Advertisement Synopsis

Engineering and Land Surveying Services
November 22, 2002

STATE PROJECT NO. 700-42-0108
FEDERAL AID PROJECT NO. BRO-4202(503)
OFF-SYSTEM BRIDGE REHABILITATION
AND REPLACEMENT PROGRAM
RICHLAND 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 engineering and land surveying services required to provide topographic survey, hydraulic studies, environmental clearance, preliminary and final plans for the replacement of seven bridges in Richland Parish. The Consultant may be required to provide shop drawing review, it will be a separate contract under the construction number. One Prime-Consultant/Sub-Consultant(s) (Consultant/Team) will be selected for this contract.

Project Manager – Ms. Simone Ardoin, P.E., may be reached at (225) 379-1338.
SCOPE OF SERVICES

The selected Consultant/Team will be required to provide topographic surveys and preliminary plans for the replacement of seven bridges in Richland Parish. The project numbers and modules required are as follows:

MODULES REQUIRED
PROJECT NO.
SURVEY
HYDRAULICS
PRELIMINARY PLANS
PACKAGE "A"
713-42-0136
X
X
X
713-42-0137
X
X
X
713-42-0138
X
X
X
PACKAGE "B"
713-42-0139
X
X
X
713-42-0140
X
X
X
PACKAGE "C"
713-42-0141
X
X
X
713-42-0142
X
X
X
(PHASE I, PART 2) TOPOGRAPHIC SURVEY

This part of the contract will consist of land surveying services required to make a complete topographic survey for the proper design and layout of the project. The DOTD requirements which will govern this survey are specified in the current edition of the DOTD Location and Survey Manual as modified by the Off-System Bridge Replacement Program Survey procedures.
(PHASE I, PART 5) PRELIMINARY PLANS

The hydraulic design of these sites will include viable drainage alternates. These hydraulic designs will be reviewed and approved by the DOTD Hydraulics Section. The DOTD requirements which govern these designs are specified in the current edition of the DOTD Hydraulics Manual as modified by the Hydraulics Guidelines for Off-System Bridges.

The approximate numbers of plan sheets required are as follows:

DESCRIPTION
No. of
Sheets
“A”
No. of
Sheets
“B”
No. of Sheets
“C”
Title Sheet
1
1
1
Typical Section
1
1
1
Plan/Profile Sheets
3
2
2
(Rural)(1”=50’)
-
-
-
(Urban)(1”=20’)
-
-
-
Construction Signing Sheet
3
2
2
Cross-Section ERWK (Mainline)
12
8
8
General Bridge Plan Sheet (1”=20’)
3
2
2
Drainage Map
3
2
2
A. Solicitation of Views and Categorical Exclusion.
The Consultant is responsible for sending out the necessary solicitation of views and categorical exclusion clearance documentation required for environmental clearances for each project. The fee for these services is included in the direct expenses. The Solicitation of Views is to begin after the approval of replacement structures has been received.

B. Environmental Clearances The Consultant will be responsible for providing information to the parish or the LA DOTD to be used in the Environmental Clearance process. This information will include, but is not limited to, drawings required to obtain permits.

C. Right-of-Way Agreement/Sketch
The Consultant will furnish to the Parish the necessary right-of-way agreements and right-of-way sketches for each site to facilitate right-of-way acquisition. The right-of-way agreements and sketches will be prepared after the plan-in-hand inspection. A sample will be provided to the Consultant/Team.

D. Bridge Borings
If required, a supplement for the Consultant to obtain borings will be initiated during the preliminary plan development.

E. Final Plans
Scope of Services and fee for final plans will be determined upon satisfactory completion of preliminary plans.

F. Shop Drawing Review
If required, the Consultant will be contracted to provide the structural shop drawing review during construction. It will be a separate contract under the construction number.

PACKAGE "A"
PROJECT NO.
NAME
STRUCTURE NO.
713-42-0136Mitchner Road Bridge IP42-32349-91352-1
713-42-0137Mitchner Road Bridge IIP42-32349-91335-1
713-42-0138Monroe Road BridgeP42-32312-91337-1
PACKAGE "B"
713-42-0139Ferguson Road BridgeP42-32251-91355-1
713-42-0140College Road BridgeP42-32246-91317-1
PACKAGE "C"
713-42-0141Big Ridge Road BridgeP42-32148-91572-1
713-42-0142Bess Lake Road BridgeP42-32217-91431-1
ADDITIONAL SERVICES

The scope of services, fees and contract time for future engineering services to provide final plans, will be established by a Supplemental Agreement(s) upon satisfactory completion of the previous phases of work.
ITEMS TO BE PROVIDED BY THE PARISH OR DOTD

1. Traffic Data
2. pH, resistivity and channel probings

DOTD will furnish pH and resistivity reports and channel probings (if needed) to the Consultant. The Parish will acquire all required rights-of-way, relocate utilities and obtain all required permits. Permit applications will be prepared by the Parish.
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. Policy on Geometric Design of Highways and Streets
COMPENSATION

Compensation will be a non-negotiated lump sum fee as follows:

Topographic Survey (Phase I – Part 2), $45,756
Preliminary Plans (Phase I – Part 5), $72,010
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, in accordance with the following:

Topographic Survey (Phase I, Part 2), will not exceed 50 calendar days.
Preliminary Plans (Phase I, Part 5), will not exceed 150 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 a minimum of one Registered Professional Civil Engineer, 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):
a. One Registered Professional Land Surveyor with at least five years experience in Right-of-Way maps.

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 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. 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. 700-42-0108 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