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. 99-277

NOTICES

Retention of Engineering Firms

[29 Pa.B. 1035]

Crawford, Erie, Forest, Mercer, Venango and Warren Counties
Project Reference No. 08430AG2296

   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, that is Crawford, Erie, Forest, Mercer, Venango and Warren Counties. The Contract will include roadway and bridge construction projects, and material plant inspection. It is anticipated that most of the projects will be located in Erie County. 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.  Ability to package and present the Letter of Interest in accordance with the ''General Requirements and Information'' section.

   b.  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.

   c.  Understanding of Department requirements, policies and specifications.

   d.  Past performance.

   e.  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
ClassificationInspectors
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; provide at least two (2) inspectors that 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 Gauges
   5      Cellular Phones
   5      33mm Cameras
   2      Survey Equipment, (rod, level, tapes, etc.)

   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 Technical Assistant(s) do 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:

ClassificationNo. of Resumes
TCM-12
TCIS5
TCI18

   No resumes are required for the TA Classification.

   The second copy of the letter of interest and required forms, (see general requirements and information section shall be sent to: Mr. John L. Baker, P.E., District Engineer, District 1-0, 1140 Liberty Street, Franklin, PA 16323.

   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.

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

Westmoreland County
Project Reference No. 08430AG2297

   The Department of Transportation will retain a consulting firm to provide right-of-way acquisition assistance services for S.R. 0022, Sections 06M, B07, B08, B09, and B10. The project is located in Salem Township, the Borough of New Alexandria and Derry Township on S.R. 0022 from the Shieldsburg (Segment 0300 offset 0000) to Blairsville (Segment 0480 offset 2849), an approximate length of ten (10) miles in Westmoreland County. The project consists of approximately 160 claims including 85 commercial, 75 residential, 15 of which are relocations. The total estimated construction cost for these projects is $69 million.

   The selected consultant will be required to provide the professional right-of-way acquisition assistance services necessary to clear the right-of-way for these projects. The required services include, but are not limited to, title searches, negotiations, relocation assistance, declaration of taking, title settlement services, property management and coordination with appraisers selected by the Department. The firm should be large enough and have sufficient personnel to perform these tasks.

   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 acceptable letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

   The selected firm will be required to coordinate all work through the Department's designated representative. All acquisition will be accomplished in compliance with Federal and State regulations, including but not limited to the Pennsylvania Eminent Domain Code, the State Highway Law and Pennsylvania Real Estate Law, the Housing Replacement Authorization Act, the Uniform Relocation Assistance and Real Property Acquisition Policies Act.

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

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

   b.  Staff experience on similar assignments.

   c.  Past performance on similar assignments.

   d.  Familiarity with Pennsylvania right-of-way regulations.

   e.  Number of staff/titles available to work on project.

   f.  Other factors necessary to provide the required services.

   The District's copy of the letter of interest and required forms (see General Requirements and Information section) shall be sent to: Mr. Michael H. Dufalla, P.E., District Engineer, District 12-0, P. O. Box 459, North Gallatin Avenue Extension, Uniontown, PA 15401-0459.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Greg Bednar, P.E., District 12-0 at (724) 439-7243 or Mr. Myron Hartos, District 12-0 at (724) 439-7241.

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

Westmoreland County
Project Reference No. 08430AG2298

   The Department of Transportation will retain a consulting firm to provide right-of-way acquisition assistance services for S.R. 0022, Sections B01 and B02. The project is located in Municipality of Murrysville and Salem Township on S. R 0022 from the Allegheny County Line (Segment 0010 offset 000) to Delmont (Segment 0160 offset 000), an approximate length of 7.5 miles in Westmoreland County. The project consists of approximately 260 claims including 240 commercial, 20 residential, 22 of which are relocations. The total estimated construction cost for these projects is $45 million.

   The selected consultant will be required to provide the professional right-of-way acquisition assistance services necessary to clear the right-of-way for these projects. The required services include, but are not limited to, title searches, negotiations, relocation assistance, declaration of taking, title settlement services, property management and coordination with appraisers selected by the Department. The firm should be large enough and have sufficient personnel to perform these tasks.

   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 acceptable letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

   The selected firm will be required to coordinate all work through the Department's designated representative. All acquisition will be accomplished in compliance with Federal and State regulations, including but not limited to the Pennsylvania Eminent Domain Code, the State Highway Law and Pennsylvania Real Estate Law, the Housing Replacement Authorization Act, the Uniform Relocation Assistance and Real Property Acquisition Policies Act.

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

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

   b.  Staff experience on similar assignments.

   c.  Past performance on similar assignments.

   d.  Familiarity with Pennsylvania right-of-way regulations.

   e.  Number of staff/titles available to work on project.

   f.  Other factors necessary to provide the required services.

   The District's copy of the letter of interest and required forms (see General Requirements and Information section) shall be sent to: Mr. Michael H. Dufalla, P.E., District Engineer, District 12-0, P. O. Box 459, North Gallatin Avenue Extension, Uniontown, PA 15401-0459.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Greg Bednar, P.E., District 12-0 at (724) 439-7243 or Mr. Myron Hartos, District 12-0 at (724) 439-7241.

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

Statewide Open-End Contract for Greenways Plan
and Program Development and Implementation
Project Reference No. 08430AG2299

   The Greenways Partnership Commission, established by Governor's Executive Order No. 1998-3, has requested the Department of Transportation (Department) to retain a planning/engineering/environmental-consulting firm for a Statewide Open-End contract for services to support the development and implementation of a Statewide Greenways Plan and Program. This is in cooperation with the Department of Conversation and Natural Resources and the Governor's Greenways Partnership Commission. The Contract will be for a sixty (60) month period with projects assigned on an as-needed basis as requested by the Greenways Partnership Commission. The maximum amount of the Contract will be $3.0 million.

   The Department in consultation with a review team comprised of representatives from DCNR and the Greenways Commission will establish an order of ranking of a maximum of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

   a.  Delivery of the letter of interest in accordance with the ''General Requirements and Information'' section with a total length not exceeding fifty (50) single-sided pages excluding all Department required forms and submissions.

   b.  Specialized experience and technical competence of the firm and the proposed project team in the following areas:

   1.  Trail planning, design, construction, maintenance and operation. This includes, but is not limited to, biking trails, nature trails, hike-and-bike trails, multi-use rails, exercise trails, bike paths, bike routes, rail-trails, rails with trails, water-trails, canal tow paths, snowmobile trails, ATV trails and utility corridors;

   2.  Natural open space and wildlife habitat corridor creation, preservation and enhancement;

   3.  Scenic byway planning, development and management;

   4.  Landscape analysis and design;

   5.  Comprehensive land use planning and zoning, conservation sub divisions and smart growth development;

   6.  GIS inventories and mapping;

   7.  Scenic river, river conservation and riparian corridor planning, development and management;

   8.  Historic preservation and heritage corridor development and management;

   9.  Pollution mitigation and flood mitigation;

   10.  Bicycle and pedestrian transportation enhancement;

   11.  Public participation including strategies for involving culturally diverse communities;

   12.  Strategic, tactical and operational planning;

   13.  Organizational development and management;

   14.  Public education, outreach and training;

   15.  Public relations and marketing;

   16.  Intergovernmental relations;

   17.  Financial management and fund raising;

   18.  Community, downtown and main street revitalization;

   19.  Open space protection;

   20.  Enhancement of economic development opportunities in communities;

   21.  Demographic research;

   22.  Knowledge of other related plans and reports such as the 21st Century Environment Commission Final Report;

   23.  Cost/Benefit Analysis;

   24.  Transportation Facility Accessibility Analysis

   c.  Past record of performance with respect to: cost control, work quality, ability to meet schedules and previous experience on relevant projects. The specific experience of individuals employed by the firm will be considered.

   d.  Location of firm and proposed project team with respect to the Commonwealth.

   e.  Experience dealing with environmental regulatory agencies.

   f.  Available staffing for assignments and the ability to meet the Commission's and the Department's needs.

   The work and services required under this Contract may encompass a wide range of scopes with the possibility of several different types of projects with concurrent completion schedules. The anticipated types of assignments include, but are not limited to:

   1.  Development of a Statewide Greenways Plan;

   2.  Development of greenways financial/funding strategies and practices;

   3.  Development of public relations and public education and outreach strategies and practices including but not limited to organizing and conducting greenways workshops, forums, conferences, training, newsletters and brochures;

   4.  Development and operation, in accordance with Department policies of a greenways information clearinghouse including a website and monitoring/updating mechanisms;

   5.  Update/expand existing characteristics and GIS mapping for existing greenways, greenways under development, potential greenways, by reviewing current plans, surveying and linking to other existing Statewide databases and publishing hard copy atlas;

   6.  Prepare greenways program meeting minutes, brochures, reports, publications and maps;

   7.  Research state-of-the-art greenways program development and implementation techniques;

   8.  Coordination of greenways activities such as meetings, minutes, and other support functions;

   9.  Conduct surveys, research and analysis related to greenways programs including economic and other benefit assessments;

   10.  Identify methods to enhance economic development opportunities in communities as related to greenways programs.

   The services identified above are the general work activities that can be expected under this Contract. Work activities will be coordinated with Greenways Partnership Program Planning being done by DCNR through an existing consultant Contract. A specific work assignment will be provided for individual work orders developed under this Open-End Contract.

   The District's copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Wayne W. Kober, Director, Bureau of Environmental Quality, 7th Floor, Forum Place, 555 Walnut Street, Harrisburg, PA 17101-1900.

   Any technical questions concerning the requirements for this project should be directed to: Ms. Danielle Shellenberger at (717) 783-6503.

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

Westmoreland County
Project Reference No. 08430AG2300

   The Department of Transportation will retain an engineering firm to perform preliminary design, final design and services during construction (shop drawing review, construction consultation and plans recordation) for S.R. 4003, Section B02, the replacement of Brush Creek Bridge No. 2 spanning Brush Creek located in Hempfield Township, Westmoreland County, Engineering District 12-0. The estimated construction cost is $400 thousand.

   The selected firm will be required to provide the following: perform field surveys; plot topography and cross sections; prepare Design Field View Submission; prepare a Categorical Exclusion Evaluation; prepare submission for utility verification and relocations engineering; develop erosion control details and narrative; prepare right of way plans; hydrologic and hydraulic analysis; obtain all permits; complete structure designs including type, size and location reports, core boring layouts and foundation designs and reports; develop traffic control plans with narratives; conduct soils investigations and prepare soils reports; investigate utility involvement on projects; provide material for and participate in value engineering reviews; collect accident data and other traffic flow data; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; roadway drainage design, prepare construction plans, specifications, and estimates; and to provide construction engineering services.

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

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

   b.  Specialized experience and technical competence of firm. The specific experience of individuals who constitute the firms will be considered.

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

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

   e.  Location of consultant with respect to the District. This will include ability/provisions for quick responses to District requests.

   f.  Method of controlling quality of projects and submissions. Consideration will be given to coordination between disciplines, subconsultant, etc.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be ten (10%) percent of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information section after the advertised project(s).

   The District's copy of the letter of interest and required forms (see general requirements and information section) shall be sent to: Mr. Michael H. Dufalla, P.E., District Engineer, Engineering District 12-0, at P. O. Box 459, North Gallatin Avenue Extension, Uniontown, PA 15401.

   Any technical questions concerning the requirements for this project should be directed to: Mr. Jeff Thompson, P.E., District 12-0, at (724) 439-7134.

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

General Requirements and Information

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

   The first copy of the Letter of Interest and required information must be submitted to:

   Mr. Charles W. Allwein, P.E., Chief
   Consultant Selection Committee
   7th Floor, Forum Place
   555 Walnut Street
   P. O. Box 3060
   Harrisburg, Pennsylvania 17105-3060

Note:  The Zip Code for express Mailing is 17101-1900

   The Letter of Interest and required information must be received within twenty (20) calendar days of this Notice. The Deadline for receipt of a Letter of Interest at the above address is 4:30 p.m. prevailing time of the twentieth day.

   The second copy of the letter of interest and required information must be submitted to the appropriate District Engineer/Administrator or the Bureau Director as indicated in the individual advertisement. This copy must be postmarked or delivered on or before the deadline indicated above.

   If an individual, firm, or corporation not authorized to engage in the practice of engineering desires to submit a Letter of Interest, said individual, firm, or corporation may do so as part of a Joint Venture with an individual, firm, or corporate which is permitted under the state law to engage in the practice of engineering.

   If a Joint Venture responds to a project advertisement, the Department of Transportation will not accept separate Letters of Interest from the Joint Venture constituents. A firm will not be permitted to submit 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 Department requests that each Letter of Interest include the following information and that the information be packaged and presented in the order indicated below to facilitate the Department's review and evaluation.

   The firm's ability and willingness to package and present the requested information in the above order to facilitate the Department's review and evaluation will be the first factor considered in the evaluation process.

   1.  Transmittal Letter (Maximum of two (2) 8 1/2 x 11" typed pages, one side)

   2.  A fact sheet that includes the project reference number for each project which the applicant wishes to be considered, the firm's legal name, fictitious name (if applicable), and the firm's federal identification number. If the project advertisement indicated the Department will retain an engineering firm for the project, the applicant should indicate on this fact sheet the names and Professional Engineer License Number of Individuals who are directing heads or employees of the firm who have responsible charge of the firm's engineering activities, and whose names and seals shall be stamped on all plans, specifications, plats, and reports issued by the firm. If the project advertisement indicated the Department will retain an Land Surveying firm for this project, the applicant should indicate on this fact sheet the names and Professional Land Surveyor Registration Number of individuals who are directing heads or employees of the firm who have responsible charge of the firm's land surveying activities, and whose names and seals shall be stamped on all plans, plats, and reports issued by the firm.

   3.  Project Organizational Chart (one page, one side, maximum size 11" x 17")

   This Chart should show key staff from the prime and each subconsultant and their area of responsibility.

   4.  Standard Form 255, ''Architect-Engineer and Related Services Questionnaire for Specific Project'' (one Form 255 for the project team)

   The Standard Form 255 should be signed, dated, and filled out in its entirety, including Item No. 6 listing the proposed subconsultants and the type of work and service they will perform on the project.

   Under Item 4 of this form, Column A must specify only the number of subconsultant personnel and Column B should specify only the number of prime consultant personnel to be assigned to work on this project reference number. Do not include the total personnel for either the subconsultant or prime consultant under Item 4 unless the total personnel are necessary to provide the required work and services.

   The prime and each subconsultant should not include more than one page each for Items 10 and 11.

   If a Disadvantaged Business Enterprise (DBE) goal is specified for the project, the DBE must be currently certified by the Department of Transportation, and the name of the DBE and the work to be performed must be indicated in Item No. 6. If a Woman Business Enterprise (WBE) firm is substituted for the DBE, the WBE firm must also be presently certified by the Department of Transportation and indicated in Item 6.

   5.  Standard Form 254, ''Architect-Engineer for Related Services Questionnaire''

   A Standard Form 254, not more than one (1) year old as of the date of this advertisement, should accompany each Letter of Interest for the firm, each party to a Joint Venture, and for each subconsultant the firm or Joint Venture is proposing to use for the performance of professional services regardless of whether the subconsultant is an individual, a college professor, or a Company, unless an acceptable Standard Form 254 for the prime and each subconsultant/subcontractor is on file in both the Bureau of Design and the Engineering District Office or Central Office Bureau identified in the individual project advertisement.

   These Forms should be assembled with the prime's form first, followed by the form for each subconsultant in the same order as the subconsultants appear in Item 6 of Standard Form 255.

   6.  Authorization Letters (if required)

   If the advertisement requires a letter signed by individuals giving their approval to use their name in the Letter of Interest, the letters from proposed prime employees should be first, followed by subconsultant employees, in the same order as shown in Item 6 of Standard Form 255.

   7.  Registration To Do Business

   Firms with out-of-state headquarters or corporations not incorporated in Pennsylvania must include, with each Letter of Interest, a copy of their registration to do business in the Commonwealth as provided by the Department of State. Firms who are not registered to do business in Pennsylvania at the time of this advertisement must document that they have applied for registration to the Department of State, Corporation Bureau. The telephone number for the Corporation Bureau is (717) 787-1057 or (717) 787-2004.

   8.  Overhead Rates (one page)

   A single page summary should indicate the latest audited overhead rate developed in accordance with Federal Acquisition Regulations (FAR) for the prime consultant and each subconsultant. If a FAR rate is not available, the latest rate available from a Certified Public Accountant must be indicated. New firms should indicate how long the firm has been in existence and when an audited overhead rate developed in accordance with FAR would be available.

   Audited overhead rate information for the prime consultant and each subconsultant is not required for construction inspection services.

   9.  Additional Information

   Additional information, not to exceed ten (10) one sided 8 1/2 x 11" pages or five (5) double sided 8 1/2 x 11" pages may be included at the discretion of the submitting firm.

   Letters of Interest will be rejected for the following reasons:

   1.  Received after the cut-off time and date specified above.

   2.  Failure to identify a Disadvantaged Business Enterprise (DBE) if a DBE participation goal is identified in the advertised project.

   3.  Failure to include a copy of the registration to do business in the Commonwealth.

   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. 99-277. Filed for public inspection February 19, 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.