Advertisement Synopsis

Engineering and Land Surveying Services
December 5, 2003


TIMED PROJECT
STATE PROJECT NO. 700-30-0055
STATE PROJECT NO. 023-06-0044 (CONST)
QUITMAN - LINCOLN PARISH LINE
ROUTE US 167
JACKSON 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. 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.

Note: The funds for this project will be obtained from the Transportation Infrastructure Model for Economic Development (TIMED). In accordance with R.S. 47:820.3, at least 80% of the work must be performed by Louisiana Residents.

Project Manager – Design Oversight on behalf of DOTD will be provided by Louisiana TIMED Managers (LTM) located at 6300 Corporate Blvd., Suite 200, Baton Rouge, LA 70809. The Project Manager for LTM will be Mr. K. S. Chandra. He will address any questions regarding this project by calling him at (225) 906-1300.
PROJECT DESCRIPTION

This project begins approximately 1.60 km (1 mile) north of Junction LA 155 and US Route 167 at Quitman, Jackson Parish. Then will proceed in a northeasterly direction for a distance of approximately 9.75 km (6.1 miles), ending approximately 1.60 km (1 mile) south of the Lincoln Parish Line. The existing roadway will remain in place for handling southbound traffic, and two new lanes of asphaltic concrete roadway for northbound traffic will be added. The new roadway will be separated from the existing roadway by a depressed median. The median widths vary from 18 m (60) to 27 m (90). Concrete slab span bridges, varying from four to six spans (each span at 6 m or 20 length) will be required at five locations on the proposed roadway. Bridges will remain in place on the existing roadway.

SCOPE OF SERVICES

The selected Consultant/Team will provide all engineering and surveying services required to develop final construction plans, specifications, estimates and right-of-way maps for the reconstruction of a portion of US 167. All Phases of work for this project will be presented in metric units of measurements. The scope of services is more specifically described as follows:
PHASE I, PART 2: TOPOGRAPHIC SURVEY

The selected Consultant/Team will be provided with the topographic survey that was previously completed by the Department. The Consultant shall be responsible for completing the following task, in accordance with the requirements specified in the latest issue of DOTD’s Location and Survey Manual, although currently acceptable surveying standards and methods, as approved by the Location and Survey Administrator, may be used:

1. Re-establish the survey control points for the proposed project in the field
PHASE II: TITLE WORK, PROPERTY SURVEY,
AND RIGHT-OF-WAY MAPS
The Parts of Phase II to be performed by the Consultant under this Contract are more specifically described as follows:

Part 1: 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. The original and an electronic copy of the Title Research Reports in Adobe Portable Document Format (PDF) following this naming convention: (SP. No.), (parcel number(s), (Lead Owner’s name), shall be furnished to the LTM Right-of-Way Manager.

Part 2: 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 LTM. This notice may be issued by the Project Coordinator any time after the establishment of the Final Project Alignment, at the Consultant’s convenience, but shall be issued no later than the completion of the Topographic Surveys.

Part 3: Base ROW Maps: Will show the adopted project centerline, all existing rights-of-way, limits of construction, appropriate topography (residences, commercial buildings, structures, etc.), parcel line locations and ownerships, and required taking lines, with ties to the adopted project centerline. Individual parcel metes and bounds and precise area calculations are not required at this time, however, the approximate area of each required parcel and remaining area shall be determined and shown on the Base Maps. These Maps shall be in the same standard format and shall form the basis for the Final ROW Maps. Specifically, this work shall be performed in accordance with all principles and objectives set forth in the latest issue of DOTD’s Location and Survey Manual, although currently acceptable surveying standards and methods, as approved by the Location and Survey Administrator, may be used. For purposes of a joint review meeting, the Base ROW Maps shall be furnished at approximately 60% completion, and reviewed by a DOTD/LTM Team. Appropriate revisions recommended for inclusion in the Final ROW Maps shall be addressed by the Consultant.

Part 4: 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 LTM Right-of-Way Manager in acquiring title to the property required for the construction project. The original and an electronic copy of the Title Updates in Adobe Portable Document Format (PDF) following this naming convention: (SP. No.), (parcel number(s), (Lead Owner’s name), (Update #) shall be furnished to the LTM Right-of-Way Manager.

Part 5: Final Right-of-Way Maps Preparation: These services shall include all activities necessary to complete the final ROW Maps and shall be performed in accordance with the requirements specified in the latest issue of the DOTD’s Location and Survey Manual. The Final ROW Maps shall be the Base ROW Maps as described under Item 3 above, and shall also include all revisions recommended by the Joint Review Team, parcel metes and bounds, parcel acquisition blocks, parcel areas, remaining areas, Lambert Grid Coordinates are required at the beginning and ending stations of the centerline on each sheet, breaks in the required right-of-way, and at all P.I.s, P.C.s and P.T.s of curves. The final right-of-way maps shall be accompanied by an electronic file containing the DOTD COGO program input commands for creating parcel descriptions suitable for use by the LTM Right-of-Way Manager.

PHASE III: FINAL PLANS


This consists of all services required for the preparation of complete Final Plans, Specifications, and Estimates, all meeting the standard requirements of DOTD.

A more specific description is as follows:

This project begins on the north side of Quitman at Sta. 217+20.000 and proceeds northeasterly for a distance of approximately 9.75 km (6.1 miles) and ends at Sta. 314+61.000. The existing two-lane roadway will remain in place for handling southbound traffic. Two new lanes of 7.2 m of asphaltic concrete roadway with 1.2 m inside and 3.0 m outside shoulders will be added for northbound traffic. The proposed northbound and existing southbound roadway will be separated by a depressed median. The median widths vary from 18 m to 27 m. There are five proposed slab span bridges, of which, three are 4 spans, one 5 spans and one six span; each span is 6 m long. Bridges will remain in place on the existing roadway.

1. Prepare new title sheet.
2. Verify that the preliminary plans meet all applicable design criteria and that the design templates, limits of construction and required right-of-ways are correct.
3. The plan and profile drawings: Indicate proposed northbound roadway is on an abandoned railroad bed, a pre-design site visit will be required after the NTP, to conduct a field review to pick up existing culverts, bridges, sub grade, driveways, fences, side drains and any new improvements or utilities that affect the design. Incorporate the results of this review in the design.
4. Complete the typical section sheets, plan and profile sheets (including driveways and side drains), cross road profile sheets (including driveways and side drains), geometric detail sheets, cross sections and furnish a design template listing for the cross sections. Electronic files obtained from the prior consultant will be made available. The electronic design files may not be complete. The Consultant will be required to recreate existing drawings when electronic files are not available.
5. Provide cost estimates and electronic drawings at 30%, 60%, 95% ACP and at 100 % P.S.&E. submittals.
6. Finalize the development of the sequence of construction sheets and the construction signing.
7. Revise the sheets as per review, as indicated on the Consultant schedule.
8. Prepare striping layout sheets.
9. Complete the design of the geometric details and develop quantities for geometric details and place this information on the geometric detail sheets.
10. Update the preliminary design to include any additional utilities or improvements as required by the topographic survey updates.
11. Review and redesign if needed, transitions shown at the beginning and end of the project, to match actual construction schedules on adjacent projects.
12. Determine the required standard plans to be incorporated into the project.
13. Review and check the hydraulic design of the cross drains and bridges. Review design drainage area map, check drainage area and discharge calculations. After review of the design drainage area map and discharge calculations, if necessary, re-compute the 50-year discharge using HYDR 1130. It is unnecessary to re-compute the CN-value for SCS runoff calculations. The Consultant shall review the hydraulic design. The Consultant shall calculate the headwater elevation of the existing cross drains using HYDR 1120. The Consultant shall calculate the headwater elevation for extending the existing cross drains under the proposed new road using HYDR 1120. The Consultant shall determine, based on the change in headwater elevation, if the drainage impact is acceptable or if a redesign is necessary. The Consultant shall submit final hydraulic calculations.
14. Finalize and complete channel relocations.
15. Complete existing and design drainage maps.
16. Prepare drainage design report within 60 days of the NTP, or before proceeding into final design. As part of drainage studies, confirm high water and over topping data as shown on preliminary drawings and check existing roadway grades.
17. Check and review existing cross drains and means of connecting the existing with the proposed cross drains.
18. Perform scour analysis at proposed bridges.
19. Finalize and complete design and drawings of bridges.
20. Include a note on the drawings, any unknown (owner could not be identified) utility pipeline shall be removed and disposed of per environmental requirements before construction.
21. The Consultant’s Project Manager shall be available for monthly meetings at the LTM office in Baton Rouge or alternately at the Consultant’s Office, to be determined by LTM Project Manager. The Consultant’s Project Manager will prepare the meeting minutes within one (1) week from the meeting date and distribute to attendees.
22. Develop a QA/QC plan specific to this work.
23. Coordination with railroad, railroad or other permit drawings as required shall be completed.

PHASE IV: CONSTRUCTION PHASE


Some services may be required during the Construction Phase. If required, the following Construction Phase Services will be added to the Contract for Engineering Services by Supplemental Agreement. These services may include the following:

Geotechnical Services

Perform all geotechnical services required by Section 804 of the Standard Specifications.
Review and approve Contractors Pile Driving System.
Review and approve Contractors Pile Driving Equipment where Wave Equation Analysis is specified.
Perform Test Pile Analysis and Recommend Permanent Pile Lengths.
Perform Cone Penetrometer Test (CPT) when required.
Perform Dynamic Monitoring, when required.

Plan Changes

Review, investigate and develop solutions for issues requiring plan changes.
Prepare plan changes as required to correct plan discrepancies including justification, drawings and cost.
Review and make recommendations for changes requested by Owner.

Note: Services performed for plan changes due to plan error will be performed at no additional fee.

Shop Drawings

Review and approve Shop Drawings.

ITEMS TO BE PROVIDED BY LTM


1. Copies of Field Books
2. Survey Report Forms (Utility, Structure, Location)
3. Topographic surveys, and design files in metric-two dimension DWG and/or DGN electronic files
4. One set of half-size plans of S. P. No. 023-06-0044
5. Partially completed title sheet
6. Typical Section Sheets
7. Plan/Profile Sheets (partially completed)
8. Existing and Design Drainage Maps
9. Geometric Details
10. Sequence of Construction
11. Cross Section Sheets

Note: Electronic files obtained from the prior consultant will be made available. However, LTM does not warrant the usability of these files. All information will be in metric units.

ADDITIONAL ENGINEERING SERVICES


The scope of services, compensation and contract time for additional engineering services, including geotechnical services and traffic engineering (if required), will be established by a Supplemental Agreement(s) upon satisfactory completion of the previous phases of work. Specifically, the design phase geotechnical services may include the following:

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 Administration Manual
13. Materials Sampling Manual
14. DOTD Bridge Design Manual
15. Consultant Contract Services Manual
16. Geotechnical Engineering Services Document

COMPENSATION

The maximum compensation limitation payable to the Consultant for the required services will be $435,922, subdivided as follows:

Topographic Survey (Phase I, Part 2), non-negotiated lump sum of $25,149
Property Survey (Phase II, Part2), non-negotiated lump sum of $25,065
Base and Final Right-of-Way Maps (Phase II, Parts 3 & 5), non-negotiated lump sum of $41,804

Title Research Reports and Title Updates* (Phase II, Parts 1 & 4), unit costs with a maximum limitation of $4,675
Final Roadway Plans (Phase III), non-negotiated lump sum of $290,285
Final Bridge Plans (Phase III), non-negotiated lump sum of $48,944

*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. All Phases will be completed within 360 calendar days, including review time, as shown on the Project Schedule Bar Chart.

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 two Registered Professional Civil Engineers, including one with at least five years experience in highway design, and a corresponding support staff.
3. 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):

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;

Sub-Consultants will also 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 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 Evaluation Process. These percentages are based on the overall project:

Survey Services – 17%
Roadway Design – 51%
Bridge Design – 9%
Geotechnical Services – 23%

The Consultant should identify the percent for each “element of work”, and for the “overall project” to be performed by the Prime consultant and Sub-consultant(s) in Sections 8 and 9 of the SF 24-102 (Rev. 1/2003).

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.state.la.us), will not be considered for this project.
SUBMITTAL REQUIREMENTS

Two complete sets 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. 700-30-0055 and will be submitted prior to 2:00 p.m. on Monday, December 22, 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

schedule 700-30-0055 quitman-Lincoln.xls