Advertisement Synopsis
Addendum No. 1

Engineering and Construction Inspection Services
September 26, 2003

STATE PROJECT NO. 700-99-0323
FEDERAL AID PROJECT NO. IM-9903(518)
DOTD REST AREA PLAN DEVELOPMENT
STATEWIDE



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 all engineering, surveying, geotechnical (if required), construction contract administration, and construction inspection services needed for the subject project. One Prime-Consultant/Sub-Consultant(s) (Consultant/Team) will be selected for this contract.

Project Manager – The Project Manager will be Mr. Curtis A. Fletcher, P.E. Mr. Fletcher may be reached at (225) 379-1724.
PROJECT DESCRIPTION

Initially, the Consultant will be responsible for the turn-key design, contract documents and drawings (PS&E), and construction administration of two rest areas located east and west bound at mile marker 181 on I-10 near Gonzales, Louisiana. The work will include the design of new parking facilities, ramps, restroom buildings, storage buildings, sidewalks, picnic pavilions, irrigation and landscape. The contract may be supplemented to include nine other rest areas statewide; Tremont, Tchefuncte, Kentwood, Mound, Greenwood, Slidell I-10, Slidell I-59, Toomey, and Bayou Nezpique. Kentwood, Mound, Greenwood, Slidell I-10, and Slidell I-59 each are single sites. Tremont, Tchefuncte and Bayou Nezpique each have two sites. The Consultant will be responsible for developing final Bid Documents and Working Drawings (Plans, Specifications and Cost Estimates), and other applicable documents for submission to the Office of the State Fire Marshall for approval. Upon construction completion and the production of “as built” drawings, the DOTD will submit “as built” plans to the Louisiana Division of Administration, Office of Facility Planning and Control.
SCOPE OF SERVICES

Services to be provided, but not limited to, are as follows:

1. Conduct a Traffic Study when needed. The design of the Rest Areas will be based on the appropriate projected traffic.
2. Conduct the topographic survey as needed for design of the proposed rest area.
3. Develop Plans and Specifications for East and Westbound Rest Area sites based on the approved Conceptual Plan. Tasks include design of: restroom buildings, new parking facilities, design of interstate ramp extensions, modifications to existing drainage structures, design of entry plaza areas adjacent to the restroom buildings, site grading and drainage design, landscape planting design, landscape irrigation design, pedestrian walkways, site amenities, security surveillance equipment and exterior lighting.
4. Assist DOTD in a Preliminary Design Review Meeting with the Louisiana State Fire Marshall.
5. Provide all final drawings in an acceptable format for DOTD submission to the Office of Facility Planning and Control, for code review prior to construction.
6. Develop Right-of-Way plans, where appropriate to accommodate the design of the facility.
7. Provide a weekly progress report to the DOTD Project Manager unless otherwise specified in writing.

Note: All deliverables/submittals will become property of the LADOTD.

Construction Document Guidelines:

Plans and Specifications in accordance with the latest edition of Louisiana Standard Specifications for Roads and Bridges including all current, applicable Supplemental Specifications and Special Provisions as amended for DOTD Architectural Projects.

Plans:

The Consultant will be responsible for the following plan sheets:

- Title Sheet and Layout Map based on Standard DOTD format showing East and Westbound Rest Area
- Typical Sections
- Summary of Quantities
- General and Control Layout
- Geometric Layout
- New Auto and Truck Parking Design
- Interstate Ramp Extension Design
- All required electrical plans
- Existing Drainage Map, including Modifications to Drainage Structures
- Drainage Map, including Parking Areas
- Signing Layout
- Site Signing Details
- Traffic Signs Details and Mounting
- Existing Site Survey/Proposed Site Topography
- Demolition Site Plan including Sewage Plants; East and Westbound
- Architectural Site Plan; East and Westbound
- Foundation Plan; East and Westbound
- Foundation Slab Plan and Footing Details; East and Westbound
- Floor Plan; East and Westbound
- Elevations; East and Westbound
- Schedule/Molding Profiles
- Windows; East and Westbound
- Doors; East and Westbound
- Framing Plan; East and Westbound
- Exterior Elevations; East and Westbound
- Rest Area Lobby Sections; East and Westbound
- Restroom Sections; East and Westbound
- Exterior/Interior Wall Sections; Typical
- Eave Detail; East and Westbound
- Interior Elevations; East and Westbound
- Interior/Office/Security Tower/Restrooms/Vending; Elevations
- Cabinet Detail for Restrooms, Lobby Area, and Storage Buildings
- Door/Window Details/Sections
- Ceiling/Roof Plan; Restrooms, Lobby Area, and Storage Buildings
- Building Details/Sections
- Plumbing, Sanitary Sewage and Water; East and Westbound
- HVAC/Mechanical and Electrical; East and Westbound
- Power Plan; East and Westbound
- Interior/Exterior Lighting Plan; East and Westbound
- Interior/Exterior Lighting Plan/Fixture Schedule
- Special Details
- Finish Schedule/Material Schedule
- Landscape Planting Plans; East and Westbound
- Sidewalk, Section, Elevation and Geometrics
- Entry Court Plans and Details
- Seatwall Section, Elevation, Details
- Irrigation Plans and Details and Specifications; East and Westbound
- Maintenance Building Plans, Elevations, and Details; East and Westbound
- Construction Signing Layout
- As Built Drawings
ADDITIONAL SERVICES

The Scope of Services, compensation and contract time for Right-of-Way Acquisition (if required), geotechnical (if required), will be established by a Supplemental Agreement(s).
ITEMS PROVIDED BY DOTD

1. Soil Borings
2. Architectural and Landscape Architect Conceptual Plans
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 Plan Preparation Manual
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. The 2000 Louisiana Standard Specifications for Roads and Bridges
17. Guide for Development of Rest Areas on Major Arterials and Freeways, Third Edition (AASHTO)
18. International Building Code
19. State Fire Marshal Code (NFPA 101)
20. State Plumbing Code
21. Americans with Disabilities Act Accessibility Guidelines (ADAAG)

COMPENSATION

Compensation will be a negotiated lump sum. Design and Construction Engineering services for other rest areas will be accomplished through separate Supplemental Agreements.
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 120 calendar days for deliverables on the initial contract. All negotiations for the initial contract must be completed within 30 days of the notification date. The entire contract will not exceed three years.
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: 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.

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 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. 700-99-0323 and will be submitted prior to 2:00 p.m. on Monday, October 13, 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