Please note the following policy concerning communication between Consultants and the City of Dublin during the announcement and selection process:

Size: px
Start display at page:

Download "Please note the following policy concerning communication between Consultants and the City of Dublin during the announcement and selection process:"

Transcription

1 Posting Date FRA Smart Technology Connected Vehicle Roundabout Application Project PID No City of Dublin Response Due Date: Communications Restrictions Please note the following policy concerning communication between Consultants and the City of Dublin during the announcement and selection process: During the time period between advertisement and the announcement of final consultant selection, communication with consultants (or their agents) shall be limited as follows: Communications which are strictly prohibited: Any discussions or marketing activities related to this specific project. Allowable communications include: Technical or scope of services questions specific to the project or RFP requirements. All questions and comments about this Request shall be submitted in writing by to Megan O Callaghan, at mocallaghan@dublin.oh.us. All questions and responses will be posted to this website: Consultants are responsible to periodically monitor this website as no other means of communication will be utilized. All questions must be submitted on or before 01/21/19. Answers will be provided as questions are submitted, but no later than 01/22/19. Project Description The City of Dublin is issuing this Request for Proposals to develop a pilot program that will automate data collection to quantify vehicle performance in a complex roadway network with a mixture of traffic signals and a multi-lane roundabout using Connected Vehicle principals and devices, such as Roadside Units (RSU), or similar device that meets or exceeds current USDOT specifications. The purpose of the desired advanced roundabout application is to collect driving information of circulating vehicles in the roundabout such as, but not limited to, location, speed, critical headway, etc. and ultimately help approaching vehicles decide when to enter the roundabout, if equipped with appropriate on-board equipment, on the basis of calculated gap acceptance and integrate this information with data collected at the adjacent signalized intersections in the program roadway network. As such, the City desires to procure the professional services of a consulting firm to design and execute a pilot program that will collect driving information of vehicles near or in the multilane roundabout and determine how the information collected from the roundabout relates to and integrates with vehicles at the nearby signalized intersections and approaching the roundabout. The selected team will provide the professional technical services for this project in accordance with the Project Description and Scope of Services.

2 Dublin recognizes the opportunity to bring together the already developing smart technology for traffic signals with the yet to be developed smart technology for roundabouts to automatically collect data and report pertinent performance data and ultimately communicate with vehicles in a corridor with a variety of traffic controls. Dublin and DriveOhio are working cooperatively to develop and implement this pilot project. A goal is for this roundabout to be the first connected roundabout in the country. The pilot project roadway network is intended to include the SR 161 corridor from the Bridge Street/High Street intersection to the SR 161/Dale Drive intersection and the Riverside Drive corridor from the SR 161/Riverside Drive intersection to the Bridge Park Avenue intersection. The City has fiber along the SR 161 and Riverside Drive corridors. Ethernet capabilities are in place at the signalized intersections. The City does not currently have any cameras installed in either corridor. Figure 1: Pilot Project Study Area Design and Construction Budget: $380, Prequalification Requirements Prequalification requirements for this agreement are listed below. For all prequalification categories other than Cost Accounting - Unlimited the requirement may be met by the prime consultant or a subconsultant.

3 For agreements that require prequalification in Cost Accounting - Unlimited the prime consultant and all subconsultants that provide engineering and design related services must be prequalified in this category. Engineering and Design Related Services are defined as follows: Program management, construction management, feasibility studies, preliminary engineering, design engineering, surveying, mapping, or architectural related services with respect to a highway construction project subject to 23 U.S.C. 112(a) as defined in 23 U.S.C 112(b)(2)(A); and Professional services of an architectural or engineering nature, as defined by State law (ORC 5526), which are required to or may logically or justifiably be performed or approved by a person licensed, registered, or certified to provide the services with respect to a highway construction project to 23 U.S.C. 112(a) and defined in 40 U.S.C. 1102(2). DESIGN SERVICES: Complex* Roadway Design Subsurface Utility Location Services; Basic Traffic Signal Design; Traffic Signal System Design *Complex designation due to connected vehicle technology and associated systems engineering. ENVIRONMENTAL SERVICES: Environmental Document Preparation - CE COST ACCOUNTING SYSTEM Unlimited (Prime consultant and subconsultants that provide engineering and design related services must meet this prequalification requirement) Selection Subfactors Experience with data management and network development as outlined later in this document. Experience with connected vehicle technology. Experience with Systems Engineering Analysis. Experience with ODOT s Project Development Process. Contract Type and Payment Method Refer to the ODOT s Manual for Administration of Contracts for Professional Services, Volume 1: Consultant Contract Administration, Sections 4.3.A and 4.3.B for guidance concerning the appropriate contract type and payment method. Based on this guidance, contract type and payment method will be determined during the scope of services and negotiation process. Contract Type and Payment Method Refer to the ODOT s Manual for Administration of Contracts for Professional Services, Volume 1: Consultant Contract Administration, Sections 4.3.A and 4.3.B for guidance concerning the appropriate contract type and payment method. Based on this guidance, contract type and payment method will be determined during the scope of services and negotiation process.

4 Estimated Date of Authorization It is anticipated that the selected Consultant will be authorized to proceed by February Completion Schedule Time is of the essence regarding the execution of this project. Therefore, the Consultant commits to work with the City to perform their professional services expeditiously. The Consultant shall present a schedule and date of completion in the proposal, with detailed tasks and milestones as part of the Letter of Interest. Disadvantaged Business Enterprise (DBE) Participation Goal This agreement will not require DBE participation. Suspended or Debarred Firms Firms included on the current Federal list of firms suspended or debarred are not eligible for selection. Terms and Conditions The Department s Specifications for Consulting Services 2016 Edition will be included in all agreements selected under this request for Letters of Interest. Compliance with Title VI of the Civil Rights Act of 1964 The City of Dublin, in accordance with Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all bidders including disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, disability, low-income status, or limited English proficiency in consideration for an award. Selection Procedures A two step Technical Proposal Selection Process will be utilized. After receipt of Letters of Interest, the City of Dublin will select approximately three firms for presentations/interviews. Firms interested in being considered for selection should respond electronically in PDF format and by submitting 5 (five) copies of the Letter of Interest to the following address by 4:30 PM on the response due date listed above. Megan O Callaghan, PE City of Dublin, Public Works Department 6555 Shier-Rings Road, Dublin, Ohio (614) Responses received after 4:30 PM on the response due date will not be considered.

5 Scope of Services The Scope of Services document is included below. Requirements for Letters of Interest A. Instructions for Preparing and Submitting a Letter of Interest 1. Provide the information requested in the Letter of Interest Content (Item B below), in the same order listed, in a letter signed by an officer of the firm. Do not send additional forms, resumes, brochures, or other material. 2. Letters of Interest shall be limited to ten (10) 8½" x 11" single sided pages plus four (4) single sided pages for the Project Approach (Item B.5 below) plus two (2) single sided pages for the Proposed Schedule. 3. Please adhere to the following requirements in preparing and binding letters of interest: a. Please use a minimum font size of 12-point and maintain margins of 1" on all four sides. b. Page numbers must be centered at the bottom of each page. c. Use 8½" x 11" paper only. d. Bind letters of interest by stapling at the upper left hand corner only. Do not utilize any other binding system. e. Do not provide tabbed inserts or other features that may interfere with machine copying. B. Letter of Interest Content 1. List the types of services for which your firm is currently prequalified by the Ohio Department of Transportation. 2. List significant subconsultants, their current prequalification categories and the percentage of work to be performed by each subconsultant. 3. List the Project Manager and other key staff members, including key subconsultant staff. Include project engineers for important disciplines and staff members that will be responsible for the work, and the project responsibility of each. Address the experience of the key staff members on similar projects, and the staff qualifications relative to the selection subfactors noted. 4. Describe the capacity of your staff and their ability to perform the work in a timely manner, relative to present workload, and the availability of the assigned staff.

6 5. Provide a description of your Project Approach, not to exceed four (4) pages. Confirm that the firm has visited the site and address your firm s: 1) Technical approach; 2) Understanding of the project; 3) Qualifications for the project; 4) Knowledge and experience concerning relevant ODOT and local standards, procedures and guidance documents; 5) Innovative ideas; 6) Project specific plan for ensuring increased quality, reduced project delivery time and reduced project costs. 6. Provide a bar-chart style Proposed Schedule and date of completion, with detailed tasks and milestones. The schedule must reflect the City s desire to complete this project as efficiently as possible. Items 1 thru 4 must be included within the 10-page body of the Letter of Interest. Remaining space within the ten (10) pages may be utilized to provide personnel resumes or additional information concerning general qualifications. Consultant Selection Rating Form Firm Name: Project: PID: Project Type: District: Selection Committee Members: Category Total Value Scoring Criteria Score Management & Team Project Manager 10 See Note 1, Exhibit 1 Strength/Experience of Assigned Staff including Subconsultants Firm's Current Workload/ Availability of Personnel 25 See Note 2, Exhibit 1 10 See Note 4, Exhibit 1 Consultant's Past Performance 20 See Note 3, Exhibit 1 Project Approach 25 Proposed Schedule 10 Total 100

7 Exhibit 1 - Consultant Selection Rating Form Notes 1. The proposed project manager for each consultant shall be ranked, with the highest ranked project manager receiving the greatest number of points, and lower ranked project managers receiving commensurately lower scores. The rankings and scores should be based on each project manager s experience on similar projects and past performance for the LPA and other agencies. The selection committee may contact ODOT and outside agencies if necessary. Any subfactors identified should be weighed heavily in the differential scoring. Differential scoring should consider the relative importance of the project manager's role in the success of a given project. The project manager s role in a simple project may be less important than for a complex project, and differential scoring should reflect this, with higher differentials assigned to projects that require a larger role for the project manager. 2. The experience and strength of the assigned staff, including subconsultant staff, should be ranked and scored as noted for Number 1 above, with higher differential scores assigned on more difficult projects. Any subfactors identified in the project notification should be weighed heavily in the differential scoring. As above, other agencies may be contacted. 3. The consultants' past performance on similar projects shall be ranked and scored on a relative, differential scoring type basis, with the highest ranked consultant receiving a commensurately greater number of points. The selection team should consider ODOT CES performance ratings if available, and consult other agencies as appropriate. The use of CES ratings shall place emphasis on the specific type of services requested. The differential scoring should consider the complexity of the project and any subfactors identified in the project notification. 4. The consultant's workload and availability of qualified personnel, equipment and facilities shall be ranked and scored on a relative, differential scoring type basis. The scoring shall consider quantifiable concerns regarding the ability of a firm (or firms) rated higher in other categories to complete the work with staff members named in the letter of interest.

8 Scope of Services I. Expanded Project Description This project is a unique opportunity to be the first City to develop and implement a pilot deployment of a CV roundabout application that is envisioned to collect data of circulating vehicles in roundabouts to inform approaching vehicle decision-making. This data will also be integrated with data collected at adjacent signalized intersections. The pilot deployment is planned to occur at the State Route 161/Riverside Drive roundabout. This location was selected as it incorporates a multilane roundabout within two signalized corridors. This application is envisioned to collect driving information of circulating vehicles in the roundabout including location, speed, critical headway, etc. and help approaching vehicles decide whether to enter the roundabout. Approximately 45,000 vehicles travel through this intersection of state routes each day and the project will serve as an extension of the 33 Smart Mobility Corridor through Dublin. This project is the first of its kind and unique because it conducts CV research and an operations study by: Developing a pilot program to automate data collection to quantify vehicle performance in a complex roadway network with traffic signals and a multi-lane roundabout using CV principals and devices, and Collecting driving information of circulating vehicles in the roundabout including location, speed, critical headway, etc. and ultimately help approaching vehicles decide whether to enter the roundabout, if equipped with appropriate on-board equipment, and Identifying needed performance measures, and data necessary to calculate them with nationwide benchmarking to ensure work is state of the art, and Evaluating available technologies and devices, and Developing a dashboard solution application to display performance measures. II. Scope Requirements The Consultant will identify which performance measures are best to report at the SR 161/Riverside Drive roundabout and adjacent traffic signals to fulfill the pilot project purpose. Benchmarking with other communities around the country will be necessary to determine what work, if any, has been done to integrate roundabouts and traffic signals with smart technologies. The Consultant will likely need to design, develop, analyze, and extrapolate data to report on identified performance measures. Any applications or analytics developed by the Consultant shall be open source and non-proprietary and remain the property of the City upon completion of the project. It is anticipated that the Consultant will create work product that may include certain scripts, algorithms, queries, and logic to manage or manipulate the data to perform analytics. The City may wish to review, duplicate, share, describe, or otherwise provide access to this work product to parties including, but not limited to, future partners, the public, or other cities. The solution will have no proprietary or Intellectual Property restrictions on any of the custom design, scripting, algorithms, or queries used to configure the solution and generate its analytics by the Consultant. For a V2X solution, the APIs are to be non-proprietary. Licenses software components are to be considered outside the scope of this requirement, whether they are open source or not. Once the City agrees which performance measures are needed, the Consultant shall determine what types of data and how data must be collected at the roundabout and adjacent traffic signals to calculate the needed performance measures and how to combine that output to create meaningful results. The Consultant shall also assist the City to determine where and for

9 how long data should be stored. This information is to be used to develop an advanced connected vehicle roundabout application. The Consultant shall research and provide a listing and description of possible devices that have the proper capability to collect the needed data and demonstrate the roundabout application for deployment as part of the pilot program. It is the City s expectation that a comparison of the possible devices for consideration, including pros and cons, types of data collection possible, sample output, and costs of each type of device, and overall program cost shall be provided by the Consultant. Product demonstrations may be needed to show the product or system effectiveness. The Consultant shall make a recommendation which device or devices should be procured and deployed in the pilot project with cost implications, if any. The Consultant shall meet with City staff to discuss the options and recommendations. Once the City agrees with the devices to be deployed in the field and any associated costs, the Consultant shall develop a plan regarding where and how the devices will be procured and deployed in the field. Infrastructure needs, such as power requirements, communications and back haul requirements, must be detailed for each location to ensure needed elements are in place or can be put in place prior to deployment. All existing communications already established in the field must be maintained during the pilot program. Survey work to be included as Consultant deems appropriate. Provide description of Consultant s rationale for surveying work in Proposal. Additional right-of-way is not anticipated to be required for this project. Any maintenance of traffic needed to deploy the pilot project will be provided by the City. The Consultant shall meet with City staff to discuss the infrastructure needs for the pilot program. The Consultant shall procure and deploy the selected devices and conduct the pilot project to collect all data as identified by the project materials. After an appropriate amount of time, as agreed to by the Consultant and the City, the Consultant shall compile the data and aggregate the performance measures into meaningful output and demonstrate the roundabout application developed as part of this project. This task will have a direct impact to the project schedule, and the Consultant will need to present a project schedule reflective of their response to this task. The Consultant shall develop a dashboard solution to display output and results of analysis. The City of Dublin shall retain ownership of final device configurations deployed during the pilot program. Furthermore, the City shall retain ownership of all data collected, design of and all analysis performed and all final performance reports, including the dashboard solution at no additional cost to Dublin. The Consultant shall provide a training session for City staff. It is also expected that the output of the data will integrate with the City s traffic signal timing management software, TACTICS to optimize traffic operations and ultimately, to identify how to provide data back to connected vehicles equipped with the appropriate on-board equipment. The Consultant shall develop a methodology to measure the progress and success of the pilot project. Interim reports documenting each stage of the project shall be prepared by the Consultant. A final report, including an Executive Summary, shall also be provided by the Consultant to formally document all stages of the project and its outcomes and conclusions.