Advertisement Synopsis
Addendum No. 3

Engineering and Land Surveying Services
July 2, 2004


TIMED PROJECT
STATE PROJECT NO. 700-36-0174
FLORIDA AVENUE BRIDGE OVER THE
INNER HARBOR NAVIGATIONAL CANAL (IHNC)
TUPELO STREET TO PARIS ROAD
ORLEANS AND ST. BERNARD PARISHES



Under Authority granted by Title 48 of Louisiana Revised Statutes, the Louisiana Department of Transportation and Development (DOTD) hereby issues a Request For Qualification statement (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 land surveying services required for the subject project. One Prime-Consultant/Sub-Consultant(s) (Consultant/Team) will be selected for this contract. The draft Environmental Assessment and conceptual project plans indicating the project limits for the proposed work is available for review upon request.

A separate advertisement may be issued at a later date as deemed necessary by the Department for the selection of a consultant to perform the construction administration and inspection services for the project. If a separate advertisement is issued, the prime consultant and sub-consultants of the design team will not be eligible to apply for the construction inspection services project.

Note: The funds for this project will be obtained from the Transportation Infrastructure Model for Economic Development (TIMED). In accordance with R.S. 47:820.3, at least 80% of the work must be performed by Louisiana Residents during the course of the Project.

Project Manager: Mr. Paul Fossier, P.E., will be the Project Manager and Mr. Guy Leonard, P.E. will be the Deputy Project Manager for bridges and roadways, respectively. They may be reached at (225) 379-1323 (Paul Fossier) and (225) 379-1307 (Guy Leonard).

LTM Role: DOTD has retained Louisiana TIMED Managers (LTM), as the overall Program Manager and the Financial Manager on TIMED Projects.

PROJECT DESCRIPTION


The Stage I Planning and Environmental Process for the project is currently in the final stages of completion with the environmental decision (FONSI), in conjunction with issuance of the USCG permit, anticipated by September 1, 2004. A draft Environmental Assessment document, including the preferred alignment, has been completed and is available for review by contacting Mr. Guy Leonard, P.E. at (225) 379-1307.



This project begins just east of the project’s intersection at Tupelo Street in Orleans Parish and proceeds in an easterly direction along Florida Avenue, for a distance of 3.14 miles (16,600 feet), ending at the intersection of Paris Road (Route LA 47), in St. Bernard Parish, which is 1.3 miles north of the intersection of Route LA 47 and LA 39.

This project is to provide all necessary engineering to design and construct a new road and bridge facility for a new Florida Avenue Bridge in Orleans and St. Bernard Parishes, La., as presented in the Environmental Assessment and as shown on the conceptual plans included in the Environmental Assessment.

Current planning is that the project may be bid with multiple separate construction projects. The Consultant will be responsible for evaluating and making recommendations as to the specific limits of individual construction projects that will accommodate site conditions and minimize overall project construction time. Due to the emphasis for accelerated completion of the TIMED Program, all necessary engineering services shall be completed such that all construction is completed by December 2010. Additionally, the current estimate for construction, as presented in the Environmental Assessment, is $42.8 million.

The proposed mainline facility is approximately 3.14 miles in length as shown in the conceptual plans, typical sections and profiles included in the Environmental Assessment and is more specifically described as follows:

Bridges:

Typical Bridge Sections:

The typical main line bridge section, as proposed in the draft Environmental Assessment, consists a two-lane elevated bridge structure with 2 – 12 foot travel lanes, 2 – 8 foot outside shoulders and a 4-foot center striped area, for a total roadway width of 44 feet.

Specific Bridge Descriptions: 1. The elevated structure from Tupelo St. to Paris Road: The elevated bridge structure will be a combination of four-lane divided and two-lane undivided roadway approximately 15,800 feet long. The four-lane divided section, at approximately 1700 feet in length, will transition to a two-lane undivided section 14,100 feet in length, and will include twin overpass structures for the Norfolk Southern Railroad. The structure is currently thought to be comprised of precast-prestressed concrete girder spans with a cast-in-place concrete deck. However, both concrete and steel superstructures will be evaluated to determine the most economical design on which to base preparation of the construction plans. Roadways:

1. End of main line bridge to Paris Road: The main line roadway for this section of four-lane highway is approximately 750 feet long and includes double left turn lanes at Paris Road.
2. Turning lanes will be required on Paris Road for the new Florida Avenue intersection.

SCOPE OF SERVICES


The selected Consultant/Team will provide all services required to perform preliminary engineering and plans, and final engineering and plans to construct the referenced bridges and roadways as presented in the Environmental Assessment and as per the project description. All bridge design will be performed by the latest edition of the AASHTO LRFD Bridge Design Specifications and other applicable codes. All engineering and detailing will be done in English units. The project will be tracked using the Department’s Program and Project Management System (PPMS) software and the consultant will be required to status the project using this software over the DOTD internet site. The scope of services is more specifically described as follows:

PHASE I: PRELIMINARY ENGINEERING

Phase I is subdivided into five major parts as follows:

Part 1: Corridor Study
Part 2: Topographic Surveys
Part 3: Line and Grade Study
Part 4: Environmental Decision Document
Part 5: Preliminary Plans

Parts 1, 3, and 4 have been completed. Parts 2 and 5 of Phase 1 will be performed by the Consultant as hereinafter described:

PHASE I, PART 2, TOPOGRAPHIC SURVEY

This part of the contract shall consist of all services required to perform a complete topographic survey, in US Survey Feet units, as required for the proper design and layout of the Project. Specifically, this work shall be performed in accordance with all principles and objectives set forth in the latest issue of the DOTD Location and Survey Manual. Although, currently acceptable surveying standards and methods, as approved by the Location and Survey Administrator, may be used. The Consultant will request, in writing, from the Project Manager, a copy of the appropriate manual for the Consultant’s information and guidance as to normal DOTD procedures in the conduct of topographical surveys. Deviations from the normal procedures must be authorized in writing by the Location and Survey Administrator.

The survey shall include, but not be limited to the staking of centerline when required and when physically possible and, where this is not possible, to the running of all ground traverses necessary to compute and establish centerline. The centerline survey shall be tied to known property corners and right-of-way monuments along the Florida Avenue corridor. Aerial Photogrammetry may be used when feasible and by written agreement with DOTD in developing the topographic surveys. This work shall include, for the control of the field survey and later use, the establishment of referenced iron rods along the Project, as may be necessary, to define the centerline and of a referenced system of bench marks on a closed level circuit. The survey shall also include the location and establishment of ownership of all utilities within the required right-of-way, particularly those in the way of construction as specified in the manual. The Consultant’s attention is specifically directed to the requirement in the manual whereby a sketch of the survey line shall be submitted to the DOTD Location and Survey Administrator for approval immediately after the initial establishment of said line and prior to proceeding further with the survey. The project survey control and horizontal alignment shall be based on the Louisiana State Plane Coordinate System, (NAD-83-92), as determined by G.P.S. observation

Topographic survey requirements will include the following:

1. The survey shall include a complete survey of all utilities including major pipelines and transmission line within the required right-of-way or crossing the project. The utilities, pipelines and transmission line survey shall include the horizontal and vertical location across the width of the existing and required right of way, up to 50 feet beyond the right of way line on each side of the roadway.
2. The survey shall include all levee and floodwall facilities, drainage canals and railroad tracks within the required right-of-way.
3. The required width of the Digital Terrain Model (DTM) will be 300’ for approximately 16,600 feet along the length of the project centerline. Limits of DTM on each side of project centerline may vary.
4. Crossroads will be surveyed for a distance of approximately 300’ and the DTM will be 200’ (100’ left and 100’ right or as needed).
5. Major intersections will be surveyed for a distance of approximately 500’ and the DTM will be 200’ (100’ left and 100’ right or as needed).
6. Existing drainage map of the project area is required.

PHASE II: TITLE WORK, PROPERTY SURVEY, AND RIGHT-OF-WAY MAPS

Phase II of this Contract is subdivided into five main Parts as indicated below: Part 4: Title Updates
Part 5: Final Right-of-Way Map

The Consultant will perform Parts 1, 2 , and 3 under this contract. Remaining Phases will be authorized under a Supplemental Agreement.

The Parts of Phase II to be performed by the Consultant under this Contract are more specifically described as follows:

Part 1: Title Research Reports: These services shall consist of obtaining necessary Title Research Reports.

The term “Title Research Report” is defined as a report of the ownership of the current property owner(s) with addresses, acquisition data, assessment and tax information, description of the property, conveyances of full ownership, conveyances of other rights (servitudes, leases, restrictions, etc.), existing ROW, recorded plats, and copy of the last acquisition. One original and three copies of the Title Research Report shall be obtained for each parcel and furnished to the DOTD’s Real Estate Section. Compensation for furnishing the Title Research Reports will be based on Billable Rates of $200.00 per required Report.

Part 2: The Property Survey includes all Investigations, Studies, and Field Property Surveys required for the preparation of Base ROW Maps and will commence upon receipt of the written “Notice To Proceed” (NTP) from DOTD. This notice may be issued by the Project Manager any time after the establishment of the Final Project Alignment, at the Consultant’s convenience, but shall be issued no later than the completion of the Topographic Surveys.

Part 3: The Base ROW Maps will show the adopted project centerline, all existing rights-of-way, limits of construction, appropriate topography (residences, commercial buildings, structures, etc.), parcel line locations and ownerships, and required taking lines, with ties to the adopted project centerline. Individual parcel metes and bounds and precise area calculations are not required at this time, however, the approximate area of each required parcel and remaining area shall be determined and shown on the Base Maps. These Maps shall be in the same standard format and shall form the basis for the Final ROW Maps. Specifically, this work shall be performed in accordance with all principles and objectives set forth in the latest issue of DOTD’s Location and Survey Manual, although currently acceptable surveying standards and methods, as approved by the Location and Survey Administrator, may be used. For purposes of a joint review meeting, the Base ROW Maps shall be furnished at approximately 60% completion, and reviewed by a DOTD Team. Appropriate revisions recommended for inclusion in the Final ROW Maps shall be addressed by the Consultant.
ADDITIONAL SERVICES

The scope of services, compensation and contract time for additional engineering services, to provide Preliminary Engineering, , Title Updates, Final Right-of-Way Maps, Final Plans, Geotechnical Investigations and Analysis, Utility Relocation, Traffic Engineering and Roadway Signage and Signaling, Highway Lighting, and other engineering services during required during construction such as Plan Changes and Shop Drawings Review will be established by a Supplemental Agreement(s) upon satisfactory completion of the previous phases of work.

PHASE I, PART 5, Preliminary Engineering


The scope of services and compensation for future engineering to provide preliminary plans will be established by Supplemental Agreement upon satisfactory completion of the Topographic Survey. The duration for PHASE I, PART 5, Preliminary Engineering will not exceed 12 months.

PHASE II, PARTS 4 and 5, Title Updates and Final Right-of-Way Maps

The scope of services and compensation for future engineering to provide Title Updates and Final Right-of-Way Maps will be established by Supplemental Agreement upon satisfactory completion of PHASE II, Parts 1, 2, and 3. The duration for these services will run concurrent with PHASE I, PART 5, Preliminary Engineering.

PHASE III, Final Plans

The scope of services and compensation for future engineering to provide preliminary plans will be established by Supplemental Agreement upon satisfactory completion of the previous phases of work. The duration for PHASE III, Final Plans will not exceed 15 months.

Geotechnical Services

Subgrade Soil Surveys including ph and resistivity
Field Investigations including Deep Soil Borings
Laboratory Testing
Slope Stability Analysis
Embankment Settlement
Special Investigations (bedding, foundations, MSE walls, etc.)
Pile Foundation Design Analysis

Subsurface Utility Engineering and Utility Relocation Coordination
The project corridor contains a large number of utilities that may be in conflict with the proposed work to be done under this project. Additionally, the New Orleans Sewerage and Water Board has a number of existing and planned facilities in the proposed corridor. Close coordination will be required to minimize the impacts and cost associated with utility conflicts.

As part of this contract, the Consultant will be required to perform Subsurface Utility Engineering services. The collection and depiction of utility information, and any required submittals, shall conform to the applicable provisions of CI/ASCE 38-02, “Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data.” The efforts associated with this service may include, but are not limited to the following primary tasks:

Project Meetings and Site Reviews
Preconstruction Utility Coordination
Conflict Assessment, Development of Alternatives, Cost Estimates
Utility Design
Construction Coordination and Monitoring

PHASE IV: CONSTRUCTION PHASE

Some services will be required during the Construction Phase. If required, Construction Phase Services will be added to the Contract for Engineering Services, by Supplemental Agreement as follows:

Geotechnical Services
Perform all geotechnical services required by Section 804 of the Standard Specifications.
Review and approve Contractors Pile Driving System.
Review and approve Contractors Pile Driving Equipment where Wave Equation Analysis is specified.
Perform Test Pile Analysis and Recommend Permanent Pile Lengths.
Perform Cone Penetrometer Test (CPT) when Required.
Perform Dynamic Monitoring, when required.

Plan Changes
Review, investigate and develop solutions for issues requiring Plan Changes.
Prepare plan changes as required to correct plan discrepancies including justification, drawings and cost.
Review and make recommendations for requested changes.
Note: Services performed for plan changes due to plan error will be performed at no additional fee.

Shop Drawings
Review Shop Drawings, Working Drawings and Erection Drawings.

The scope does not include construction support services by the Consultant. Any such work will be authorized under a supplemental contract.


ITEMS TO BE PROVIDED BY DOTD


1. Final Environmental Assessment document and applicable technical reports
2. Environmental Clearance and permits
3. Traffic Study and data as available
4. Roadway pavement design
5. Applicable DOTD Standard plans and Standard details

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. AASHTO LRFD Bridge Design Specifications
3. AASHTO Policy and Geometric Design of Highway Streets
4. DOTD Location and Survey Manual
5. DOTD Roadway Plan Preparation Manual
6. DOTD Hydraulics Manual
7. DOTD Standard Specifications for Roads and Bridges
8. Manual of Uniform Traffic Control Devices (Millennium Edition)
9. DOTD Traffic Signal Design Manual
10. National Environmental Policy Act (NEPA)
11. National Electric Safety Code
12. DOTD Environmental Impact Procedures (Vols. I-III)
13. Policy on Geometric Design of Highways and Streets
14. Construction Contract Administration Manual
15. Materials Sampling Manual
16. DOTD Bridge Design Manual
17. Consultant Contract Services Manual
18. Geotechnical Engineering Services Document
COMPENSATION

The maximum compensation limitation payable to the Consultant for the required services will be $159,608 subdivided as follows:

Topographic Survey (Phase I, Part 2), Property Survey (Phase II, Part 2), and Base Right-of-Way Maps (Phase II, Part 3), non-negotiated lump sum of $156,858.

Title Research Reports* (Phase II, Part 1), unit costs with a maximum limitation of $2,750.

*Compensation for furnishing the Title Research Reports will be based on a Unit Price of $200.00 per required report.

CONTRACT TIME


The consultant will proceed with the services specified herein after the execution of this contract and upon written Notice-To-Proceed from DOTD. The Topographic Survey services will be completed within 90 calendar days, including review time, from the Notice-to-Proceed. The balance of the services (PHASE II, Parts 1, 2, and 3) shall be completed within 180 calendar days from Notice-to-Proceed.

The TIMED Program implementation schedule calls for the completion of Phase I and Phase III, Phase II and Utility relocation agreements by no later than June 30, 2006. Construction activities are currently scheduled from July 2006 through July 2011.

MINIMUM PERSONNEL REQUIREMENTS


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

1. At least one Principal or a responsible member of the Prime Consultant must be a Professional Civil Engineer Registered in the State of Louisiana.
2. In addition to the above requirement, the prime consultant must also employ on a full time basis or through the use of a sub-consultant(s):
a. A minimum of three Professional Civil Engineers Registered in the State of Louisiana, including one with a minimum of ten years experience in bridge design, with specific experience in steel design, precast-prestressed and/or concrete segmental bridge design, deep foundations, drilled shafts, and pile supported footings; two with a minimum of five years experience in bridge design, with specific experience in precast-prestressed concrete girder design, pile bent and column bent design; and a corresponding support staff.
b. Two Professional Civil Engineers Registered in the State of Louisiana, with a minimum of five years experience and a corresponding support staff to perform the required geotechnical field, laboratory and design services. Experience in deep foundations (driven piling and drilled shafts), settlement and slope stability analyses, and complex soil conditions are required. The Consultant must also have a complete corresponding geotechnical support staff, both office and field personnel, and equipment needed to perform the required services.
c. A minimum of one Professional Civil Engineer Registered in the State of Louisiana, with a minimum of five years experience in DOTD roadway, geometric and drainage design.
d. A minimum of one Professional Land Surveyor Registered in the State of Louisiana, with survey support staff and a minimum of five years experience in Title Research Reports and Right-of-Way Map preparation.
e. A minimum of one Utility Relocation Specialist with a minimum of five years experience in Utility Relocation Coordination, including experience in the implementation and performance of Subsurface Utility Engineering services, with appropriate staff.
f. A minimum of one Professional Civil Engineer Registered in the State of Louisiana, with a minimum of five years experience Traffic Engineering.
g. A minimum of one Professional Electrical Engineer Registered in the State of Louisiana, with a minimum of five years experience in Highway Lighting design.

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.
7. Consultant’s Management Approach including a CPM Schedule, weighting factor of 5.
8. Consultant’s Cost Proposal, weighting factor of 5.

All Consultants will be evaluated as indicated in Items 1-6. The Consultant Team will be evaluated on Items 7 and 8. 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 rating. The DOTD’s Consultant Evaluation Committee will prepare a ranked TIER I short-list of the three (if three are qualified) highest rated Consultant/Teams.

If Sub-Consultants are used, each member of the Consultant/Team will also be evaluated as indicated in Items 1-6 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 TIER I Consultant/Team rating.

Under Item 7, the Consultant will be evaluated on both the Management Approach (rated at 50% of this score), and the total time for pre-construction activities (rated at 50% of this score), based upon the shortest duration being rated with the highest score and each subsequent consultant’s duration rate proportionally less.

The firms on the TIER I short-list will attend a pre-selection meeting with the DOTD and the LTM Program Managers to develop a common sense of the scope and to discuss the details of the project. The TIER I Consultant/Teams will submit a price proposal within three weeks of the pre-selection meeting.

The Consultant’s price proposal (Item 8), will receive a rating on a scale of 0-4 points. Each Consultant will receive a Price Proposal Rating score computed as follows:
Price Proposal Rating = Lowest Proposed Price x 4

The firm’s rating for Item 8 will then be multiplied by the corresponding weighting factor and added to the rating from Items 1-7 to arrive a the Consultant/Team’s final rating. A ranked TIER II short-list of the three (if three are qualified) highest rated Consultant/Teams will be submitted to the Secretary of the DOTD. The Secretary will make the final selection.

The following estimates of work categories will be used in the Consultant/Team Evaluation Process. These percentages are based on the overall project:

Bridge Design – 50%
Roadway Design (including Traffic Engineering, Lighting, Drainage & Landscaping) – 30%
Geotechnical and other studies – 10%
Survey – 5%
Utility Relocation – 5%

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 $2,000,000. 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


Six 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 Consultants will include within Section 14 of their 24-102 submission a description of their understanding of the project and the project site, as well as a discussion of the Consultant’s management plan. Submitting firms will also submit a CPM schedule for the project, activity milestones and resource allocations. The CPM schedule will be included as part of the selected Consultant’s contract. The Consultants should include within this description, their plan and approach to meet and improve upon, the project’s schedule constraint of completing all construction by December 2010 and the construction estimate of $42.8 million.

The SF 24-102 will be identified with State Project No. 700-36-0174 and will be submitted prior to 2:00 p.m. on Monday, July 26, 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, Louisiana 70802-4438 or
P.O. Box 94245
Baton Rouge, Louisiana 70804-9245
Telephone: (225) 379-1989