Advertisement Synopsis
Addendum No. 1
Engineering and Environmental Services
August 1, 2003
STATE PROJECT NO. 700-36-0165
FEDERAL AID PROJECT NO. STP-3603(522)
CANAL BOULEVARD OVERLAY
ORLEANS 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) interested in providing all engineering and environmental services required to perform preliminary and final road plans, and complete a programmatic categorical exclusion documentation, for the overlay of Canal Boulevard. One Prime-Consultant/Sub-Consultant(s) (Consultant/Team) will be selected for this contract.
Project Manager(s)
– The Design Project Manager is Mr. Carl E. Courville, P.E., he may be reached at (225) 379-1389. The Environmental Project Manager is Ms. Nicole Forsyth, she may be reached at (225) 248-4195.
PROJECT DESCRIPTION
This is an Urban System project, the contract will be between the Consultant and the Parish. It will be monitored by the Parish, DOTD and the Federal Highway Administration (FHWA). This project will provide the cold mill and overlay of asphaltic concrete on Canal Boulevard between Harrison Avenue and Lakeshore Drive, approximately 1.6 miles.
SCOPE OF SERVICES
The scope of this design project involves cold mill and overlay of the existing asphaltic concrete north and southbound of the four traffic lanes, as well as parking lanes on Canal Boulevard between Harrison and Lakeshore Drive, approximately 1.6 miles. This project will also include curb drainage replacement as necessary to provide a longitudinal profile for proper drainage, repair of sub-base as necessary, minor point repair and cleaning of catch basisns, and restriping travel lanes, parking lanes and intersections as necessary. The Consultant will be required to meet with the City of New Orleans and the Office of Public Works to discuss the scope of work required, make site visits to confirm existing conditions, review results of geotechnical investigations, and traffic counts and classifications undertaken by the City.
PHASE I (PART 4) ENVIRONMENTAL
The Consultant/Team will be required to perform all services required to provide the documentation necessary for a Categorical Exclusion (CE) and other related documents in accordance with the National Environmental Policy Act, as amended, and the Federal Highway Administration’s regulations and guidelines.
The Consultant will meet with the Environmental Project Manager within 10 days after receiving the notice-to-proceed.
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 typical section
1 miscellaneous details & general notes
3 temporary construction signing & sequence of construction
1 miscellaneous (estimate, P/H, confer, etc.)
ADDITIONIAL SERVICES
The scope of services, compensation and contract time for future engineering services to provide final roadway plans, will be established by a Supplemental Agreement(s) upon satisfactory completion of the previous phases of work.
ITEMS PROVIDED BY DOTD, REGIONAL PLANNING COMMISSION, OR THE CITY OF NEW ORLEANS
1. Traffic Counts and Classifications
2. Geotechnical Investigation
3. Georectified Tagged Image Format (.TIF) Aerial Photography for Plan Views of the Project.
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. Consultant Contract Services Manual
COMPENSATION
Compensation will be a predetermined lump sum compensation of $30,373.
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 180 calendar, 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 Roadway Design, and a corresponding support staff.
3. In addition to the above requirements, the Prime Consultant must also employ on a full-time basis, or through the use of a Sub-Consultant(s):
a. One Environmental Professional experienced in the preparation of documents in accordance with NEPA for the FHWA.
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;
Sub-Consultants will also 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 Consultant/Team 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.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/Team failing to submit any of the information required 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.
700-36-0165
and will be submitted
prior to 2:00 p.m.
on
Monday, August 25, 2003
, 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