request for proposals for automatic vehicle … · the avc system would automate and expand the...

34
Revision - 042002 PROPOSALS DUE: 4 P.M. OCTOBER 24, 2003 401 B Street, Suite 800 • San Diego, CA 92101-4231 • (619) 595-5300 Request For Proposals For AUTOMATIC VEHICLE CLASSIFICATION PROJECT (AVC)

Upload: others

Post on 28-Oct-2019

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

Revision - 042002

PROPOSALS DUE:

4 P.M.

OCTOBER 24, 2003

401 B Street, Suite 800 • San Diego, CA 92101-4231 • (619) 595-5300

Request For Proposals

For AUTOMATIC VEHICLE

CLASSIFICATION PROJECT (AVC)

Page 2: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

Revision - 042002

BOARD OF DIRECTORS

The 18 cities and county government are SANDAG serving as the forum for regional decision-making. The Association builds consensus, makes

strategic plans, obtains and allocates resources, and provides information on a broad range of topics pertinent to the region’s quality of life.

CHAIR: Hon. Ron Morrison VICE CHAIR: Hon. Mickey Cafagna

EXECUTIVE DIRECTOR: Gary L. Gallegos

CITY OF CARLSBAD Hon. Ramona Finnila, Mayor Pro Tem (A) Hon. Bud Lewis, Mayor (A) Hon. Matt Hall, Councilmember CITY OF CHULA VISTA Hon. Steve Padilla, Mayor (A) Hon. Patty Davis, Councilmember (A) Hon. Jerry Rindone, Deputy Mayor CITY OF CORONADO Hon. Phil Monroe, Mayor Pro Tem (A) Hon. Frank Tierney, Councilmember CITY OF DEL MAR Hon. Crystal Crawford, Councilmember (A) Hon. Richard Earnest, Deputy Mayor (A) Hon. David Druker, Mayor CITY OF EL CAJON Hon. Mark Lewis, Mayor (A) Hon. Gary Kendrick, Mayor Pro Tem CITY OF ENCINITAS Hon. Christy Guerin, Councilmember (A) Hon. Maggie Houlihan, Deputy Mayor CITY OF ESCONDIDO Hon. Lori Holt Pfeiler, Mayor (A) Hon. Ed Gallo, Councilmember CITY OF IMPERIAL BEACH Hon. Patricia McCoy, Councilmember (A) Hon. Diane Rose, Mayor (A) Hon. Mayda Winter, Councilmember CITY OF LA MESA Hon. Art Madrid, Mayor (A) Hon. Barry Jantz, Councilmember (A) Hon. David Allan, Councilmember CITY OF LEMON GROVE Hon. Mary Sessom, Mayor (A) Hon. Jill Greer, Councilmember (A) Hon. Jerry Jones, Councilmember CITY OF NATIONAL CITY Hon. Ron Morrison, Councilmember (A) Frank Parra, Deputy Mayor CITY OF OCEANSIDE Hon. Jack Feller, Councilmember (A) Hon. Terry Johnson, Mayor (A) Hon. Rocky Chavez, Councilmember CITY OF POWAY Hon. Mickey Cafagna, Mayor (A) Hon. Don Higginson, Councilmember (A) Hon. Robert Emery, Councilmember CITY OF SAN DIEGO Hon. Dick Murphy, Mayor Hon. Jim Madaffer, Councilmember (A) Hon. Scott Peters, Councilmember

CITY OF SAN MARCOS Hon. Corky Smith, Mayor (A) Hon. Lee Thibadeau, Councilmember CITY OF SANTEE Hon. Hal Ryan, Vice Mayor (A) Hon. Randy Voepel, Mayor (A) Hon. Jack Dale, Councilmember CITY OF SOLANA BEACH Hon Joe Kellejian, Councilmember (A) Hon. David Powell, Councilmember CITY OF VISTA Hon. Morris Vance, Mayor (A) Hon. Judy Ritter, Councilmember (A) Hon. Bob Campbell, Councilmember COUNTY OF SAN DIEGO Hon. Greg Cox, Chairman (A) Hon. Ron Roberts, Supervisor CALIFORNIA DEPARTMENT OF TRANSPORTATION (Advisory Member) Jeff Morales, Director (A) Pedro Orso-Delgado, District 11 Director METROPOLITAN TRANSIT DEVELOPMENT BOARD (Advisory Member) Leon Williams, Chairman (A) Hon. Jerry Rindone, Vice Chairman (A) Hon. Bob Emery, Board Member NORTH SAN DIEGO COUNTY TRANSIT DEVELOPMENT BOARD (Advisory Member) Hon. Judy Ritter, Chair (A) Vacant (A) Hon. Jack Feller, Board Member IMPERIAL COUNTY (Advisory Member) Hon. Victor Carrillo, Supervisor (A) Hon. Larry Grogan, Councilmember, City of El Centro U.S. DEPARTMENT OF DEFENSE (Advisory Member) CAPT Christopher Schanze, USN, CEC Commander, Southwest Division Naval Facilities Engineering Command (A) CAPT Ken Butrym, USN, CEC SAN DIEGO UNIFIED PORT DISTRICT (Advisory Member) Jess Van Deventer, Commissioner (A) Michael Bixler, Commissioner (A) Peter Q. Davis, Commissioner SAN DIEGO COUNTY WATER AUTHORITY (Advisory Member) Hon. Bernie Rhinerson, Director (A) Hon. Bud Lewis, Director BAJA CALIFORNIA/MEXICO (Advisory Member) Hon. Rodulfo Figueroa Aramoni Consul General of Mexico

As of February 24, 2003

Page 3: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

iii

TABLE OF CONTENTS

I. INTRODUCTION....................................................................................................................6 II. BACKGROUND .....................................................................................................................6 III. PROJECT SUMMARY.............................................................................................................7

A. Project Background ..................................................................................................7

B. Brief Project Description..............................................................................................7

C. Fee Estimate Range ..................................................................................................9

D. Payment ..................................................................................................9

IV. SCOPE OF REQUIRED and OPTIONAL SERVICES.....................................................................9 A. Project Description - Required Services ...................................................................... 12

B. Project Description - Optional Services ...................................................................... 15

C. Project Schedule ................................................................................................ 15

V. SPECIAL CONSIDERATIONS .................................................................................................16 A. Project Specific Requirements ................................................................................... 16

B. Pre-Award Audit ................................................................................................ 17

VI. PROPOSAL REQUIREMENTS ................................................................................................17 A. General ................................................................................................ 17

B. Contents ................................................................................................ 18 1. Executive Summary ........................................................................................18 2. Identification of the Proposer and Establishment of Proposer’s Fiscal

Responsibility .................................................................................................18 3. Experience and Technical Competence ...........................................................18 4. Proposed Method to Accomplish the Work ....................................................19 5. Knowledge and Understanding of Local Environment and Relevant

Laws...............................................................................................................19 6. Project Organization and Key Personnel ........................................................19 7. SANDAG’s Disadvantaged Business Enterprise (DBE) Program and

Discrimination Policy ......................................................................................19 8. Previous Contracts with SANDAG ...................................................................20 9. Exceptions to this Request for Proposals.........................................................20 10. Addenda to this Request for Proposals ...........................................................20

Page 4: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

iv

11. Certifications ..................................................................................................20 12. Cost Estimate .................................................................................................21

VII. SUBMITTAL REQUIREMENTS...............................................................................................21 VIII. PRE-SUBMITTAL ACTIVITIES ................................................................................................22

A. Questions Concerning Request for Proposals............................................................. 22

B. Pre-proposal Meeting ............................................................................................... 23

C. Revision to the Request for Proposals ....................................................................... 23

IX. CONSULTANT EVALUATION AND SELECTION PROCESS.......................................................23 X. EVALUATION CRITERIA .....................................................................................................24

A. Project Experience [30 Points] ................................................................................... 24

B. Proposed Methodology and Approach to Work [25 Points]....................................... 24

C. Staff Qualifications [20 Points] .................................................................................. 24

D. Cost or Best Value [20 Points].................................................................................... 24

E. Quality of Proposal [5 Points].................................................................................... 25

XI. SCHEDULE FOR NOMINATION, SELECTION AND AWARD....................................................25 XII. SPECIAL CONDITIONS .........................................................................................................25

A. Reservations ................................................................................................ 25

B. Public Records ................................................................................................ 25

C. Right to Cancel ................................................................................................ 25

D. Additional Information ............................................................................................. 26

E. Conflict of Interest ................................................................................................ 26

F. Public Information ................................................................................................ 26

G. Contract for Services ................................................................................................ 26

H. Insurance Requirements ............................................................................................ 26

XIII. PROTESTS ...........................................................................................................................26 A. Protest Contents ................................................................................................ 27

B. Reply to Protest ................................................................................................ 27

C. Request for Protest Reconsideration ......................................................................... 27

ATTACHMENTS

A. Standard Agreement for Services

B. Subconsultant List

Page 5: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

v

PROJECT RELATED EXHIBITS

TABLE 1. In Pavement Loop Locations – Required Sites

TABLE 2. In Pavement Loop Locations – Optional Services

FIGURE 1. AVC Project Concept

ATTACHMENTS

1. Project Screenlines and Loop Types

2. Project Cost Estimate Form

3. Sample Segment Statistics – Data Format

4. Sample Cabinet Picture

Page 6: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

6

Request For Proposals for

AUTOMATIC VEHICLE CLASSIFICATION PROJECT (AVC)

I. INTRODUCTION

Thank you for your interest in contracting opportunities with SANDAG. The San Diego Association of Governments (SANDAG) together with the State of California Department of Transportation (CALTRANS) are seeking proposals from qualified firms for professional services to create and deploy an automatic vehicle classification (AVC) system that will include development of a unique software or enhancements to an off-the-shelf system. The AVC system will be deployed on the San Diego region’s freeway system utilizing existing inductive loops embedded in the freeway pavement.

This Request for Proposals (RFP) describes the project, the required scope of services, the consultant selection process, and the minimum information that must be included in the proposal.

Failure to submit information in accordance with the RFP requirements and procedures may be cause for disqualification.

II. BACKGROUND

SANDAG is the regional agency as well as the technical and informational resource for the area’s 18 incorporated cities and the county government, who collectively are the “Association of Governments.” Through this Association, local governments work together to solve current problems and plan for the future. SANDAG builds consensus, makes strategic plans, obtains and allocates resources, and provides information on a broad range of topics pertinent to the San Diego region’s quality of life. SANDAG is governed by a board of directors composed of mayors, council members, and a county supervisor from each of the region’s 19 local governments. Current members include all the incorporated cities in the region – Carlsbad, Chula Vista, Coronado, Del Mar, El Cajon, Encinitas, Escondido, Imperial Beach, La Mesa, Lemon Grove, National City, Oceanside, Poway, San Diego, San Marcos, Santee, Solana Beach, and Vista - and the County of San Diego.

Supplementing the voting members are advisory representatives from Imperial County, the California Department of Transportation (CALTRANS), the Metropolitan Transit Development Board, the North San Diego County Transit Development Board, the U.S. Department of Defense, the San Diego Unified Port District, the San Diego County Water Authority, and Baja California.

Page 7: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

7

SANDAG’s monthly board meetings provide the public forum and decision point for significant regional issues such as growth, transportation, environmental management, housing, open space, air quality, energy, fiscal management, economic development, and criminal justice. SANDAG’s Directors adopt plans, allocate transportation funds, establish policies, and develop programs for these regional issues which are used by local governments as well as other public and private organizations. Citizens, special interest groups and other agencies are involved in the planning and approval process by participating in SANDAG’s working groups and task forces as well as attending workshops and public hearings.

III. PROJECT SUMMARY

A. Project Background

SANDAG, together with CALTRANS, is searching for automated vehicle classification (AVC) technology for enhancing data collection capabilities of existing traffic monitoring stations throughout the San Diego region. The AVC system must be able to collect, store, and transmit vehicle classification data through the use of existing in-pavement loop sensors. This project is one of numerous efforts under SANDAG’s Performance Monitoring Program that will focus on gathering, analyzing, and reporting traffic related data. The data and information that are gathered and analyzed will establish the foundation for determining how well the transportation system is operating and for identifying possible transportation deficiencies.

B. Brief Project Description

The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout the San Diego region. The primary use of the vehicle detection data collected throughout the AVC system is to supplement detection data that is used for transportation modeling, performance monitoring, and traveler information activities. A conceptual configuration of the proposed AVC project, its corresponding system requirements, and optional functionalities is presented in Figure 1. The figure identifies key input and output relationships and components expected with the completion of the AVC project.

The figure illustrates the required and optional levels of vehicle classification data to be collected, stored, and analyzed. The figure also displays the different ranges of interface that can potentially access and retrieve the collected data via a dedicated system server. System users (S ANDAG/CALTRANS staff) need the basic ability to access the system server to view, edit, query, analyze and create hard and or electronic reports from data collected including graphs and charts.

The figure also reflects the design and implementation of a scalable AVC system that will support and or include additional/optional functionalities including the ability for integration with other traffic monitoring and reporting applications such as PeMS (Performance Monitoring System). Represented system inputs and outputs are provided for project

Page 8: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

8

clarification and description purposes and are conceptually illustrated to show how the AVC system is expected to operate as to meet the project objectives.

Figure 1 – AVC System Concept

The AVC project will be separated into six phases. The project will be initiated upon signature of contract and will include duties associated with project management responsibilities (Phase 1). Phase 2 will be the development of a system deployment and integration strategy. Phase 3 and 4 will be system deployment and integration. Phase 5 will be systems performance and monitoring, and Phase 6 will consist of system evaluation and reporting. The major objectives for the AVC project are:

§ To improve the data collection capabilities of existing loop detection systems through the implementation of AVC detection technologies;

§ To provide for the greatest data coverage throughout the region and best data value for transportation modeling, performance monitoring, and traveler information efforts. To the extent possible, the system deployment must follow the proposed approach as outlined under the scope of services. The approach focuses on system

AVC System Inputs

Loop Data – Outer Rim

Sites

Loop Data – Gateway Sites

Loop Data – SR 52

Segment Site

Loop Data – Smart Loop

Site

WIM Sites Integration

SANDAG/ CALTRANS Planning and Operations

(basic Interface)

Other Traffic Monitoring and Reporting Systems

(i.e., PeMS)

Traveler Informat ion Systems

CALTRANS HQs

GUI/Web Base Functionality

AVC System Outputs

AVC System Server

Loop Data – Northern Screen line Sites

Loop Data – Western Screenline Sites

Loop Data – Central Screen line Sites

Required Functionality Optional Functionality

Page 9: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

9

deployment along several sub-regional monitoring zones to determine the number and types of vehicles traveling within and through the San Diego region.

§ To operate seven days a week, twenty four hours a day and have the ability to collect, process, archive and export classification data (predefined format) in an accessible database through a dedicated server. The server will allow defined users to access the data and will be configured to allow for future integration with other data collection and reporting management applications such as PeMS owned and operated by CALTRANS and the University of California Berkeley. PeMS can be found at http://pems.eecs.berkeley.edu;

§ To not impact the existing functionality and operations of existing loop detection systems field equipment.

C. Fee Estimate

1. The fee currently budgeted for this project is $650,000. Due to the nature of this Project it is difficult to predict its full scope. Therefore, at its sole option, SANDAG may issue one or more amendments for related additional work if funding permits, however, the total amount available at this time is limited to the $650,000 Estimated Fee. Therefore, proposers will be evaluated on their ability to provide the greatest cost effective services for the amount available in SANDAG’s budget. The Estimated Fee includes compensation for work performed and services rendered through completion of the AVC project, including but not limited to, all system equipment and software, system server, project management, labor, and all system deployment, integration, and evaluation expenditures such as system serial communications connection and subscription and services costs.

D. Payment

The selected consultant will be paid by the following method: Fixed Fee method. The selected consultant will be paid a fixed fee for services rendered and expenditures associated with the completion of project deliverables or milestones, and for other direct or indirect cost associated with all system deployment, integration, and communications costs, and field equipment.

IV. SCOPE OF REQUIRED AND OPTIONAL SERVICES

The primary focus of this project is on the data collection, processing, and storing of vehicle detection and classification data for use in transportation modeling, performance monitoring, and traveler information efforts. During the term of this project, it will be required that an all weather system be operational and maintained seven days a week, twenty-four hours a day.

The AVC system is expected to be deployed at nine required sites and up to 20 proposed optional sites (See Table 1 and 2). All sites will consist of up to six lanes in each direction

Page 10: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

10

with an existing loop detection system and cabinet. The implementation of the AVC system will also include providing the necessary communications connection and service support to all project locations. These locations include traffic monitoring stations that are isolated (no communications) and integrated (have an existing communications connection/service). All locations have an existing power source.

The selected (required and optional sites) project locations reflect a system deployment along existing census loops, one loop site that is used for ramp metering operations, several loop sites used for signal timing, and a previously deployed smart loop site. The locations of these sites were strategically selected throughout the region as to reflect a data collection strategy that would provide the greatest geographical data coverage to determine the types of vehicles traveling from, to, and within the San Diego region (See Attachment 1). The deployment strategy is composed of the “Outer Rim” zone which is composed of the nine required AVC system loop sites. The remaining project sites are proposed under four data monitoring screen lines and are identified as optional services (see Table 2).

Submitted proposals must recommend three AVC system project approach alternatives based on a combination of required and optional services that will achieve the greatest cost effective benefits. For each project approach alternative the proposal should list key tasks and associated order of magnitude costs estimates as described in Section VI. B, 12 of this Request for Proposal.

The selected consultant must be capable of providing the following required services and desirable optional services.

Required Services 1. Project Management 2. Develop Deployment and Implementation Strategy 3. Test Deployment 4. Deployment and Integration at Required Sites 5. System Performance and Testing 6. System Evaluation and Reporting

Optional Services (listed in order of preference) A. Deployment and Integration at Gateway Sites (4); B. Deployment and Integration at Central Sites (4); C. Deployment and Integration at Western Sites (7); D. Deployment and Integration at Northern Sites (3); E. Deployment and Integration at Smart Loop Site (1); F. Ability to track vehicles and provide segment statistics from Segment Site (See Segment

Statistics Sample Format – Attachment 3); G. Data Integration with Weigh In Motion (WIM) Systems (Table 2 and Attachment 1 for

WIM Locations); H. Ability to be easily relocated to other loop detection locations with a “plug and play”

simplicity; I. Web based end user interface functionality (i.e., Graphical User Interface for computing,

reporting, and presenting AVC system data).

Page 11: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

11

Table 1 – In Pavement Loop Locations Required Sites (Outer Rim Sites)

STA ID DESCRIPTION – ROUTE/APPROX. LOCATION # OF

LOOPS TYPE OF

LOOP CABINET EXISTING

COMMUNICATIONS NOTES

954 I-5 Camp Pendleton, N/Jct. Rte. 76 8 5X5* R Type None SB LN #4 not working

902 I-5 Chula Vista, E St. 10 5X10 R Type Cell. – Wireless Modem

824 I-8 El Cajon, Greenfield Dr.. 11 5X10 334 Telephone Line

916 I-15 Northern Co., N/Deer Springs Rd. 10 5X5* R Type None

838/ 839 SR-78 Northern Co., N/Jct. Rte. 67 11 6X6 334 Telephone Line

717 SR-75 Coronado, N.A.B. Gate #4 4 5X5* 334 Telephone Line

975 SR-94 Otay Lakes Rd./Honey Springs Rd. 2 TBD G Type None

RM SR-125 Spring Valley, Tyler St. 6 5X10 334 Telephone Line

924 I-805 Chula Vista, Jct. Rte. 54 12 5X10 334 Cell. – Wireless Modem

Table 2 – In Pavement Loop Locations Optional Services

STA ID DESCRIPTION – ROUTE/APPROX. LOCATION # OF LOOPS

TYPE OF LOOP

CABINET EXISTING COMMUNICATIONS NOTES

Gateway Sites

SD -1 City of San Diego - 10th Ave. Marine Terminal – Crosby St., Bet. National Ave. – Harbor Dr

4 – NB 8 – SB 10 - EB 10 - WB

6X6## 332 Fiber provides serial link to Control Center

Collected Data- Used for Signal Timing Operations

SD-2 City of San Diego - International Airport – Eastbound Approach Pacific Highway at Washington

12 – NB 8 – SB 4 - EB 12 - WB

6X6# 332 Fiber provides serial link to Control Center

Collected Data- Used for Signal Timing Operations

SD-3 City of San Diego - SD International Airport – Access to Freight Facility via Harbor Drive

8 – SB 10 - EB 10 - WB

5X5 Type C

332 Fiber Connection is under Design

Collected Data- Used for Signal Timing Operations

NC-1 City of National City - National Marine Terminal – Bay Marina Dr. at Tidelands Ave. 1

10 4 Ft. Dia. 332 None

Central Sites

801 I-5 San Diego, Clairemont Dr. 8 5* and 10*

334 Telephone Line

911 I-15 San Diego, S/Adams, Jct. I-8 12 5* and 10*

334 None

957 SR-163 Mission Valley, N/Friars Ave. 9 5X5* G Type Telephone Line

928 I-805 San Diego, Adams Ave./I-805 Separation

12 5* and 10*

334 Cell. – Wireless Modem Station has two cabinets

Western Sites

804 I-8 San Diego, Presidio Park/Taylor St. 9 5* and 10*

334 Telephone Line

720 SR-52 San Diego, Jct. I -5 8 5X5* G Type None

814 SR-54 National City, Jct. I-805 11 5X5* 334 Cellular – Wireless Modem

753 SR-56 San Diego, Carmel Country Rd. 6 5* and 10*

334 Telephone Line

983 SR-78 Oceanside, El Camino Real 9 TBD R Telephone Line

Page 12: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

12

Table 2 – In Pavement Loop Locations Optional Services

STA ID DESCRIPTION – ROUTE/APPROX. LOCATION # OF LOOPS

TYPE OF LOOP

CABINET EXISTING COMMUNICATIONS NOTES

974 SR-94 San Diego, E/28th St. 8 5X5* 334 Cellular – Wireless Modem

932 SR-905 San Diego, Jct. I -805 6 5X5* 334 Telephone Line

Northern Sites

978 I-5 Encinitas, Encinitas Blvd. 8 6X6# 334 Telephone Line

935/ 934

I-15 Rancho Bernardo, Pomerado Rd. 14 5X5* 334 Telephone Line

972 SR-67 Poway, Poway Rd. 2 TBD G Type None

Smart Loop Sites

Smart Loop

SR-905 San Diego, SR-905 - Smart Loop (One location to be determined) 6 Circular 334 Telephone Line

System non-Operational

Segment Site – Locations For Vehicle Tracking

729 & 730

SR-52 Santee, Mast Blvd 12 5* and 10*

334 Telephone Line Segment Location

Weigh-In-Motion (WIMs) Sites

ROUTE Location Post Mile Notes

I-5 South of Encinitas Blvd. 42.2 Direction – North and South

I-8 West of Cameron Rd. R 51.98 Direction – East and West

I-15 At Clairemont Mesa Blvd. R 9.99 Direction – North and South

I-78 At Rancho Santa Fe 10.60 Direction – East and West

SR-163 San Diego, South of Kearny Villa R 10.83 Direction – North and South

I-805 At Naples Street Under crossing / At Governor Drive Interchange 24.44 / 5.6 Direction – North and South

SR-905 North of Siempre Viva Rd. 11.59 Direction – West

Notes: RM = Ramp Metering Surveillance Loop Location ### = Census Loop Station ID For Test Deployment: primary choice should be given to one station with wireless and one station with wireline communications (Sites will be finalized by Project Manager) City Initials - # = Proposed Gateway Sites (Freight Movement) Type of Loop * = Octagonal, ̂ = Rectangular,##=Diamond 1 or Caltrans - I-5 Southbound ramp Termini at Bay Marina Dr

A. Project Description – Required Services

The following Scope of Services is proposed for a successful completion of the AVC project. It highlights those Services described as Required for meeting the AVC project objectives which are separated into six phases and are presented in sequential order. The project will be initiated with Phase 1 (Project Management) and is expected to begin upon signature of contract. Phase 2 (Deployment and Integration Strategy) will take approximately nine months. Phases 3 through 4 (Deployment and Integration) will also take nine months and

Page 13: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

13

will be initiated upon completion of Phase 2. Phase 5 (System Performance and Monitoring) and 6 (System Evaluation and Reporting) will commence after the deployment of the first site and will run through the life of the contract (three years).

The completion of all deliverables reference in this scope of services will include development and submittal of a draft and final version. Consultant is expected to provide reference deliverables and conduct project presentations/updates as requested by SANDAG Project Manager. The Consultant is encouraged to modify or add to the proposed scope of services to meet the project objectives. Creative and innovative approaches in meeting the project objectives and/or budget are expected. These services include, but not limited to the following.

PHASE 1 – Project Management

The Consultant will undertake the necessary project management related activities for a successful completion of the project including but not limited to preparation of project reports, coordination and schedule of project meetings, preparation of meeting summary notes and action items, as well as attend and make presentations to SANDAG standing Committees as requested by SANDAG Project Manager. An initial activity under this phase will be to attend a kick-off meeting with SANDAG to discuss the objectives and schedule for proposed meetings and milestones. Project management activities will be on-going throughout completion of the AVC project.

PHASE 2 – Deployment and Integration Strategy

The Consultant will develop a Deployment and Integration Strategy Memorandum that will meet the specific project objectives and will document the specific software and hardware system components, system serial communication and service requirements; describe the conceptual design of the system, user interface application design, and data output format; and identify the database structure and server interface(s) necessary for user interface and possible integration and accessibility with other traffic data collection and reporting management applications (i.e., Integration with PeMs).

At a minimum, the proposed data format, user interface, and server interface components should be designed to be scalable in order to be updated and/or re-designed for future integration with other data output formats and data collection and reporting management applications. Additionally, the user interface application/platform must be designed to reflect a data output format that will provide the most practical and relational data structure. The user interface application/platform must allow system users to view, edit, query, analyze and create hard and electronic data reports including color printable graphs and charts. The user interface must also provide the flexibility to export the data to other database related platforms.

The Memorandum will also identify and recommend station sites for agreed upon testing/pilot installations. The Memorandum will also include an AVC system deployment schedule. The Consultant will submit the Deployment and Integration Strategy Memorandum for approval before advancing to subsequent phases.

Deliverable: Deployment and Integration Strategy Memorandum

Page 14: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

14

PHASE 3 – Testing Deployment

The Consultant will prepare the required Installation permitting documentation to obtain the required encroachment permits and provide other deployment support as necessary for testing and all proposed system locations. The Consultant will focus only on agreed upon testing locations for this phase, however. Necessary support will include but not be limited to, procuring the communications services and or equipment necessary to support connection to and from the field equipment to the system server and coordinating with traffic systems staff for system installation. The Consultant will be responsible for ensuring that the procured communications service and related subscription and invoicing processes are in accordance with SANDAG procedures or related guidelines.

The Consultant will coordinate the deployment of the AVC system and test all system components and functionalities for the agreed upon testing locations (during the course of the testing period, the server will be located at the consultant’s facility). The server will be relocated to a SANDAG/CALTRANS agreed upon location upon satisfactory completion of acceptance testing. Prior to relocation, the Consultant will submit a relocation notice to SANDAG and CALTRANS staff for approval. The notice will outline the necessary space and system related requirements and will establish a schedule that will highlight the necessary relocation efforts in order to coordinate with SANDAG/CALTRANS.

The Consultant will summarize the acceptance testing findings and provide the relocation notice before advancing to subsequent phases. The testing results will identify opportunities or challenges for cost savings and other related issues encountered during the testing deployment phase.

Deliverable: AVC System Relocation and Testing Findings

PHASE 4 –Deployment and Integration

Upon successful deployment and completion of necessary system acceptance testing of initial test/pilot locations, the Consultant will coordinate and carry out installation and deployment for the remaining project locations and follow the schedule set forth in the memorandum developed during Phase 2. The Consultant will be responsible for preparing the required Installation permitting documentation to obtain the required encroachment permits, coordinate and carry out necessary communications subscription and service efforts, and provide other deployment support as necessary for all proposed system locations. The Consultant will be responsible for ensuring that the procured communications service and related subscription and invoicing processes are in accordance with SANDAG procedures or related guidelines. During the on-going deployment efforts, the Consultant will coordinate system acceptance and testing and provide necessary technical support for debugging/trouble shooting and maintenance of the system. The Consultant will provide monthly deployment progress reports and updates throughout completion of Phase 4.

PHASE 5 – System Performance and Monitoring

To ensure delivery of a fully operational system, the Consultant will be responsible for assessing the performance of all system components throughout the period of the contract. Through this on-going monitoring effort, the Consultant will carry out and provide the necessary technical, administrative, and equipment repair support and oversight for ensuring

Page 15: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

15

that all system components function properly. This will include, but not be limited to, technical support to the system server, AVC system controller units, and database management, technical and administrative support to the communications system and services, and other necessary technical support for related system debugging/trouble shooting performance issues. Consultant responsibilities will also include system user related support to ensure the successful delivery and utilization of collected data. This will include, but not be limited to, necessary technical support and or functional changes to user interface application/platform and data output format, and provide necessary system training related support.

If during the course of this contract, system repairs are required at any deployment site, the Consultant will be responsible for coordinating with the responsible agency officials including CALTRANS staff to access the loop location facilities. The Consultant will develop a system performance and monitoring manual. The manual will contain necessary procedures for maintaining on-going system performance and system protocols for setting up and editing the user interface and data output format components.

Deliverable: AVC System Performance and Monitoring Manual

PHASE 6 – System Evaluation and Reporting Upon the first year of system deployment, the Consultant will prepare an AVC System Evaluation Memorandum that describes system capabilities and performance deficiencies experienced to date. The memorandum will also highlight system functionality needs, and provide feasibility and cost estimates for future integration and upgrades. Upon completion and acceptance of the AVC project, the Consultant will prepare a Final System Evaluation Report for review and approval by SANDAG and CALTRANS. The report will describe the site locations, the equipment installed at each site, maintenance requirements for equipment and system, and discussion and recommendations for any issues needing resolution for future system enhancements and statewide deployment efforts.

Deliverable: AVC System Evaluation Report Deliverable: AVC System Final Evaluation Report

B. Project Description – Optional Services

The completion of a successful project will reflect the implementation of an AVC system composed of a combination of the above mentioned required services and optional services as presented in Table 2 and corresponding section. These optional services focus on providing the greatest data collection coverage throughout the San Diego region and the implementation of an AVC system that will allow for integration and accessibility with other traffic data collection and reporting applications. Consultants are encouraged to propose the best combination of required and optional services and integrating them as appropriate within the project Phases discussed above.

Page 16: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

16

C. Project Schedule

SANDAG has established the following tentative milestones for the project:

1. Kick-off meeting …….................................................................................February 2004

2. Phase 2 – Deployment and Integration Strategy..........................................October 2004

3. Phases 3 -4 – System Deployment and Integration ..............................................July 2005

4. Phase 5 – System Performance and Monitoring ............................. July 2005 – January 06

5. Phase 6 – System Evaluation and Reporting................................... July 2005 – January 06

The Consultant is to provide, as part of its proposal, a proposed project schedule.

V. SPECIAL CONSIDERATIONS

A. Project Specific Requirements

There are several project specific requirements:

• Existing infrastructure will be used such as existing CALTRANS cabinets and detection loop systems (no new loops or trenching);

• The AVC classification units are required to fit within the confines of the existing CALTRANS’ and Freight Location cabinets and must maintain similar form factor as the rack mounted 2-channel detector as demonstrated in Attachment 4 (Cabinet Sample Picture). For detailed specifications, please download the Caltran’s Technical Electrical Equipment Specifications (TEES) PDF document from SANDAG’s RFP web page for those cabinets within Caltrans sites. You can also download the controller cabinets Specifications sheet/document for project site NC-1. For type 334 cabinets you can visit the www.itraffic.org/SafeTran/334.htm website (for SD-1, SD-2, and SD-3 Sites).

• The Classification units must not impact existing functionality and must continue to provide an output for the 170 controller where it currently exists and a second output for classification data;

• Demonstrate a successful deployment and acceptance testing of AVC system before deployment and setup at all project locations. Acceptance testing accuracy levels will be finalized by System User Working Group;

• Must be able to download and store single loop data and at a minimum follow the existing Caltrans and FHWA F Classification Schemes– (See Sample Data Format – Attachment 3);

Page 17: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

17

• The AVC system is required to have the ability to collect, store, process, and make vehicle data available and accessible through a system server that will allow users to access and manipulate data and produce customized reports and color printable charts and graphics;

• AVC system that will allow system Server interface with other data collection and reporting management applications such as PeMs;

• Where communications (phone lines or wireless), and power source is not readily available, the AVC system must be able to store traffic data before being delivered to the server;

• During the course of the testing period, the server will be located at the contractor’s facility

and will be relocated to a SANDAG/CALTRANS agreed upon location upon satisfactory completion of acceptance testing.

B. Pre-Award Audit

This project will be funded in whole or in part with state or federal funds and the amount of the contract will exceed $250,000. Therefore, the proposer selected for contract negotiations will be subject to a pre-award audit by CALTRANS that must be successfully completed before contract documents are signed and the proposer is issued a notice to proceed. During the pre-award audit, CALTRANS will examine the proposer’s accounting, administrative and estimating systems; proposed costs; quantities; and financial condition. The audit will be broad in scope and could be time-consuming. A copy of CALTRANS’ Accounting and Auditing Guidelines is available on CALTRANS’ Web site at http://www.dot.ca.gov/hq/MassTrans/transitfunding.html. Amendments to a contract which exceeds $250,000 will be subject to the pre-award audit requirement. Also, any amendment that causes a contract that did not originally exceed $250,000 to go over the $250,000 threshold, will be subject to a pre-award audit.

VI. PROPOSAL REQUIREMENTS

A. General

1. The proposal should be concise, well organized and demonstrate the proposer’s qualifications and experience applicable to the project. The proposal shall be limited to 30 one-sided pages (8.5 inches x 11 inches), inclusive of resumes, graphics, forms, pictures, photographs, dividers, front and back covers, cover letter, etc., but not of letters of commitment from subcontractors or DBE documentation. Type size and margins for text pages should be in keeping with accepted standard formats for desktop publishing and processing and should result in no more than five hundred (500) words per page.

2. The written proposal must include a discussion of the proposer’s approach to the project, a breakdown and explanation of project tasks, a proposed project schedule, an estimate of costs and documentation of the firm and consultant’s qualifications for the scope of work.

Page 18: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

18

3. The proposer will be evaluated based upon the information submitted in accordance with Section VI. B, the evaluation criteria in Section X, and compliance with all requirements of this RFP.

B. Contents

Proposals submitted in response to this RFP shall be in the following order and shall include:

1. Executive Summary

Include a 1-2 page overview of the entire proposal describing the most important elements of the proposal.

2. Identification of the Proposer and Establishment of Proposer’s Fiscal Responsibility

Please provide the following information: a. Legal name and address of proposer’s company.

b. Number of years proposer’s company has been in business.

c. Legal form of company (partnership, corporation, joint venture, etc.). If joint venture, identify the members of the joint venture and provide all information required within this section for each member. If a corporation, certify that the corporation is in good standing with the Secretary of State.

d. If company is wholly-owned subsidiary of a “parent company,” provide the legal name and form of the parent company.

e. Address(es) of office(s) that will work on this project.

f. If DBE certified, identify certifying agency, as well as gender and ethnicity.

g. Name, title, address, email address and telephone number of the person to contact concerning the proposal.

h. State whether the proposer has filed bankruptcy in the last ten (10) years and provide any other relevant information concerning whether the proposer is financially capable of completing this project.

i. Provide all license numbers for licenses relevant to or required for this project, the names of the holders of those licenses, and the names of the agencies issuing those licenses.

3. Experience and Technical Competence

Describe the proposer’s experience in completing similar consulting efforts. List three (3) successfully completed projects of a similar nature. For each completed project, provide the name of the company and project manager the proposer performed work for, telephone numbers, type of work performed, and dollar value of the contracts. A project currently being performed may be submitted for consideration as one of the references.

Page 19: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

19

4. Proposed Method to Accomplish the Work

Describe the proposer’s technical and management approach to the project including a discussion of the special considerations in Section V and how the proposer will plan for and accommodate each into the project effort. Provide a proposed project schedule. Discuss how and what lines of communication will be implemented to maintain the project schedule.

5. Knowledge and Understanding of Local Environment and Relevant Laws

Describe the proposer’s experience working in the local environment and proposed local presence for interfacing with SANDAG’s Project Manager and staff. The environment includes, but is not limited to: cities, county and other local agencies’ regulations and policies; local permitting documentation requirements; familiarity with local and Caltrans existing loop detection systems; and other local and regional understanding and experience with transportation systems and equipment monitoring technologies and applications. Describe proposer’s experience with and knowledge of relevant State and Federal laws.

6. Project Organization and Key Personnel

a. Describe proposed project organization, including identification and responsibilities of key personnel. Indicate role and responsibility of prime consultants and all subconsultants, including DBE subconsultants. If applicable, indicate how local firms are being utilized to ensure a strong understanding of State and local laws, ordinances, regulations, policies, requirements and permitting. Indicate the extent of the commitment of key personnel for the duration of the project and furnish resumes of key personnel. Provide an indica-tion of the staffing level for the project. SANDAG’s evaluation of the proposal will consider the proposer’s entire team; therefore, no changes in the team composition will be allowed without prior written approval of SANDAG. Subconsultant letters of commitment are required.

b. Describe the experience of the proposer’s project team in detail, including the team’s project manager, and other key staff members, on projects of similar size, capacity, and dollar value. For each similar project, include the client’s name and telephone number. It is SANDAG’s policy to interview proposers’ references.

7. SANDAG’s Disadvantaged Business Enterprise (DBE) Program and Discrimination Policy

a. Proposers are urged to obtain disadvantaged business enterprise (DBE) participation on this project, although there is no specific project goal for DBE participation. It is SANDAG policy to provide disadvantaged, minority, and women-owned business enterprises, as defined in Part 26, Title 49 CFR, an equitable opportunity to participate in all contracting opportunities. SANDAG’s DBE Program, which includes minority and women-owned business enterprises, is designed to administer contracts, consultant selection, and all related procurement activities without regard to race, color, religion, disability, political beliefs, age, national origin, gender, or cultural background. Accordingly, no firm

Page 20: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

20

or individual shall be denied the opportunity to compete for SANDAG contracts by reasons so stated or implied. A copy of SANDAG’s DBE Program is available on SANDAG’s Web site at www.sandag.org/notices.

b. SANDAG requires all potential SANDAG consultants to comply with Title VI and Title VII of the Civil Rights Act of 1964, the Americans with Disabilities Act, the Age Discrimination in Employment Act, and the California Fair Employment and Housing Act, as amended, and all other applicable discrimination laws. SANDAG will not tolerate illegal discrimination or harassment by its consultants.

c. Describe the proposer’s overall plan to make contracting opportunities available to all interested and qualified firms. This includes a strategy to identify the available subcontracting resources and a willingness to make subcontracting opportunities available to such firms.

d. Submit a subconsultant list, Attachment B, which lists all subconsultants for this project, DBE status (if applicable), scope of work, and approximate percentage of the work (as a percentage of the total award to the prime consultant). In accordance with current federal regulations, DBEs and joint ventures involving DBEs must be certified for eligibility by CALTRANS, by other qualified Department of Transportation recipients or by other certifying public agencies. Documentation verifying DBE status must be submitted in the proposal for all firms (prime consultant or subconsultant) claiming such status.

8. Previous Contracts with SANDAG

The proposer shall submit a list which indicates all prime contracts and/or amendments awarded to the proposer by SANDAG for the last three (3) years. The list shall include a short description of the project, the project scope of work, award date, completion date, name of SANDAG’s assigned project manager, and contract value.

9. Exceptions to this Request for Proposals

The proposer shall certify whether it takes no exception(s) to this RFP, including but not limited to SANDAG’s Standard Agreement for Services (Attachment A). If the proposer does take exception(s) to any portion of the RFP or contract, the specific portion to which exception(s) is taken must be identified and explained. Failure to make exceptions to the RFP or contract will be deemed a waiver of any objection. Exceptions may be considered during the proposal evaluation process.

10. Addenda to this Request for Proposals

The proposer shall confirm in its proposal the receipt of all addenda issued to this RFP.

11. Certifications

As part of the proposal package, proposers must submit the following signed certifications:

Page 21: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

21

a. Certifications on Lobbying (Exhibit E to Attachment A, the Standard Agreement for Services)

b. Certifications Regarding Debarment, Suspension and Other Responsibility Matters (Exhibit F to Attachment A, the Standard Agreement for Services)

12. Cost Estimate

a. Submitted proposals must recommend three project cost alternatives based on a combination of required and mix of optional scope of services as referred to in Section IV of this Request for Proposal. Proposers are encourage to identify and provide a breakdown of key tasks and corresponding cost anticipated with the completion of the AVC project based on similar project experiences. Expected tasks and corresponding cost can include, but not be limited to, expenditures associated with system installation, preparation of required Caltrans and local jurisdiction encroachment permitting documentation, and deployment cost associated with providing communications (system hardware and service) to and from the field equipment to the system server. Proposed project cost alternatives should be provided as presented in Attachment 2 (Project Cost Estimate Form).

b. The selected consultant will prepare a more detailed fixed fee payment schedule for the selected project cost alternative to be incorporated into the project contract. The detailed cost estimate must provide an estimate of total direct and indirect costs to complete all tasks and deliverables expected under the selected project cost alternative.

VII. SUBMITTAL REQUIREMENTS

A. 10 copies of the proposal shall be submitted. Proposals submitted by facsimile or email are not acceptable and will not be considered.

B. The proposal and any required certifications shall be signed by an individual or individuals authorized to execute legal documents on behalf of the proposer.

C. The proposal must be addressed to and received no later than 4 P.M., local time, on October 24, 2003 at the office of:

Alex Estrella, Project Manager San Diego Association of Governments 401 B Street, Suite 800 San Diego, California 92101

Postmarks will not be accepted in lieu of this requirement.

Page 22: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

22

D. Proposals are to be submitted in sealed packages with the following information clearly marked on the outside of each package:

1. Name of proposer

2. Project title

3. Package Number (e.g., 1 of , 2 of )

E. Failure to comply with the requirements of the RFP may result in disqualification. SANDAG is not responsible for finding, correcting, or seeking clarification regarding ambiguities or errors in proposals. If a proposal is found to contain ambiguities or errors, it may receive a lower score during the evaluation process. SANDAG reserves the right to disqualify a proposal detailed cost estimate with mathematical or clerical errors, inconsistencies or missing information which prevent SANDAG from fully evaluating the proposal. SANDAG may, but is not required to, seek clarification from a proposer regarding information in a proposal. Errors and ambiguities in proposals will be interpreted in favor of SANDAG.

F. Proposals and/or modifications received subsequent to the hour and date specified above will not be considered.

VIII. PRE-SUBMITTAL ACTIVITIES

A. Questions Concerning Request for Proposals

All questions relating to the RFP must be received in writing via mail, facsimile, E-mail or hand delivery no later than 4 P.M., on October 15, 2003 addressed to:

Alex Estrella, Project Manager San Diego Association of Governments 401 B Street, Suite 800 San Diego, California 92101 e-mail: [email protected]

A Web page will be developed, maintained, and devoted to this RFP. It can be accessed from www.sandag.org/rfps.

Responses to all questions received concerning this RFP will be posted on the Web page devoted to this project (shown above) on an on-going basis. All responses and all timely questions received concerning this RFP will be posted at least three (3) days prior to the proposal due date or can be obtained by contacting the project manager. It is the responsibility of proposers to check the Web page for questions and responses related to this RFP.

Page 23: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

23

B. Pre-proposal Meeting

A pre-proposal meeting will be held at SANDAG on September 23, 2003 from 1:30 p.m. to 2:30 p.m. in the 8th Floor Conference Room A. Summary of the questions and answers from the pre-proposal meeting will be posted on the project Web page within a five business days after the pre-proposal meeting.

The pre-proposal meeting is not mandatory.

C. Revision to the Request for Proposals

SANDAG reserves the right to revise the RFP prior to the date that proposals are due. Revisions to the RFP shall be posted on the Web page devoted to this RFP at least one full business day prior to the deadline for proposals. It is the responsibility of the proposer to check the Web site for any revisions related to this RFP.

IX. CONSULTANT EVALUATION AND SELECTION PROCESS

A. SANDAG will establish one or more consultant evaluation committee(s) (“Committee(s)”) for this project and will include representatives from SANDAG, and when deemed in SANDAG’s best interest, representatives of its member agencies, the general public, or individuals with experience and expertise in the related discipline(s).

B. Based upon the proposals submitted, the Committee may select a short-list of qualified firms for this project. SANDAG reserves the right to make final consultant selection based solely upon evaluation of the written proposals, without short-listing firms or conducting oral interviews, should it find it to be in its best interest to do so. The Committee(s) may interview the short-listed firms. Based upon the written proposal, interview, and reference scores, and other appropriate evaluation factors, the Committee(s) will rank the qualified finalists.

C. The Committee(s) will recommend the top-ranked proposer to SANDAG’s Executive Director; and will request authority to enter into negotiations with the selected firm. The Executive Director has final authority for selection. The proposer selected for negotiations will be sent a Notice of Intent to Award. Proposers who are not selected for negotiations will be sent a Notice of Intent to Enter Negotiations With Another Proposer.

D. Upon receipt of the Executive Director’s authorization to negotiate, the Project Manager will establish a negotiating team and enter into negotiations with the selected firm. The negotiations may cover: scope of work, contract schedule, contract terms and conditions, technical specifications, level of effort and price. If the negotiating team is unable to reach an acceptable agreement with the selected firm, the negotiating team will recommend to the Executive Director that negotiations be terminated and that negotiations with the second ranked firm be initiated. The Executive Director has final authority to terminate negotiations and begin negotiations with another proposer.

E. After approval from CALTRANS following a pre-award audit and negotiation of a proposed agreement that is fair and reasonable, the negotiating team will recommend to the Executive

Page 24: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

24

Director that SANDAG enter into the proposed agreement. Final authority to approve the agreement rests with the Executive Director.

X. EVALUATION CRITERIA

Proposers will be evaluated on the following criteria according to the weights assigned below. If oral interviews are conducted, they will be worth 20 points. SANDAG reserves the right to add the proposers’ interview scores into the evaluation criteria or to select proposers based solely upon their written proposal or oral interview.

Proposers’ detailed cost estimates and/or a determination of which proposal offers the best value to SANDAG will be part of the evaluation process. Proposers’ detailed cost estimate will have the value assigned below in the evaluation criteria descriptions.

A. Project Experience [30 Points]

Qualified consultants will have a variety of experience in performing similar studies with public, government, private, not-for-profit, and other agencies as specified in Section VI. B. 3 of this RFP. SANDAG’s inability to obtain positive feedback on a proposer during reference-checks or to confirm a proposer’s history of financial responsibility may reduce that proposer’s score in this category.

B. Proposed Methodology and Approach to Work [25 Points]

Proposers must demonstrate the ability to carry out the project by meeting the proposal requirements identified in Sections IV, V, and VI of the RFP. High quality, clear, and complete proposals showing proposer’s understanding of the Project and willingness to comply with standard contract requirements will receive higher scores in this category. While proposers’ are required to meet the goals and deadlines for the project as described in this RFP, proposers’ may receive higher scores in this category if they demonstrate innovative, advanced and/or well-thought-out methodologies that SANDAG may not have specifically identified in this RFP.

C. Staff Qualifications [20 Points]

Project staff qualifications include a combination of experience, education and background in management sciences, industrial engineering and organizational development.

D. Cost or Best Value [20 Points]

Proposals will be evaluated for providing the best methodology and/or most services at the lowest cost and with the least amount of risk. Consideration will be given to the information and proposed scope of services submitted under the three project cost alternative estimates.

Page 25: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

25

E. Quality of Proposal [5 Points]

Qualified consultants will have implemented organizational development programs, such as: quality circles, total quality management, team building, role clarification, conflict resolution, employee involvement, and leadership development.

XI. SCHEDULE FOR NOMINATION, SELECTION AND AWARD

SANDAG anticipates the process for nominating and selecting a consultant, and awarding the contract will be according to the following tentative schedule:

A. Advertise and Issue RFP ..................................................................... September 12, 2003

B. Pre-Proposal Meeting......................................................................... September 23, 2003

C. Last Day to Submit Questions Regarding RFP ........................................ October 15, 2003

D. Proposal Due Date ................................................................................ October 24, 2003

E. Oral Interviews (if utilized)................................................................... November 3, 2003

F. Selection and Notification of Intent to Award .................................... November 17, 2003

G. Authorization to Proceed from CALTRANS following pre-award audit... January 12, 2004

H. Contract Negotiations Complete ........................................................... January 27, 2004

I. Approval of Contract ............................................................................. February 2, 2004

J. Notice of Award/Notice to Proceed ........................................................ February 3, 2004

XII. SPECIAL CONDITIONS

A. Reservations

This RFP does not commit SANDAG to award a contract, to defray any costs incurred in the preparation of a proposal pursuant to this RFP, or to procure or contract for work. SANDAG may reject bids without providing the reason(s) underlying the declination. A failure to award a contract to the lowest bidder will not result in a cause of action against SANDAG.

B. Public Records

All proposals submitted in response to this RFP become the property of SANDAG and public records and, as such, may be subject to public review.

C. Right to Cancel

SANDAG reserves the right to cancel or revise, for any or no reason, in part or in its entirety, this RFP. If SANDAG cancels the RFP prior to the deadline for proposals or revises the RFP, notification will placed on SANDAG’s Web site.

Page 26: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

26

D. Additional Information

SANDAG reserves the right to request additional information and/or clarification from any or all proposers to this RFP, but is under no obligation to do so.

E. Conflict of Interest

SANDAG has established a policy concerning potential conflict of interest in program management, design and construction. This policy applies to all proposers and their proposed consultants/subconsultants. See Standard Agreement for Services (Attachment A) for additional information and required certifications by consultants and their subconsultants.

F. Public Information

Consultants who wish to release information to the public regarding consultant selection, contract award or data provided by SANDAG must receive prior written approval from SANDAG before disclosing such information to the public.

G. Contract for Services

The selected consultants will be required to sign a customized version of the attached “Standard Agreement for Services” (Attachment A) and to provide the insurance certificates and all other required documentation within fifteen (15) calendar days of issuance of the Notice of Intent to Award.

H. Insurance Requirements

SANDAG requires consultants doing business with it to obtain insurance, as shown in the Standard Agreement for Services. The required insurance certificates must comply with all requirements of the standards as shown in the contract and must be provided within fifteen (15) days of issuance of the Notice of Intent to Award and prior to the commencement of any work on the project.

XIII. PROTESTS

Pursuant to the requirements set forth in FTA Circular 4220.1E, "Third Party Contracting Requirements," the following procedures shall be used by SANDAG to fairly and promptly respond to any protests received regarding third party contracts or the contracting process.

SANDAG will consider all protests or objections regarding the contracting process or the award of a contract submitted by 4:00 P.M. on the deadlines discussed below. SANDAG will only review protests submitted by an actual or prospective proposer or someone else whose direct economic interest would be affected by the award of a contract or by failure to award a contract. A protest by any adversely affected person must be made in writing and must be mailed or hand delivered to SANDAG. A protest which does not strictly comply with SANDAG’s protest procedures will be rejected.

Page 27: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

27

Protests relating to the content of the RFP package must be filed within ten (10) business days after the date the RFP is made available to the public by SANDAG. Protests relating to the intent to make an award solicited by an RFP must be filed within ten (10) business days after the Notice of Intent to Enter Into Negotiations With Another Proposer is issued to the proposers. The date of filing shall be the date of receipt of protests by SANDAG. Untimely protests will be rejected. If deemed necessary, SANDAG shall notify all proposers of record that a protest has been filed and that the award has been postponed until further notice. If necessary, proposers will be asked to extend the time for acceptance of their proposal in order to avoid the need for readvertisement of the solicitation.

A. Protest Contents

A letter of protest must set forth detailed grounds for the protest and be fully supported with technical data, documentary evidence, names of witnesses and other pertinent information related to the subject being protested. The protest must also state the law, rule, regulation or practice on which the protest is based. The protestor must demonstrate or establish a clear violation of a specific law or regulation, e.g., a violation of the Buy America requirements.

If the protestor considers that the protest contains proprietary material which should be withheld, a statement advising of this fact must be affixed to the front page of the protest document, and alleged proprietary information shall be so identified wherever it appears.

Protests shall be addressed to:

Director of Finance & Administration San Diego Association of Governments 401 B Street, Suite 800 San Diego, California 92101

B. Reply to Protest

A SANDAG Protest Committee appointed by the Executive Director will review all protests in a timely manner and reply to the protest, in writing, within ten (10) business days. All material submitted by the protestor will be considered. Such material will not be withheld from any interested party outside of SANDAG or any agency which may be involved with the contract except to the extent that the withholding of information is permitted or required by law or regulation.

C. Request for Protest Reconsideration

Upon receipt of an adverse decision by SANDAG, the protestor may file a request for protest reconsideration. A request for protest reconsideration must be directed to the Executive Director in writing and received within ten (10) full business days from the postmark date of the reply from SANDAG. The Executive Director will respond to the request for protest reconsideration within ten (10) full business days. The decision of the Executive Director will be in writing and final. No further protests will be heard by SANDAG..

Page 28: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

STANDARD AGREEMENT FOR SERVICES COVER SHEET – RFP ATTACHMENT A

Page 29: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

SUBCONSULTANT LIST – RFP ATTACHMENT B

The proposal shall include a complete list of all proposed subconsultants. All subconsultants listed must be provided a meaningful element of work within the defined scope of work. Changes to this Subconsultant List will not be allowed without prior written approval from SANDAG. All businesses, including prime consultants, claiming MBE/WBE/DBE status must be certified by CALTRANS, by another qualified Department of Transportation recipient, or other certifying public agency at the time the proposal is submitted.

PROPOSED CONSULTANTS

MBE/WBE/DBE Subconsultant

Certifying Agency

Gender Ethnicity* Scope of Work

Approved % of

Project Cost

*Use following numeric designations to denote Ethnicity 1. Asian-Indian 3. Black 6. Native American 8. Other 1a India 6a American Indian 1b Pakistan 4. Caucasian 6b Eskimo 1c Bangladesh 6c Aleut 5. Hispanic 6d Native Hawaiian 2. Asian-Pacific 5a Cuba 2a Japan 5b Dominican Republic 7. Pacific-Islanders 2b China 5c Spain 7a Samoa 2c Taiwan 5d Portugal 7b Guam 2d Korea 5e Puerto Rico 7c Philippines 2e Laos 5f Mexico 7d Northern Marianas 2f Cambodia 5g Central or 7e U.S. Trust Territories 2g Vietnam South America of the Pacific

Page 30: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

Attachment 1 – Project Screenlines and Loop Types

PAGE LEFT BLANK INTENTIONALLY – PLACE HOLDER FOR EXIHBIT OF LOCATION SITES – See Accompanying PDF File –

Page 31: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

Attachment 2 – Project Cost Estimate Form

Project Costs Alternative 1 Project Costs Alternative 2 Project Costs Alternative 3

Required Services Cost Breakdown *

1. Project Management ________ 1. Project Management ________ 1. Project Management ________

2. Deployment and Integration Strategy ________ 2. Deployment and Integration Strategy ________ 2. Deployment and Integration Strategy ________

3. Testing Deployment ________ 3. Testing Deployment ________ 3. Testing Deployment ________

4. Deployment and Integration ________ 4. Deployment and Integration ________ 4. Deployment and Integration ________

5. System Performance and Monitoring ________ 5. System Performance and Monitoring ________ 5. System Performance and Monitoring ________

6. System Evaluation and Reporting ________ 6. System Evaluation and Reporting ________ 6. System Evaluation and Reporting ________

Proposed Optional Services

Please list optional services provided with Alternative 1

Please list optional services provided with Alternative 2

Please optional services provided with Alternative 3

Total Cost Estimate – Alternative 1 ________ Total Cost Estimate – Alternative 2 ________ Total Cost Estimate – Alternative 3 ________

Consultant is encouraged to come up with the best combination of required and optional services that will achieve the greatest cost benefits. The consultant must propose at least three project cost estimates not exceeding project budget.

Page 32: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

Attachment 3 – SAMPLE Data Format (Final Format Will Be Determined with Input from System Users and Project Manager)

Classification Detector Output

Bytes description 1 Loop ID number 1 Date and time of detection 1 Vehicle Classification 1 Vehicle Speed 1 Vehicle Length 1 Vehicle Headway 1 Vehicle Gap 1 Lane Occupancy 1 Original Signal Length 100 Vehicle signature (compressed)

Stored data formats

Segment Statistics

• Date • Ending Hour • Segment Location Identifier • East/West Bound • Average Segment Speed • Average Segment Speed by classification • Average Segment Speed by lane • Average Segment Travel Time • Average Segment Travel Time by classification • Average Segment Travel Time by lane • Average Segment Headway • Average Segment Headway by classification • Average Segment Headway by lane • Average Segment Gap • Average Segment Gap by classification • Average Segment Gap by lane • Average Segment Density • Average Segment Lane Changes • Average Segment Lane Changes by classification • Average Segment Lane Changes by lane • % Lane Occupancy • % Lane Occupancy by classification • % Lane Occupancy by lane

Page 33: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

Hourly Summary of Sensor Logged Data

• Date • Time – ending hour • Segment location identifier • East/westbound or North/southbound • Per lane

• Count of class 1: Motorcycle • Count of class 2: Passenger car • Count of class 3: 2-axle, 4-tire pickup truck, no trailer • Count of class 4: Buses • Count of class 5: 2-axle, 6-tire truck, no trailer • Count of class 6: 3-axle truck, no trailer • Count of class 7: 4-axle or more truck, no trailer • Count of class 8: 4-axle or less truck w/trailer • Count of class 9: 5-axle truck w/trailer • Count of class 10: 6-axle or more truck w/trailer • Count of class 11: 5-axle or less truck w/multi-trailer • Count of class 12: 6-axle truck w/multi-trailer • Count of class 13: 7-axle truck w/multi-trailer • Count of class 14: Class 2 w/trailer • Count of class 15: Class 3 w/trailer • Count of class 16: Class 5 w/trailer • Count of class 17: Class 6 w/trailer • Count of class 18: Loaded auto carrier • Count of class 19: Empty auto carrier • Count of class 20: Bobtail tractor, no trailer • Count of class 21: Goose neck trailer or moving van • Count of class 22: 30-foot bus • Count of class 23: 20-foot bus • Unknown/unclassifiable

• Vehicles entering segment • Vehicles exiting segment

Page 34: Request For Proposals For AUTOMATIC VEHICLE … · The AVC system would automate and expand the type of data collected and processed utilizing existing loop detection systems throughout

Attachment 4 – SAMPLE Cabinet Pictures

Front view

back view