REQUEST FOR QUALIFICATIONS INFORMATION. On-Call Consultant for Planning and Programming Services. For. Dulles Toll Road

Size: px
Start display at page:

Download "REQUEST FOR QUALIFICATIONS INFORMATION. On-Call Consultant for Planning and Programming Services. For. Dulles Toll Road"

Transcription

1 REQUEST FOR QUALIFICATIONS INFORMATION On-Call Consultant for Planning and Programming Services For Dulles Toll Road METROPOLITAN WASHINGTON AIRPORTS AUTHORITY OFFICE OF ENGINEERING - PLANNING DEPARTMENT April 2012

2 1. INTRODUCTION The (Airports Authority) is seeking qualifications information from professional architecture/engineering/planning (AEP) firms to provide on-call planning and programming studies for the Dulles Toll Road and other aspects of the Authority s Dulles Corridor Enterprise. Services are expected to cover a range of planning processes and technical subjects using a task order format. Many of the anticipated tasks will be themed toward the phasing and implementation of projects in the Capital Improvement Program (CIP) and Renewal and Replacement Program of the Dulles Corridor Enterprise. DULLES TOLL ROAD DESCRIPTION The Airports Authority and the Virginia Department of Transportation (VDOT) concluded negotiations for a 50- year lease of the Dulles Toll Road (Toll Road). The terms of the lease can be found in two documents: The Dulles Toll Road Master Transfer Agreement and the Dulles Toll Road Permit and Operating Agreement, both dated December 29, These documents reflect the two agencies understanding and agreements with respect to the transfer of rights to operate, finance and maintain the Toll Road to the Airports Authority, certain related matters for the purpose of financing the construction of the Dulles Corridor Metrorail Project, and other transportation improvements in the Dulles Corridor. The agreements can be found on the Airports Authority s website The Toll Road, also known as Route 267 and the Omer L. Hirst Adelard L. Brault Expressway, is an eightlane, divided, controlled access roadway, approximately 11.5 miles in length and extends from a point just west of Sully Road (Route 28) in Loudoun County to the Capital Beltway (I-495) in Fairfax County. The Toll Road facilitates commuter and commercial traffic throughout the Dulles Corridor, and runs alongside (parallel to) the Dulles Airport Access Highway (DAAH). The DAAH is operated and maintained by the Airports Authority and is a four-lane, divided, limited access roadway which will also include portions of the future Dulles Corridor Metrorail. In both the eastbound and westbound directions and at each end of the Toll Road, there are a total of 59 toll collection points, consisting of attended lanes, automatic coin machine lanes, and electronic toll collection (EZPASS-capable lanes). The tolling configuration consists of two mainlane (one eastbound and one westbound) toll plazas and 19 (including Monroe Street Park and Ride Toll Booth) ramp plazas. There are 27 full service lanes, 23 exact change lanes, and 9 dedicated EZPASS only lanes and 2 bus toll lanes. At the westbound mainlane toll plaza on the east end of the Toll Road, there is an administration building that houses various tolling systems and administrative personnel. Tolls are collected in a screen-line fashion, i.e. patrons are required to pay a discrete toll at each plaza. Tolls for the Toll Road are collected through both cash and electronic methods. The Toll Collection System is comprised of seven major subsystems: Radio Frequency Identification (RFID) Automatic Vehicle Identification (AVI) system, called EZPASS; Two vehicle detection and classification systems; A coin collection system using Automatic Coin Machines (ACMs); A toll attendant interface system; A Violation Enforcement System (VES); A database host. The EZPASS system is installed in all toll collection lanes, nine of which are dedicated EZPASS only lanes. The equipment is interoperable with the EZPASS system used by surrounding states for ETC. Page 2

3 2. ROLE OF THE CONSULTANT The selected on-call Consultant will be the principal external source of planning expertise and assistance to the Airports Authority, through the Planning Department, which is a subdivision of the Office of Engineering. The Consultant will work at the direction of the Contracting Officer s Technical Representative (COTR). The assignments will range from broad, conceptual comprehensive studies to detailed pre-design analysis for the implementation of individual projects. The Airports Authority also expects to task the Consultant to provide occasional on-site support. The focus of the assignments will be on the Toll Road, the feeder roadway network, and related to facilities, property, and equipment. Involvement with strategic business planning, financial planning, or community relations is expected but these areas are the primary responsibility of other Airports Authority departments. The Consultant may be tasked to partner with other consultants in some manner with efforts in these areas. The Consultant will also be required to provide expertise for regional transportation planning, toll road planning, toll road collection systems and equipment, intelligent traffic management systems, traffic engineering, and traffic expertise to support the Airports Authority s regional transportation efforts. These efforts will principally relate to the Airports Authority s roles and responsibilities with interagency surface transportation policy and planning, especially in view of the Airports Authority s stewardship of Dulles Corridor rights-of-way (Airport Access Highway, Dulles Toll Road, the Metrorail right-of-way,the Dulles Connector) as these may relate to the Greenway, the Dulles Loop (Route 28, Route 606, and Route 50), air rights, other supporting structures such as park-and-ride lots, and multi-modal transportation facilities. In addition to coordinating with other Airports Authority consultants, the Consultant may be required to work with, the Commonwealth of Virginia, Fairfax and Loudoun Counties and their consultants. Other A/E firms with whom the Consultant may frequently work include those consultants providing design services to the Office of Engineering s Design Department. The task planning Consultant will be precluded from providing design services for any task in which they provided planning services. Competitors are hereby put on notice that team members, prime and subcontractors, will be excluded from future Authority contracts if the scope of those contracts conflicts with its services provided under this contract. Contractors currently performing work in the Dulles Corridor for other agencies or contractors should address potential conflicts of interest in their submittal. 3. OVERVIEW OF THE CONTRACT Negotiation of the selected team s proposal will result in rates and escalators for the duration of the contract, and will be used to price task orders, each of which will be a firm fixed price agreement or a time and materials task with a price ceiling. The period of the contract will be for one year with two one-year extensions (for a maximum of three years) exercised at the Airports Authority s sole discretion. Annual expenditures under this contract are expected to range between $1,000,000 and $2,000,000. The Consultant s team will be required to include a minimum of 35 percent participation from firms certified as a Local Disadvantaged Business Enterprise (LDBE) and a voluntary goal of 35 percent participation by Minority Business Enterprise / Woman Business Enterprise (MBE/WBE) firms, all of which are defined below. 4. STATEMENT OF WORK: ANTICIPATED TASK ASSIGNMENTS Tasks are expected to cover the range of responsibilities and perspectives handled by the Planning Department, which generally classifies its assignments as one of the following types: Page 3

4 Comprehensive Planning a system-wide examination of needs and alternatives conducted from a Master Plan perspective. Program Planning the packaging of individual projects and pre-requisite actions that lead to implementation of necessary facilities. Project Planning concept alternatives, site identification, general scope, phasing and preliminary cost estimates for an individual plan component. Project Programming concept detailing of an individual action to generate a project scope and a cost estimate that will guide design and budget processes. Environmental Planning advising on wetland and stream mitigation, rare, threatened, and endangered species, biotic communities, noise, landscape, and buffer preservation. Task assignments may include the preparation and submission of appropriate National Environmental Policy Act (NEPA) documents and wetlands and stream permit applications. Toll Road Planning advising on solutions for revenue collection systems, intelligent transportation systems, and tolling systems integration. Consultant should have a comprehensive understanding of toll road operations and maintenance, business management and accounting processes, and ability to draft performance specifications for new toll revenue infrastructure. The Consultant shall also possess the ability to adapt proposed concepts to complement the Constrained Long Range Plan of the Transportation Planning Board (MPO), and the comprehensive transportation plans of each of the neighboring counties. Modeling and Forecasting ability to analyze traffic and revenue studies for tolling facilities. Ability to create travel demand forecast and provide models using transportation software such as TRANSCAD, EMME, VISUM, and VISSIM. Data Collection ability to collect and analyze data related to traffic, incidents, and MPO data. Data are a critical resource for the development and operation of the toll road corridor. Data collected for this phase of the project will be used to analyze ways to mitigate and provide solutions for issues such as backtracking and cut-through traffic and to track accidents along the Toll Road. Safety As the Authority studies new tolling technologies and collection systems, and considers improvements to interchanges, it is important the Consultant understand the safety aspects of Dulles Toll Road Corridor. Many changes are occurring in the corridor such as the construction of the I-495 interchange, Express Lanes, and rail projects. These major projects will impact the way patrons use these roads. The Consultant shall be able to advise on the means to communicate these impacts to daily users of the Dulles Toll Road Corridor. Considering this potential assignment range, the Consultant will be expected to provide a team that can be tailored to perform top-down planning as well as detailed pre-design programming for individual projects, which will require some team experience in design and construction issues. Although the following list is tentative, and may not reflect the breadth of expertise that is either detailed later in this document or may be requested in the future under this contract, the following summarizes tasks that are anticipated for the first years of the contract: Interchange Improvement Projects Centreville Road Interchange Study (East of Route 28) This project will perform a study within the boundaries of the Dulles Corridor and Centreville Road Interchange to determine the warrants for additional direct access flyover connections, widened ramps, Page 4

5 and/or unique configurations that will improve movements within the interchange. This will involve obtaining recent traffic data; performing traffic demand and usage analyses; and preliminary alignment plans. Route 28 (Sully Road) Interchange Study This project will perform a study within the boundaries of the Dulles Corridor and the Route 28 (Sully Road) Interchange to determine the warrants for additional direct access flyover connections, widened ramps, and/or unique configurations that will improve movements within the interchange area. Recent improvements to the Route 28 corridor via grade separations may have changed the throughput characteristics of the existing interchange configuration. This will involve obtaining recent traffic data; performing traffic demand and usage analyses; and preliminary alignment plans. Technology and Traffic Management Intelligent Transportation System (ITS) and Transportation Management System (TMS) This project supports the development of an ITS and TMS Master Plan for the Dulles Toll Road corridor. This project will enhance transport outcomes such as transport productivity, transport safety, travel reliability, and provide travelers with information to make better informed decisions. Components of the master plan may include incident monitoring cameras and speed detection, road weather information, dynamic message signs, Automated Vehicle Identification and Location (AVI and AVL), and communication feeds to transmit the information to control facilities and information sources. Dynamic Message Signs (DMS) Study and Design This project would provide for the study and design of Dynamic Message Signs along the Dulles Toll Road Corridor. These signs would provide travelers information within the corridor regarding traffic information, lane closures, toll rates and contact numbers for emergency and courtesy patrol and other traveler information. It is anticipated that the Dynamic Message Signs may be shared with the Virginia Department of Transportation Traffic Management Center and will provide a method of conveying traffic conditions to the travelers within the corridor and through their active traffic management system. These signs will also be designed so that they could be utilized to convey time-of-day pricing or variable pricing along the corridor. This project should be performed in consideration with the corridor study to assist in congestion management. This project will include the study, planning and design and traffic management integration of these signs. Toll Collection System This work includes the development of design and procurement documents, interfacing with VDOT, design, software, and hardware required for a possible new Automated Revenue Collection System (ARCS), an online maintenance tracking and monitoring system, and an upgraded Violation Enforcement System (VES). The Airports Authority may replace the existing Transcore system presently used on the Dulles Toll Road. The current Transcore system is antiquated and does not provide accurate or reliable toll collection capabilities. A new system will link the operations of the toll transaction equipment to a central monitoring point so that problems in operation can be quickly identified. This improves the reliability and accuracy of the equipment. This also improves revenue generation and keeps more toll lanes in service, therefore reducing last minute decisions by motorists. It will also allow technicians to monitor the toll system outputs to determine technology issues prior to complete failures that cause lane shut downs. It also provides an active log of the type of equipment and location of equipment that generate the most repair notices. With the implementation of open road toll or express lanes, there is the opportunity for more travelers to utilize the roadway without paying. An effective and accurate toll VES is critical to being a deterrent for violators. This project would include the software, hardware, communications and integration for a violation enforcement system at the mainlane plaza and ramp plazas. This project would include installation/upgrade of equipment and back office processing. The ability to draft performance specifications is necessary in order to design and Page 5

6 procure tolling equipment needed for the short-term or transitional period to the new long-term tolling infrastructure. Business Management and Accounting Processes As the Authority moves from its current toll collection system to a new type of electronic collection system it is necessary that the Consultant understand the impacts of this new technology on day-to-day toll road operations and maintenance (O&M). The Consultant will need to understand the existing O&M procedures and develop options to integrate these new O&M procedures as we move forward with a new revenue collection system. Understanding of back office operations, account management, violation enforcement and processing, leakage rates, and communications from the ramp collection toll facilities to the main office will be critical to the Consultant s ability to recommend improvements. Toll Plazas (Mainlane and Ramps) Plaza Approach Signing and Channelization Study The toll booth areas are a decision making point for the traveling motorist. Clear signage and markings improve the decision process resulting in fewer incidents at the toll booths. For example, this would mean fewer wrong lane choices when an attended booth is desired but the motorist chose an unattended toll lane. This project would study potential improvements to lane striping and configuration, delineation and signing to provide traveling motorists information prior to entering into the toll plaza. This project would also include pre-design engineering analysis and recommendations. Plaza Optimization At the toll plazas (mainlane and ramp) there are a mix of lanes including attended lanes, automated cash machine lanes and electronic toll payment lanes ( E-ZPASS Lanes). Currently the total number of EZPASS users continues to increase, with electronic toll payments approaching nearly 80% of the total toll transactions. With the increased growth of traffic and customers within the corridor there is a need for increased efficiency and mobility through the Dulles Toll Road Plazas. This study would look at the traffic patterns at the plazas; review the types of transactions, customers and the respective quantity of transactions for each type. Recommendations would be made for an optimal plaza configuration to include the quantity of lane types, location of lane types and equipment and plaza migration plan with an overall focus to increase regional and local safety by minimizing stop-and-go traffic conditions and to minimize crash rates and congestion during peak times. Overhead Guide Sign Study (Lighting vs. Sheeting) As noted in the Dulles Toll Road and Dulles Connector Road Asset Assessment Summary Report many of the current overhead sign structures have signs that were damaged, have lost reflectivity, and have overhead lighting that is non-functional. Many DOT s are currently transitioning their overhead signs to high intensity reflectorized sheeting that does not require the continued use of lighting. As the Airports Authority may be required to update a significant portion of these signs in the near future, a study should be conducted as the cost benefit analysis considering the benefits of high reflectorized sheeting or to upgrade the current overhead sign lighting. This study would provide a recommendation to the Airports Authority on the cost of the various alternatives both short term and long term including capital, utility cost considerations and life cycle costs. This study will further suggest an overall project design and phasing. Engineering, NEPA Studies This project is to provide engineering design and NEPA studies to the various projects within the Dulles Toll Road Corridor. These studies will result in a full six-year capital improvement plan in full detail with designated projects and expenditures assigned to the appropriate budget year. The studies will review all aspects of the corridor and provide cost estimates, project scope, and project plans. Page 6

7 Comprehensive Corridor and Connector Road Mobility Study This study will look at future traffic demand and evaluate potential improvements against the ability to provide for real mobility in terms of throughput, clearing bottlenecks, or improving traffic management. It is anticipated that traffic and geometric considerations will be simulated via software applications and modeling to determine pre- and post-improvement performance. Since the Toll Road will likely be operating at capacity during the 50-year term of the agreement to operate, choices will need to be implemented regarding the highest and best use of available lanes. This study will look at various capacity improvements, interchange and access improvements to the facility. 5. REQUESTED EXPERTISE AND CAPABILITIES The selected Consultant must demonstrate qualified staff and resources in the following traditional areas of highway planning, with direct experience at large toll road operations: Transportation Planning Revenue Control Systems Traffic Engineering and Technology Drafting Performance Specifications Activity Forecasting (Travel Demand Forecasting) Commercial Development/Business Planning Ground Transportation and Access Planning Intersection and interchange studies Infrastructure and Utilities Also, the selected team must demonstrate high-caliber expertise in areas of special importance to the Authority. These specific or additional critical disciplines, which together comprise one of the evaluation categories described below, include: Cost Estimating Environmental Planning Knowledge of FHWA, VDOT and Other Governmental Regulations, and Policies Noise and Noise Compatibility Natural and Cultural Resource Planning Plan (graphic) Illustration using CADD, GIS, TransCAD, VISSIM Expertise in other supporting areas listed below is a plus: Financial Planning Benchmarking Business Planning Emerging Facility Technologies Strategic Planning Urban & Regional Planning and Urban Design The Consultant must demonstrate access to expertise in civil / mechanical / electrical design if needed in project programming. Page 7

8 In addition to the above technical expertise and experience, the Consultant should show qualifications in managing different types of planning processes, including those that require consensus-building and group facilitation. It is very desirable that the Consultant be familiar with the Metropolitan Washington Area in terms of its economic base, its jurisdictional and agency entities, and its policy processes. 6. EVALUATION CRITERIA/ SELECTION PROCESS Responses to this solicitation will be evaluated on the following criteria. The criteria are listed in equal or descending order of importance with the first having the most weight and with each of the following criteria having equal or less weight than the one preceding it. The evaluation will be based on information provided by the Offeror, as well as any other relevant information available to the Authority. (1) Key Personnel (a) Qualifications (b) Experience (c) Availability/Commitment (d) Past Performance (2) Team Experience (a) Highway Planning Experience and Expertise (section 5 above) (b) Specific or Additional Critical Disciplines (section 5 above) (c) Capacity to Respond (d) Experience in On-Call Planning 3) Company Past Performance (a) Quality of Services (b) Timeliness of Performance (c) Business Practices (d) Customer Satisfaction For Key Personnel, the Consultant should identify the project manager, assistant or deputy project manager, and three to five senior planners who are expected to make the most significant contribution to the on-call services contract. The qualifications should list current and pending project obligations for each of these individuals, current location, planned location during contract performance, and indicate a level of time commitment they are available to perform on this contract. For demonstrated experience at Transportation Planning and Highway planning, the successful Consultant should show substantial planning and design experience at a minimum of three representative highway systems. Demonstration of successful on-call planning services with a major highway operator will also influence the evaluation. Page 8

9 7. SUBCONSULTANTS It is expected that the Consultant s team will include the services of a number of subconsultants in order to ensure the range and depth of expertise necessary to perform the expected on-call tasks. The proposed team of subconsultants will be reviewed by the Authority during the selection process, especially where designated with responsibilities for the specific or additional critical disciplines identified above. Based on its review, the Authority reserves the right to recommend replacement of any proposed subconsultant, and request that the successful Consultant review other candidate firms and recommend to the Authority an acceptable alternative. 8. LOCAL DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS The comprehensive planning contract will include a requirement that there be a minimum of thirty-five percent (35%) LDBE participation. An LDBE is defined as a small business concern which is organized for profit and which is located within a 100 mile radius of Washington D.C. s zero mile marker. To qualify as a small business concern for purpose of this advertisement, the average gross receipts of the professional A/E firms (NAICS Codes Architectural Services and Engineering Services) must not exceed $14 million, based on the average receipts of the last three years. The receipts of all affiliates shall be counted in the total of the business entity s gross receipts. The Authority encourages the participation of minority and women owned businesses. For information on this program, or for additional information on small business standards pertaining to other specialty areas in this project, please call Ms. Cynthia Lipscomb, Office of Equal Opportunity Programs, at (703) MINORITY BUSINESS ENTERPRISE/WOMAN BUSINESS ENTERPRISE VOLUNTARY GOALS The Authority is committed to achieving significant participation in its contracting programs by business enterprises that are owned and operated by minorities and women (MBEs and WBEs) regardless of the size of the enterprise. All offerors are strongly encouraged to take active steps to maximize the participation of MBEs and WBEs in this contract. To communicate the Authority's strong desire for significant MBE/WBE participation in this contract, the Authority has also set a voluntary MBE/WBE participation percentage of 35%. This percentage is derived from the types of contract opportunities arising from the work to be performed, and the availability of appropriate firms that have been certified by the Authority or by other agencies as firms that are at least 51% owned and controlled by minorities or women. The voluntary goal may be satisfied by LDBE team members that also possess MBE or WBE certification with the Authority, or provide indication that the LDBE firm has a pending MBE or WBE certification application. 10. QUALIFICATION SUBMITTAL REQUIREMENTS Individuals, firms or teams that meet the requirements above are invited to submit an ORIGINAL (identify on the outside front cover) and six copies (7 complete sets) of the following: (1) A one page cover letter on company letterhead. (2) Standard Form 330 with no more than ten (8-1/2 x 11 ) pages of correspondence describing the organization and responsibilities of the firm, subconsultants, or joint venture partners, and five pages of supporting graphic exhibits. (Reference: Appendix A Additional Instructions for Standard Form 330) Page 9

10 (3) List the qualifications, experience, and capacity of individual, firm or team for this project and indicate previous projects that best demonstrate recent (within last 5 years) experience. Primary expertise in toll road systems, transportation planning, and highway planning. Capacity should demonstrate a capability for immediate start-up of work, including a listing of current workload. (4) Detail the recent (within last 5 years) specialized qualifications and experience of key personnel in the full range of capabilities listed in paragraph 5 above in the United States and throughout the world, describing the systems in place prior to and after services were rendered. (5) List a current point of contact for each of the recent (within last 5 years) projects on which the individual, firm or team and key personnel have worked. (6) Statement of commitment to meeting the 35% LDBE participation requirement. (7) Identification of the proposed LDBE firm(s) and their tasks. (8) Documentation of LDBE certification (e.g. letter from the Authority Equal Opportunity Programs Office or current certification number). (9) LDBE certification application or indication that the firm has a pending LDBE certification application, for each proposed LDBE (waiver of this requirement shall be considered only under extreme extenuating circumstances). Submissions will be reviewed and a list of the most qualified created. Those entities may be orally interviewed or requested to provide supplemental information at the sole discretion of the Authority. Send the qualifications submittals to: Mr. Richard D. Myrah Procurement and Contracts Department, MA Aviation Circle, Suite 154 Washington, DC The due date and time for submittals is May 1, 2012 at 1:00 p.m. local time. Please identify the package with an exterior label stating RFQI No. Qualifications: Dulles Toll Road On-Call Consultant for Planning and Programming Services. All questions concerning this solicitation must be submitted by 3:00 PM, April 20, 2012 via the Authority s website at: No other general notification of this project will be made and no further action beyond submission of the information listed above is required or encouraged. This is not a request for proposal. Note: The Airports Authority is not an agency of the United States Government. Do not contact Airports Authority consultants or Airports Authority personnel, other than the Contracting Officer, regarding this solicitation. Page 10

11 Appendix A Additional Instructions Standard Form 330 The following provides clarification to the Standard Form (SF) 330. Section D should include the proposed team organization chart. Sections E and F are to contain all information necessary to address the Selection Criteria. The project experience listings of individuals (in Section E) and firms (in Section F) are expected to contain that individual s or firm s specific role on each project listed. Experience listings that are for related vs. direct project experience should contain a brief statement as to why that project s experience is considered related and/or relevant. All projects listed should include a brief description of the type of project, the specific role of the firm or individual, and other information that is considered relevant to this project. Cleary identify if work experience cited for an individual was done while working for another firm; and if previous work experience cited for a firm (or business unit within a firm) was performed while operating under another name, was performed before acquisition by the current parent firm, or was performed by persons not proposed for this project. Section F, Line 24 should include project presentation drawings and/or photographs. Section F, Line 24, should include the estimated cost and should show both the firm s fee amounts and the project construction cost amounts, differentiated by parentheses around the fee amounts. Section H, Should include all information and discussion necessary to address Selection Criteria. Shall have a minimum 11-point type size. Is not to contain extensive repetition of material presented in previous sections. Should include discussion of the proposed project organization and specific reasons for organizing the team as presented including successful previous working relationships, etc. Should be used to elaborate on any relevant issues expected to influence the course of this project, your ideas on dealing with them, and your experience in dealing with them in the past, including Should emphasize coordination with large multi-departmental client organizations Tabbing and/or other easy-to-follow cross references between SF 330 text and the Selection Criteria being addressed would be greatly appreciated. Page 11