Advertisement Synopsis
Marine Engineering Services
April 01, 2005
STATE PROJECT NO. 700-99-0367
RETAINER CONTRACT FOR NAVAL ARCHITECTURE AND
MARINE ENGINEERING SERVICES
JEFFERSON,ORLEANS AND ST. BERNARD PARISHES
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 provide inspection, consulting, and advisory services to the Crescent City Connection Division (CCCD) of the DOTD in connection with the funding, operation, and maintenance of marine equipment under CCCD control.
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.
Project Manager
– Mr. Alan J. Levasseur, Executive Director of the CCCD, he may be reached at (504) 376-8100.
PROJECT DESCRIPTION
The DOTD funds, operates, and maintains three ferry crossings on the Mississippi River in the greater New Orleans area. These services will be for needed modifications and repairs to ferry vessels owned by or in the domain of the DOTD, as well as to provide certain other services as required by the DOTD, all as more specifically described in the Scope of Services section. This project consists of providing consulting naval architecture and marine engineering services that include, but are not limited to physical inspections, preparation of specifications and drawings, reports, calculations, and submittals to regulatory bodies.
SCOPE OF SERVICES
The selected Consultant will perform such services and will be responsible for the following:
1. Attend DOTD marine staff meetings to advise and report on matters pertaining to their expertise.
2. Furnish Naval Architecture and Marine Engineering services as required to investigate new, or repair projects and report to DOTD. This will include the scope and nature of the proposed work, approximate estimate of construction cost, engineering effort and cost, procedures, time frame, constraints, etc.
3. Respond to emergency incidents and inspect DOTD ferry vessels, other floating equipment and dock structures following any vessel casualty, collision or other mishap, either physical or mechanical. If required, prepare a survey inspection report with an estimate of repair scope of work and costs for each incident.
4. Furnish Naval Architecture and Marine Engineering Services as required for the design, planning and scheduling of future DOTD repair and improvement projects. The services will be sufficient to develop estimates of project costs.
5. Furnish Naval Architecture and Marine Engineering services as required to provide recommendations regarding repairs, refurbishment, upgrading for USCG compliance, and/or modifications to DOTD marine equipment.
6. Act as the DOTD's representative to supervise, inspect and recommend for approval work dome by others to DOTD ferry vessels and other floating equipment.
7. Furnish Naval Architecture and Marine Engineering Services as required to make recommendations concerning the operation and maintenance of the ferry vessels and other floating equipment owned by the DOTD.
8. Furnish Naval Architecture and Marine Engineering services as required to review plans for repair, or improvement projects that have been prepared by other engineers for DOTD.
9. Furnish Naval Architecture and Marine Engineering Services as required to advise, consult and meet with the DOTD staff.
ITEMS TO BE PROVIDED BY THE DOTD
When deemed necessary, the DOTD will provide the Consultant, without charge the following:
1. All information which it has in its files as to vessel details, repairs, records, certificates, future plans and studies, and assistance in securing similar data from others to the extent available.
2. Copies of past inspection/survey reports.
The DOTD will issue a Task Order (TO) for each specific project, specifying the work to be done, performance time, and upper limit of compensation, the consultant will be required to execute the TO. Each executed TO will become a part of the contract.
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 Reference Manual
COMPENSATION
The total amount payable under this Retainer Contract for services to be performed under the various TO’s shall not exceed a maximum of $120,000. Compensation to the Consultant for services rendered in connection with each TO will be made on the basis of Negotiated Billable Rates with a maximum compensation limitation based on the Consultant’s Audited Salary and Overhead Rates.
CONTRACT TIME
This Retainer Contract will be in effect for the duration of three years. 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 issuance of the Notice to Proceed from the DOTD. The contract time for each TO will be specified in the executed TO. All TO’s must be completed by the expiration date of the contract. No TO will be initiated unless sufficient contract time remains to complete the TO.
MINIMUM PERSONNEL REQUIREMENTS
The following requirements must be met at the time of submittal:
1. The Prime-Consultant shall be a naval architecture and marine engineering firm having a wide and favorable reputation for skill, competence and experience in the fields of naval architecture and marine engineering.
2. At least one Principal of the Prime-Consultant must be a Registered Professional Engineer in the State of Louisiana.
3. At least one Principal or a responsible member of the Prime-Consultant shall be a graduate Naval Architect and Marine Engineer, from a recognized university or college, having at least 10 years experience in the marine industry.
4. The Prime-Consultant must also employ, on a full-time basis, or through the use of a Sub-Consultant(s):
a. A minimum of one Registered Civil or Mechanical Engineer, and a corresponding technical and clerical support staff sufficient to provide the required services included in the scope of services.
b. The technical staff is to possess familiarity with the United States Coast Guard's rules and regulations for large passenger vessels (Title 46 of the Code of Federal Regulations, Subchapters H and W).
c. Sufficient trained field personnel to respond to emergency incidents within two hours after notification is received. Field personnel must have at least 5 years experience with ferry vessel maintenance and operation.
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.
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.
700-99-0367
and will be submitted
prior to 3:00 p.m.
on
Monday, April 25, 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.