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. 00-490

NOTICES

Retention of Engineering Firms

[30 Pa.B. 1599]

Bedford, Blair, Cambria, Fulton, Huntingdon
and Somerset Counties

Project Reference No. 08430AG2518

   The Department will retain an engineering firm for an Open-End Contract to provide supplementary construction inspection staff under the Department's Inspector(s)-in-Charge to perform construction inspection services on various projects in Engineering District 9-0, that is Bedford, Blair, Cambria, Fulton, Huntingdon, and Somerset Counties. The Contract will include roadway and bridge construction projects, permit projects, and material plant inspection. The Contract will be for a period of sixty (60) months, with a maximum cost of one million dollars ($1,000,000).

   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 and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete and asphalt paving, drainage, wetlands, CPM schedule monitoring, and plant inspection.

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

   c.  Past performance.

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

   e.  Number of available inspectors in each payroll classification.

   f.  Ability to provide CPM scheduling.

   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
ClassificationInspectors
Transportation Construction Manager 1 (TCM-1)1 (1)
(NICET Highway Construction Level 4 or equivalent)
Transportation Construction Ins. Super. (TCIS)
8 (5)
(NICET Highway Construction Level 3 or equivalent)
Transportation Construction Inspector--3 (2)
Materials (TCI-Materials)
(NICET Highway Materials Level 2 or equivalent)
Transportation Construction Inspector (TCI)13 (8)
(NICET Highway Construction Level 2 or equivalent)
Technical Assistant (TA)5 (3)
(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.

   NECEPT certification, although not required, will be considered under (d) above as an important factor in the selection process for each classification.

   The maximum reimbursement per hour of inspection for each Department Payroll Classification for calendar year of 2000:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCM-1)$47.65
(TCIS)$41.75
(TCI-Materials) $37.65
(TCI) $36.53
(TA)$25.12

   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 may be required to supply the following equipment at no direct cost to the Department:

2Nuclear Densometer Gauges/License at point of need, when needed
2 Paint Test Kits
10Pagers
5Cellular Phones (for Engineer's employees only)
5Cameras (digital)

   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:

ClassificationNo. of Resumes
TCM-1 2
TCIS 10
TCI-M 4
TCI 16
TA 0

   This project reference assignment is considered non-complex. The letter of interest shall be limited to a maximum of three (3) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), 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
PA Department of Transportation
Engineering District 9-0
1620 North Juniata Street
Hollidaysburg, PA 16648

   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 (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Mr. Vincent L. Dodson, P.E., District 9-0, at 814-696-7137 (fax number 814-696-7146).

Philadelphia County

Project Reference No. 08430AG2519

   The Department will retain an engineering firm for an Open-End Contract to provide supplementary construction inspection staff under the Department's Inspector(s)-in-Charge to perform construction inspection services on various projects in Engineering District 6-0, that is Philadelphia County. The Contract will include roadway and bridge construction projects, and material plant inspection. The Contract will be for a period of sixty (60) months, with a maximum cost of $2 Million dollars.

   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 inspector's resumes with emphasis on construction inspection capabilities, Department and District experience, and supervisory experience.

   b.  Any specialized experience in asphalt paving, structures, concrete, drainage, painting inspection, Maintenance and Protection of Traffic, traffic signal installation, and intelligent transportation systems construction.

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

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

   e.  Ability to provide CPM Scheduling (TCM-1 Classification.

   f.  Ability to provide ''CDS'' operator or someone capable of inputting data into a personal computer (TCIS and TCI Classifications)

   g.  Past performance.

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

   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
ClassificationInspectors
Transportation Construction Manager 1 (TCM-1)1 (1)
(NICET Highway Construction Level 4 or equivalent)
Transportation Construction Ins. Super. (TCIS)3 (2)
(NICET Highway Construction Level 3 or equivalent)
Transportation Construction Inspector (TCI)6 (4)
(NICET Highway Construction Level 2 or equivalent)
Technical Assistant (TA)3 (1)
(NICET Highway Construction Level 1 or equivalent)
NACE Intermediate Coating Inspector1 (0)**
NACE Basic Coating Inspector1 (0)**

   **These two specialized classifications will be used for bridge painting inspection. Under these classifications, the selected firm must provide lead abatement training for these employees prior to any job assignment. In addition, the firm must establish, implement, and maintain an effective employee medical surveillance in accordance with 29 CFR 1926 throughout the duration of this inspection.

   These two (2) specialized classifications will have the following requirements:

   1.  NACE Intermediate Coating Inspector Training/or equivalent.

   The inspector for the above NACE Intermediate Coating Inspector Training category will have completed at least 80% of the required credits for this NACE category or equivalent training; also, will have a minimum of five (5) years coating inspection experience on heavy industrial or highway projects; also, will have a minimum of one (1) year experience of coatings inspection on a lead removal project where air monitoring, blood monitoring, containment and disposal of lead debris were performed; also, will be knowledgeable in OSHA 1926.62 (lead) regulations, applicable OSHA regulations governing proper respirator usage (29 CFR 1910.134) and lead exposure (29 CFR 1910.1025) and will also be capable of ''climbing'' on high bridge members to perform coatings inspection; will be capable of supervising/training lower level coatings inspectors (both consultant and state) if necessary. Will also complete EPA accredited training for lead removal (Title X, Sections 402 and 404).

   2.  NACE Basic Coating Inspector Training/or equivalent.

   The inspector for the NACE Basic Coating Inspector will have completed at least 80% of the required credits for this category or equivalent training also, will have a minimum of three (3) years coating inspection experience on heavy industrial or highway project; also, will have minimum of six (6) months experience on lead removal project; also, will be knowledgeable in OHSA 1926.62 (lead regulations) applicable OSHA regulations governing proper respirator usage (29 CFR 1910.134) and lead exposure (29 CFR 1910.1025), and will be capable of ''climbing'' on high bridge members to perform coatings inspection; will also be capable of working with state inspectors; will also complete EPA accredited training for lead removal (Title X, Sections 402 and 404).

   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 2000:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCM-1)$47.65
(TCIS)$41.75
(TCI) $36.53
(TA) $25.12
NACE Intermediate Coating Inspector $61.70
NACE Basic Coating Inspector $53.64

   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 may be required to supply the following equipment at no direct cost to the Department:
      One Paint Test Kit per project as may be required.
      Nine cellular phones (for Engineer's employees only)
      One digital camera per project
      Safety Vests--high visibility for the inspectors

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

ClassificationNo. of Resumes
TCM-1 2
TCIS 4
TCI 7
TA 0
NACE Intermediate 2
NACE Basic 2

   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 for this specific project.

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

   The Letter of Interest submission shall be sent to:

   Mr. Andrew L. Warren, District Administrator
Engineering District 6-0
7000 Geerdes Blvd.
King of Prussia, A 19406-1525

   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 (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to George Dunheimer, District 6-0, at 610-205-6695, fax number 610-205-6672.

Berks, Carbon, Lehigh, Monroe, Northampton and Schuylkill Counties

Project Reference No. 08430AG2520

   The Department will retain an engineering firm for an Open-End Contract to provide supplementary construction inspection staff under the Department's Inspector(s)-in-Charge to perform construction inspection services on various projects in Engineering District 5-0, that is Berks, Carbon, Lehigh, Monroe, Northampton and Schuylkill Counties. The Contract will include roadway and bridge construction projects, and material plant inspection. The Contract will be for a period of sixty (60) months, with a maximum cost of $2 million dollars.

   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, certifications and specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete, asphalt paving, drainage, traffic signals, pavement markings, guide rail, signing, erosion and sedimentation control, NICET certifications, NECEPT certification, PennDOT CDS certification, and nuclear gauge certification.

   b.  Understanding of Department's requirements, policies, and specifications (Pub. 408, R.C.'s, B.C.'s, D.M.'s, Pub. 203, P. O.M.).

   c.  Past Performances.

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

   e.  Understanding the specifics of this particular construction inspection agreement.

   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
ClassificationInspectors
Transportation Construction Manager 1 (TCM-1)
2 (2)
(NICET Highway Construction Level 4 or equivalent)
Transportation Construction Ins. Super. (TCIS)5 (4)
(NICET Highway Construction Level 3 or equivalent)
Transportation Construction Inspector--1 (1)
Materials (TCI-Materials)
(NICET Highway Materials Level 2 or equivalent)
Transportation Construction Inspector (TCI)
15 (10)
(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 2000:

Maximum Straight Time
Reimbursement Per Hour
Payroll ClassificationOf Inspection
(TCM-1) $47.65
(TCIS) $41.75
(TCI-Materials) $37.65
(TCI) $36.53
(TA) $25.12

   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 may be required to supply the following equipment at no direct cost to the Department:

1 Nuclear Densometer Gauge/License at point of need when needed
20 Two-Way Radios
2 Cameras--35mm

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

ClassificationNo. of Resumes
TCM-1 3
TCIS 6
TCI-M 2
TCI 18
TA 0

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

   The Letter of Interest submission shall be sent to:

   Mr. Walter E. Bortree, P.E., District Engineer
   Engineering District 5-0
   2460 Parkwood Drive
   Allentown, PA 18103
      Attention: Mr. Brian H. Graver

   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 tenth day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Mr. Brian H. Graver, at (610) 791-6022, fax number (610) 791-6032.

Armstrong, Butler, Clarion, Indiana and Jefferson Counties

Project Reference No. 08430AG2521

   The Department will retain an engineering firm for an Open-End Contract for various engineering and/or environmental services on various bridge projects located in Engineering District 10-0, that is Armstrong, Butler, Clarion, Indiana and Jefferson Counties. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of the Open-End Contract will be $2.0 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 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.  Specialized experience and technical competence of the firm.

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

   c.  Demonstrated ability to perform services and studies listed in this advertisement.

   d.  Available staffing for this assignment, including projected workload for the firms.

   e.  Location of the firm in respect to the District.

   The work and services required under this Contract 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, bridge rehabilitations and/or bridge preservations with minor approach work, environmental studies and minor capital improvement projects (bridges).

   The engineering work and services which may be required under this Contract include, but are not limited to, attend field views and prepare minutes; prepare submissions for field views and safety review meetings; 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 and disseminate right of entry letters; prepare right of way plans; complete structure designs and plans including type, size and location reports, core boring layouts; procure core borings; foundation designs and reports; prepare foundation submissions for approval; prepare hydraulic and hydrologic reports for waterway approval; perform structural analysis on various types of structures; develop traffic control plans with narratives; perform traffic counts and speed delay studies; prepare plans for signal design and implementation of signal interconnections; conduct soils investigations and prepare soils reports; investigate utility involvement on projects; provide material for and participate in value engineering reviews; make necessary investigations and adjustments to the design as a result of the value engineering review comments; conduct a value engineering review; evaluate alternatives using benefit/cost analysis; 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 hydrology; stream enhancements/relocations; 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; material and equipment necessary to collect, analyze and organize data; agency & public involvement coordination; 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; assess impacts; prepare reports & design mitigation plans; 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.

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

   The Letter of Interest submission shall be sent to:

   Mr. Richard H. Hogg, P.E., District Engineer
   Engineering District 10-0
   Route 286 South, P. O. Box 429
   Indiana, PA 15701
      Attention: James R. Andrews, P.E., Civil Engineer          Manager

   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 (20) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to James R. Andrews, P.E., Engineering District 10-0, phone number (724) 357-2080.

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 request 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. A firm not conforming to this requirement may submit a letter of interest as a part of a joint venture with an individual, firm or corporation which is permitted under State law to engage in the practice of engineering.

   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.

   The requirements for Letters of Interest, in addition to the requirements stipulated in the individual advertisement, are as follows:

   1.  The Letter of Interest must include the project reference number, the firm's legal name, and the firm's federal identification number.

   2.  Identify the project manager.

   3.  Identify subconsultants, if any, including DBE/WBE, if required.

   4.  Identify key project staff.

   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 opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The TEA-21 requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal for DBE participation shall be as stated in the individual project advertisement. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they are defined prior to the act, WBEs or combinations thereof).

   Proposing DBE firms must be certified at the time of submission of the Letter of Interest. If the selected firm fails to meet the established DBE participation goal, it shall be required to demonstrate its good faith efforts to attain the goal.

   Responses are encouraged by small firms, Disadvantaged Business Enterprise (DBE) firms, and other firms who have not previously performed work for the Department of Transportation.

   The 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. 00-490. Filed for public inspection March 17, 2000, 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.