Advertisement Synopsis

ENGINEERING SERVICES
January 14, 2005

STATE PROJECT NO. 700-12-0106
FEDERAL AID PROJECT NO. BR-1204(505)
MERMENTAU RIVER BRIDGE REHABILITATION
ROUTE LA 82
CAMERON 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 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. Stewart Hingle, P.E., he may be reached at (225) 379-1316.
SCOPE OF SERVICES

The selected Consultant shall provide plans, specifications, special provisions, shop drawing review/approval, and construction related engineering services for a mechanical, electrical, and structural rehabilitation of the movable bridge in District 07 on LA 82 across the Mermentau River at Grand Chenier in Cameron Parish. The structure is a “swing span” type movable bridge with a gear drive system and a hydraulic wedge system. The span consists of two twelve foot travel lanes and two one foot nine inch wide curbs. The span has no shoulders. All work on this project will be confined to the bridge structure and associated operator’s house and generator house. The scope of services is more specifically described as follows:

STAGE 3, DESIGN

Part VI, Inspection Services

1) The Consultant shall perform a site inspection of the bridge to accomplish the following:
a) Meet with appropriate District 07 Bridge Maintenance personnel to discuss their concerns about the bridge.
b) Evaluate the condition of the structure, and the existing mechanical and electrical systems. Determine what repairs need to be performed to allow the span to remain in service another 30-40 years.
c) Evaluate the condition of the paint on the structure.
2) After the site inspection and meeting with District 07 personnel, but prior to developing the scope of work for the project, the Consultant shall meet with the Project Manager to discuss the scope of work.
3) Based on the information obtained from the site inspection and meeting with the Project Manager, the selected Consultant shall develop and submit to the Project Manager for approval a detailed Scope of Work to govern the work in Stage 3, Part IV, Final Plans, of the project. The Scope of Work shall include the following, and any other items required to design a complete rehabilitation of the Mermentau River Bridge:
a) A complete description of all mechanical and electrical items/systems associated with the bridge that are to be removed, replaced, rebuilt, and/or reused.
b) A complete description of all mechanical and electrical items/systems that the Consultant wants to design/install which are different from the existing items/systems.
c) A complete description of all structural repairs that will be included in the plans.
d) An itemized cost estimate for the project.
4) Submit the Scope of Work and cost estimate to the Project Manager for approval.

Part III: Preliminary Plans

The selected Consultant shall develop Preliminary Plans based on the Scope of Work developed and approved in Stage 3, Part VI, Inspection Services.

Part IV: Final Plans

The selected Consultant shall develop Final Plans based on the Scope of Work developed and approved in Stage 3, Part III, Preliminary Plans.

STAGE 5, CONSTRUCTION

Part I: Construction Support

The Consultant shall review and address all Requests for Information (RFI’s) from the Contractor that concern plan/specification clarity or plan/specification error.

Part II: Shop Drawings

The Consultant shall review all shop drawings and equipment submittals for conformity with the construction contract document, and shall distribute approved submittals as per the project distribution list.

Part III: Construction Inspection

The Consultant shall make site inspections as requested by the Project Manager to check the construction for conformity with the contract. The Consultant shall provide status reports to the Project Manager and the project Engineer based on these site inspections. Travel expenses associated with these site inspections shall be paid per trip. No travel expenses will be paid for site visits that are required due to plan error. The Consultant shall coordinate a date with the Project Manager for the final inspection of the project.
ITEMS TO BE PROVIDED BY DOTD

As-built drawings of the existing structure and DOTD’s evaluation of the bridge structure shall be provided to the selected Consultant.
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
18. AASHTO LRFD Movable Highway Bridge Design Specifications, 2000 edition
19. NEC, 2005 edition
20. Applicable ANSI, AISC, AGMA, NFPA, OSHA, and ASTM Standards
COMPENSATION

Compensation will be a negotiated cost plus fixed fee, with a maximum limitation.
CONTRACT TIME

The consultant will proceed with the services specified herein after the execution of this contract and upon written Notice-To-Proceed from DOTD. Stage 3, Part VI Inspection Services will be completed within 45 calendar days, including review time, from the Notice-to-Proceed. Stage 3, Part III Preliminary Plans will be completed within 100 calendar days, including review time. Stage 3, Part IV Final Plans shall be completed within 140 calendar days from Notice-to-Proceed. Stage 5, Construction shall be for the duration of the construction.
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 Civil Engineer with at least seven years experience in Structural Engineering of movable bridges.
3. The Prime Consultant must also employ on a full-time basis, or through the use of a Sub-Consultant(s):
a. One Registered Professional Electrical Engineer in the State of Louisiana, with at least seven years experience in movable bridge design.
b. One Registered Professional Mechanical Engineer in the State of Louisiana, with at least seven years experience in movable bridge design.
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.

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 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. 700-12-0106 and will be submitted prior to 2:00 p.m. on Monday, February 7, 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