Advertisement Synopsis

Engineering and Construction Inspection Services
September 19, 2003

STATE PROJECT NO. 700-99-0322
FEDERAL AID PROJECT NO. STP-9903(515)
RETAINER CONTRACT
BRIDGE REPAIR/REHABILITATION
EVALUATION AND PLAN DEVELOPMENT
STATEWIDE



Under Authority granted by Title 48 of Louisiana Revised Statutes, the Louisiana Department of Transportation and Development (DOTD) hereby issues a request for Qualification Statements (RFQ) on Standard Form 24-102 (SF 24-102), “Professional Engineering and Related Services”, revised January 2003, from Consulting Firms (Consultant) to perform engineering and construction inspection required for bridge repair services. One Prime-Consultant will be selected for this contract, Sub-Consultants will not be allowed.

Project Manager(s) – The Project Manager will be Mr. Kelly Kemp, P.E., he may be reached at (225) 379-1809.
PROJECT DESCRIPTION

The Consultant will perform statewide services for the inspection and evaluation of structural damage or structural rehabilitation, prepare conceptual repair or rehabilitation procedures and cost estimates, permit sketches when needed, plan details and special provisions necessary for letting the project to construction. After letting the Consultant will check all fabrication drawings, review all erection and shoring proposals by the contractor and provide general engineering support during construction when needed.
SCOPE OF SERVICES

The complexity of services performed may involve repair or rehabilitation for movable bridges, steel girder bridges, steel truss bridges, reinforced concrete bridges, prestressed concrete girder bridges, marine vessel collision analysis, fender and pier protection systems, bridge scour and bridge joints.

The Consultant will be required to provide:

1. Inspection and evaluation of structural damage or rehabilitation, prepare a preliminary report and conceptual procedures, and a preliminary cost estimate;
2. Permit sketches, final plan title sheet, all necessary details and quantities, special provisions, and a final cost estimate; and
3. Review for all fabrication drawings, erection and shoring proposals, and provide general engineering field support during construction when needed.
ITEMS PROVIDED BY THE DOTD

1. Inspection equipment (as required)
2. A Bridge Design Inspection representative
3. Final tracings or as-built drawings
REFERENCES

All designs and engineering documents will meet the standard requirements as to format and content of the DOTD; and will be prepared in accordance with the latest applicable editions, supplements and revisions of the following:

1. AASHTO Standards, ASTM Standards or DOTD Test Procedures
2. AASHTO Guide Specification and Commentary for Vessel Collision Design of Highway Bridges
3. DOTD Location and Survey Manual
4. DOTD Roadway Plan Preparation Manual
5. DOTD Hydraulics Manual
6. DOTD Standard Specifications for Roads and Bridges
7. Manual of Uniform Traffic Control Devices (Millennium Edition)
8. DOTD Traffic Signal Design Manual
9. National Environmental Policy Act (NEPA)
10. National Electric Safety Code
11. DOTD Environmental Impact Procedures (Vols. I-III)
12. Policy on Geometric Design of Highways and Streets
13. Construction Administration Manual
14. Materials Sampling Manual
15. DOTD Bridge Design Manual
16. Consultant Contract Services Manual

COMPENSATION

Compensation for each Task Order will be based on negotiated lump sum. Reimbursable expenses will be paid at the prevailing state rates. The total compensation for all task orders authorized within the contract period will be limited to $300,000.
CONTRACT TIME

The services to be performed for each TO will be determined upon activation of the TO. The Consultant will proceed with the services required in the TO upon direct order of DOTD. The contract time for each TO will be specified in the executed TO. This retainer contract will be in effect for a duration of three years. All TOs must be complete by the expiration date of the contract. No TO will be initiated unless sufficient contract time remains to complete the TO. Upon expiration of the three year contract time, no new TO’s will be executed.
MINIMUM PERSONNEL REQUIREMENTS

The following requirements must be met at the time of submittal:

1. At least one Principal of the Prime Consultant must be a Registered Professional Civil Engineer in the State of Louisiana.
2. The Prime Consultant must employ on a full time basis a minimum of one Registered Professional Civil Engineer, with the following requirements:
EVALUATION CRITERIA

The general criteria to be used by DOTD (when applicable) in evaluating responses for the selection of a Consultant to perform these services are:

1. Consultant’s firm experience on similar projects, weighting factor of 3;
2. Consultant’s personnel experience on similar projects, weighting factor of 4;
3. Consultant’s firm size as related to the estimated project cost, weighting factor of 3;
4. Consultant’s past performance on similar DOTD projects, weighting factor of 6;
5. Consultant’s current work load, weighting factor of 5;
6. Location where the work will be performed, weighting factor of 4;

The evaluation will be by means of a point-based rating system. Each of the above criteria will receive a rating on a scale of 0-4. Then the rating will be multiplied by the corresponding weighting factor. The firm’s ratings in each category will then be added to arrive at the Consultant’s final rating.

DOTD's Consultant Evaluation Committee will be responsible for performing the above described evaluation, and presenting a short list of the three (if three are qualified) highest rated Consultants to the Secretary of the DOTD. The Secretary will make the final selection.

CONTRACT REQUIREMENTS

The selected Consultant will be required to execute the contract within 10 days after receipt of the contract.

INSURANCE - During the term of this contract, the Consultant will carry professional liability insurance in the amount of $1,000,000. This insurance will be written on a “claims-made” basis. Prior to executing the contract, the Consultant will provide a Certificate of Insurance to DOTD showing evidence of such professional liability insurance.

AUDIT - The selected Consultant will allow the DOTD Audit Section to perform an annual overhead audit of their books, or provide an independent Certified Public Accountant (CPA) audited overhead rate. This rate must be developed using Federal Acquisition Regulations (FAR) and guidelines provided by the DOTD Audit Section. In addition, the Consultant will submit semi-annual labor rate information, when requested by DOTD.

The selected Consultant will maintain, an approved Project Cost System and segregate direct from indirect cost in their General Ledger. Pre-award and post audits, as well as interim audits, may be required. For audit purposes, the selected Consultant will maintain accounting records for a minimum of five years after final contract payment.

Any Consultant currently under contract with the DOTD and who has not met all the audit requirements documented in the manual and/or notices posted on the DOTD Consultant Contract Services Website (www.dotd.state.la.us), will not be considered for this project.
SUBMITTAL REQUIREMENTS

Two copies of the SF 24-102 must be submitted to DOTD. All submittals must be in accordance with the requirements of this advertisement and the Consultant Contract Services Manual. Any Consultant failing to submit any of the information required on the SF 24-102, or provide inaccurate information on the SF 24-102, will be considered non-responsive.

Name(s) of the Consultant listed on the SF 24-102, must precisely match the name(s) filed with the Louisiana Secretary of State, Corporation Division, and the Louisiana State Board of Registration for Professional Engineers and Land Surveyors.

The SF 24-102 will be identified with State Project No. 700-99-0322 and will be submitted prior to 2:00 p.m. on Monday, October 13, 2003, by hand delivery or mail addressed to:

Department of Transportation and Development
Attn.: Dr. Babak Naghavi, P.E., P.H.
Consultant Contract Services Administrator
1201 Capitol Access Road, Room 405-T
Baton Rouge, LA 70802-4438 or
Post Office Box 94245
Baton Rouge, Louisiana 70804-9245
Telephone: (225) 379-1989