Advertisement Synopsis
Engineering and Land Surveying Services
February 18, 2005
STATE PROJECT NO. 700-26-0284
FEDERAL AID PROJECT NO. STP-2603(529)
EARHART EXPRESSWAY RAMP
(EARHART EXPRESSWAY LA 3139 - DAKIN STREET)
ROUTE LA 3139
JEFFERSON 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 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. A map of the project limits for the proposed work is available upon request.
Project Managers
– DOTD Road Design Project Manager is Mr. David Smith, P.E., he may be reached at (225) 379-1525 or email davidsmith@dotd.louisiana.gov. DOTD Bridge Design Project Manager is Mr. Robert Willmer, P.E., he may be reached at (225) 379-1313 or email robertwillmer@dotd.louisiana.gov.
PROJECT DESCRIPTION
The captioned project will construct an eastbound exit ramp from the Earhart Expressway LA 3139 in Jefferson Parish. The proposed exit ramp will utilize an existing but closed elevated stub-out, and will terminate at a proposed at-grade Dakin Street Extension. This is an Urban System Project. The contract will be between the Consultant and the DOTD.
SCOPE OF SERVICES
The selected Consultant/Team will be required to provide Stage 3, Part 1a (Topographic Survey), Parts III (Preliminary Roadway and Bridge Plans), and IV (Final Roadway and Bridge Plans), to construct a one-lane exit ramp from Earhart Expressway LA 3139 to Dakin Street. The environmental document will be provided by DOTD. The Consultant will be required to attend a pre-design meeting and a plan-in-hand meeting.
STAGE 3, PART 1a (TOPOGRAPHIC SURVEY)
The topographic survey along the proposed exit ramp for Dakin Street will begin approximately 100 feet west of the end of the constructed stub-out for the ramp and then continue easterly and southerly along the proposed exit ramp alignment for approximately 1000 feet to a point that is approximately 100 feet south of the north end of Dakin Street. The width of the survey and digital terrain model shall extend 150 feet left and 150 feet right of the proposed centerline of the exit ramp. An existing drainage map of the project area is required.
STAGE 3, PART III (PRELIMINARY ROADWAY PLANS)
The Consultant will be required to construct a single lane exit ramp from the Earhart Expressway (LA 3139) to Dakin Street approximately 500 feet. The ramp would utilize an existing but closed stub-out on a bridge structure on LA 3139. The planned Dakin Street extension will be a collector roadway that will provide access to US 61, LA 3139, US 90 and LA 611-1. The following types of sheets will be required:
Title Sheet
Typical Section Sheet
Miscellaneous Details and General Notes Sheet
Miscellaneous Quantity Sheets
Summary of Estimated Quantities Sheet, 1” = 20’
Roadway Plan & Profile Sheets
Drainage Plan & Profile Sheets
Geometric Details
Striping Details
Sequence of Construction and Construction Signing Sheets
STAGE 3, PART III (PRELIMINARY BRIDGE PLANS)
The Consultant/Team will develop preliminary bridge plans to construct a new exit ramp from the existing Earhart Expressway (LA 3139). The ramp will extend from a “stub-out” that was built on the existing eastbound structure on LA 3139 that crosses the 17th Street Canal. The exit ramp will terminate at grade on Dakin Street.
The preliminary plan engineering effort will include, but not limited to the following:
Investigation of Superstructure and Substructure Requirements -
The Consultant/Team will investigate the feasibility and costs of different options for superstructure and substructure design. Superstructure options should include concrete pre-stressed girders, straight steel girders and curved steel girders. Pile bents and column bents should be investigated as substructure options. The Consultant will prepare a brief summary of his investigations, with cost comparisons for the various options, and submit recommendations from among the options to the DOTD for approval.
Cost Estimate –
After design elements have been selected from the options, the Consultant will prepare a preliminary cost estimate for the project.
Permit Drawings –
The Consultant will prepare drawings as required to secure all applicable permits.
Sheet Production –
The preliminary plans should include, at a minimum the following sheets:
General Notes, Estimated Quantities and Sheet Index
General Bridge Plan
Typical Section
Soil Boring Log
ITEMS TO BE PROVIDED BY DOTD
1. Traffic Count
2. Capacity Analysis
3. Borings
4. Environmental Document
ADDITIONAL SERVICES
The scope of services, compensation, and contract time for Stage 3, Part IV (Final Roadway and Bridge Plans), will be established by Supplemental Agreement(s).
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
Compensation for Stage 3, Part 1a (Topographic Survey), and Part III (Preliminary Roadway and Bridge Plans) will be a non-negotiated lump sum of $86,266, subdivided as follows:
Stage 3, Part 1a Topographic Survey $8,372
Stage 3, Part III Preliminary Roadway Plans $44,841
State 3, Part III, Preliminary Bridge Plans $33,053
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 210 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 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 Professional Civil Engineer.
3. In addition to the above, the Prime Consultant must also employ a minimum of one Registered Professional Civil Engineer, in the State of Louisiana, with a minimum of five years experience in Roadway Design, and a corresponding support staff.
4. The Prime Consultant must also employ on a full-time basis, or through the use of a Sub-Consultant(s):
a. One Registered Professional Civil Engineer, in the State of Louisiana, with a minimum of five years experience in Bridge Design, and a corresponding support staff.
b. One Registered Professional Land Surveyor in the State of Louisiana.
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:
Roadway Design – 50%
Bridge Design – 50%
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.
700-26-0284
and will be submitted
prior to 2:00 p.m.
on
Monday, March 14, 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.