Advertisement Synopsis
Engineering Services
September 19, 2003
STATE PROJECT NO. 700-99-0320
FEDERAL AID PROJECT NO. STP-9903(512)
RETAINER CONTRACT FOR CPM ANALYSIS
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) interested in providing engineering services required to perform Construction Time Analysis services using the Critical Path Method of analysis for statewide projects. One Consultant will be selected for this Retainer Contract. Sub-Consultants will not be allowed.
Project Manager
– Mr. William T. Kilian, P.E., may be reached at (225) 379-1575.
PROJECT DESCRIPTION
The selected Consultant will perform Construction Time Analysis (CTA) services using the Critical Path Method (CPM) of analysis under a statewide retainer contract. The Consultant will be required to execute a separate Task Order, for each construction project, which specifies the scope of services, performance time, and compensation. Each Task Order will become a part of the contract.
SCOPE OF SERVICES
When requested, the selected Consultant will provide the following services for each Task Order (TO):
Prior To Letting The Project For Construction –
the selected Consultant will compute the contract time, review quantities, check for plan errors, provide a cost estimate, provide opinions and options to the sequence of construction, and provide any value engineering or construction proposal concepts related to the design of the project.
After Letting The Project For Construction –
the selected Consultant will provide a full CPM analysis throughout the life of the project, including the review of activity description, estimated duration of activities including early starting dates, late finishing dates, free float and other activities required in DOTD’s specifications. The CPM review will also cover construction schedules and updates, schedule earnings, preliminary submittals, final submittals, and CPM approvals. Additionally, the Consultant will provide training for DOTD’s Project and district personnel in both CPM and the use of Primavera software.
COMPENSATION
The Retainer Contract will limit the sum of all Task Orders to a maximum of
$300,000
. Compensation for each Task Order will be based on negotiated work-hours and billable hourly rates for the actual work performed. Reimbursable expenses will be paid at the prevailing State rates.
CONTRACT TIME
The services to be performed for each TO will be determined upon activation of the TO. The Consultant will proceed with the services required in the TO upon direct order of DOTD. The contract time for each TO will be specified in the executed TO. This retainer contract will be in effect for a duration of two years. All TOs must be complete by the expiration date of the contract. No TO will be initiated unless sufficient contract time remains to complete the TO. Upon expiration of the two year contract time, no new TOs will be executed.
MINIMUM PERSONNEL REQUIREMENTS
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 one Registered Professional Civil Engineer, with at least three years experience in the use of Primavera software for the preparation of CPM’s for roads and bridges, and a corresponding support staff.
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;
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. 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 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 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 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 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.
Name of the Consultant listed on the SF 24-102, must precisely match the name 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.
700-99-0320
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