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. 99-723

NOTICES

DEPARTMENT OF TRANSPORTATION

Retention of Engineering Firms

[29 Pa.B. 2336]

Mercer County
Project Reference No. 08430AG2340

   The Department of Transportation will retain an engineering firm to provide preliminary engineering, environmental studies, final design and services during construction for S.R. 4006, Section B00 (Porter Road Bridge) in West Salem Township, and S.R. 4006, Section B01 (Quaker Bridge) in Hempfield Township, Mercer County. The total estimated construction cost of both projects is $4.4 million.

   This will be a six (6) part agreement: Part I, S.R. 4006, Section B01, preliminary engineering; Part II, S.R. 4006, Section B01, final design; Part III, S.R. 4006, Section B01, services during construction ; Part IV, S.R. 4006, Section B00, preliminary engineering; Part V, S.R. 4006, Section B00, final design; Part VI, S.R. 4006, Section B00, services during construction.

   The selected firm will be required to provide the following engineering and design services for S.R. 4006, Section B01 and S.R. 4006, Section B00: field surveys; environmental clearance; Step 9 field view; H&H report; erosion and sedimentation control plan; type, size, and location report; foundation report; PUC coordination, (S.R. 4006, Section B01 only); utility and right-of-way clearances; roadway and structure design; plans, specifications, and estimates.

   Services during construction for both S.R. 4006, Section B01 and S.R. 4006, Section B00 will consist of shop drawing review, technical assistance during construction, and alternate design review.

   Letters of interest will be evaluated at the Engineering District 1-0 Office with emphasis on the following factors:

   a.  Proven ability to meet project schedules and control costs.

   b.  Experience and competence of project manager and key personnel.

   c.  Innovations and flexibility in thinking, particularly with respect to the needs of the local community.

   d.  Past performance record on similar projects.

   e.  Past performance record of listed sub-consultants.

   f.  Availability of listed staff.

   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 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), 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
      Attention: Mr. Michael L. McMullen, 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 twentieth day following the date of this Notice.

   Engineering District 1-0 will announce the firms that have been shortlisted at an open public meeting to be held in the District Office. All firms that have submitted a letter of interest will be notified of the time and date. Specify two (2) contact persons in the letter of interest.

   Any technical questions concerning the requirements for this project should be directed to: Mr. David W. Ruhlman, P.E., at (814) 437-4311 or Mr. Michael L. McMullen, P.E., at (814) 437-4331.

Lycoming County
Project Reference No. 08430AG2341

   The Department of Transportation will retain an engineering firm to perform preliminary engineering, environmental studies, final design and services during construction for the replacement of a bridge carrying S.R. 2071, Section 001 over Muncy Creek in Wolf Township in Lycoming County. The project consists of rehabilitating or replacing an existing historic truss bridge. The estimated construction cost for this project is $1.0 million.

   The engineering firm will be required to perform field surveys; environmental studies to include archaeological studies and agency coordination as necessary; utilities; horizontal and vertical geometry; geological studies; core borings; type, size and location; drainage; preliminary field view; safety review; line, grade, and typical sections; erosion and sedimentation control plan; hydrologic and hydraulic report; waterway encroachment permit application; preliminary right-of way plan; public involvement; design field view submission; foundation design; construction plans, specifications and estimates. Work also shall include shop drawing review and approval, and engineering construction services during construction. The project shall be engineered using metric units.

   The Department will establish an order of ranking of a minimum of three (3) firms 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 establishment of 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.  Past performance of firm with respect to quality of work, administrative and cost controls, ability to meet schedules, and previous experience on structure engineering projects. The specific experience of individuals who constitute the firm shall be considered.

   b.  Specialized experience and technical competence of firm.

   c.  Resumes of key personnel and listing of proposed sub-consultants.

   d.  Relative size of firm to size of project to be completed under this contract.

   e.  Demonstrated capacity for innovative engineering to resolve complex problems.

   This project reference assignment is considered complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2" × 11", one sided, plus an organizational chart (up to 11'' x 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. Paul E. Heise, P.E., District Engineer
      Engineering District 3-0
      715 Jordan Avenue
      Montoursville, PA 17754

   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.

   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 will announce the firms that have been shortlisted at an open public meeting scheduled for June 16, 1999 at 10:00 A.M. at the Engineering District 3-0 office at 715 Jordan Avenue, Montoursville, PA. All candidates that submitted a letter of interest will be notified if this date changes. Specify a contact person in the letter of interest.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Gary R. Williams, District 3-0, at (570) 368-4391.

Columbia, Lycoming, Montour, Northumberland,
Snyder, Sullivan, Tioga, Union and
Bradford Counties
Project Reference No. 08430AG2342

   The Department of Transportation 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 3-0, that is Columbia, Lycoming, Montour, Northumberland, Snyder, Sullivan, Tioga, Union and Bradford 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 one million ($1,000,000) dollars.

   It is anticipated that a maximum supplementary construction inspection staff of twenty-five (25) inspectors will be required for this assignment.

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

   d.  Number of available inspectors in each payroll classification.

   e.  Ability to provide CPM scheduling.

   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.

   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)
10 (6)
Transportation Construction Inspector--
   Materials (TCI-Materials)
(NICET Highway Materials Level 2 or    equivalent)2 (2)
Transportation Construction Inspector
(TCI) (NICET Highway Construction Level 2 or
   equivalent)
10 (6)
Technical Assistant (TA) (NICET Highway    Construction Level 1 or equivalent)2 (2)

   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 number(s) in parenthesis above also indicate the number of inspectors in each classification (except Technical Assistant) that must be certified by the Northeast Center of Excellence for Pavement Technology (NECEPT) as a Field Technician for TCM-1, TCIS and CTI and as a Plant Technician for TCI-M. Certified for Technical Assistants is not required.

   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-Materials) $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; provide inspection of work being performed under highway occupancy permits, at material producing plants, and of utility construction and perform other duties as may be required. Firms applying must have qualified personnel capable of climbing structures during painting, rehabilitation, or construction.

   Letters of interest for this project must include a letter, signed by the individuals you propose for all TCM-1 and/or TCIS positions, giving their approval to use their name in your letter of interest for this specific project. The Technical Assistant does not need to be identified in the letter of interest.

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

Classification
No. of Resumes
TCM-1  2
TCIS 12
TCI-M  3
TCI 12

   No resumes are required for the TA Classification.

   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" × 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. Paul E. Heise, P.E., District Engineer
      Engineering District 3-0
      715 Jordan Avenue
      Montoursville, PA 17754

   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. John P. Ryan, P.E., District 3-0, at (570) 368-4233.

Erie County
Project Reference No. 08430AG2343

   The Department of Transportation 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 1-0, Erie County. The Contract will include roadway and bridge construction projects, and material plant inspection. The Contract will be for a period of thirty (30) months, with a maximum cost of one million ($1,000,000) dollars.

   It is anticipated that a maximum supplementary construction inspection staff of twenty-five (25) inspectors will be required for this assignment.

   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, asphalt paving, and drainage.

   b.  Understanding of Department requirements, policies and specifications.

   c.  Past performance.

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

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

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

No. of
Classification
Inspectors
Transportation Construction Manager 1
   (TCM-1) (NICET Highway Construction
   Level 4 or equivalent)
 1 (1)
Transportation Construction Ins. Super.
   (TCIS) (NICET Highway Construction
   Level 3 or equivalent)
 4 (3)
Transportation Construction Inspector (TCI)
   (NICET Highway Construction Level 2 or
   equivalent)
15 (9)
Technical Assistant (TA) (NICET Highway
   Construction Level 1 or equivalent)
5 (3)

   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) $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; at least two (2) inspectors listed are to be nuclear gauge certified and one (1) to be C.D.S. certified; 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:

2 Nuclear Densometer Gauges/License
1 Vehicle for the Transportation of Nuclear Gauge
5 Cellular Phones
5 35mm Cameras (including film and developing)
2 Survey Equipment, (rod, level, tapes, etc.)

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

Classification
No. of Resumes
TCM-1 1
TCIS 4
TCI 18

   No resumes are required for the TA Classification.

   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" × 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. David W. Ruhlman, P.E., District 1-0, at (814) 437-4311.

Adams, Cumberland, Dauphin and York Counties
Project Reference No. 08430AG2344

   The Department of Transportation will retain an engineering firm to provide construction management support and services and supplementary construction inspection staff of approximately twenty (20) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

   1.  S.R. 0015, Section 009, York and Adams Counties Local Name: Range Road, York County to Ridge Road, Adams County This project involves roadway resurface, drainage updates, guide rail improvements and two (2) bridge rehabilitations. (Night Shift Work)

   2.  S.R. 0015, Section A12, Cumberland County Local Name: U.S. 15 and Lisburn Road between York County line and PA-114 This project involves complete reconstruction of the Lisburn Road Interchange, excavation, pavement, drainage, guide rail/barrier walls, signalization and structures. (Night Shift Work)

   3.  S.R. 3016, Section 002, Dauphin County Local Name: Harvey Taylor Bridge over the Susquehanna River This project involves bridge rehabilitation - addition of two (2) bike lanes. Placement of structural steel and painting. (Night Shift Work)

   The anticipated duration of construction is thirty (30) months.

   The required services for construction management support will include the following:

   Analyze contractor's CPM schedules and monitor progress during construction; review, make recommendations and prepare correspondence for signatures on specific utility, structure, roadway and other related facilities problems during the construction phase; attend preconstruction meetings; review and evaluate value engineering efforts submitted to the Department for all elements of construction; monitor and track all submissions including shop drawings for timely responses from appropriate agencies or individuals; review any design or construction change responses; coordinate and participate in community relations including personal contacts and community meetings; assist Department in public relations and press releases; review and prepare responses on potential claims and assist in claim negotiations; furnish change order evaluation assistance and expedite and assist in routine problem solving for field construction.

   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, asphalt paving, drainage, construction documentation procedures, ''CDS'' operations, structures and painting of structural steel.

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

   c.  Number of N.E.C.E.P.T. certified inspectors, with the exception of TCM-1 and TA personnel, as indicated below:

First Year  50%
Second Year  75%
Third Year 100%

   d.  Number of available inspectors in each payroll classification.

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

   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 requirementsfor the following inspection classifications:

No. of
Classification Inspectors
Transportation Construction Manager 1
   (TCM-1) (NICET Highway
   Construction Level 4 or equivalent)
1 (0)
Transportation Construction Ins. Super.
   (TCIS) (NICET Highway Construction
   Level 3 or equivalent)
3 (3)
Transportation Construction Inspector
   (TCI) (NICET Highway Construction
   Level 2 or equivalent)
11 (8)
Technical Assistant
   (TA) (NICET Highway Construction Level 1 or
   equivalent)
5 (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) $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. 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:

  2 Nuclear Densometer Gauges/License
  3 Paint Test Kits
  2 Vehicles for the Transportation of Nuclear Gauges
10 Cellular Phones
  6 Camera (type 3-Digital 35mm and 3-std. 35mm)
21 Pagers

   This project reference assignment is considered complex. The letter of interest shall be limited to a maximum of five (5) pages, 8 1/2'' x 11'', one sided, plus an organizational chart (up to 11'' x 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. Barry G. Hoffman, P.E., District Engineer
      Engineering District 8-0
      2140 Herr Street
      Harrisburg, PA 17103-1699
         Attention: Construction Unit

   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.

   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 TCM-1 and/or TCIS positions, giving their approval to use their name in your letter of interest for this specific project.

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

Classification
No. of Resumes
TCM-1 2
TCIS 4
TCI 14

   No resumes are required for the TA Classification.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Richard K. Waddell, District 8-0, at (717) 787-5054.

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. 99-723. Filed for public inspection April 30, 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.