Advertisement Synopsis

Engineering and Land Surveying Services
August 1, 2003

STATE PROJECT NO. 700-09-0136
FEDERAL AID PROJECT NO. I-0900(503)
I-49 NORTH
CADDO PARISH



STATE PROJECT NO. 455-09-0001 (Construction)
F.A.P. NO. I-0900(503)
I-220 TO MLK DRIVE

STATE PROJECT NO. 455-09-0002 (Construction)
F.A.P. NO. I-0021(011)
MLK DRIVE TO LA 1

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 provide topographic survey, hydraulic study, geotechnical (if required), preliminary and final roadway plans, title research reports, property survey, base and final right-of-way maps, and title updates, for the captioned project. One Prime-Consultant/Sub-Consultant(s) (Consultant/Team) will be selected for this contract. A map of the project limits for the proposed work is available upon request.

Project Manager(s) – The Project Manager will be Mr. Chad Winchester, he may be reached at (225) 379-1048. The Bridge Manager will be Mr. Artur D’Andrea, he may be reached at (225) 379-1091. The Survey Manager will be Mr. Eric Lanier, he may be reached at (225) 379-1105.
PROJECT DESCRIPTION

The captioned project will provide a fully controlled interstate class roadway on new alignment. The project begins at its proposed intersection with I-220 and proceeds in a northerly direction for approximately one mile to a proposed interchange at Martin Luther King, Jr., Drive (LA 3194) and then proceeds in a northwesterly direction for approximately 4.4 miles to its proposed intersection with LA 1.

For construction purposes, the project will be divided into two construction projects: the first (segment 1) from I-220 to MLK Drive, which will include an I-49/I-220 interchange and, the second (segment 2) from MLK Drive to LA 1.

SCOPE OF SERVICES

The selected Consultant/Team will be required to provide preliminary roadway construction plans (Phase I Part 5). These plans will be designed in accordance with the most current DOTD and AASHTO design criteria. The DOTD Bridge Design Section will develop all bridge plans. The selected Consultant/Team will also be required to provide topographic survey (Phase I, Part 2), title research reports, property survey, base and final right-of-way maps, and title updates (Phase II, Parts 1-5 respectively).
TOPOGRAPHIC SURVEY, TITLE RESEARCH REPORTS, PROPERTY SURVEY (PHASE I, PART 2 AND PHASE II, PARTS 1-5)

The Consultant/Team will be required to provide a topographic survey, title research reports, property survey, base and final right-of-way maps separated into two projects as described above, and title updates for the portion of the I-49 North project beginning on I-220, approximately 7500’ southwest of the intersection of I-220 and US 71/LA 1, crosses at a point on MLK Drive, approximately 4200’ southwest of the intersection of the MLK Drive and US 71/LA 1 and ends at a point on LA 1 approximately 13,300’ northwest of the intersection of LA 1 and US 71.. The length of this project, from I-220 to LA 1 is approximately 36,000’ and is on a new alignment (6000’ in segment 1 and 30000’ in segment 2).

The DTM will have a required width of approximately 600’ along the I-49 project survey line, being 300’ on each side. Also, I-220 will have a width of approximately 500’ being 250’ on each side of the interstate centerline and MLK Drive will have a width of approximately 200 to 400 feet along its alignment. The proposed interchanges along I-220 and I-49 will have a varying width along their alignments. That portion of the DTM north of LA 1 was previously surveyed for State Project No. 455-09-0003.

Bridge sub-structures are to be located and a drainage map is required.

In segment 1, there will be approximately 62 property owners within the project’s limits. The right-of-way map will consist of 1 title sheet, approximately 20 plans sheets, and approximately 3 residual sheets. In segment 2, there will be approximately 107 property owners within the project’s limits. The right-of-way map will consist of 1 title sheet, 15 plans sheets, and approximately 3 residual sheets.

The plan sheets will be drawn at a scale of 1”=50’. The residual sheets will be drawn at such a scale to accommodate the allotted residual sheets. It is expected that additional right-of-way will be required along the total length of the project.

All work is to be completed in English units of measurement and the title updates are required prior to the completion of the final right-of-way map.
PRELIMINARY ROADWAY PLANS (PHASE I, PART 5)

The Consultant will be required to furnish one complete set of preliminary roadway plans for each of the project segments, including but not limited to the title sheet, typical section sheets, plan/profile sheets, hydraulic design (including the sizing of all drainage structures), geometric details, sequence of construction and cross section sheets, as well as any other details or plan sheets required for the project’s construction. This project adjoins a similar project at the northern terminus and coordination with the plans for that project will be required. The design of several retaining walls, as identified in the environmental document will be included in this contract. There are eleven possible bridge/overpass sites. All bridge plans will be developed by DOTD and close coordination with the Bridge Design Section will be required. The project will include the design of a portion of the I-49/I-220 interchange, a partial cloverleaf interchange at MLK Drive and half of a typical diamond interchange at LA 1. All connections from I-220 to I-49 north will be included in the construction plans. Geometry for the full multidirectional I-49/I-220 interchange must be developed and considered in the development of the plans but all connections to I-49 south will be included in a future construction project. All improvements required on MLK Drive to accommodate the control of access and new interchange will be included in this plan set. There is a 1500-foot segment (approximate) of McCain Creek that will require realignment.
ADDITIONAL SERVICES

The scope of services, fees and contract time for future engineering services to provide geotechnical (if required), and final plans, will be established by a Supplemental Agreement(s) upon satisfactory completion of the previous phases of work.
ITEMS PROVIDED BY DOTD

1. Traffic Counts
2. Typical Section Design
3. Subgrade Soil Survey
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

COMPENSATION

Compensation will be a non-negotiated lump sum compensation of $1,162,679, broken down as follows:

Topographic survey (Phase I, Part 2), Property Survey, Base and Final Right-of-Way Maps (Phase II, Parts 2-4) $585,177
Preliminary Roadway Plans (Phase I, Part 5) $531,027

Compensation for furnishing the Title Research Reports (Phase II, Part 1), will be based on a Unit Price of $200.00 per required report. Compensation for furnishing Title Updates (Phase II, Part 5), will be based on a Unit Price of $75.00 per required report. The total compensation for Title Research Reports and Title Updates will be based on the actual number of reports and updates required subject to a maximum limitation of $46,475.
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 720 calendar days, including 30 days of 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 three Registered Professional Civil Engineers, including one Registered Professional Civil Engineer, with at least five years experience in highway 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):
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;

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. 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. 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, 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. 700-09-0136 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