Advertisement Synopsis
Engineering Services
September 19, 2003
STATE PROJECT NO. 700-52-0145
FEDERAL AID PROJECT NO. STP-5203(501)
S.P. NO. 742-52-0008 (CONST)
F.A.P. NO. STP-5203(500) (CONST)
NORTHSHORE BOULEVARD OVERLAY
ST. TAMMANY 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 services required to develop preliminary and final roadway plans for the overlay of Northshore Boulevard, in St. Tammany Parish. One Consultant will be selected for this contract, Sub-consultants will not be allowed. A map of the project limits for the proposed work is available upon request.
Project Manager(s)
– Ms. Ann Wills, P.E., will be the Project Manager for DOTD, she may be reached at (225) 379-1358. Mr. Stan Polivick, P.E., will be the Project Manager for the City of Slidell, he may be reached at (985) 646-4270.
PROJECT DESCRIPTION
This is an Urban System project, the contract will be between the Consultant and the City. It will be monitored by the City, DOTD and the Federal Highway Administration (FHWA). This project will provide the cold mill and overlay of asphaltic concrete on Northshore Boulevard between US 190 and I-12.
SCOPE OF SERVICES
The scope of this design project shall include the cold mill and overlay of the existing north and southbound lanes of Northshore Boulevard between US 190 and Interstate 12 in St. Tammany Parish, a distance of approximately 4,225 feet. This includes 4-12’ lanes, all median crossings, and all turns bays. Also included is the restriping of travel lanes, parking lanes and intersections as necessary, and the replacement of any existing induction loops for traffic signals that may be removed during the cold mill process.
PHASE I, (PART 5) PRELIMINARY PLANS
The Consultant will provide all engineering services required for the completion of preliminary plans. The type and quantity of sheets required for preliminary plans are as follows:
1 Title Sheet
1 Index Sheet
1 Typical Section Sheet
1 General Notes Sheet
PHASE III, FINAL PLANS
The Consultant will provide all engineering services required for the completion of final plans. The type and quantity of sheets required for preliminary plans are as follows:
2 Summary Sheets
1 Summary of Estimated Quantities
1 Principal
1 Special Details
1 Misc. (Estimates, Meetings, Etc.)
ITEMS PROVIDED BY DOTD, ST. TAMMANY PARISH, OR THE CITY OF SLIDELL
1. Traffic Counts and Classifications
2. Standard Plans
3. As-Built Plans
4. Capacity Analysis
5. Soil Borings
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 Plan Preparation Manual
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 Administration Manual
13. Materials Sampling Manual
14. DOTD Bridge Design Manual
15. Consultant Contract Services Manual
COMPENSATION
Compensation will be a pre-determined lump sum compensation of $16,819, subdivided as follows:
Phase I, Part 5, Preliminary Plans - $10,253
Phase III, Final Plans - $6,566
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, and will not exceed 120 calendar days, including review time.
MINIMUM PERSONNEL REQUIREMENTS
The following requirements must be met at the time of submittal:
1. At least one Principal of the Prime Consultant 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, with at least five years experience in highway design, and a corresponding support staff.
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 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.
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. 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 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 will submit semi-annual labor rate information, when requested by DOTD.
The selected Consultant 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 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
Two 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 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.
Name(s) of the Consultant 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.
700-52-0145
and will be submitted
prior to 2:00 p.m.
on
Monday, October 13, 2003
, by hand delivery or mail addressed to:
Department of Transportation and Development
Attn.: Dr. Babak Naghavi, P.E., P.H.