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. 00-678

NOTICES

Retention of Engineering Firms

[30 Pa.B. 2077]

Lycoming County
Project Reference No. 08430AG2530

   The Department of Transportation will retain an engineering firm under a multi-phase, specific project agreement to perform preliminary engineering, environmental studies, final design and engineering services during construction on S. R. 0220, Section 077, Lycoming County, Susquehanna Beltway.

   This project involves studies to relocate or upgrade to interstate standards an eight-mile portion of S. R. 0220 between Jersey Shore and Williamsport. The eastern 6.5 miles of this section of S. R. 220 has substandard horizontal and vertical geometry and no access control. The western 1.5 miles of this section of S. R. 220 is constructed on limited access right-of-way, but contains one at-grade intersection on the northbound lanes. Also included is upgrade of the existing interchange of State Route 2014 (West Fourth Street) and S. R. 220 at the eastern limit of the project from a partial interchange to a full interchange. Estimated total project construction cost is $125 million. It is anticipated that the required level of environmental clearance for the project is an Environmental Impact Statement.

   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 record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on Open-end Contracts. The specific experience of individuals employed by the firm shall be considered.

   b)  Available staffing for this assignment and the ability to meet the Department's needs.

   c)  Specialized experience and technical competence of firm.

   d)  Location of Consultant in respect to the District.

   The firm selected may be required to perform a variety of engineering services as indicated below (but not limited to):

Part I

   Phase 1--Initial Studies: This phase will consist of preliminary studies to develop the Project Needs Analysis. Interchange requirements will also be developed in this phase. Tasks may include, but are not limited to: field survey, evaluation of existing roadway features, traffic studies, access control studies, public involvement, 3D visualization, initial development of interchange concepts, issuance of Notice of Intent to Enter, and development of the Project Purpose and Need Document. This phase represents Steps 1 through 3 in the Department's Ten-Step Process for development of an EIS.

   Phase 2--Phase 1 Alternatives Analysis and Environmental Constraints development: This phase will consist of preliminary studies to develop relocation, upgrade, and TSM alternatives for SR 220 within the project limits which will be carried through into the next phase. Phase I alternative alignments with Interchange concepts and environmental features constraint mapping will be developed in this phase. This phase extends through of development of the Phase I Alternatives Analysis. Tasks may include, but are not limited to: public involvement, 3D visualization, development of preliminary alignments, preliminary cost estimates, development of environmental constraints mapping via GIS database, and development of the Phase I Alternatives Analysis document. This phase represents Step 4 in the Department's Ten-Step Process for development of an EIS.

   Phase 3--Phase II Alternatives Analysis and Preparation of the Draft EIS: This phase will advance the alternatives recommended in the Phase I Analysis to a detailed level of preliminary engineering and environmental study. Environmental constraints will be refined in the Phase II alignment corridors and the Phase II alternatives will be sensitized to these constraints. This phase extends through development of the detailed Phase II Alternatives Analysis and preparation/publication of the Draft EIS document and comment/public hearing period. Tasks may include, but are not limited to: development of preliminary line, grade, and typical sections, preliminary hydrologic and hydraulic studies, preliminary structure geometry, preliminary maintenance and protection of traffic, development of detailed cost estimates, detailed field surveys, PUC coordination, public involvement, 3D visualization, value engineering coordination, farmland evaluations, hazardous waste evaluations, cultural resource studies, other environmental studies to support the EIS, preparation of the Draft EIS, and preparation for the public hearing. This phase represents Steps 5 through 7 in the Department's Ten-Step Process for development of an EIS.

   Phase 4--Preparation of the Final EIS and Mitigation Report and development of project plans up to the Design Field View submission: This phase will consist of advancing the environmental studies for the project to completion of the Final EIS, Record of Decision, and Mitigation Report. Preliminary engineering will be completed up to the Design Field View submission. Environmental tasks may include, but are not limited to: development of responses to comments received on the Draft and Final EIS, refinement of alternatives, public involvement, preparation of the Final EIS, preparation of responses to comments received on the Final EIS, development of a draft Record of Decision, and preparation of the Mitigation Report. Preliminary engineering studies may include but are not limited to: refinement of line, grade, and typical sections, design exception submission, alternate interchange schematics, traffic control plans, preliminary signing plans, TS&L, preliminary erosion and sedimentation control plan, pavement design, and preliminary right-of-way plans. This phase represents Steps 8 through 10 in the Department's Ten-Step Process for development of an EIS and development of the Design Field View Submission.

Part II

   Phase 1--Preparation of the right-of-way plans and final roadway/structure plans, including but not limited to final design, and preparation of plans, specifications and estimates.

Part III

   Phase 1--Consultation during construction.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information Section after the advertised project(s).

   This project reference assignment is considered 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), 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
   P. O. Box 218
   Montoursville, PA 17754
      Attn: Mr. Eric E. High, 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 (20th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Mr. Eric High, P.E., phone number (570) 368-4258, fax number (570) 368-4311.

Bedford, Blair, Cambria, Fulton, Huntingdon and Somerset Counties
Project Reference No. 08430AG2531

   The Department will retain an engineering firm for an Open-End Contract for engineering services to designate and locate utilities on various projects located in Engineering District 9-0, that is Bedford, Blair, Cambria, Fulton, Huntingdon, and Somerset Counties. This contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of this Open-End Contract will be $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 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.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on Open-end Contracts. The specific experience of individuals employed by the firm shall be considered.

   b.  Available staffing for this assignment and the ability to meet the Department's needs.

   c.  Specialized experience, availability of appropriate equipment, and technical competence of firm in performing subsurface utility engineering for highway projects.

   d.  Location of Consultant in respect to the District.

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

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

   The engineering services identified above are the general work activities that can be expected under this Open-End Contract. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under this Open-End Contract.

   This project reference assignment is considered non-complex. The letter of interest shall be limited to a maximum of three (3) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), and no more than three (3) 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 N. Juniata Street
   Hollidaysburg, PA 16648
      Attn: David L. Sherman, 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 tenth (10th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to David L. Sherman, P.E., phone number (814)696-7172, fax number (814)696-7173.

Bucks, Chester, Delaware, Montgomery and Philadelphia Counties
Project Reference No. 08430AG2532

   The Department will retain two (2) engineering firms for Open-End Contracts for various engineering services on various projects located in Engineering District 6--0, that is Bucks, Chester, Delaware, Montgomery and Philadelphia Counties. Each Contract will be for a sixty (60) month period with projects assigned on an as-needed basis. The maximum amount of each Open-End Contract will be $1.5 million.

   The Department will establish an order of ranking of a minimum of five (5) firms for the purpose of negotiating two (2) Open-End Contracts based on the Department's evaluation of the letters of interest received in response to this solicitation. The ranking will be established directly from the letters of interest. Technical proposals will not be requested prior to the establishment of the ranking.

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

   a.  Past record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience on Open-end Contracts. The specific experience of individuals employed by the firm shall be considered.

   b.  Available staffing for this assignment and the ability to meet the Department's needs.

   c.  Record of experience with District 6-0 policies and procedures on similar contracts.

   d.  Specialized experience and technical competence of firm.

   e.  Location of Consultant in respect to the District.

   The work and services required under these Contracts may encompass a wide range of engineering efforts with the possibility of several different types of projects with short completion schedules being assigned concurrently. The anticipated types of projects include, but not limited to, bridge replacements or bridge rehabilitation with minor approach work, roadway betterments (3R type,) minor capital improvement projects (bridges or roadway), railroad grade crossing projects, and minor location studies, etc.

   The engineering work and services which may be required under these Contracts include, but are not limited to, perform field surveys; plot topography and cross sections; prepare submission for utility verification and relocations engineering; prepare all pertinent submissions and materials necessary for the Department to prepare the application to PUC and for the PUC field conference; attend and supply any required information for all PUC meetings and hearings during the design of the project; develop erosion control details and narrative; prepare right of way plans; 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; coordinate contacts with railroad officials and procure railroad related costs, permits, and insurance; collect signal timing, accident data and other traffic flow data; document engineering study findings and activities; alternative analysis to assess impacts and mitigation; and prepare construction plans, specifications, and estimates.

   The engineering services identified above are the general work activities that can be expected under these Open-End Contracts. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under these Open-End Contracts.

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

   The Letter of Interest submission shall be sent to:

   Mr. Andrew L. Warren, District Administrator
   Engineering District 6-0
   7000 Geerdes Boulevard
   King of Prussia, PA 19406
      Attn: Timothy R. O'Brien

   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. Timothy O'Brien, P.E., phone number (610) 205-6850, fax number (610) 205-6903.

Fayette, Greene, Washington and Westmoreland Counties
Project Reference No. 08430AG2533

   The Department will retain an engineering firm to provide a minimum of two (2) survey corps for preliminary, final and construction surveys on various projects in Engineering District 12-0, Fayette, Greene, Washington and Westmoreland Counties.

   The Department will establish an order of ranking of a minimum of three (3) firms for the purpose of negotiating an 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 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 employee's resumes with emphasis on surveying capabilities and specialized experience in Highway/Route Surveying.

   b.  Geographical location of firm in relation to the Engineering District.

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

   d.  Ability to provide survey crew on short (3-day minimum) notice.

   e.  Past performance.

   f.  GPS capability.

   The qualifications and experience required of the firm's personnel must meet or exceed the requirements of the Department's surveyor class specifications. The descriptions for these classifications can be obtained from the District contact person identified at the end of this solicitation. The survey personnel and supporting resume information must be submitted with the letter of interest.

   1.  All field survey work shall be under the supervision of a Professional Land Surveyor licensed in the Commonwealth of Pennsylvania.

   2.  Each survey crew shall consist of a minimum of one (1) party chief, one (1) instrument person and one (1) rod/prism/chain personnel to complete the crew.

   3.  Electronic equipment and procedures must be utilized in completion of surveys, unless otherwise directed by the Department.

   4.  The party chief must have a minimum of three (3) years experience as a party chief in highway related work. In the absence of the party chief, the corps will cease operations. Operations will commence when the corps are properly staffed and capable of executing the assignment.

   5.  Provisions will be included for railroad insurance, rental of arrow boards, ladders, and/or boats when and if needed.

   If a survey firm is submitting a letter of interest, it must indicate in the body of its transmittal letter the names and Professional Land Surveyor License Numbers of individuals who are directing activities, and whose names and seals shall be stamped on plans, specifications, plans and reports issued by the firm.

   The firm selected may be required to adequately staff a minimum of two (2) survey crews. The firm will be required to furnish each survey crew with all required material, equipment, liability insurance, safety equipment and procedures necessary for the efficient, timely and professional completion of highway route surveying including preliminary, construction, final, property, site development surveys as directed by the Department. In addition, the firm will be required to provide property records research, property plat compilation, and plat plan development. Preliminary surveys shall be performed using (3D) electronic survey procedures, unless otherwise directed by the Department. To ensure that all survey data is collected in a format that is compatible with the Department's Microstation Software, the Department will provide Department developed Electronic Survey Collection Software, and User's Manual to the selected firm. The software will be restricted to use on Department projects. The selected firm will be responsible for providing the hardware configuration necessary to complete surveys using the Department's software.

   The hardware requirements for the Intergraph System are Husky (Husky Inc.) handheld data collectors (1 Meg Memory), laptop computers, 3 1/2" Discs and electronic total stations surveying instruments with serial cables to communicate with handheld computers. The total stations shall be better than a five (5) second instrument.

   Software requirements are TDS Survey pro loaded on data collectors, and survey link loaded on laptop computers for editing purposes.

   The proposed contract necessitates a requirement of the selected firm to have the capability to update and perform its electronic data collection to a global positioning system (RTK). This project reference assignment is considered non-complex.

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

   The Letter of Interest submission shall be sent to:

   Mr. Michael H. Dufalla, P.E., District Engineer
   Engineering District 12-0
   North Gallatin Avenue Extension
   Uniontown, Pennsylvania 15401
      Attention: Donald P. Boord, P.L.S.

   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. Donald P. Boord, phone number 724-439-7338 fax number 724-439-7356.

Fayette and Greene Counties
Project Reference No. 08430AG2534

   The Department will retain an engineering firm to provide preliminary engineering and environmental studies, final design and services during construction on S. R. 0021, Section A10, Fayette and Greene Counties, Masontown Bridge.

   This project involves replacing the existing eleven (11) span bridge (spans 1 through 4 and 9 through 11 are riveted built-up through-girders, spans 5 through 8 are through-trusses) with an overall length of 1437 feet, with a new multi-span, four lane bridge structure. The project includes reconstructing approach roadways on new and/or existing alignment to approximately the Masontown Interchange in Fayette County and to the Paisley Intersection in Greene County.

   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 record of performance with respect to cost control, work quality, ability to meet schedules and previous experience. The specific experience of individuals employed by the firm shall be considered.

   b.  Available staffing for this assignment and the ability to meet the Department's needs.

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant in respect to the District.

   The firm selected will be required to develop and evaluate roadway and structure improvement alternatives; perform field surveys; plot topography and cross sections; prepare Step 9 Submission; perform a Categorical Exclusion Evaluation, including coordination, preparation and submitting all related documents; preparation of the NEPA Document; prepare submission for utility verification and relocations engineering; develop erosion control details and narrative; perform field views; perform safety reviews; prepare line, grade and typical sections; prepare right-of-way plans; perform hydrologic and hydraulic analysis and obtain all necessary permits; perform bridge replacement studies; complete structure designs, including Type, Size & Location Report, conduct soils investigations, prepare Reconnaissance Report and develop a core boring layout, prepare a Foundation Report and foundation design; develop traffic control plans and narratives; investigate utility involvement; provide materials for and participate in value engineering reviews; collect accident data and other traffic flow data; document engineering study findings and activities; perform alternative analysis to assess impacts and mitigation; investigate and design roadway drainage; prepare Construction Plans, Specifications and Estimate Submission; provide project management, project scheduling, coordinate and conduct public involvement activities, and provide any other services required to complete the preliminary engineering and environmental studies, final design and services during construction for this project.

   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.

   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), and additional resumes, if applicable (See the General Requirements and Information Section).

   The Letter of Interest submission shall be sent to:

   Mr. Michael H. Dufalla, P.E., District Engineer
   Engineering District 12-0
   North Gallatin Avenue Extension
   Uniontown, PA 15401
      Attention: Lloyd J. French

   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. Lloyd J. French, phone number (724) 439-7157, fax number (724) 430-4401.

Statewide
Project Reference No. 08430AG2535

   The Department will retain an engineering firm to provide fabrication inspection of prestressed/precast concrete products under the supervision of the Chief Structural Materials Engineer. This inspection will be performed Statewide and at out-of-state locations as directed by the Chief Structural Materials Engineer. The Contract will include reinforced concrete pipe and other items incidental to highway construction designated by the Department. Inspection will be conducted in accordance with the Department's Publication No. 145. The Contract will be for a period of sixty (60) months, commencing January 1, 2001.

   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 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:

   1.  Review of the inspector's qualifications with emphasis on prestressed/precast concrete fabrication inspection experience.

   2.  Understanding of Department requirements, policies and specifications including the ACI, ASTM and AASHTO references.

   3.  Review of the firm's supervision plan for the plant inspection staff, indicating how the inspectors will be supervised and evaluated and how their documentation will be reviewed and submitted.

   4.  Number of qualified prestressed/precast concrete fabrication inspectors available for this agreement.

   5.  Key personnel experienced with precast and prestressed concrete plant fabrication inspection and practices.

   6.  Firm's past performance of prestressed/precast inspection in fabrication plants.

   7.  Firm's in-house training program to ensure training and certification of all employees.

   8.  Location of office to perform work with respect to Harrisburg.

   9.  Basic computer skills of inspection/supervisory personnel.

   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.

   The qualifications and experience required for ninety (90) percent of the inspectors, at contract inception on January 01, 2001, are as follows:

   1.  Be certified by the National Institute for Certification in Engineering Technologies (NICET) as a technician, level II or higher in Construction Materials Testing/Concrete, Transportation/Highway Construction, or Transportation/Highway Materials OR

   2.  Be certified by the American Concrete Institute (ACI) as Concrete Field Testing Technician-Grade I, OR

   3.  Be registered as a Professional Engineer by the Commonwealth of Pennsylvania with the required concrete fabrication experience for the specified Inspection Classification acceptable to the Department, OR

   4.  Be certified as an Engineer-In-Training by the Commonwealth of Pennsylvania with the required concrete fabrication experience for the specified Inspection Classification acceptable to the Department, OR

   5.  Hold a Bachelor of Science Degree in Civil Engineering or a Bachelor of Science in Civil Engineering Technology with the required concrete fabrication experience for the specified Inspection Classification acceptable to the Department, OR

   6.  Hold an Associate Degree in Civil Engineering Technology with the required concrete fabrication experience for the specified Inspection Classification acceptable to the Department.

   Additionally, the following requirements will apply during the contract period.

   7.  Prior to December 31 of each calendar year, the following minimum percentages of the engineers staff must be certified by the American Concrete Institute (ACI) as a Concrete Field Testing Technician-Grade I.

         2001--60%
         2002--70%
         2003--80%
         2004--90%
         2005--100%

   The staff assigned to prestressed concrete fabrication inspection must be high school graduates with no less than three (3) years in concrete construction of which one (1) year is in the prestressed concrete fabrication field.

   The staff assigned to precast box culvert fabrication inspection must be high school graduates with no less than three (3) years in concrete construction of which one (1) year is in the prestressed concrete fabrication field or the precast concrete box culvert fabrication field.

   The staff assigned to precast concrete inspection must be high school graduates with no less than three (3) years in construction of which one year is in the concrete fabrication field.

   The Staff Engineer (Manager) of the inspection personnel must be a Professional Engineer registered in Pennsylvania with a minimum of three (3) years of prestressed/precast fabrication related experience. One (1) year must be directly related to prestressed concrete plant fabrication.

   An Inspection Supervisor is required to be a Professional Engineer registered in the Commonwealth of Pennsylvania or meet the requirements of a prestressed concrete inspector. The inspection supervisor is required to provide direct supervision of the inspection staff by making routine visits to assigned plants.

   Also, the following minimum qualifications will be taken into consideration:

   --Ability to speak, write, read and understand the English language

   --Have basic knowledge of prestressed/precast concrete fabrication

   --Prior experience in prestressed/precast concrete plant fabrication inspection

   --Basic computer literacy in the use of databases, spreadsheets, word processor program and Internet.

   --Capable of acting as a direct representative of the Engineer

   The selected firm will be required to furnish approximately fifteen (15) to thirty (30 qualified inspectors at various statewide and out-of-state fabrication shops as the workload dictates. Occasional field inspection at projects sites is required. Attendance may be required at pre-fabrication meetings with Department engineers and fabrication personnel. The selected firm will be required to furnish two (2) inspection supervisors (one in the eastern region, one in the western region) to provide direct daily supervision of the inspection activities.

   Under the direction of the Department, the selected firm will be required to keep records and document the fabrication process either manually, electronically or both; provide quality assurance inspection and perform acceptance tests; submit weekly progress reports; exercise control over materials and workmanship to ensure conformance to specifications; provide a detailed final report and a tabulated list of prestressed/ precast concrete quantities shipped to Department projects.

   The selected firm must provide all necessary test equipment listed in Publication 145 including a slump cone, air meter, all specification references and the following specific computer/software equipment, at each assigned plant, unless otherwise specified, at no direct cost to the Department.

   --Laptop computer having the following minimum features:

      *  233 MHz pentium II processor speed, minimum

      *  64 Mb RAM, minimum

      *  56k v.90 modem

      *  installed software

         *  Microsoft Office 2000

         *  WinZip

         *  internet service provider to electronically transmit data

   --Color Printer

   --Digital cameras (two only, one for each supervisor)

      *  1000 x 750 dpi capable, minimum

   The project manager may be required to perform professional services as a Staff Engineer, including but not limited to plant approval, quality control plan and mix design review, at the direction of the Department.

   The selected firm must also provide the services of a Specifications Engineer and a Forensics Engineer when required. The Specifications Engineer will be required to work in conjunction with Department staff to coordinate and review specification changes from the clearance transmittal process through final implementation. In addition, the selected firm will be asked to participate in the forensic analysis of concrete items by providing the services of a specialized concrete engineer, well versed in the concrete technology field, if directed by the Department.

   The job descriptions for all classifications may be obtained from the Structural Materials Engineer who is identified at the end of this solicitation.

   The maximum straight time reimbursement per hour for each Department payroll classification for calendar year 2001 will be as follows:

Maximum Straight Time
Reimbursement Per Hour,
Payroll Classification2001
Prestressed Concrete--
Box Culvert Inspector--
PS/BC-I*
(TCIS Dept. classification)
$43.01
Precast Concrete--Reinforced Concrete Pipe Inspector--PC/RCP-I
(TCI-M Dept. classification)
$38.77
Inspection Supervisor, *
(TCM2 Dept. classification)
$55.97
Staff Engineer, * $55.00+profit and overhead
Specifications Engineer, * $55.00+profit and overhead
Forensics Engineer, * $55.00+profit and overhead

   Letters of interest for this project must include a letter, signed by the individual(s) you propose for the classifications marked with an asterisk (*) above 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
Staff Engr.   1
Forensics Engr.   1
Specifications Engr.   1
Inspection supervisors   2
PS/BC-I inspectors 10

   No resumes shall be submitted for the Precast Concrete-Reinforced Concrete Pipe Inspector--PC/RCP-I (TCI-M Dept. classification).

   The letter of interest shall be limited to a maximum of six (6) pages, 8 1/2" x 11", one sided, plus an organizational chart (up to 11" x 17" size), and additional resumes, if applicable (see general requirements and information section).

   A letter of interest submission shall be sent to:

   Director, Bureau of Construction and Materials
   1118 State Street, Harrisburg, PA 17120
   Mailing Address: P. O. Box 2926, Harrisburg, PA 17105
      Attention Mr. Robert Horwhat

   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. Robert Horwhat, P.E., Acting Chief Structural Materials Engineer, Bureau of Construction & Materials at (717) 787-1950, fax number (717) 705-5750.

Chester County
Project Reference No. 08430AG2536

   The Department will retain an engineering firm to provide preliminary engineering, environmental documentation, final design and services during construction on the following projects:

   1.  S. R. 3049, Section 47M, Chester County
Local Name: Brandywine Creek Road over a branch of Brandywine Creek in Newlin Township

   This project involves the replacement of the existing structure with a box culvert and minor approach roadway work, drainage improvements and guiderail update. The structure is located within the Green Valley Historic District.

   2.  S. R. 4012, Section 42M, Chester County
Local Name: Supplee Road over west branch of Brandywine Creek in Honeybrook Township

   This project involves the replacement of the existing structure and minor approach roadway work, drainage improvements and guiderail update.

   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 record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience. The specific experience of individuals employed by the firm shall be considered.

   b.  Available staffing for this assignment and the ability to meet the Department's needs.

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant with respect to the District Office.

   The firm selected may be required to provide the following engineering, environmental and design services: C.E.E. document preparation; surveys; roadway design; drainage design; preparation of cross sections; erosion and sedimentation control design; preparation of roadside development plans; right of way investigation and plan preparation, structure design; subsurface boring, sampling and testing; preparation of traffic control plans, pavement marking and signing plans; utility coordination; coordination with PUC, PennDEP, US Army Corps of Engineers, public agencies, municipal officials, and the public; preparation of final plans, specifications and estimates; shop drawing reviews; alternate design review; construction consultation; and other services necessary to complete the project.

   The firm selected may be required to provide environmental services to identify and assess historic and archaeological resources, and wetlands.

   The firm selected may be required to perform the following to ensure that a complete environmental investigation has been performed: provide all necessary environmental services, materials and equipment necessary to collect, analyze, and organize data, assess impacts, conduct agency and public involvement activities, and prepare reports and mitigation plans. The reports and other written graphic material to be prepared may include, but are not limited to Section 106 documents; Section 4(f) Evaluation, Mitigation Plans and Reports; and coordinating the development of the study with various agencies and special interest groups.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information Section after the advertised project(s).

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

   The Letter of Interest submission shall be sent to:

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

   Letter of Interest submission for this project reference number must be received at the address listed above by 4:30 P.M. prevailing time on the tenth (10th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Mr. Timothy R. O'Brien, P.E., District 6-0, phone number (610) 205-6850, fax number (610) 205-6903 or Ms. Madeleine C. Fausto, District 6-0, at (610) 205-6848, fax number (610) 205-6903.

Delaware and Montgomery Counties
Project Reference No. 08430AG2537

   The Department will retain an engineering firm to provide preliminary engineering, environmental documentation, final design and services during construction on the following projects:

   1.  S. R. 0100, Section 67S, Delaware County
Local Name: Creek Road over Harvey's Creek in Birmingham Township

   This project involves the replacement of the existing structure and minor approach roadway work, drainage improvements and guiderail update. The structure is located within the Brandywine Battlefield National Historic Landmark.

   2.  S. R. 1015, Section 01B, Montgomery County
Local Name: Quarry Road over west branch of Skippack Creek in Lower Salford Township

   This project involves the replacement of the existing structure and approach roadway work, drainage improvements and guiderail update. The western side of the structure is located within the Jacob Reiff Township Park.

   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 record of performance with respect to cost control, work quality, ability to meet schedules, and previous experience. The specific experience of individuals employed by the firm shall be considered.

   b.  Available staffing for this assignment and the ability to meet the Department's needs.

   c.  Specialized experience and technical competence of firm.

   d.  Location of Consultant with respect to the District Office.

   The firm selected may be required to provide the following engineering, environmental and design services: C.E.E. document preparation; surveys; roadway design; drainage design; preparation of cross sections; erosion and sedimentation control design; Preparation of Roadside development plans; right of way investigation and plan preparation, structure design; subsurface boring, sampling and testing; preparation of traffic control plans, pavement marking and signing plans; utility coordination; coordination with PUC, PennDEP, US Army Corps of Engineers, public agencies, municipal officials, and the public; preparation of final plans, specifications and estimates; shop drawing reviews; alternate design review; construction consultation; and other services necessary to complete the project.

   The firm selected may be required to provide environmental services to identify and assess historic and archaeological resources, and wetlands.

   The firm selected may be required to perform the following to ensure that a complete environmental investigation has been performed: provided all necessary environmental services, materials and equipment necessary to collect, analyze, and organize data, assess impacts, conduct agency and public involvement activities, and prepare reports and mitigation plans. The reports and other written graphic material to be prepared may include, but are not limited to Section 106 documents; Section 4(f) Evaluation, Mitigation Plans and Reports; and coordinating the development of the study with various agencies and special interest groups.

   The goal for Disadvantaged Business Enterprise (DBE) participation in this Agreement shall be fifteen percent (15%) of the total contract price. Additional information concerning DBE participation in this Agreement is contained in the General Requirements and Information Section after the advertised project(s).

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

   The Letter of Interest submission shall be sent to:

   Mr. Andrew L. Warren, District Administrator
   Engineering District 6-0
   7000 Geerdes Boulevard
   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 tenth (10th) day following the date of this Notice.

   Any technical questions concerning the requirements for this project should be directed to Mr. Timothy R. O'Brien, P.E., District 6-0, phone number (610) 205-6850, fax number (610) 205-6903 or Ms. Madeleine C. Fausto, District 6-0, at (610) 205-6848, fax number 610) 205-6903.

[Continued on next Web Page]



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.