Advertisement Synopsis

Engineering and Land Surveying Services
December 5, 2003


TIMED PROJECT
STATE PROJECT NO. 700-22-0116
STATE PROJECT NO. 023-02-0018 (CONST)
STATE ROUTE IN DRY PRONG
ROUTE US 167
GRANT 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. 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.

Note: The funds for this project will be obtained from the Transportation Infrastructure Model for Economic Development (TIMED). In accordance with R.S. 47:820.3, at least 80% of the work must be performed by Louisiana Residents.

Project Manager – Design Oversight on behalf of DOTD will be provided by Louisiana TIMED Managers (LTM) located at 6300 Corporate Blvd., Suite 200, Baton Rouge, LA 70809. The Project Manager for LTM will be Mr. Tom Montgomery. He will address any questions regarding this project by calling him at (225) 906-1300.
PROJECT DESCRIPTION

This project begins on the south end of Dry Prong and extends in a northerly direction for a distance of approximately 2.4 miles, ending on the north end of Dry Prong. A five-lane Portland cement concrete urban section, 1.3 miles in length, will be used in Dry Prong. Approximately one-half of this length, including the area containing the Route LA 123 intersection, will be realigned, removing the existing reverse curves. The remaining 0.8 miles will consist of asphaltic concrete transitions back to the rural sections on each end. A new bridge, consisting of six concrete slab spans at 20', will be required at Big Creek in the rural transition area. The existing bridge at this location will remain in place.

SCOPE OF SERVICES

The selected Consultant/Team will provide all engineering and surveying services required to develop preliminary and final plans, specifications, estimates and right-of-way maps for the reconstruction of a portion of US 167. All Phases of work for this project will be presented in English units of measurements. The scope of services is more specifically described as follows:
PHASE I, PART 2: TOPOGRAPHIC SURVEY

This part shall 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 shall 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 shall include, but not limited to the staking of centerline when required and when physically possible and, where this is not possible, to the running 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 shall 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 shall 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 shall be submitted to the Project Manager 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 shall be based on the Louisiana State Plane Coordinate System, (NAD-83-92), as determined by G.P.S. observation.

Topographic survey requirements will include, but not limited to, the following:

1. The survey shall include a complete survey of all pipelines crossing the project. The pipeline crossing survey shall include the horizontal and vertical location across the width of the existing and proposed right-of-way, up to 50¢ beyond the right-of-way line on each side of the roadway.
2. The required width of the Digital Terrain Model (DTM) will be 300¢ along the length of the project survey line. Limits of DTM on each side of project centerline will vary.
3. Cross roads will be surveyed for a distance of approximately 300¢ and the DTM will be 200¢ (100¢ left and 100¢ right).
4. Major intersections will be surveyed for a distance of approximately 500¢ and the DTM will be 200¢ (100¢ left and 100¢ right).
5. Existing drainage map of the project area is required.

PHASE I, PART 5: PRELIMINARY PLANS


This part shall consist of all engineering services required for the completion of Preliminary Plans and estimates for the project, all under a schedule for completion which shall be in conformity with the contract time specified elsewhere in this Contract or established by supplemental agreement. Specifically, the work under this part consists of, but not limited to, the following major items:

1. The assembly and study of existing data, including improvement studies, boring information, if any, traffic data available through DOTD, and such other data as can be located through efforts of the Consultant
2. The preparation of preliminary plans to determine the required right of way designed in accordance with most current DOTD and AASHTO design criteria.
3. A hydraulic study will be required for existing and proposed bridge structures. The hydraulic study will be submitted in accordance with the format set forth by the DOTD Hydraulic Section. The study must present comments on the abutment slopes and recommend the appropriate abutment protection for each site.
4. The preparation of preliminary bridge plans to determine the length and configuration and designed in accordance with most current DOTD and AASHTO design criteria. The performance of a cost analysis as required to determine the most economical structure design for the particular location of this project and the preparation of a corresponding report in reproducible form for DOTD/LTM’s use.
5. The preparation of all permit drawings necessary for incorporation into DOTD's application for a permit to cross navigable waterways and wetlands. Such drawings shall be original, reproducible drawings. The format of these drawings shall comply with the U. S. Coast Guard or U. S. Corps of Engineer standards, as the case may be, and shall be subject to the approval of the Project Manager before acceptance.
6. The preparation of location plans for subgrade soil borings that, in the judgment of DOTD/LTM, may be necessary for design of the project. The Consultant shall also prepare additional location plans as may be required by DOTD/LTM for conducting additional borings deemed necessary by DOTD/LTM.
7. Prepare drawings as required for submittal of applications for railroad permits.
8. Prepare and provide cost estimates and electronic drawings at 30%, 60%, and Plan-In-Hand submittals.
9. Consultant shall be available for monthly meetings at the LTM office in Baton Rouge or alternately at the Consultant’s office, to be determined by LTM Project Manager. The Consultant’s Project Manager will prepare the meeting minutes within one (1) week from the meeting date and distribute to attendees.
10. Develop a QA/QC plan specific to this work.
ADDITIONAL ENGINEERING SERVICES

The scope of services, fees and contract time for title research reports, property surveys, base right-of-way maps, title updates, final right-of-way maps, final roadway plans, final bridge plans, geotechnical services, and traffic engineering (if required), will be established by a Supplemental Agreement(s) upon satisfactory completion of the previous phases of work. Specifically, the design phase geotechnical services may include the following:

Design Phase Geotechnical Service
Slope Stability Analysis
Special Investigations (bedding, foundations, walls, etc.)
Settlement Studies Including Wick Drains
Deep Borings
Design Pile Lengths
Soil Investigation for Erosion Control
PHASE IV: CONSTRUCTION PHASE

Some services may be required during the Construction Phase. If required, the following Construction Phase Services will be added to the Contract for Engineering Services by Supplemental Agreement. These services may include the following:

Geotechnical Services

Perform all geotechnical services required by Section 804 of the Standard Specifications
Review and approve Contractors Pile Driving System
Review and approve Contractors Pile Driving Equipment where Wave Equation Analysis is specified
Perform Test Pile Analysis and Recommend Permanent Pile Lengths
Perform Cone Penetrometer Test (CPT) when required
Perform Dynamic Monitoring, when required

Plan Changes

Review, investigate and develop solutions for issues requiring plan changes
Prepare plan changes as required to correct plan discrepancies including justification, drawings and cost
Review and make recommendations for changes requested by Owner.

Note: Services performed for plan changes due to plan error will be performed at no additional fee.

Shop Drawings

Review and approve Shop Drawings

ITEMS TO BE PROVIDED BY LTM


1. Numbered Field Books
2. Survey Kick-off Packet
3. Electronic Blank Title Sheet
4. Traffic Data
5. As-built plans, if available
6. Subgrade Soil Survey
7. Typical Section Design

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 Administration Manual
13. Materials Sampling Manual
14. DOTD Bridge Design Manual
15. Consultant Contract Services Manual
16. Geotechnical Engineering Services Document

COMPENSATION

The maximum compensation limitation payable to the Consultant for the required services will be $458,330, subdivided as follows:

Topographic Survey (Phase I, Part 2), non-negotiated lump sum of $121,505
Preliminary Roadway Plans (Phase III), non-negotiated lump sum of $315,743
Preliminary Bridge Plans (Phase III), non-negotiated lump sum of $21,082
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. All Phases will be completed within 495 calendar days, including review time, as shown on the Project Schedule Bar Chart.

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 a minimum of three Registered Professional Civil Engineers, including one with at least five years experience in highway design, 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):

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.

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

Survey Services – 24%
Roadway Design – 64%
Bridge Design – 10%
Geotechnical Services – 2%

The Consultant should identify the percent for each “element of work”, and for the “overall project” to be performed by the Prime consultant and Sub-consultant(s) in Sections 8 and 9 of the SF 24-102 (Rev. 1/2003).

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 complete sets 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. 700-22-0116 and will be submitted prior to 2:00 p.m. on Monday, December 22, 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

schedule 700-22-0116 State Route in Dry Prong.xls