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. 99-670

NOTICES

Retention of Engineering Firms

[29 Pa.B. 2189]

Centre and Clearfield Counties
Project Reference No. 08430AG2334

   The Department of Transportation will retain a consulting firm to provide Environmental Review Services for S.R. 0322, Section B02, The Dog Leg, in Centre and Clearfield Counties.

   S. R. 0322, Section B02 is the relocation of approximately twenty-seven (27) miles of U.S. 0322 as a four lane Limited Access Highway from its interchange with I-99 north of Port Matilda in Centre County to the Woodland Interchange (Interchange 20) of Interstate 80 in Clearfield County.

   The environmental review will consist of technical advisory support in the areas of natural resources, cultural resources, farmlands, Section 2002 evaluations, socioeconomics , air quality, noise, hazardous and residual wastes, and federal and state permitting.

   Document review will include the prompt review of all pre-draft and draft technical documents, including report outlines, individual sections and chapters of technical reports, working papers, permit applications, graphics and exhibits. A review of the project's Technical Support Data File is to be conducted.

   The sub-topics that are included in the Environmental Evaluation Report that are subject to review may include, but are not limited to, the following: regional and community growth; secondary and cumulative impacts; aquatic resources; wetland delineation and report preparation; agricultural areas; residential; commercial and industrial areas; hazardous and residual waste investigations; terrestrial habitat; archaeological investigations; Section 2002; threatened/endangered species habitat; groundwater recharge; air quality attainment areas; noise studies; needs analysis; and necessary permits.

   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.  How the selected firm will accomplish the tasks outlined or provide the services as detailed.

   b.  Specialized experience and technical competence of the team in Environmental Studies

   c.  Specialized experience and technical competence of the team in Preliminary Design

   d.  Experience in public participation

   e.  Specialized experience and technical competence of the team in the design of high speed interchanges

   f.  Specialized experience, previous experience, technical competence of individuals

   g.  The understanding of this assignment

   h.  Capacity of the team to perform work

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

   The shortlisting for this project 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).

   This project reference assignment is considered complex. The letter of interest shall be a maximum of five (5) pages, 8 1/2" × 11", one sided, plus an organizational chart (up to 11 × 17 size), required information, and additional resumes, if applicable. (See the General Requirements and Information Section).

   The letter of interest submission shall be sent to:

      Mr. George M. Khoury, P.E., District Engineer
      Engineering District 2-0
      P. O. Box 342, 1924-30 Daisy Street
      Clearfield, PA 16830

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 p.m. prevailing time on the twentieth day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Christopher J. Sokol, P.E. District 2-0, at (814) 765-0676 or Mr. James R. Bathurst, P.E., District 2-0, at (814) 75-0437.

Crawford, Erie, Forest, Mercer, Venango and
Warren Counties
Project Reference No. 08430AG2335

   The Department of Transportation will retain an engineering firm for an Open-End Contract for Utility Designation, Location and Site Characterization Services on various projects located in Engineering District 1-0, that is, Crawford, Erie, Forest, Mercer, Venango and Warren Counties. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of this Open-End Contract will be $1.0 million.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating An Open-End Contract based on the Department's evaluation of the letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the final 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.  Experience and effectiveness of proposed project managers

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

   c.  Specialized experience and technical competence of key staff

   d.  Specialized equipment required (available) for locating underground utilities

   e.  Location of consultant with respect to Engineering District 1-0

   The firm may be required to perform any or all of the following engineering services: attend project field views and meetings and prepare minutes of same; prepare appropriate submissions for all project related meetings and field views; determine by electronic equipment the approximate location of underground facilities; locate by test hole an underground utility facility; survey and provide data indicating the top and bottom of the facility as well as the existing ground at the site; scan or sweep specific delineated areas for underground storage tanks, drums, and/or other subsurface structures that are incidental to designating and locating utilities; and provide data on Department plans as may be required.

   The format and content of all documents, plans, reports and other submissions will be consistent with applicable State and Federal regulations and guidelines.

   The reports and other written graphic material to be prepared may include, but not be limited to, early coordination and scoping correspondence; plans of study; meeting minutes; handouts and displays.

   The engineering 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 described for under this Open-End Contract.

   This project reference assignment is considered non- complex. The letter of interest shall be a maximum of three (3) pages, 8 1/2" × 11", one sided, plus an organizational chart (up to 11 × 17 size), required information, and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. John L. Baker, P.E., District Engineer
      Engineering District 1-0
      1140 Liberty Street
      Franklin, PA 16323

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 p.m. prevailing time on the twentieth day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Michael L. McMullen, P.E., District 1-0, at (814) 437-4331.

Lackwanna, Luzerne, Pike, Susquehanna,
Wayne and Wyoming Counties
Project Reference No. 08430AG2336

   The Department of Transportation will retain an engineering firm for an Open-End Contract for designated and locating utilities on various projects located in Engineering District 4-0, that is, Lackawanna, Luzerne, Pike, Susquehanna, Wayne and Wyoming Counties. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount for the Open-End Contract will be $250 thousand.

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

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

   a.  Specialized experience, availability of appropriate equipment, and technical competence of firm in performing /subsurface utility engineering for highway project.

   b.  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.

   c.  Available staffing for this assignment.

   d.  Location of consultant in respect to the District.

   e.  Resumes of all key personnel.

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

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

   This project reference assignment is considered non- complex. The letter of interest shall be a maximum of three (3) pages, 8 1/2" × 11", one sided, plus an organizational chart (up to 11 × 17 size), required information, and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. Charles M. Mattei, P.E., District Engineer
      Engineering District 4-0
      P. O. Box 111
      Scranton, PA 18501/
      O'Neill Highway
      Dunmore, PA 18512

   Any technical questions concerning the requirements for this project should be directed to: Mr. George J. Roberts, P.E., District 4-0, at (570) 963-4064.

Philadelphia County
Project Reference No. 08430AG2337

   The Department of Transportation will retain an engineering firm to provide supplementary construction inspection staff of approximately ten (10) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on S.R. 2001, Section B02, Philadelphia County. This project consists of reconstructing Delaware Avenue to six (6) lanes including drainage, sidewalks and lighting from Race Street to Richmond Street in the City of Philadelphia.

   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.  Review of inspectors' resumes with emphasis on construction inspection capabilities. Department and District experience and supervisory experience.

   b.  Specialized experience in bituminous and concrete paving, landscaping, Maintenance and Protection of Traffic and lighting, electrical and water/sewer construction (City of Philadelphia experience beneficial).

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

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

   e.  Ability to provide one (1) ''CDS'' operator or person capable of inputing data into personal computer (TCIS Classification).

   f.  Past performance.

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

   A minimum of four (4) individuals submitted as part of your inspection staff must have a NECEPT Bituminious Field Technician Certification.

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

No. of
Classification Inspectors
Transportation Construction Ins. Super.    (TCIS) (NICET Highway Construction Level 3 or equivalent)2 (1)
Transportation Construction Inspector (TCI)    (NICET Highway Construction Level 2 or
   equivalent)
6 (4)
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 1999:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCIS) $40.54
(TCI) $35.47
(TA) $24.39

   The maximum reimbursement per hour of inspection includes all costs for providing construction inspection services at the project site during the normal work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting.

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

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

   a.  35 MM camera (one per project)

   b.  Three (3) Two-way radios/repeater equipment and base unit (maximum number per project)

   c.  Safety vests-high visability for inspectors

   d.  One (1) cellular phone

   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).

   This project reference assignment is considered non- complex. The letter of interest shall be a maximum of three (3) pages, 8 1/2" × 11", one sided, plus an organizational chart (up to 11 × 17 size), required information, and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. Andrew Warren, District Administrator
Engineering District 6-0
200 Radnor-Chester Road
St. Davids, PA 19087

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the twentieth day following the date of this Notice.

   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 7

   No resumes are required for the TA Classification.

   Any technical questions concerning the requirements for this project should be directed to: Mr. George Dunheimer, District 6-0, at (610) 964-6554.

Montgomery County
Project Reference No. 08430AG2338

   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(s)-in-Charge for construction inspection and documentation services on S.R. 0202, Section 4032, Montgomery County. This project consists of constructing new bridge structures and ramps for Traffic Routes 202 and 422, including retaining walls, concrete paving, soundwalls, drainage, wetlands and signing while maintaining the existing traffic in Upper Merion and Tredyffrin Townships.

   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.  Review of inspectors' resumes with emphasis on construction inspection capabilities. Department and District experience and supervisory experience.

   b.  Specialized experience in structures, concrete paving, earthwork, geotextiles and Maintenance and Protection of Traffic.

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

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

   e.  Ability to provide one (1) ''CDS'' operator or person capable of inputing data into personal computer (TCIS Classification), and one (1) licensed nuclear operator (TCI-M Classification).

   f.  Past performance.

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

   A minimum of four (4) individuals submitted as part of your inspection staff must have a NECEPT Bituminious Field Technician Certification.

   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 Ins. Super.    (TCIS) (NICET Highway
   Construction Level 3 or equivalent)
3 (2)
Transportation Construction Inspector    (TCI & TCI-M) (NICET Highway
   Construction Level 2 or equivalent)
12 (7)
Technical Assistant (TA) (NICET High   way 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 1999:

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

   The maximum reimbursement per hour of inspection includes all costs for providing construction inspection services at the project site during the normal work week.

   Maximum reimbursement per hour of inspection for subsequent calendar years, if applicable, will be established at the scope of work meeting. The firm selected may be required to attend a pre-construction conference with the Department and the construction contractor for this project. Under the supervision and direction of the Department, the selected firm will be required to keep records and document the construction work; prepare current and final estimates for payment to the construction contractor; assist the Department in obtaining compliance with the labor standards, safety and accident prevention, and equal opportunity provisions of the contract item; and perform other duties as may be required.

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

   a.  Two (2) 35 MM camera

   b.  One (1) pager

   c.  Safety vests-high visability for inspectors

   d.  One (1) cellular phone

   e.  One (1) nuclear densometer gauge/license and a means to transport this gauge on demand.

   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).

   This project reference assignment is considered non- complex. The letter of interest shall be a maximum of three (3) pages, 8 1/2" × 11", one sided, plus an organizational chart (up to 11 × 17 size), required information, and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. Andrew Warren, District Administrator
Engineering District 6-0
200 Radnor-Chester Road
St. Davids, PA 19087

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the twentieth day following the date of this Notice.

   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-M 2
TCI 11

   No resumes are required for the TA Classification.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Rex Mackey, District 6-0, at (610) 964-6556.

Bedford County
Project Reference No. 08430AG2339

   The Department of Transportation will retain an engineering firm to perform preliminary design, final design, and construction services for S.R. 0030, Section 007, and S.R. 0030, Section 017, the Bedford to Everett widening project, located on U.S. Route 30, in Bedford and Snake Spring Townships, and Bedford Borough, in Bedford County and the Bedford By-Pass located on S.R. 0030, Section 017 in Bedford Township, in Bedford County. Estimated construction costs for these two (2) projects is approximately $58.0 million.

   The S.R. 0030, Section 007 project includes widening and reconstruction 4.7 miles of U.S. Route 30 from the Narrows at Segment 0390 to Mount Dallas at Segment 0470, including rehabilitation of the existing Narrows Bridge, construction of a new structure adjacent to the Narrows Bridge, replacement of the PA Turnpike overpass bridge to provide wider opening of Route 30 at Segment 0394, and replacement of the structure over Snake Spring Valley Run at Segment 0460. The S.R. 0030, Section 017 project also includes rehabilitation of 3.3 miles of four-lane U.S. Route 30 known as the Bedford By-Pass, including rehabilitation work for nine (9) structures.

   The selected firm will be required to perform field surveys; preliminary and final roadway design; erosion and sedimentation control plans; maintenance and protection of traffic plans; right-of-way plans; hydrologic and hydraulics analysis; roadway and structure borings; preliminary of final type, size and location, preparation of plans, specifications and estimates, shop drawing review, and consultation during construction.

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

   a.  Specialized experience and technical competence of the firm. Firms must demonstrate an ability to analyze available data to make decisions and develop plans in a timely and cost effective manner.

   b.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on similar projects. The firms will also be evaluated on customer satisfaction, including accessibility, cooperation, and attitude toward previous projects.

   c.  The firms selected must be capable of providing adequate leadership, human resources, organization, and strategic planning to effectively coordinate all final design activities.

   d.  Firms must demonstrate their ability to communicate ideas and/or practices across units, including subconsultants, to improve the design process and better meet the requirements of the Department.

   e.  The relative size of the firm.

   f.  Location of the firm in relation to the District Office.

   This project reference assignment is considered moderately complex. The letter of interest shall be a maximum of five (5) pages, 8 1/2" × 11", one sided, plus an organizational chart (up to 11 × 17 size), required information, and additional resumes, if applicable. (See the General Requirements and Information Section).

   The Letter of Interest submission 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. Thomas A. Prestash, P.E.

   The Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the sixth day following the date of this Notice.

   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 letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Earl L. Neiderhiser, P.E., District Engineer, District 9-0, 1620 North Juniata Street, Hollidaysburg, PA 16648, Attention: Mr. Thomas A. Prestash, P.E.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Thomas A. Prestash, P.E., District 9-0, at (814) 696-7174.

General Requirements and Information

   Firms interested in providing the above work and services are invited to submit a Letter of Interest with the required information for each Project Reference Number for which the applicant wishes to be considered.

   The Letter of Interest and required information must be submitted to the person designated in the individual advertisement.

   The Letter of Interest and required information must be received by the Deadline indicated in the individual advertisement.

   All consultants, both prime consultants and subconsultants, who desire to be included in a Letter of Interest must have an Annual Qualification Package on file with the appropriate District Office, by the deadline stipulated in the individual advertisements.

   For Statewide projects, all consultants, both prime consultants and subconsultants, who desire to be included in a Letter of Interest must have an Annual Qualification Package on file with the Central Office, Bureau of Design by the deadline stipulated in the individual advertisements.

   By submitting a letter of interest for the projects that requests engineering services, the consulting firm is certifying that the firm is qualified to perform engineering services in accordance with the laws of the Commonwealth of Pennsylvania.

   Information concerning the Annual Qualification Package can be found in Strike-off Letter No. 433-99-04 or under the Notice to all Consultants published in the February 27, 1999 issue of the Pennsylvania Bulletin.

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

   If a goal for Disadvantaged Business Enterprise (DBE) participation is established for an advertised project, firms expressing interest in the project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Transportation Equity Act for the 21st century (TEA-21) and currently certified by the Department of Transportation shall have the maximum opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The TEA-21 requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they are defined prior to the act, 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.

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

BRADLEY L. MALLORY,   
Secretary

[Pa.B. Doc. No. 99-670. Filed for public inspection April 23, 1999, 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.