Advertisement Synopsis
Engineering and Land Surveying Services
February 18, 2005
STATE PROJECT NO. 700-03-0108 (Lead Number)
FEDERAL AID PROJECT NO. BR-363-1(005)
AMITE RIVER RELIEF BRIDGE
ROUTE LA 42
ASCENSION 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. Bill Grice, P.E., he may be reached at (225) 379-1397.
SCOPE OF SERVICES
The selected Consultant/Team will be required to provide Stage 3, Parts 1b (Title Reports), 1c (Property Surveys), 1d (Title Updates), 1e (Base and Final Right-of-Way Maps), Part III (Preliminary Roadway Plans), and Part IV (Final Roadway Plans) for bridge approaches and any required detour roadways.
STAGE 3, PART 1B (TITLE RESEARCH REPORTS)
These services shall consist of obtaining necessary Title Research Reports.
The term “Title Research Report”
is defined as a report of the ownership of the current property owner(s) with addresses, acquisition data, assessment and tax information, description of the property, conveyances of full ownership, conveyances of other rights (servitudes, leases, restrictions, etc.), existing ROW, recorded plats, and copy of the last acquisition. One original and three copies of the Title Research Report shall be obtained for each parcel and furnished to the DOTD’s Real Estate Section.
STAGE 3, PART 1C (PROPERTY SURVEYS)
The Property Survey
includes all Investigations, Studies, and Field Property Surveys required for the preparation of Base ROW Maps and will commence upon receipt of the written “Notice To Proceed” (NTP) from DOTD. This notice may be issued by the Project Manager any time after the establishment of the Final Project Alignment.
STAGE 3, PART 1D (TITLE UPDATES)
Title Updates:
These services shall consist of obtaining updates of the originally acquired Title Research Reports, if the Reports are more than six months old. These Updates shall be used in the preparation of the final ROW Maps and also by the DOTD’s Real Estate Section in acquiring title to the property required for the construction project. One original and three copies of the Title Updates shall be furnished to the DOTD’s Real Estate Section.
STAGE 3, PART III (PRELIMINARY PLANS)
Lengths of reconstruction will be determined in preliminary design and will be as required to tie to proposed bridge elevation and locations provided by DOTD. Topographic surveys and bridge plans, including detour bridges, will be prepared and provided by DOTD. A description of each project is as follows:
State Project No. 700-29-0120
One required bridge on LA 182 in Lafourche Parish over Drain Canal located just south of Raceland. The road will be closed during construction.
State Project No. 700-26-0244
Two sites on US 90 in Jefferson Parish located over drain creeks approximately 1.3 and 2.6 miles east of the St. Charles Parish line. Only one bridge will be reconstructed at each site. Cross-over detours will be used to maintain traffic.
State Project No. 700-52-0132
One bridge located on US 190 Business approximately 1.9 miles east of I-10 in Slidell and one bridge on US 190 located approximately 0.25 miles west of the intersection of US 190 with US 90. Detour bridges will be required at both sites.
State Project No. 700-29-0115
One required bridge on LA 20 over Grand Bayou in Lafourche Parish located approximately 0.5 miles east of Chackbay. A detour bridge will be required.
State Project No. 700-03-0108
One required bridge on LA 42 in Ascension Parish over the Amite River near Port Vincent. A detour bridge will be required.
State Project No. 700-32-0106
One required bridge over the Tickfaw River in Livingston Parish near Starns on new alignment. The existing roadway and bridge will be used to maintain traffic during construction.
State Project No. 700-45-0106
One required bridge on LA 632 over Main Canal in St. Charles Parish, just east of Des Allemands. The road will be closed during construction and traffic detoured on State routes.
State Project No. 700-55-0115
One required bridge on LA 660 over Bayou Terrebonne in Terrebonne Parish located approximately 4 miles north of Houma. The road will be closed during construction and traffic detoured on State routes.
ITEMS TO BE PROVIDED BY DOTD
1. Traffic Data
2. Topographic Survey
3. General Bridge Plans
4. Pavement Design
5. Capacity Analysis
6. Standard Plans (as needed)
7. As-Built Plans (when available)
8. Soil Survey
9. Deep Borings
10. Aerial Photography (when available)
ADDITIONAL SERVICES
The compensation and contract time for Stage 3, Part 1e (Base and Final Right-of-Way Maps), and Stage 3, Part IV (Final Plans), will be established by Supplemental Agreement(s) after satisfactory completion of the previous Stages.
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
The maximum compensation limitation for Stage 3, Parts 1b (Title Reports), 1c (Property Survey), 1d (Title Updates), and Part III (Preliminary Plans) payable to the Consultant for the required services will be $563,594, sub-divided as follows:
State Project Number
Title Reports Title Updates
*Unit Costs
Property Survey Non-Negotiated Lump Sum
Preliminary Plans
Non-Negotiated Lump Sum
700-29-0120
$1,100
$12,497
$27,081
700-26-0244
$3,025
$22,595
$61,263
700-52-0132
$9,350
$49,228
$41,138
700-29-0115
$9,075
$48,354
$38,032
700-03-0108
$4,950
$27,403
$34,455
700-32-0106
$1,650
$19,856
$37,735
700-45-0106
$825
$12,027
$41,481
700-55-0115
$4,125
$25,233
$31,116
Totals
$34,100
$217,193
$312,301
*
Compensation for furnishing the Title Research Reports will be based on a Unit Price of $200.00 per required report. Compensation for furnishing Title Updates will be based on a Unit Price of $75.00 per required report.
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, and will not exceed 240 calendar days, including review time. 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 Engineer in the State of Louisiana.
2. At least one Principal or other Responsible Member shall be currently Registered in Louisiana as a Professional Civil Engineer.
3. In addition to the above, the Prime Consultant must also employ a minimum of two Registered Professional Civil Engineers, in the State of Louisiana, including one with a minimum of 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):
a. One Registered Professional Land Surveyor in the State of Louisiana, with a minimum of five years experience in Right-of-Way Maps.
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%
Engineering Services – 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.
700-03-0108 (Lead Number)
and will be submitted
prior to 2:00 p.m.
on
Monday, March 14, 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.