July 21, 2004
ADDENDUM NO.
3
Addendum No. 3
NOTICE TO DOTD CONSULTANT NOTIFICATION LIST:
TIMED PROJECT
STATE PROJECT NO. 700-92-0016
FLORIDA AVENUE BRIDGE
OVER THE INNER HARBOR NAVIGATIONAL CANAL (IHNC)
POLAND AVENUE/ALVAR STREET TO TUPELO STREET
ORLEANS PARISH
The EVALUATION CRITERIA and the CLOSING DATE as indicated in the Advertisement for the captioned project is hereby deleted and modified (in bold) to read:
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 plan to demonstrate compliance with the 80% residency requirement and a CPM Schedule, weighting factor of 5.
8. Consultant’s Cost Proposal, weighting factor of 4.
Each Prime Consultant and all Sub-Consultant team members 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. 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 Tier I composite score for each Consultant/Team will be based on ratings of Items 1-7. 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.
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 short-listed 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 based on the price proposed for items listed under Additional Services for Phases I, II, and III as follows:
Price Proposal Rating = Lowest Proposed Price x 4
Consultant’s Proposed Price
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:
Main Span Bridge Design – 35%
Other Bridge – 25%
Roadway Design (including Traffic Engineering, Lighting, Drainage & Landscaping) – 20%
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.
The closing date for the submittal of SF 24-102 for State Project No. 700-92-0016 is hereby changed to be submitted prior to 2:00 P.M. on Monday, August 9, 2004 to allow for maximum opportunity for Consultant team building.
Mark Chenevert, P.E.
.
Contract Services Administrator