Advertisement Synopsis

ENGINEERING AND SURVEYING SERVICES
June 10, 2005

STATE PROJECT NO. 700-07-0108 (Lead Number)
FEDERAL AID PROJECT NO. BR-500-4(011)
BLACK LAKE CREEK BRIDGE
ROUTE US 80
BIENVILLE PARISH



STATE PROJECT NO. 700-07-0109
F.A.P. NO. BR-0701(502)
FOUSE BAYOU BRIDGE AND APPROACHES
ROUTE LA 501
BIENVILLE PARISH

STATE PROJECT NOS. 700-07-0111 AND 700-07-0113
F.A.P. NOS. BR-0701(507) AND 0701(511)
OTTER CREEK AND DRAIN BRIDGES
AND DRAIN BRIDGES NEAR ARCADIA
ROUTE LA 9
BIENVILLE PARISH

STATE PROJECT NO. 700-08-0108
F.A.P. NO. BR-37-07(023)
UNION PACIFIC RAILROAD OVERPASS NEAR BENTON
ROUTE LA 3
BOSSIER PARISH

STATE PROJECT NO. 700-60-0112
F.A.P. NO. BR-504-3(009)
BODCAU BAYOU BRIDGE
ROUTE LA 2
WEBSTER PARISH

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 all engineering and land surveying services required for the subject project. All requirements of Louisiana Professional Engineering and Land Surveying (LAPELS) Board must be met prior to the execution of the contract. One Prime-Consultant/Sub-Consultant(s) (Consultant/Team) will be selected for this contract. A map of the project limits for the proposed work is available upon request.

Project Manager – Mr. Ed Wedge, P.E., he may be reached at (225) 379-1038.
PROJECT DESCRIPTION

The Consultant/Team will be required to provide Stage 3, Parts I(c): Property Survey, I(d) Title Updates, and I(e) R/W Maps, and Stage 3, Part III: Preliminary Roadway Plans, and Part IV: Final Roadway Plans, for the replacement of six bridge structures located in Bienville, Bossier and Webster Parishes. Preliminary Bridge Plans will be prepared by DOTD Personnel. The projects will be cleared as a Categorical Exclusion, except State Project No. 700-08-0108, it will require an Environmental Assessment.
SCOPE OF SERVICES

Stage 3, Part III: Preliminary Plans

State Project No. 700-07-0108 involves the replacement of one bridge structure along US 80 in Bienville Parish. The bridge is located at logmile 10.23. The structure will be replaced with a 300ft long concrete bridge structure constructed on a new alignment with the existing route remaining open to traffic to serve as a detour during construction. The total length of the project is approximately 0.5 miles. The typical section for US 80 will consist of two 12ft travel lanes and two 8ft paved shoulders.

The approximate number of required sheets and/or work effort for Stage 3, Part III (Preliminary Roadway Plans), are as follows:

DESCRIPTION
NO. OF SHEETS
Title Sheet
1
Typical Sections
1
Miscellaneous Details and General Notes
1
Temporary Construction Signing/Sequence of Construction
2
Cross-Sections
8
Miscellaneous (estimate, P/H, Conferences, Field Inspection, Etc.)
1
1”=50’ Plan/Profile Sheets
2

State Project No. 700-07-0109 involves the replacement of one bridge structure along LA 501 in Bienville Parish. The bridge is located at logmile 1.27. The structure will be replaced with a new 240ft bridge structure along the existing alignment. A temporary detour and 180ft bridge structure will be used to route traffic during construction. The total length of the project is approximately 0.4 miles. The typical section for LA 501 will consist of two 12ft travel lanes and two 8ft shoulders. The shoulders will be paved in the area of the embankment widening for the bridge structure.

The approximate number of required sheets and/or work effort for Stage 3, Part III (Preliminary Roadway Plans), are as follows:

DESCRIPTIONNO. OF SHEETS
Title Sheet
1
Typical Sections
1
Miscellaneous Details and General Notes
1
Detours
1
Temporary Construction Signing/Sequence of Construction
1
Geometric Details
1
Cross-Sections
2
Miscellaneous (estimate, P/H, Conferences, Field Inspection, Etc.)
1
1”=50’ Plan/Profile Sheets
1

State Project Nos. 700-07-0111 and 700-07-0113 involves the replacement of two bridge structures along LA 9 in Bienville Parish. The bridges are located at logmiles 0.30 and 14.03 respectively. The structures will be replaced with two new structures on the existing alignment. Detour bridges will be provided to maintain traffic. The total length of the project is approximately 0.4 miles. The new structures will both be 80ft long slab span bridges with a 40ft clear roadway.

The approximate number of required sheets and/or work effort for Stage 3, Part III (Preliminary Roadway Plans), are as follows:

DESCRIPTIONNO. OF SHEETS
Title Sheet
1
Typical Sections
1
Miscellaneous Details and General Notes
1
Detour
2
Temporary Construction Signing/Sequence of Construction
4
Cross-Sections
4
Miscellaneous (estimate, P/H, Conferences, Field Inspection, Etc.)
1
1”=50’ Plan/Profile Sheets
2

State Project No. 700-08-0108 involves the replacement of the Union Pacific Railroad Overpass near Benton along LA 3 in Bossier Parish. The bridge is located at logmile 0.87. The bridge will be constructed on a new alignment with the existing route remaining open to traffic to serve as a detour. The total length of the project is approximately 1.0 miles. The typical section for LA 3 will consist of two 12ft travel lanes and two 8ft shoulders for a total clear roadway width of 40ft.

The approximate number of required sheets and/or work effort for Stage 3, Part III (Preliminary Roadway Plans), are as follows:


DESCRIPTIONNO. OF SHEETS
Title Sheet
1
Typical Sections
1
Miscellaneous Details and General Notes
1
Detour
1
Temporary Construction Signing/Sequence of Construction
6
Cross-Sections
13
Miscellaneous (estimate, P/H, Conferences, Field Inspection, Etc.)
1
1”=50’ Plan/Profile Sheets
5

State Project No. 700-60-0112 involves the replacement of one bridge structure along LA 2 in Webster Parish. The structure will be replaced with a new 400ft long concrete bridge on a new alignment with the existing route remaining open to traffic to serve as a detour. The total length of the project is approximately 0.6 miles. The typical section for LA 2 will consist of two 12ft travel lanes and two 10ft paved shoulders.

DESCRIPTIONNO. OF SHEETS
Title Sheet
1
Typical Sections
1
Miscellaneous Details and General Notes
1
Temporary Construction Signing/Sequence of Construction
2
Cross-Sections
10
Miscellaneous (estimate, P/H, Conferences, Field Inspection, Etc.)
1
1”=50’ Plan/Profile Sheets
3

The following will be required on all bridge structures:

1. Sequence of construction and construction signing in accordance with the Manual of Uniform Traffic Control Devices (MUTCD) (Millennium Edition).
2. Preliminary earthwork calculations.
3. Preliminary cost estimates with required items and preliminary quantity estimate.
ITEMS TO BE PROVIDED BY DOTD

1. Traffic Data
2. Pavement Design
3. Standard Plans (as needed)
4. Roadway Borings
5. Full Topographic Survey in English units of measurement. The Survey will be provided in Intergraph Inroads Format (.dgn, .alg, .dtm file extensions).
ADDITIONAL SERVICES

The scope of services, fees and contract time for future engineering and land surveying services to provide Stage 3, Parts I(c) Property Surveys, I(d) Title Updates, and I(e) R/W Maps, and Part IV Final Roadway Plans, will be established by Supplemental Agreement(s).
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. DOTD Location and Survey Manual
3. DOTD Roadway Design Procedures and Details
4. DOTD Hydraulics Manual
5. DOTD Standard Specifications for Roads and Bridges
6. Manual of Uniform Traffic Control Devices (Millennium Edition)
7. DOTD Traffic Signal Design Manual
8. National Environmental Policy Act (NEPA)
9. National Electric Safety Code
10. DOTD Environmental Impact Procedures (Vols. I-III)
11. Policy on Geometric Design of Highways and Streets
12. Construction Contract Administration Manual
13. Materials Sampling Manual
14. DOTD Bridge Design Manual
15. Consultant Contract Services Manual
16. Geotechnical Engineering Services Document
17. Bridge Inspectors Training Manual/90
COMPENSATION

Compensation for Stage 3, Part III: Preliminary Roadway Plans, will be a non-negotiated lump sum of $218,382 subdivided as follows:

State Project No. 700-07-0108, $36,562
State Project No. 700-07-0109, $27,114
State Project Nos. 700-07-0111 and 700-07-0113, $47,706
State Project No. 700-08-0108, $65,241
State Project No. 700-60-0112, $41,759
CONTRACT TIME

The consultant will proceed with the services specified herein after the execution of this contract and upon written Notice-To-Proceed from the DOTD. Contract time for preliminary plans will not exceed 150 calendar days, (includes 45 days DOTD review time), and will run concurrently for each project. The delivery schedule for all project deliverables will be established by the Project Manager.
MINIMUM PERSONNEL REQUIREMENTS

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


1. At least one Principal of a firm under consideration shall be a Registered Professional Civil Engineer in the State of Louisiana.
2. At least one Principal or other Responsible Member of the Prime-Consultant shall be currently registered in Louisiana as a Professional Civil Engineer.
3. In addition to the above, the Prime-Consultant must also employ on a full time basis, a minimum of two Registered Professional Engineers in the State of Louisiana, one with at least five years experience in roadway design, and a corresponding support staff.
4. The Prime Consultant must also employ on a full-time basis, or through the use of a Sub-Consultant(s):
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;

Consultants will be evaluated as indicated in Items 1- 6. 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.

If Sub-Consultants are used, each member of the Consultant/Team will be evaluated on their part of the contract proportional to the amount of their work. The individual team member ratings will then be added to arrive at the Consultant/Team rating.

The following estimates of work categories will be used in the Consultant Evaluation Process. These percentages are based on the overall project:

Survey Services - 25%
Roadway Design - 75%

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. The Prime Consultant may require the Sub-consultant(s) to carry professional liability insurance. 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/Team 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/Team will submit semi-annual labor rate information, when requested by DOTD.

The selected Consultant/Team 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/Team 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.louisiana.gov), will not be considered for this project.
SUBMITTAL REQUIREMENTS

One original (stamped original) and four 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/Team 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.

Any Sub-Consultants to be used, including Disadvantaged Business Enterprise (DBE) Sub-Consultants, in performance of this contract must also submit a SF 24-102, completely filled out and containing information pertinent to the work to be performed.

The Sub-Consultant’s SF 24-102 must be firmly bound to the Consultant’s SF 24-102. In Section 9, the Consultant’s SF 24-102 must describe the work elements to be performed by the Sub-Consultant(s), and state the approximate percentage of each work element to be subcontracted to each Sub-Consultant.
Name(s) of the Consultant/Team 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. 700-07-0108 (Lead Number), and will be submitted prior to 3:00 p.m. on Tuesday, July 05, 2005, 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

REVISIONS TO THE RFQ


DOTD reserves the right to revise any part of the RFQ by issuing an addendum to the RFQ at any time. Issuance of this RFQ in no way constitutes a commitment by DOTD to award a contract. DOTD reserves the right to accept or reject, in whole or part, all Qualification Statements submitted and/or cancel this announcement if it is determined to be in DOTD’s best interest. All materials submitted in response to this announcement become the property of DOTD and selection or rejection of a submittal does not affect this right. DOTD also reserves the right, at its sole discretion, to waive administrative informalities contained in the RFQ.