Advertisement Synopsis

MARINE ENGINEERING SERVICES
June 10, 2005


STATE PROJECT NO. 700-04-0104
FEDERAL AID PROJECT NO. BR-0401(503)
BELLE RIVER BRIDGE
ROUTE LA 70
ASSUMPTION 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 naval architecture and marine 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) shall be selected for this Contract.

Project Manager – Mr. Ray A. Mumphrey, P.E., he may be reached at (225) 379-1067.
PROJECT DESCRIPTION

This project consists of providing naval architecture, marine, mechanical, electrical and civil engineering services that include, but are not limited to the preparation of contract plans and specifications, physical inspection, reports, calculations, review of shop drawings, and construction engineering services for the rehabilitation of the Belle River Pontoon Bridge on La. 70. The work shall entail the complete re-design and replacement of the pontoon barge, apron spans, apron towers, mechanical operating system and portions of the fender and electrical system. The selected consultant shall be required to research and recommend an improved operating system, which may include hydraulics, thruster and/or cables and winches. Once the operating system is approved by DOTD, the system shall be designed for the project. The rehabilitation project shall be designed to allow the bridge to be operated under high water conditions and the existing operator house shall be retrofitted to accommodate the new operating system. The pontoon barge shall be fitted with attachments to allow for the winching of the barge to the open position by winch trucks during emergency operations.
SCOPE OF SERVICES

The selected Consultant shall perform such services and shall be responsible for the following:
ITEMS TO BE PROVIDED BY DOTD

1. All information and plan details of the existing structure.
2. Copy of past inspection/survey reports.
REFERENCES

All designs and engineering documents shall meet the standard requirements as to format and content of the DOTD; and shall 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 to the Consultant for services rendered in connection with this Contract shall be a negotiated lump sum with a maximum limitation.
CONTRACT TIME

The consultant shall proceed with the services specified herein after the execution of this contract and upon written Notice-To-Proceed from the DOTD, and shall not exceed two years, including approximately one year for design and one additional year for construction related engineering services. Final plans shall be delivered six months after the project is scoped, negotiated and the notice to proceed is issued.
MINIMUM PERSONNEL REQUIREMENTS

The following requirements must be met at the time of submittal:

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 shall be performed, weighting factor of 4;

Consultants shall be evaluated as indicated in Items 1- 6. The evaluation shall be by means of a point-based rating system. Each of the above criteria shall receive a rating on a scale of 0-4. Then the rating shall be multiplied by the corresponding weighting factor. The firm’s ratings in each category shall then be added to arrive at the Consultant’s final rating.

If Sub-Consultants are used, each member of the Consultant/Team shall be evaluated on their part of the contract proportional to the amount of their work. The individual team member ratings shall then be added to arrive at the Consultant/Team rating.

DOTD's Consultant Evaluation Committee shall 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 shall make the final selection.

CONTRACT REQUIREMENTS

The selected Consultant shall be required to execute the contract within 10 days after receipt of the contract.

INSURANCE - During the term of this contract, the Consultant shall 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 shall be written on a “claims-made” basis. Prior to executing the contract, the Consultant shall provide a Certificate of Insurance to DOTD showing evidence of such professional liability insurance.

AUDIT - The selected Consultant/Team shall 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 shall submit semi-annual labor rate information, when requested by DOTD.
The selected Consultant/Team shall 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 shall 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), shall 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, shall 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 shall be identified with State Project No. 700-04-0104 and shall be submitted prior to 3:00 p.m. on Tuesday, July 5, 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.