Engineering and Construction Services
January 14, 2005
STATE PROJECT NOS. 713-59-0194, 713-59-0196, AND 713-59-0198
F.A.P. NOS. BRO-002S(060), BRO-002S(051), AND BRO-002S(053)
CONSTRUCTION INSPECTION SERVICES
OFF-SYSTEM BRIDGE REHABILITATION
AND REPLACEMENT PROGRAM
EAST FELICIANA 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 construction inspection 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. Glenn Delee, he may be reached at (225) 683-5548.
PROJECT DESCRIPTION
The Consultant/Team will perform all construction inspection and project engineering services for three Off-System Bridge Replacement projects located in the DOTD District 61. The projects sites are located in East Feliciana Parish.
SCOPE OF SERVICES
Construction administration and construction inspection
services required for the construction of three off-system bridges in East Feliciana Parish, including approach roadways for the following projects:
PROJECT NUMBER
EST. LETTING DATE
EST. WORKING DAYS
STRUCTURE TYPE
713-59-0194
02/05
30
4-(1350 mm RCP/Plastic 1500 mm CMP) x 16.46 m
713-59-0196
02/05
80
5-span Conc. Slab Span (C.I.P.)
713-59-0198
02/05
120
8-Span Conc. Slab Span (C.I.P.)
The Project locations and name are as follows:
PROJECT NO.
LOCATION/NAME
713-59-0194
Tributary to Spring Creek
713-59-0196
Bridge Over Pretty Creek
713-59-0198
Bridge Over Richland Creek
The various tasks to be performed by the Consultant under this contract for Stage 5, Part III, are described more specifically as follows:
I. Mandated Construction Requirements:
1. Coordinate with DOTD District personnel to schedule and attend the
Pre-Construction Meeting. Consultant will be required to conduct this meeting.
2. Maintain all construction field records; make daily entries in the project diaries to indicate the Consultant’s personnel present on the job sites, the Contractor’s personnel and equipment being utilized on the projects, and the work being accepted, along with the charging of contract time.
3. Coordinate with the Parish Engineer/Representative for all relocations/adjustments of utility facilities for the construction of work sites.
4. Provide all necessary equipment to perform the required field-testing for quality assurance in accordance with the latest DOTD Sampling and Testing Manual.
5. Submitting of all sampled materials to be tested by DOTD District 61 Testing Laboratory located in Baton Rouge, Louisiana in accordance with the stipulated Sampling Manual.
6. Inspection of contractor’s construction operations (daily) to ensure that all work is performed in accordance with the specified plans and specifications.
7. Keep clear and concise records of the contractual operations, prepare monthly pay estimates, and make monthly progress reports in conformance with DOTD requirements. Inspection of construction will not include shop and mill inspections and their approval.
8. Prepare final estimate packages, including Form 2059- “Summary of Test Results” in conformance with DOTD requirements.
9. Review all form work drawings and submittal of same for further handling, review, and distribution.
10. All Construction activities will be coordinated between the Consultant, the FHWA and an assigned representative of the DOTD. All work standards, methods of reporting, and documentation of pay quantities will be in accordance with the policies and procedures of the DOTD. All partial and final construction estimates, and other information must be submitted on forms approved by DOTD.
11. The Consultant will be available for conferences, visits to jobsites, and/or inspections by DOTD authorized representatives.
12. The Consultant will be required to submit “As-Built” plans with the final estimate. “As-Built “ plans are to reflect all changes made from the original plans. All changes to the plans are to be made using 746-1/2 Tuscan red pencil.
II. Additional Consultant /Team Services:
When it is stipulated by the Project Specifications, that approval by DOTD is required for material, equipment, and/or construction procedures, DOTD policies for obtaining such approval will be followed.
All construction inspection personnel utilized by the Consultant must meet and retain the same qualification and certification requirements as required of DOTD construction personnel. As a minimum, two Certified Structural Concrete Personnel will be required.
At the start of construction and throughout the construction process, the total number of Certified Structural Concrete Personnel will be evaluated by DOTD and the Consultant will be required to make the necessary adjustments in personnel levels no later than two calendar days subsequent to notification by DOTD.
The Consultant will perform all surveying services when required. The contractor will perform construction layout, and the Consultant will perform any necessary spot checks for verification.
Any proposed changes in plans or in the nature of the work will be pre-approved in writing by the DOTD, prior to the performance of stipulated work.
Plan changes throughout the life of the project will also have to be written by the Consultant and approved through the Department’s process.
The Consultant will monitor and document all construction claims, and provide recommendations on disposition of claims.
The services to be performed will be under the direct supervision of the DOTD. The services will be performed in
accordance with the latest applicable DOTD Construction Manual, Testing Procedures Manual, Sampling Manual,
Engineering Directives and Standards Manual (EDSM) and the latest version of the Louisiana Standard Specifications
for Roads and Bridges.
III. Expectations of a Consultant’s Fiscal Management of a Client’s Contract:
The Consultant is expected to keep the cost within the allocated Contract funds, unless certain legitimate
circumstances alter this expectation. Prudent fiscal management of a (DOTD) client’s funds shall not create
circumstances that would alter the safety and quality of a project.
IV. Expectations of a Consultant to Maximize Information Technology to Enhance a Project’s Safety, Quality and Assist in Prudent Cash Flow Management:
The Consultant is encouraged by DOTD to use information technology (IT) devices when they will enhance safety, quality as well as reducing cash flow demand.
V. Direct Expense Limitations:
DESCRIPTION
RATE
Rental Vehicle
$700/Month
Mileage on Consultant owned Vehicles
$0.34/Mile
Per Diem (Lodging and Meals)
$55/Day Lodging, $26/Day Meals
(not including local and customary taxes)
SERVICES TO BE PERFORMED BY DOTD
The DOTD will furnish without charge, the following services and data:
1. Laboratory testing of materials. DOTD District 61 Testing Laboratory in Baton Rouge will perform laboratory tests in conjunction with special testing performed at the DOTD Central Laboratory in Baton Rouge, Louisiana, using samples procured, and submitted by the Consultant and/or his staff.
2. DOTD will provide project plans and contract proposals.
3. DOTD Structural /Marine Fabrication Engineer will perform all shop and fabrication inspection.
4. DOTD will perform all asphaltic concrete plant inspection and testing.
5. DOTD will provide sampling plan for the project.
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 will be a non-negotiated cost plus fixed fee, with a maximum limitation. Compensation for the project engineer will be subject to a maximum of 25% of the total project engineer hours, at the firm’s audited office overhead rate. The remaining 75% of the project engineer’s time and all inspector’s time will be calculated using the statewide field overhead rate. Compensation is sub-divided as follows:
PROJECT NO.
FIXED FEE
MAXIMUM LIMITATION
713-59-0194
$2,507
$29,010
713-59-0196
$6,720
$77,828
713-59-0198
$10,022
$115,958
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. The estimated Contract Time is 240 calendar days, based on the following estimated Working Days:
PROJECT NO.
ESTIMATED WORKING DAYS
713-59-0194
30
713-59-0196
80
713-59-0198
120
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. The Prime Consultant must employ on a full time basis, a minimum of two Registered Professional Civil Engineers Registered in the State of Louisiana, 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, a minimum of
two
Inspectors Certified and approved by DOTD in the following areas, at the time of submittal:
a. Structural Concrete
b. Field Construction expertise with a minimum of five years experience in Road and Bridge Construction
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;
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.
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.
Inspector’s certification card (indicating the date of expiration), 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 Nos.
713-59-0194, 713-59-0196, and 713-59-0198,
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