Advertisement Synopsis
Addendum No. 1
Addendum No. 2
Engineering Services
April 01, 2005
STATE PROJECT NO. 700-99-0354
CRESCENT CITY CONNECTION BRIDGES AND FACILITIES
TRUST INDENTURE PHYSICAL INSPECTION
AND CONSULTING SERVICES
ORLEANS, JEFFERSON, 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 engineering services to perform inspection, consulting, and advisory services to the Crescent City Connection Division (CCCD), of the DOTD in connection with the funding, operation, and maintenance of facilities 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. The Consultant will be an engineering firm having a wide and favorable reputation for skill and experience in the inspection of bridges comparable to the CCCD Bridges. (Ref. Section 7.02 of Indenture and Deed of Trust, November 1, 1954). A map of the project limits for the proposed work is available upon request.
Project Manager
– Mr. Rick Skoien, P.E., he may be reached at (504) 376-8100.
PROJECT DESCRIPTION
The CCCD funds, operates and maintains toll crossings of the Mississippi River in New Orleans consisting of two parallel high-level cantilever truss bridges with approaches forming a couplet, as well as three ferry crossings. These toll crossings were funded partially by revenue bonds which were issued under the terms of an Indenture and Deed of Trust of November 1, 1954 and Supplemental Indentures. Article 7 of the Trust Indenture requires that the CCCD retain a Consulting Engineer firm to perform a physical condition inspection of certain of the facilities owned by or in the domain of the CCCD, as well as to provide certain other services required by the CCCD, all as more specifically described in the Scope of Services Section. Physical condition inspection shall conform to the standards established by the National Bridge Inspection Standards (NBIS), latest edition. The CCCD owns or operates that portion of US 90B from a point near the Broad Street Overpass in New Orleans to the junction of US 90B with US 90 on the Westbank, and also operates six ferry landings and terminal facilities. The inspection under this project will annually include approximately one-half of the CCCD structures inspected under established biennial requirements and the remaining half receiving a maintenance type inspection. The following year the levels of inspection are reversed such that all structures receive a biennial inspection within a two year period. Ferries and other marine vessels owned by the CCCD are excluded from this project.
SCOPE OF SERVICES
The selected Consultant/Team will provide engineering services to make a physical condition inspection of Segments 2 and 3 and a maintenance inspection of Segment 1 during the first year of the project, constituting one-half of a regular biennial inspection cycle. A physical condition inspection of Segment 1 and a maintenance inspection of Segments 2 and 3, constituting the remaining half of a regular biennial inspection cycle, will be accomplished during the second year of the project. Segment 4 will receive a physical condition inspection annually.
Segment 1 The Main Bridge couplet (east and westbound structures) over the Mississippi River between Piers I and IV, along with all elevated structures between Camp Street on the Eastbank and the ground-level toll plaza area on the Westbank, and all HOV-2 structures and ramps. Included are all frontage roads and rights-of-way between Camp Street on the Eastbank and General DeGaulle Boulevard on the Westbank.
Segment 2 Eastbank Approach including the elevated structures and ramps from Camp Street to the Abutment north of S. Claiborne Avenue except for the HOV-2 transit structures Eastbank ground level roadways extend from Camp Street to Loyola Avenue.
Segment 3 The Westbank Approach including the elevated expressways, ramps, and two frontage roads from the abutment near General DeGaulle Boulevard to the interchange of Routes US 90 and US 90B. Culverts are also included. HOV-2 transit structures are included with Main Bridge.
Segment 4 Ferry facilities including bridges, pontoons, moorings and buildings at the six ferry facilities (Canal, Algiers, Gretna, Jackson, lower Algiers, and Chalmette) and the maintenance facility. Also included in this Segment is the inspection of the Administration, Maintenance and Police, Fueling and Vehicle Maintenance Facilities; pump station, and the toll plaza and toll booths.
The physical condition of components forming the structures will be inspected in accordance with NBIS standards, including Fracture Critical Member Inspections where applicable. Items such as roadway surface, roadway striping, roadway lighting, signing, drainage, drainage structures, etc., will be included in the inspection. The Consultant will assume no responsibility for adequacy of the design or proper construction of the structures or any of the appurtenant systems such as striping, lighting, signing, drainage, etc., included in the inspection.
The Consultant/Team will provide whatever equipment is needed for access, such as a snooper, ladders, or man-lift machines, to properly carry out the inspections, and will provide traffic control measures as necessary for the protection of traffic.
Underwater inspections are not included in this project.
The Consultant/Team should note that occupation by equipment of the bridge roadways will be denied during rush hours (6:00 a.m. to 9:00 a.m., and 3:00 p.m. to 6:00 p.m.), and therefore the working day for Snooper-type equipment will be restricted. Further, understructure access along the West Bank Expressway, for man-lift equipment, will be handicapped by the existing landscaping and network of pedestrian and bicycle trails. These restrictions may result in higher-than-normal inspection time and equipment rental costs.
All work will be performed in English Units.
An inspection report will be prepared each year in four separate, loose-leaf, three-ring binders for each Segment in six copies. the report will include text describing general and specific findings of the inspection augmented with color photographs, recommendations for repair or maintenance, a detailed listing of all defects extending the current established defect listing, completed State Bridge Inspection Report Forms No. 3097, and Inspection Plans.
A meeting shall be arranged following each annual field inspection and prior to submission of the reports, with CCCD staff to review the inspection findings.
A walk-through of the bridge will be held on
Wednesday, April 13, 2005
. Representatives from interested firms should be present at 8:45 a.m. at the Crescent City Connection Division, 2001 Mardi Gras Boulevard, New Orleans, LA, 70174. This is not a mandatory field walk-through, however, all Consultant/Teams, interested in submitting the Qualification Statement, are encouraged to attend this field visit. For additional information, please contact the Project Manager.
ITEMS TO BE PROVIDED BY DOTD
1. All information which it has in its files as to facility details, traffic counts, soil data, future plan and studies, and assistance in securing similar data from others to the extent available.
2. Copies of past Inspection Reports.
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 the physical condition inspection will be actual cost (subject to DOTD maximum limitations on salary and overhead rates) plus a fixed fee, with a maximum limitation of $500,000.
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 18 months.
The first biennial inspections will begin in June 2005 with completed reports due December 20, 2005. The second biennial inspection will begin in June 2006 with completed reports due December 20, 2006.
MINIMUM PERSONNEL REQUIREMENTS
The following requirements must be met at the time of submittal:
1. At least one Principal of the Prime-Consultant under consideration shall be a Registered Professional 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. The Prime-Consultant must employ on a full time basis a minimum of two Registered Professional Civil Engineers in the State of Louisiana, including one with at least five years experience in bridge design/structural inspection of river crossing structures comparable to the CCCD Bridges 1 and 2, and a corresponding support staff.
4. In addition to the above requirements, 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 qualified Structural Bridge Inspector Team Leader. The team leader must, at a minimum:
(1) Be a registered professional engineer, and have successfully completed a Federal Highway Administration (FHWA) approved comprehensive bridge inspection training course, or;
(2) Have five years experience in major bridge inspection/evaluation of damaged bridge members, and have successfully completed an FHWA approved comprehensive bridge inspection training course, or;
(3) Be certified as a Level III or IV Bridge Safety Inspector under the National Society of Professional Engineer’s program for National Certification in Engineering Technologies (NICET) and have successfully completed an FHWA approved comprehensive bridge inspection training course, or;
(4) Have a bachelor’s degree in engineering from a college or university accredited by or determined as substantially equivalent by the Accreditation Board for Engineering and Technology; and have successfully passed the National Council of Examiners for Engineering and Surveying Fundamentals of Engineering examination; and have two years of bridge inspection experience; and have successfully completed an FHWA approved comprehensive bridge inspection training course, or;
(5) Have an associate's degree in engineering or engineering technology from a college or university accredited by or determined as substantially equivalent by the Accreditation Board for Engineering and Technology; and have four years of bridge inspection experience; and have successfully completed an FHWA approved comprehensive bridge inspection training course.
b. A minimum of one qualified Structural Bridge Inspector who has successfully completed an FHWA approved comprehensive bridge inspection training course.
c. One certified Society for Protective Coatings (SSPC) Protective Coatings Specialist or certified NACE Bridge Coating Inspector.
d. One acoustic emission Level III Inspector.
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.
The following estimates of work categories will be used in the Consultant/Team Evaluation Process. These percentages are based on the overall project:
Bridge and elevated approach structures – 85%
Ground level roadways and ferry facilities – 15%
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.
Inspector’s certification (if applicable), must be included in the SF 24-102.
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.
700-99-0354
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.