Advertisement Synopsis
Engineering Services
January 14, 2005
STATE PROJECT NO. 700-99-0261 (Phase III)
FEDERAL AID PROJECT NO. BR-NBIS(889)
PONTIS INSPECTION OF BRIDGES
AND DEVELOPMENT OF PONTIS MODULES
(PHASE III)
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 perform all engineering 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 Manager
– Mr. Gill Gautreau, P.E., he may be reached at (225) 379-1552.
PROJECT DESCRIPTION
Phase III of this statewide project will include routine PONTIS bridge inspections on approximately 427 selected bridges judged by DOTD to require a PONTIS aided decision between rehabilitation and replacement. All field inspection data will be collected using the DOTD supplied inspection software and in a manner determined by the DOTD Consultant in Phases I & II. The PONTIS software models will be developed and tested for usable data and reports. Inspection photos and element photos will be collected to complete the DOTD PONTIS inspection manuals.
SCOPE OF SERVICES
The scope of services is more specifically described as follows:
PHASE III, PART I
PONTIS INSPECTION OF BRIDGES
The consultant shall perform a PONTIS element bridge inspection on those bridges specified by DOTD. The total number of bridges is approximately 427. All field inspection data will be collected using the DOTD supplied PDA inspection software with Consultant provided PDA handheld devices and in a manner determined by the DOTD Consultant in Phases I &II. As each bridge is inspected, the inspection data will be entered into the PONTIS database.
Two bridge inspection teams will be utilized to perform the routine bridge inspections. Each team will consist of two inspectors with the team leader required to be a certified bridge inspector. All team members will be required to take PONTIS Inspection Training classes prior to the start of the inspections. The DOTD will offer these PONTIS training classes during Phase II. Any proposed alternate training will be evaluated by the DOTD project manager and must be clearly equivalent or superior: otherwise the firm will be required to pay for a repeat of the training. Every month during the inspection, the consultant shall be required to meet and discuss the inspection process, data collection software and devises, and PONTIS elements with the DOTD. After each meeting is complete, field procedural adjustments may be made, and the consultant as required may make modifications to the software. The consultant shall continue to modify the PONTIS Inspection process and elements until the software, procedures, and manuals are in agreement. PDA Inspection software modifications will be made by the DOTD.
Inspections will be done to the level of detail associated with typical, two-year DOTD inspections and will not be special, in-depth inspections using special equipment such as Ultrasonics. Copies of such inspections are available for review at the DOTD Headquarters Bridge Maintenance Section during normal working hours. However, the inspectors will review all CORE elements and note any areas of concern found during the inspection. These findings will be recorded and sent to Bridge Maintenance with any associated recommendations.
The consultant shall provide the required inspection tools and access equipment. DOTD requires adherence to the MUTCD. For those bridges requiring full traffic control or large equipment items to inspect, the teams shall submit traffic control and inspection plans for approval and shall coordinate all lane closures with the DOTD.
PHASE III, PART II
DEVELOPMENT OF PONTIS SOFTWARE MODELS
The consultant shall setup and complete the Development of the PONTIS Models. PONTIS Model Development will involve the development of the improvement and deterioration models as well as establishing Louisiana specific cost and other parameters for the DOTD to use during future planning and programming. The consultant should use existing NBI data, area environmental data, and extensive experience with Louisiana bridges to establish deterioration data. These parameters shall be incorporated into the PONTIS software and database provided by the DOTD. Also, the consultant shall enter in any FHWA, AASHTO, or Louisiana required safety improvements to develop the improvement model.
Once a significant amount of bridge inspection data, defined as approximately 50% of the inspection records, has been entered into the program, the consultant shall run a series of bridge work candidates and programs to analyze and test the results. The results will be considered complete when the models correspond with good engineering judgment and experience on Louisiana bridges. From the results, the consultant shall make minor changes needed to the PONTIS models. The consultant shall complete the setup of the models when the programs yield results, which are accurate and useful as a bridge-planning tool. The consultant shall work with the DOTD Bridge Management Group to setup reports, security levels, and PONTIS rules to be used in the planning and programming models.
PHASE III, PART III
COLLECTION OF PHOTOGRAPHS
During Phase I, the DOTD consultant collected electronic centerline and profile photos of each of the 4000 bridges not previously inventoried by the DOTD. The consultant shall collect electronic centerline and profile photos of all bridges inspected in a format and naming system consistent with that established by the DOTD in Phase 1. The consultant will then link in the photos as PONTIS media links as applicable for each structure.
The DOTD consultant also collected bridge and element photos to be used as a reference in the PONTIS inspection manuals. The consultant will collect the remaining bridge and element photos and insert them electronically in the manuals. This will involve updating all photos in the LADOTD PONTIS Inspection Manual and collecting an example photo for each condition rating on each element of the LADOTD PONTIS Pocket Guide.
PHASE III, PART IV
COMPLETION OF PONTIS INSPECTION MANUALS
The consultant will revise the LADOTD PONTIS Inspection Manuals and Pocket Guides to include any and all changes made to the inspection process during Phase III Part I. The consultant will update the guides and provide them in both an electronic (PDF) format and a hardcopy to the DOTD.
QUALITY CONTROL PROGRAM
The consultant will develop and administer a plan that will assure that data collected accurately reflects actual bridge conditions. The Contractor is required to submit a QC plan to assure this accuracy that is acceptable to DOTD prior to beginning work.
ITEMS TO BE PROVIDED BY DOTD
1. List of all DOTD owned bridges on which element level inspections are to be made.
2. An electronic copy of the DOTD 2004 NBI inspection data.
3. Access to all available, previous bridge inspection reports on the highway bridges that are to receive element level inspections.
4. Access to those as-built plans of bridges that are available in the DOTD Headquarters and District offices.
5. The latest version of the PONTIS software and the DOTD PONTIS database.
6. PONTIS inspection software and users manual for the handhelds.
7. LADOTD PONTIS Inspection Manual and Inspector's Pocket Guide.
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
18. DOTD PONTIS Inspection Manual
19. Bridge Inspection Reference Manual (Oct. 2000)
20 AASHTO LRFD Bridge Design Specifications
COMPENSATION
Compensation will be a negotiated cost plus fixed fee, with a maximum limitation.
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 400 calendar days, including review time.
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 two Registered Professional Civil Engineers, including one with at least ten years experience in bridge design/Inspection background, and one with at least five years experience in bridge design/Inspection background, 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):
a. A minimum of four NBIS Certified Bridge Inspectors.
b. A minimum of one Database Programmer with demonstrated capabilities in Sybase SQL Anywhere, Microsoft SQL Server of similar, DOTD approved. PC Database Programming.
c. A minimum of one member must have experience to construction cost estimating on bridges in the region.
NOTE
:
In addition to the above requirements, all team members will be required to take PONTIS Inspection Training classes prior to the start of the inspections. The DOTD will offer these PONTIS training classes during Phase II. Any proposed alternate training will be evaluated by the DOTD Project Manager and must be clearly equivalent or superior; otherwise the firm will be required to pay for a repeat of the training.
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
One original (
stamped original
) and four copies of the SF 24-102 must be submitted to DOTD.
NBIS Inspector’s credentials must be included in the SF 24-102.
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.
700-99-0261 (Phase III),
and will be submitted
prior to 2:00 p.m.
on
Monday, February 7, 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