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. 00-1095

NOTICES

Retention of Engineering Firms

[30 Pa.B. 3233]

Cambria County

Project Reference No. 08430AG2567

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately nine (9) inspectors, under the Department's Inspector-in-Charge for construction inspection and documentation services on the following project:

   1.  S. R. 0056, Section 012, Cambria County, Local Name: Kernville Viaduct. This project is the rehabilitation of the existing Kernville Viaduct, which involves the removal and replacement of a 27-span, fabricated structural steel concrete deck bridge carrying S. R. 0056 over the City of Johnstown. The existing fabricated steel is painted with a coating system that contains lead and will require lead abatement measures. Also, second shift work will be required during specific phases. The overall length is .71 mile.

   2.  S. R. 0056, Section 019, Cambria County, Local Name: Intown Express/War Memorial Bridge. This project involves the rehabilitation of the existing War Memorial Bridge carrying S. R. 0056 over the Stonycreek River. This also includes the reconstruction of the roadway within an overall length of .40 mile. The War Memorial Bridge involves rehabilitation and latex overlay. The roadway work involves concrete replacement and milling and bituminous overlay.

   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 final ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the final ranking.

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

   a.  Number of available inspectors in each payroll classification.

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

   c.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in the Maintenance and Protection of Traffic, soils, structure rehabilitation and replacement, concrete, asphalt paving, and drainage.

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

   e.  Ability to provide CPM scheduling.

   f.  Experience of inspectors in the erection of large, fabricated structural steel bridges.

   g.  Experience of the TCM-1 in the construction of large structures.

   h.  Experience of the personnel in partnered projects.

   i.  Past performance.

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

   A minimum of one (1) individual submitted as part of your inspection staff must have a NECEPT Bituminous Field Technician Certification.

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

No. of
ClassificationInspectors
Transportation Construction Manager 1
   (TCM-1) NICET Highway Construction
      Level 4 or equivalent
1 (1)
Transportation Construction Insp. Supv.
   (TCIS) NICET Highway Construction
      Level 3 or equivalent
2 (2)
Transportation Construction Inspector--Mate-
   rials (TCI-M) NICET Highway Construction
      Level 2 or equivalent
1 (1)
Transportation Construction Inspector (TCI)
   NICET Highway Construction Level 2 or
      equivalent
4 (2)
Technical Assistant (TA) NICET Highway
   Construction Level 1 or equivalent
1 (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 2000:

Maximum Straight Time
Reimbursement Per Hour
Payroll Classificationof Inspection
(TCM-1)$47.65
(TCIS)$41.75
(TCI-M)$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 preconstruction conference with the Department and the construction contractor for this project. Attendance at a project partnering session will also be required. 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; have an inspector knowledgeable in lead abatement procedures; a TCI certified as a CDS operator; a TCIS or a TCM-1 experienced in fabricated structural steel erection and painting of new structural steel; one inspector should hold a NECEPT bituminous field certification while bituminous paving is being placed.; and inspector experienced in concrete latex overlays for bridge decks, and perform other duties as may be required.

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

1Nuclear Densometer Gauge/License at point of need, when needed
1Paint Test Kit
3Cellular Phones (for Engineer's employees only)
Safety Vests--High Visibility for all Inspectors

   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 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-11
TCIS4
TCI-M2
TCI6
TANo Resumes Required

   This project reference assignment is considered non-complex. The letter of interest shall be 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. Earl L. Neiderhiser, P.E., District Engineer
      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. Samuel H. Callisto, District 9-0, at (814) 696-7131.

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

Project Reference No. 08430AG2568

   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 and material plant inspection. The Contract will be for a period of sixty (60) months, with a maximum cost of $500 thousand.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an Open-End Contract based on the Department's evaluation of the acceptable letters of interest received in response to this solicitation. The final ranking will be established directly from the letters of interest, utilizing the modified consultant selection process. Technical proposals will not be requested prior to the establishment of the final ranking.

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

   a.  Review of inspectors' resumes with emphasis on construction inspection capabilities, and Department and District 9-0 experience.

   b.  Specialized experience in the Maintenance and Protection of Traffic, soils, structures, concrete and asphalt paving, Construction Documentation System (CDS) usage, drainage, wetlands, Critical Path Method (CPM) schedule monitoring, and plant inspection.

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

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

   e.  Past performance, with particular emphasis being placed on the firm's demonstrated commitment to: 1) customer service, 2) customer satisfaction, 3) partnering, and 4) dedicated support staff.

   f.  Number of available inspectors in each payroll classification.

   g.  Ability to provide CPM scheduling.

   A minimum of four (4) inspectors must be certified by the Northeast Center of Excellence for Pavement Technology (NECEPT) as Field Technicians.

   A minimum of four (4) inspectors must be certified in the Department's Construction Documentation System (CDS).

   A minimum of two (2) inspectors must be licensed nuclear operators.

   The letter of interest must clearly indicate which inspectors meet these requirements.

   The Department will establish the qualifications and experience required of the firm's inspectors, 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
Trans. Construction Insp. Supv. (TCIS)2 (1)
(NICET Highway Construction Level 3 or    equivalent)
Trans. Construction Inspector-Materials    (TCI-M)2 (1)
(NICET Highway Materials Level 2 or    equivalent)
Transportation Construction Inspector (TCI)5 (3)
(NICET Highway Construction Level 2 or    equivalent)
Technical Assistant (TA)1 (1)
(NICET Highway Construction Level 1 or    equivalent)

   The number 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
(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/Licenses at point of need, when needed
1Paint Test Kit
5Pagers
2Cellular Phones (for Engineer's employees only)
2Cameras (digital)

   Letters of interest for this project must include a letter, with an original signature (no copies), signed by the individuals you propose for all TCIS positions, giving their approval to use their name in your letter of interest for this open-end contract.

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

ClassificationNo. of Resumes
TCIS3
TCI-M3
TCI6
TA2

   Resumes shall clearly show the individual's construction inspection experience within the past five (5) years, identifying the dates, project location, and description of work.

   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. (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

      Mr. Earl L. Neiderhiser, P.E., District Engineer
      Engineering District 9-0
      1620 North Juniata Street
      Hollidaysburg, PA 16648

   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.

Montgomery and Chester Counties

Project Reference No. 08430AG2569

   The Department will retain an engineering firm to provide supplementary construction inspection staff of approximately thirty-one (31) inspectors, under the Department's Inspector(s)-in-Charge for construction inspection and documentation services on the following projects:

   1.  S. R.0202 Section 404, Montgomery and Chester Counties, Local Name: U. S. Route 202. This project involves the construction of a section of Limited Access Facility (S. R. 0202/S. R. 0422 and S. R.0202/S. R. 0076 Interchanges) on an existing location consisting of single lane and multi-lane interchange ramps of Plain Cement Concrete Pavement of various depths, on Treated Permeable Base Course, 4" Depth, including variable width shoulder areas; S. R. 0202, reconstruction and widening of a section of Limited Access Facility (S. R. 0202) on as existing location consisting of a four to six lane divided highway of Plain Cement Concrete Pavement, 13" Depth on Treated Permeable Base Course, 4" Depth, including variable width shoulder areas; S. R. 0422, reconstruction of a section of Limited Access Facility (S. R. 0422) on an existing location consisting of a four lane divided highway of Plain Cement Concrete Pavement, 13" Depth, on Treated Permeable Base Course, 4" Depth, including variable width shoulder areas; S. R. 1009/T432, reconstruction and widening of a section of State and Township Highway on an existing location consisting of a four lane curbed highway of flexible pavement; S. R. 3036, reconstruction and widening of a section of State Highway with flexible pavement; S. R. 3039, widening of a section of State Highway with flexible pavement; T-500, construction of a section of Township Highway on an existing location of a 2 lane curbed highway of flexible pavement; T-502, reconstruction and widening of a section of Township Highway on an existing location consisting of a two lane curbed highway of flexible pavement; construction of three one-span composite curved steel plate girder bridges, two two-span continuous composite steel plate girder bridges, two three-span continuous composite steel rolled beam bridges, one three-span composite prestressed concrete I-beam bridge rehabilitation, one three-span continuous composite steel I-beam rehabilitation, two cast-in-place concrete box culvert extensions, one single cell precast reinforced concrete box culvert, one precast concrete post and panel sound barrier wall and thirteen proprietary retaining walls with cast-in-place and soldier pile retaining wall segments.

   Other work includes sinkhole repair, construction of drainage and storm-water management facilities, highway lighting, sanitary sewer facilities, concrete barrier and glare screen, guide rail, signing and sign lighting, Intelligent Transportation Systems, signalization, landscaping, pavement marking, and other miscellaneous items of construction; all within a project length of approximately 2.15 miles.

   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 final ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the final ranking.

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

   a.  Review of inspectors' resumes with emphasis on construction inspection capabilities and specialized experience in structures, concrete, concrete paving, maintenance and protection of traffic, drainage, asphalt paving, highway lighting, sanitary sewer facilities, guide rail, sign installation and lighting, signalization, and landscape work.

   b.  Amount of Department and District 6-0 inspection experience.

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

   d.  Number of NICET certified inspectors in each payroll classification

   e.  Ability to provide one (1) ''CDS'' operators or persons capable of inputting data into a personal computer (TCIS Classification).

   f.  Ability to provide two (2) individuals as part of your inspection staff whom have NECEPT Bituminous Field Technician Certification.

   g.  Ability to provide one (1) TCI-M who is licensed to operate the nuclear densometer.

   h.  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. Several additional inspectors may be needed over the life of the project, but as of this time the approximate number of inspectors is as follows:

No. of
ClassificationInspectors
Transportation Construction Manager 1    (TCM-1)1 (1)
(NICET Highway Construction Level 4 or    equivalent)
Transportation Construction Ins. Super.    (TCIS)4 (3)
(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)21 (13)
(NICET Highway Construction Level 2 or    equivalent)
Technical Assistant (TA)4 (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 will be required to supply the following equipment at no direct cost to the Department:

1Nuclear Densometer Gauge/License at point of need when needed
1Proper vehicle for transporting the nuclear densometer and its operator to, from, and on the job site.
6Cellular Phones (for Engineer's employees only)
1Digital camera having the following specifications: 1024x768 minimum resolution, storage on a 3 1/2 floppy disk, pictures date stamped, and storage in JPEG format.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total Agreement 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 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{5}
TCI-M(2)
TCI{22}
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:

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

   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. Rex Mackey phone number (610) 688-1700 or (610) 205-6675 fax number (610) 205-6672.

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.

   5.  Include full disclosure of any potential conflict of interest by the prime or any subconsultant based on Engineering Involvement Restrictions Guidelines as established in Strike-off Letter No. 433-00-02 published March 27, 2000. If there are no potential conflicts you shall include the following statement: I have reviewed Strike-off Letter No. 433-00-02 and determine that there are no potential conflicts of interest for anyone on this project team.

   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. 00-1095. Filed for public inspection June 23, 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.