Advertisement Synopsis

Engineering and Land Surveying Services
November 19, 2004


STATE PROJECT NO. 700-38-0107
FEDERAL AID PROJECT NO. BRO-3804(500)
OFF-SYSTEM BRIDGE REHABILITATION
AND REPLACEMENT PROGRAM
PLAQUEMINES 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 engineering and land surveying 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 is attached.

Project Manager(s) – Ms. Simone Ardoin, P.E., may be reached at (225) 379-1338.
SCOPE OF SERVICES

The Consultant/Team will be required to perform Stage 3, Part I (a), topographic surveys and Stage 3, Part III preliminary plans for the replacement of 2 ferry landings in Plaquemines Parish. The project number and modules required are as follows:


MODULES REQUIRED
PROJECT
SURVEY
HYDRAULICS
PRELIMINARY
PLANS
713-38-0002
X
X
X
(STAGE 3, PART I (a)) TOPOGRAPHIC SURVEY

This part of the contract shall consist of all land surveying services required to make a complete topographic survey for the proper design and layout of the project. The DOTD requirements which shall govern this survey are specified in the current edition of the DOTD Location and Survey Manual as modified by the Off-System Bridge Replacement Program Survey procedures. Stream traverse and stream cross sections are not needed. Survey to extend 150’ each side of intersecting roadways. The consultant is to ensure the locations of existing dolphins, fenders, and piles are included in the survey information. Vertical control is required.

(STAGE 3, PART III) PRELIMINARY PLANS

The hydraulic data shall be reviewed and approved by the DOTD Hydraulics Section. The DOTD requirements are specified in the current edition of the DOTD Hydraulics Manual as modified by the Hydraulics Guidelines for Off-System Bridges.

The approximate numbers of plan sheets required are as follows:

DESCRIPTION
NO. OF SHEETS
Title Sheet & Layout Map
1
Typical Section
2
Summary of Estimated Quantities
1
Plan/Profile Sheet (1”=20’)
2
Construction Signing Sheet
2
Cross-Section ERWK (Mainline)
8
General Notes
1
General Bridge Plan Sheet
2
Fender/Dolphin Layout
2
Boring Logs
2
General Notes (Electrical)
1
Electrical Layout
2
General Notes (Mechanical)
1
Mechanical Assembly/Layout
4

The preliminary plans will include the layout and general notes for the electrical and mechanical components required for the ramps and approaches.

A. Solicitation of Views (SOV) and Categorical Exclusion (CE)

Consultant is responsible for sending out the necessary solicitation of views and categorical exclusion documentation required for environmental assessment for this project. Solicitation of Views is to commence following the hydraulic report review and approval.

The Consultant will be responsible for providing information to the Parish or the LA DOTD to be used in the environmental assessment process. This information shall include, but not limited to, drawings required to obtain permits. The Consultant is to provide permit sketches for the LADOTD to apply for the Coast Guard permit.

B. Right-of-Way Agreement/Sketch

The Consultant shall furnish to the Parish the necessary right-of-way agreements and right-of-way sketches for these sites to facilitate right-of-way acquisition. The right-of-way agreements and sketches will be prepared after the plan-in-hand inspection. A sample will be provided to the Consultant.

C. Stage 3, Part IV Final Plans

The final plan phase will include the design and detail of the structural, mechanical, and electrical components for the operation of the ramps and approaches.
Scope of Services and fee for final plans will be determined upon satisfactory completion of preliminary plans.
D. Stage 5, Part II Shop Drawing Review

If required, the Consultant will be contracted to provide the shop drawing review during construction. Shop drawing review services may be performed under a Supplemental Agreement or a separate contract.

PROJECT NO.NAME
STRUCTURE NOS.
713-38-0002
Pointe A La Hache Ferry LandingsP38-29344-89476-1 (East Bank)
P38-29342-89478-1 (West Bank)
E. Stage 3, Part III Borings

The Consultant is to obtain soil borings and perform sampling and testing pertinent to a geotechnical investigation at both sites.

The Consultant shall obtain three borings at each site for a total of six soil borings. Each site will require two borings at a depth of 150’ and one boring at a depth of 60’. The 150’ deep borings are to be taken near the centerline of the roadway at existing lifting towers and timber abutments. The 60’ deep borings are to be taken near the centerline of the roadway in the vicinity of the intersecting roadway.

The borings shall be made with rotary type drill rigs. Undisturbed samples of cohesive and semi-cohesive soils shall be obtained from each distinct soil stratum that is penetrated, not to exceed depth intervals of 5 feet between samples. The Consultant shall make arrangements for access to boring sites and for clearing utility locations prior to drilling. It will be the responsibility of the Consultant to obtain consent from the respective landowners in order to enter onto private property. In the case that consent is not granted, the Consultant shall contact the Project Manager, who is authorized to execute a Forced Entry, as per Louisiana Revised Statute 48:217. The Consultant shall protect all utilities, public or private, at all times during geotechnical operations and shall restore all damages resulting from boring operations at work site to their original condition prior to termination of contract requirements.

Sampling of cohesive and semi-cohesive soil shall be accomplished with a 3 inch diameter Shelby tube sampling barrel. All Shelby tube samples shall be extruded from the barrel at the worksite in accordance with AASHTO Designation T207 by means of a continuous pressure hydraulic ram, such as a Sheffer extruder. Extrusion by water pressure is prohibited. Samples shall be extruded directly onto a sample trough, and shall not be caught with the hands. When cohesionless soils are encountered in any test borings at any depth, samples shall be taken at intervals not to exceed 3 foot centers, in conjunction with the performance of Standard Penetration Tests.

All samples shall be placed in sealed containers immediately following extraction in accordance with AASHTO Designation T206 or T207. All sampling, drilling, and borehole sealing practices shall conform to current Standard Specifications for Methods of Sampling and Testing of the American Association of State Highway and Transportation Officials (AASHTO) and the Water Wells Rules, Regulations and Standards for the State of Louisiana.

All drilling and sealing operations shall be conducted to assure the least possible obstruction to traffic. Roadway and bridge surfaces shall be kept reasonably free from borehole cuttings and sealing material and in such condition that the public can travel in safety. Provisions for Flagman Control Devices shall be the responsibility of the Consultant.

Any additional borings or tests required for analysis will be at “No Direct Pay”.

F. Laboratory Tests

Soil mechanics laboratory tests shall be performed on a majority of the samples obtained from the borings. Unconfined compression tests and Atterberg limit tests shall be performed on at least 50% of the extruded samples. For extruded samples with low plasticity, unconsolidated undrained triaxial compression shear tests shall be performed in lieu of unconfined compression testing and will count toward the 50% of samples tested. Re-molded unconfined compression tests to determine the sensitivity of samples that failed in slickensides at low strains can also be performed as deemed necessary. If necessary, consolidation tests shall be performed according to AASHTO T216, and results shall be reported as graphs of “Void Ratio vs. Log of Pressure” and “Coefficient of Consolidation vs. Log of Pressure”. Both plots may be shown on the same graph, if adequately labeled. Any sample from a clay layer that shows signs of being over-consolidated must be subjected to a load/rebound/re-load cycle during the consolidation testing, as per AASHTO T216. Any sample selected for consolidation testing shall also have the specific gravity determined according to AASHTO T100, and the Atterberg Limits determined According to DOTD TR-428, and with supporting results reported. Laboratory classification of soils shall be in accordance with ASTM D 2487. Additionally, sufficient unit weight tests and natural water content tests shall be performed to augment the other tests and to provide engineering data necessary to design bridge and embankment structures, all in accordance with the present design requirements and standard engineering practice. All tests shall conform to current AASHTO Standard Specifications for Sampling and Testing.

G. Laboratory Analysis and Report

Logs of borings, laboratory test results, and analysis shall be furnished in a format acceptable to the DOTD. The Consultant shall obtain three or four mil polyester double matte film for use in reporting the results. If the plan sheets are to be drafted manually, the “blank” sheet should be printed in reverse image, and the data placed on the opposite side. The DOTD Materials and Testing Section will provide an example of the format to the Consultant. The lettering used on the profiles shall be of such size and clarity that the legibility of data can be maintained when reduced to 50 % of its original size. The latitude and longitude of each boring shall be shown on the plan sheet in DMS format to the nearest 0.10 seconds.

Soil profiles shall be grouped on sheets according to the site location.

All boring and test results must be reported in English units. All reported test results, including each profile sheet, shall be signed, sealed, and dated by the Professional Engineer in responsible charge of testing.

The Consultant is responsible for verifying the stations and elevations of the borings prior to submitting documents and plans for review. Plan sheets without natural ground elevations at the location of each boring will not be accepted. Each boring shall be plotted on the sheet with the same elevation at the top of the column, showing the horizontal positioning of each boring relative to the others on the sheet.

ADDITIONAL SERVICES

The scope of services, compensation and contract time for future engineering services to provide Stage 3, Part IV Final Plans will be established by a Supplemental Agreement(s) upon satisfactory completion of the previous Stages of work.
ITEMS TO BE PROVIDED BY THE PARISH OR DOTD

1. Traffic Data
2. pH, Resistivity Reports
3. As-Built Plans

DOTD will furnish pH and resistivity reports to the Consultant. The Parish will acquire all required rights-of-way, relocate utilities and obtain all required permits. Permit applications will be prepared by the Parish.

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 on 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

Compensation will be a non-negotiated lump sum compensation as follows:

Topographic Survey (Stage 3, Part I (a))$24,161
Geotechnical Investigations (Stage 3, Part III)$49,445
Preliminary Plans (Stage 3, Part III) including SOV/CE$60,480

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, in accordance with the following:

Topographic Survey (Stage 3, Part I (a)), will not exceed 45 calendar days.
Geotechnical Investigations (Stage 3, Part III), will not exceed 90 calendar days.
Preliminary Plans (Stage 3, Part III), will not exceed 180 calendar days.
MINIMUM PERSONNEL REQUIREMENTS

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

1. At least one Principal of the firm under consideration 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 in the State of Louisiana, with a minimum of five years experience, and a corresponding support staff.
3. 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;

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.louisiana.gov), 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. 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. 700-38-0107 and will be submitted prior to 2:00 p.m. on Monday, December 13, 2004, 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

713-38-0002 Routes.pdf