Advertisement Synopsis
Addendum No. 1
Engineering, Environmental and Land Surveying Services
November 22, 2002
STATE PROJECT NO. 700-56-0107
FEDERAL AID PROJECT NO. ENH-5602(501)
DOWNSVILLE PEDESTRIAN/BICYCLE PATH
UNION PARISH
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 April 2002, from Consulting Firms (Consultant) interested in providing preliminary and final engineering plans, topographic survey, an environmental categorical exclusion (CE), and a Section 4(f) (if required), for the captioned 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.
Project Managers
– Mrs. Ann Wills, P.E., will be the Design Project Manager, she may be reached at (225) 379-1358. Ms. Noel Ardoin, P.E., will be the Environmental Project Manager, she may be reached at (225) 248-4194.
PROJECT DESCRIPTION
This is an Enhancement project to design a 10 foot wide pedestrian/bicycle pathway to highways running parallel through Downsville. The contract will be between the Consultant and the Village of Downsville. It will be monitored by the City, DOTD and the Federal Highway Administration (FHWA).
SCOPE OF SERVICES
The project begins on the north side of LA 151, at the intersection of LA 151 and LA 145, and continues in a southeasterly direction along the north side of LA 151 to approximately 4800 feet southeast of the intersection of LA 151 and LA 145. A drainage map will be required and utilities are to be located.
PHASE I (PART 2) TOPOGRAPHIC SURVEY
The width of the survey, or DTM, will be approximately 30 feet wide, running along the north side of the existing right-of-way of LA 151. The topographic survey for the pedestrian and bicycle pathway will be a total length of approximately 4800 feet along LA 151. The topographic survey will include a strip of land beginning at the edge of the roadway to a point 30 feet beyond the existing right-of-way. The actual pathway will consist of a 10 foot wide strip of asphalt centered along the 19 foot servitude.
This is a complete topographic survey, in English units of measure, to be prepared in accordance with all principles and objectives set fourth in the latest issue of the DOTD’s Location and Survey Manual, although currently acceptable surveying standards and methods, as approved by the Location and Survey Administrator, may be used.
PHASE I (PART 4) ENVIRONMENTAL
The Consultant/Team will provide all services required to provide a Solicitation of Views (SOV) and the documentation necessary for a Categorical Exclusion (CE), from the Federal Highway Administration (FHWA).
Items to be addressed in the CE Document for each project:
1. Environmental Determination Checklist (Copy can be obtained from DOTD’s Environmental Section).
2. Purpose and Need for Action
Include information demonstrating the purpose and need.
Include the proposed letting date.
3. Description of Alternatives (Build and No-Build)
Include a typical section
Include an estimate of right-of-way requirements, if any.
4. Impacts (Most of these will be minor, if any at all, and briefly mentioned)
Wetlands
Endangered and Threatened Species
Permits/Mitigation
Hazardous Materials (like Underground Storage Tanks, etc.)
Public Lands (Wildlife Management Areas)
Prime Farmland
Social Impacts/Environmental Justice
Economic Impacts
Recreational Resources
Historic/Cultural Resources
Flood Plain
An estimate of construction and right-of-way costs
An estimate of residential and commercial displacements, if any
5. Comments and Coordination Section
Copies of SOV letter, mailing list, responses, and follow-ups
ADDITIONAL SERVICES
The scope of services, fees and contract time for additional environmental work Section 4(f) (if required), will be established by a Supplemental Agreement(s) upon satisfactory completion of the previous phases of work.
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
2. DOTD Location and Survey Manual
3. DOTD Roadway Plan Preparation Manual
4. DOTD Hydraulics Manual
5. DOTD Standard Specifications for Roads and Bridges
6. Manual of Uniform Traffic Control Devices
7. National Environmental Policy Act (NEPA)
8. National Electric Safety Code
9. DOTD Environmental Impact Procedures (Vols. I-III)
10. Policy on Geometric Design of Highways and Streets
COMPENSATION
Compensation will be a non-negotiated lump sum fee of $80,000.
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 Village of Downsville, in accordance with the following:
Topographic Survey (Phase I, Part 2), will not exceed 60 calendar days.
Environmental (Phase I, Part 4), will not exceed 90 calendar days, including review time.
Preliminary (Phase I, Part 5), will not exceed 30 calendar days.
Final Engineering Plans (Phase III), will not exceed 90 calendar days.
MINIMUM MANPOWER 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 also employ on a full time basis, one Registered Professional Civil Engineer, with at least five years experience in highway design, and a corresponding support staff.
3. The Prime Consultant must also employ, on a full-time basis, or through the use of a Sub-Consultant(s):
a. One Environmental Professional with experience in responsible charge of the preparation of documents in accordance with NEPA for the FHWA, including Categorical Exclusion.
b. One Registered Professional Land Surveyor.
EVALUATION CRITERIA
The general criteria to be used by DOTD 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 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 6;
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. DOTD's Consultant Evaluation Committee will be responsible for performing the above described evaluation, and presenting a short list of the five (if five are qualified) highest rated Consultant/Team 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. 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 copies of the SF 24-102 must be submitted to DOTD. Any Consultant/Team failing to submit any of the information required 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.
700-56-0107
and will be submitted
prior to 2:00 p.m.
on
Monday, December 16, 2002
, 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