to provide preliminary engineering, environmental studies; final design, including preparation of bridge and roadway plans, specifications, and estimates; shop drawing review; and consultation during construction. This project is for the I-4R rehabilitation of S. R. 0079, Section A12, Interstate Route 79, for an approximate length of 6.55 km (4.1 miles). This project is located from a point south of the Kirwan Heights Interchange on I-79 to a point north of the Parkway West Interchange (I-279) in Collier, Scott, and Robinson Townships, Allegheny County. The design portion of the multi-phase project is expected to have an overall duration of approximately thirty-six (36) months with shorter, varying schedules for individual phases. The estimated construction cost of the new roadway and structures is over $40 million.

   The selected firm will be required to provide a variety of services including the following: project administration; field surveys; utility coordination; geotechnical studies; preliminary right-of-way investigation; safety reviews; value engineering; environmental studies to aide the Department in environmental document preparation; alternative analyses; preliminary line, grade and typical section development; and preliminary type, size, and location submission; final design activities including Final Step 9 and TS&L,; drainage and highway lighting design; right-of-way plans; traffic control plans; erosion and sedimentation control plans; structure designs; and preparation of a plans, specifications, and estimates package; engineering services during construction including shop drawing review and consultation services.

   The design of this project will be developed using metric units.

   The Department is seeking a moderate to large, multi-disciplined firm with environmental, geotechnical, highway design, and structure design experience.

   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.

   c.  Experience in highway design, structure design, geotechnical design, and hydrological/hydraulic analysis and design.

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

   e.  Workload.

   f.  Listing of subconsultants.

   g.  Other factors, if any, specific to the project.

   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).

   Limits to the Letter of Interest in addition to the General Requirements and Information are:

   a.  Resumes ten (10) pages total, one side

   b.  Standard Form 255, Item 8 (Number of project descriptions which demonstrate the firm's competence) five (5) project descriptions.

   The District's 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, Attention: Mr. Virgil Q. Barton, P.E.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Virgil Q. Barton, P.E., District 11-0, at (412) 429-4929.

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

Cambria County
Project Reference No. 08430AG2225

   The Department of Transportation will retain an engineering firm to provide preliminary engineering, environmental studies, and public involvement and agency coordination for S. R. 3037, Section 003, Walnut Street Bridge, Cambria County, City of Johnstown. The estimated construction cost is $1.3 million.

   The required services for this project will include preparation of intent to enter notices; field surveys; alignment studies; hydrologic and hydrology study; type, size, and location report; preliminary right of way plan; utility investigations; and public and agency coordination. The public and agency coordination will consist of preparation of drawings, handouts, and displays to be used at these meetings. Consultant personnel will also be used as resource people at these meetings.

   A preliminary, visual inspection of this bridge indicates that it may be historic in nature. The actual determination of historic eligibility will be determined during preliminary engineering.

   Letters of Interest will be evaluated at the Engineering District 9-0 Office with emphasis on the following factors, which are listed in order of importance:

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

   b.  Specialized experience and technical competence of the firm.

   c.  Personnel expertise and staffing levels of the prime and subconsultants.

   d.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience with projects of this nature.

   e.  Quality Assurance/Quality Control Plan of prime and subconsultants.

   f.  Familiarity with PennDOT procedures and the Transportation Project Development Process.

   g.  Available facilities and location of office to perform work.

   The District will announce the firms that have been shortlisted at an open public meeting. This meeting is scheduled for September 11, 1998, at 10:00 A.M., to be held at Engineering District 9-0, 1620 North Juniata Street, Hollidaysburg, PA 16648.

   All candidates will be notified if this date is changed. Specify a contract 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. Earl L. Neiderhiser, P.E., District Engineer, Engineering District 9-0, 1620 North Juniata Street, Hollidaysburg, PA 16648, Attention Mr. Joseph H. Reed.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Walter Bagley, District 9-0, at (814) 696-7170.

   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. 08430AG2226

   The Department of Transportation will retain a consulting firm for an Open-End Contract to provide right-of-way acquisition 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 time period with a maximum amount of $500 thousand.

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

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

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

   The selected firm will be required to provide professional right-of-way acquisition services necessary to clear right-of-way. These services include, but are not limited to, relocation assistance planning, negotiations, title services, settlement/closing services, property management, assistance during construction, appraisal administrative services (no appraisal reports), outdoor advertising and beautification surveys, sign removal permit review and inspection, legal procedures, court testimony and any other right-of-way duties as required.

   The right-of-way 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 this Open-End Contract.

   The District's 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, Uniontown, PA 15401.

   Any technical questions concerning the requirements for this project should be directed to: Mr. William Oshnack, District 12-0 at (724) 439-7321.

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

Westmoreland County
Project Reference No. 08430AG2227

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately seven (7) inspectors, under the Department's Inspector(s)-in-Charge, for construction inspection and documentation services on the following two (2) projects:

   1.  S. R. 0070, Section 18M, Westmoreland County. This project involves the bridge replacement over S. R. 3005 and over S. R. 3003.

   2.  S. R. 0070, Section A15, Westmoreland County. This project involves roadway resurfacing from N. Belle Vernon to S. R. 0201.

   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.  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.  Past Performance.

   f.  Location to Project.

   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) 1 (1)
(NICET Highway Construction Level 3 or    equivalent)
Transportation Construction Inspector (TCI) 4 (3)
(NICET Highway Construction Level 2 or    equivalent)
Technical Assistant (TA) 2 (0)
(NICET Highway Construction Level 1 or    equivalent)

   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 1998:

Payroll Classification
Maximum Straight Time
Reimbursement Per Hour
Of Inspection
(TCIS) $39.36
(TCI) $34.43
(TA) $23.67

   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

   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 TCIS positions, giving their approval to use their name in your letter of interest for this specific project(s).

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

Classification
No. of Resumes
TCIS 2
TCI 5
No resumes are required for the TA Classification.

   The District's 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, Uniontown, PA 15401, Attention: Mr. Anthony M. Dzurko, P.E.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Anthony M. Dzurko, P.E., District 12-0, at (724) 439-7137.

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

Allegheny, Beaver and Lawrence Counties
Project Reference No. 08430AG2228

   The Department of Transportation will retain two (2) engineering firm for two (2) Open-End Contracts to provide various engineering services and environmental studies on various projects located in Engineering District 11-0, that is Allegheny, Beaver and Lawrence Counties. Each Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The required services may encompass a wide range of design and environmental efforts with the possibility of several different types of projects having short completion schedules. The anticipated types of projects may include, but are not limited to, bridge replacements or bridge rehabilitations with minor approach work, roadway betterments (3R Type), traffic studies and final design, Capital Improvement Projects (bridges or roadways), and minor location studies. The maximum amount of the Open-End Contracts will be $900 thousand.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating two (2) Open-End Contracts 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. 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.

   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.  Firm's use and choice of subconsultants.

   f.  Current Workload.

   g.  Location of Consultant in respect to the District.

   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, 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 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; 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 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 District's 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, Attention: Mr. Robert M. Collins, P.E.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Robert M. Collins, P.E., District 11-0, at (412) 429-4829.

   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.

General Requirements and Information

   Firms interested 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 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, WEBs 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 Organizational Chart (one page, one side, maximum size 11'' x 17'')

   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 specify only the number of subconsultant personnel and Column B must 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 may include no 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.

   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 (For Construction Inspections Services, 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 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.

   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 solicitations requested under this Notice, and/or to readvertise solicitation for the work and services.

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 98-1197. Filed for public inspection July 24, 1998, 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.