Advertisement Synopsis

ENGINEERING, ENVIRONMENTAL, AND LAND SURVEYING SERVICES
June 10, 2005

STATE PROJECT NO. 700-10-0144
FEDERAL AID PROJECT NO. STP-1004(524)
J. BENNETT JOHNSTON AVENUE
CALCASIEU 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, environmental, and land surveying 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.

Project Manager – Ms. Dawn R. Sholmire, she may be reached at (225) 379-1398. The DOTD Environmental Coordinator is Ms. Noel Ardoin, she may be reached at (225) 242-4504.
PROJECT DESCRIPTION

This is an Urban System Project. The Contract will be between the Consultant and Calcasieu Parish. The Scope of Services for this project involves the preparation of Stage 1, Part III: Environmental Evaluation; Stage 3, Part 1(a): Topographic Survey; Stage 3, Part 1(b): Title Work; Stage 3, Part 1(c): Property Survey; Stage 3, Part 1(e): Right-of-Way Maps; Stage 3, Part III: Preliminary Plans; and Stage 3, Part IV: Final Plans, for the addition of subsurface drainage and reconstruction of J. Bennett Johnston Avenue in Calcasieu Parish.
SCOPE OF SERVICES

STAGE 1, PART III: ENVIRONMENTAL EVALUATION

The Consultant will prepare an Environmental and other related documents for the widening (adding a single dual direction left turn lane 14 feet in width) of J. Bennett Johnston Ave. in accordance with the National Environmental Policy Act, as amended, and the Federal Highway Administration’s regulations and guidelines. The Consultant will meet with the Environmental Coordinator within ten days after receiving the notice to proceed.

The Consultant will prepare a Solicitation of Views (SOV) letter for the project. The Consultant will submit a letter, map, and description of project to DOTD for review. Once approved, DOTD will send the Consultant a mailing list. The Consultant will send out the SOV and compile the responses. The Consultant will review these responses for outstanding issues, follow through on requests, and address responses in the document. All communications and coordination with other federal, state and local agencies will be closely coordinated with the Environmental Section and approved by the Environmental Section prior to the contact.

Public Meeting

One public meeting may be held in the study area, if necessary. The meeting will provide information to the public about the project emphasizing the issues expected to be of greatest concern. The meeting will be structured to obtain input from the public to identify not only concerns and interests, but to also obtain information and data about the project area.

All arrangements for the public meeting, including location, time, preparation of display ad, preparation of appropriate exhibits, and handouts will be made by the Consultant, after consultation, meeting with, and approval by DOTD's Environmental Engineer Administrator. The display ad will be submitted to DOTD's Environmental Engineer Administrator for his or her review at least one month prior to the anticipated public meeting date. Once approved, the Consultant will place the ad in the local newspapers to run twice before the meeting. The Consultant will tape and prepare a transcript of the public meeting. Fifty copies of each transcript, in addition to the print ready original, will be required for distribution. The Consultant will distribute copies of the transcript as directed by DOTD.

The Consultant will have knowledgeable, informed staff present at the public meeting to address the queries of the public, in regard to socioeconomic, environmental, engineering and other project-related issues. The actual meeting will be conducted by a staff person from the Parish or the Consultant.

ITEMS TO BE ADDRESSED IN ENVIRONMENTAL DOCUMENT

Purpose and Need for Action

The Consultant will prepare a written purpose and need statement. This statement will be included in the environmental document.

Alternatives

Alternatives will be developed that address the purpose and need of the project. These alternatives, including the no build alternative, will be described and analyzed in the environmental document.

Impacts

Analysis of each alternative, including the no build, will be made. Items to be considered include, but are not limited to, social, economic, historic, cultural, recreational, archaeological, noise, air, water, wetlands, floodplains, endangered or threatened species and/or their habitat and farmland.
Potential mitigation measures will be developed to reduce or alleviate impacts.

Wetlands

Wetlands in the project area will be identified and delineated utilizing the latest appropriate Corps of Engineers guidelines. A Wetlands Finding, using latest FHWA criteria will be written. Information referenced may include infrared photography, National Wetlands Inventory (NWI) maps, quadrangle maps, soil maps, etc. Referenced information will not substitute for an on-site field determination which will be made. Acreage of wetlands impacted will be calculated and exhibits suitable for reproduction indicating the limits of wetlands in the area affected by the project and the areas to be impacted will be made. The Consultant will design appropriate mitigation. All paperwork necessary for the permit application will be prepared by the Consultant. Photographs of each Soil sample with the appropriate. Munsell soil chart in the same photograph will be included in the report. Each wetland area will be located on a quadrangle sheet as well as a layout map with the station numbers noted. The report will be included in the environmental document.

Endangered & Threatened Species

During field surveys, a search will be made for those threatened or endangered species suspected to be in the area, and/or for their habitat, if applicable. It is not anticipated that Endangered and Threatened Species will be impacted. If Threatened and Endangered Species impacts occur, the contract may be supplemented.

Other Permits

All potential permits and their requirements to implement the project will be identified. All items necessary to obtain the permits will be provided by the Consultant. Those permits to be identified include but are not limited to: 404 (Wetlands) and Water Quality

Environmental Site Assessment

A Phase I Environmental Site Assessment will be performed on the site in accordance with the latest version of ASTM Standards E 1527. The Phase I Environmental Site Assessment has four components:
1. Records Review - The standard environmental record sources will be reviewed in accordance with ASTM standards. Additional state and local sources will be reviewed as appropriate. Current 7.5 minute topographic maps of the project area will be reviewed. Additionally, standard historical sources will be consulted in accordance with ASTM standards.

2. Site Reconnaissance - A site reconnaissance of the property will be performed to identify recognized environmental conditions of the project area. This reconnaissance may be performed in conjunction with other site reconnaissance (i.e., archaeological, biological, wetlands, etc.) provided that those performing the site reconnaissance are qualified to perform the Phase I Environmental Site Assessment Site Reconnaissance in accordance with ASTM standards.

3. Interviews - The owners and occupants along with local government officials will be interviewed regarding their knowledge of the prior uses and condition of the project area. All interviews will be conducted in accordance with ASTM standards.

4. Report - The report will contain documentation to support the analysis, opinions, and conclusions found in the report. The contents and format of the report will be in accordance with ASTM standards.

Noise and Air Quality

No Noise and Air quality analyses are required for this project.

Cultural Resources - Archaeology/Historic Properties (106)

After initial coordination with the State Historic Preservation Officer, a Phase I Cultural Resources Survey will be made to determine the presence of National Register eligible archaeological sites, both historic and prehistoric, as well as any standing structures or other places or objects, including bridges that may be eligible for listing on the National Register. The Survey will meet the current standards of the Louisiana Division of Archaeology. All research and documentation necessary to comply with 106 and 4(f) will be prepared by the Consultant. All coordination with the SHPO's office will be through the Environmental Section or with the express approval of the Environmental Section.

The Consultant will notify the Environmental Section when fieldwork begins and ends. The Consultant will also update the Environmental Section weekly as to their progress in the field. Four copies of a Draft Cultural Resources Survey will be submitted to DOTD for review after the fieldwork is complete. The Draft Cultural Resources Survey will meet the report standards of the State Historic Preservation Office. Upon approval of the draft, four copies of the Final Cultural Resources Survey will be submitted to DOTD.

Two copies of an unbound, typed site form or site update form for previously recorded sites, and two copies of an unbound, typed Louisiana Historic Resources inventory form for each recorded standing structure will be submitted to DOTD’s Environmental Section along with the draft Cultural Resources Survey.

Socioeconomic

Land use will be determined in coordination with the appropriate local authority. Social and economic data will be obtained from the local appropriate authorities as well as utilizing the most up to date available census information.

Commercial areas, residential areas, and community services will be identified. Relocation impacts will be identified as well as other community impacts, such as community severance or disruption. An estimate of residential and commercial displacements, including disproportionate impacts to minority and low-income populations. Pedestrian and bicycle patterns and access in the community must be considered in the analysis of impacts.

Section (4(f) and 6(f))

All public recreational and public park land will be identified and delineated. Research, analysis and documentation of compliance with Section 4(f) of the DOT Transportation Act will be done by the Consultant. Use of Land and Water Conservation Funds will be identified by the Consultant. If such funds are present, the Consultant will prepare all documentation for coordination with the appropriate agencies.

A programmatic Section 4(f) evaluation is anticipated for this project because this project may use minor amounts of land from a park. The programmatic Section 4(f) statement will be prepared in accordance with FHWA regulations. Avoidance alternatives are required to be evaluated in the Section 4 (f) statement.

Cost Estimates

The Consultant will provide cost estimates for right-of-way, including relocation and construction. The Consultant will provide a Conceptual Stage Relocation Plan. The information needed is as follows: 1. The estimated number of persons and families to be displaced, by race, the number of persons in each family, and the approximate income level.
2. The type of dwelling (mobile home, frame, brick) and the estimated value.
3. The location and quantity of available replacement housing; if none is available, the estimated cost to build new housing; or whether any displacements have sufficient remainder on which to move or build.
4. The location and types of businesses to be displaced, the race of the owner, estimated number of employees, by race, bypassed businesses if applicable, and a listing of available commercial buildings and sites.
5. The functional replacement of a publicly-owned facility, if applicable, and the existence of publicly-owned recreation lands.
6. The estimated amounts and costs of required right-of-way and relocation assistance.

Mitigation Planning

The Consultant will include a summary sheet with the mitigation, commitments, and permits needed in the environmental document.

Other

Other items that will be evaluated and coordinated with the appropriate agencies include, but are not limited to, visual impacts, cemeteries, prime farmland, sole source aquifers, coastal zone, 100-year floodplain, water wells, secondary and cumulative social, economic, and environmental impacts. Some of these items utilize standard forms; other coordination is by letter or permit application.

Items of special or local interest should also be noted and evaluated within the context of the project, for example, large old live oak trees, wildlife corridors, etc.

Review of Draft Environmental Document

Three copies of the review document will be provided to DOTD's Environmental Section for their review, comments and distribution. All comments will be addressed by the Consultant.

Environmental Document

The document will be typed, single spaced, on 8-1/2 x 11-inch paper with inside margins of not less than 1-1/2 inches wide. All pages will be numbered. Photographs, plans, maps, drawings and text must be clear and clean with typed or mechanically lettered captions. Exhibits utilizing the 8-1/2 x 11 inch format are preferred. Three copies of the Environmental Document will be provided to the Environmental Section. The Consultant's name and logo will not appear on the cover of the document. They can appear, however, on the inside cover sheet in a size not to exceed the Parish name and logo. The document must include at a minimum the following:

· Summary of Mitigation and Permits
· Table of Content
· Environmental Determination Checklist
· Statement of Purpose and Need
· Project description
· Alternatives Considered
· Impacts analysis (for all alternatives)
· Supporting Documentation in the Appendix:
Ø SOV and responses
Ø Exhibits/Aerial photos/layout
Ø Wetland Findings
Ø Conceptual Stage Relocation Plan and Cost Estimates

Public Hearing

No Public Hearing is expected for this project.

STAGE 3, PART 1(a): TOPOGRAPHIC SURVEY

This part of the Contract will consist of all services required to make a complete topographic survey, in English units of measure, as required for the proper design and layout of the project. DOTD's requirements which will govern this survey are specified in the current edition 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. The Consultant will request, in writing, from the Project Manager a copy of this manual for the Consultant’s information and guidance as to normal DOTD procedures in the conduct of topographical surveys. Deviations from the normal procedures must be authorized in writing by the Project Manager.

The survey will include, but not be limited to the staking of centerline when required and when physically possible and, where this is not possible, to the running of all ground traverses necessary to compute and establish centerline. Aerial photogrammetry may be used when feasible and by written agreement with DOTD in developing the topographic surveys. This work will include, for the control of the field survey and later use, the establishment of referenced iron rods along the Project, as may be necessary, to define the centerline and of a referenced system of bench marks on a closed level circuit. The survey will also include the location and establishment of ownership of all utilities in the way of construction as specified in the manual. The Consultant's attention is specifically directed to the requirement in the manual whereby a sketch of the survey line will be submitted to the DOTD Location and Survey Administrator for approval immediately after the initial establishment of said line and prior to proceeding further with the survey. The project survey control and horizontal alignment will be based on the Louisiana State Plane Coordinate System, (NAD-83-92), as determined by G.P.S. observation.

The topographic survey will be done in English units of measure and will begin 100 feet before the intersection of Meganser and J. Bennett Johnston Avenue, and extend northeasterly approximately 4,600 feet along J. Bennett Johnston Avenue to where J. Bennett Johnston Avenue turns north and then intersects with Broad Street. The typical sections along J. Bennett Johnston Avenue consist of a two lane asphalt (~22 feet wide) with drainage ditches. The width of the D.T.M. will extend 100 feet on each side of the centerline of J. Bennett Johnston Avenue. Topographic survey of side streets will extend 500 feet with a D.T.M. width of 50 feet extending on each side or to the apparent existing right-of-way. At major intersections the topographic survey will extend 500 feet with a D.T.M. width of 50 feet extending on each side or to the apparent existing right-of-way.

The existing right-of-way of J. Bennett Johnston Avenue, all side streets, and major intersections will be established throughout the length of the project. An existing drainage map of the project area is required.

STAGE 3, PART III: PRELIMINARY PLANS

This part of the Contract will consist of all engineering services required for the completion of Preliminary Plans and estimates for the project, all under a schedule for completion which will be in conformity with the contract time specified elsewhere in this Advertisement. The typical section for J. Bennett Johnston Avenue will consist of two 12 foot travel lanes, a 14 foot single dual direction left turn lane, a two foot curb and gutter section, and subsurface drainage. Specifically, the work under this part consists of the following major items:

1. The assembly and study of existing data, including improvement studies, boring information, if any, traffic data available through the Parish, and such other data as can be located through efforts of the Consultant.

2. The actual roadway section will be furnished to the Consultant by the Parish at the Pre-Design Planning Conference.

3. The preparation of location plans for subgrade soil borings that, in the judgment of the Consultant, may be necessary for design of the project. The Consultant will also prepare additional location plans as may be required by DOTD for conducting additional borings deemed necessary by DOTD.

4. The preparation of Preliminary Plans for the Project generally in accordance with the requirements outlined in the latest AASHTO Standard Specifications for Highways and Bridges and in the current editions of DOTD's Roadway Plan Preparation Manual, Bridge Design Manual, General Guide For Bridge Plan Preparation, and Hydraulics Manual. Statements in the Manuals which may be in conflict with requirements specified in the main body of this Contract will be considered as superfluous information and not applicable to this Contract. Two sets of these plans will be submitted to the Project Manager for preliminary examination and comments after they have been developed to show all information required for a Plan-in-Hand inspection and, upon receipt of any such comments, the Consultant will revise the plans accordingly. The Consultant will then submit to the Project Manager computer-generated original reproducibles of the Preliminary Plans, dated and stamped "Preliminary" for further review and for DOTD's use in developing prints necessary for a complete Plan-in-Hand field inspection with members of DOTD and other interested parties when so named herein at a time and date mutually agreed to in advance by all parties.

5. The preparation of estimates of construction contract costs based on estimated quantities developed for the Preliminary Plans.


6. The preparation of all special specifications required and, if necessary, the preparation of a sequence of construction for the project.


7. The preparation of all permit drawings necessary for incorporation into DOTD's application for a permit to cross navigable waterways and wetlands. Such drawings will be original, reproducible drawings. The format of these drawings will comply with the U. S. Coast Guard or U. S. Corps of Engineer standards, as the case may be, and will be subject to the approval of the DOTD Bridge Design Engineer before acceptance.


8. The design standards for this improvement will comply with the criteria prescribed in 23 CFR 625, Design Standards for Highways. The format of the plans will conform to the standards used by DOTD in the preparation of its contract plans for items of work of similar character, including plans for all drainage and utilities affected.

9. Design for Preliminary Plans will be done in English units of measurement.


ITEMS TO BE PROVIDED BY DOTD AND CALCASIEU PARISH

DOTD

§ Standard Plans (as needed)

Calcasieu Parish

§ As-built plans
§ Traffic counts and classifications
§ Capacity Analysis
§ Soil Borings
ADDITIONAL SERVICES

The scope of services, compensation, and contract time for future engineering and surveying services to provide Stage 3, Part 1(b): Title Work; Stage 3, Part 1(c): Property Survey; Stage 3, Part 1(e): Right-of-Way Maps; and Stage 3, Part IV: Final Plans will be established by Supplemental Agreements(s). Also, the Consultant may be required to meet with the representatives of Calcasieu Parish to:

§ Confirm the scope of work required
§ Make site visits to confirm existing conditions
§ Coordinate work with utility owners and check for concurrent work initiatives by said owners.

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
COMPENSATION

The maximum compensation limitation payable to the Consultant for the required services will be $231,123, subdivided as follows:

Stage 1, Part III: Environmental Document$71,918 cost plus fixed fee of $7,695 with a maximum limitation
Stage 3, Part I(a): Topographic Survey$17,038 non-negotiated lump sum
Stage 3, Part III: Preliminary Plans$142,167 non-negotiated lump sum
Note: No work will be performed for Stage 3 services prior to completion of Stage 1 services.
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 450 calendar days, including review time. The delivery schedule for all project deliverables will be established by the Project Manager.
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 Engineer in the State of Louisiana.
2. At least one Principal or other Responsible Member of the Prime-Consultant will be currently registered in Louisiana as a Professional Civil Engineer.
3. The Prime-Consultant must employ on a full time basis, a minimum of two Registered Professional Civil Engineer in the State of Louisiana, one with at least five years experience in Roadway Design, and a corresponding support staff.
4. In addition to the above, 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 6;

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.

The following estimates of work categories will be used in the Consultant Evaluation Process. These percentages are based on the overall project:

Environmental - 19%
Survey Services - 15%
Roadway Design - 66%

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 original (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. 700-10-0144 and will be submitted prior to 3:00 p.m. on Tuesday, July 05, 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

REVISIONS TO THE RFQ


DOTD reserves the right to revise any part of the RFQ by issuing an addendum to the RFQ at any time. Issuance of this RFQ in no way constitutes a commitment by DOTD to award a contract. DOTD reserves the right to accept or reject, in whole or part, all Qualification Statements submitted and/or cancel this announcement if it is determined to be in DOTD’s best interest. All materials submitted in response to this announcement become the property of DOTD and selection or rejection of a submittal does not affect this right. DOTD also reserves the right, at its sole discretion, to waive administrative informalities contained in the RFQ.