REQUEST FOR PROPOSALS

City of Lawrence, Kansas

Public Works Department

 

In cooperation with

 

Lawrence-Douglas County Metropolitan Planning Department

Lawrence Transit Department

Douglas County

Kansas Department of Transportation

Federal Highway Administration

Federal Transit Administration

 

Section I

 

Project scope

The City of Lawrence is accepting written statements of proposals for transportation consulting services to assist staff with development of a Regional Intelligent Transportation System (ITS) Architecture for the Lawrence/Douglas County metropolitan area. The proposed ITS plan will meet the minimum requirements of 23 CFR Parts 655 and 940 – Intelligent Transportation System Architecture and Standards; Final Rule.

 

Proposals due:       3:00 p.m.

                             October 13, 2006

Submit six (6) copies of proposal.  In addition, an electronic version (MS Word or PDF format) of the proposal should be submitted to: csoules@ci.lawrence.ks.us

 

Submit to:              City of Lawrence Public Works Department

                                    6th East 6th Street

                             P.O. Box 708

                             Lawrence, Ks  66044

 

City Contact:                        Chuck Soules, P.E.

Public Works Director

                             (785) 832-3124

                             (785) 830-4966 (fax)

 

 

 

 

 

 

 

 

 

 

 

Section II – Minimum Requirements

 

Introduction

The City of Lawrence is soliciting proposals for consulting services to develop the Regional Intelligent Transportation System (ITS) Architecture for the Lawrence and Douglas County metropolitan area. 

 

Federal law requires each MPO in the country to develop and maintain a Regional ITS Architecture, providing a framework for institutional agreements and technical integration of ITS implementation projects. The regional ITS will include incident response and emergency response operations that may involve agencies with jurisdiction inside and outside of the MPO planning area boundary. This ITS Architecture development project will include all of Douglas County.

 

Proposal

This project will identify potential stakeholders, provide informational briefings, training,  and workshops to stakeholders to educate them about ITS, provide guidance and facilitation of stakeholder meetings, develop the regional ITS architecture, provide recommendations for ITS integration into the regional MPO planning process, provide guidance for maintaining the regional ITS architecture, and provide recommendations for how to incorporate ITS elements into local infrastructure development standards.

 

The Regional ITS Architecture will establish common communication and infrastructure protocols for all current and future ITS projects in accordance with FHWA Rule 940.9, FTA National ITS Architecture Policy Section 5.

 

Scope of Work

The services consist in general of providing expertise to assist Lawrence and Douglas County in developing an ITS Architecture. Following is a more detailed assessment of what the consultant shall produce as “anticipated tasks and deliverables”. The consultant will accomplish tasks to the extent possible by mapping proposed regional architecture to the most current National ITS Architecture utilizing TurboArchitecture (most current version).

 

1.      Identification of participating agencies and other stakeholders

A participatory process will be used by the consultant to establish an institutional framework to identify participating agencies and achieve consensus building. The study team will assist the consultant with identifying agencies that need to be involved with this process. 

·         Identify all potential stakeholders of surface transportation systems, detailed by agency and associated ITS system. Identify core and secondary stakeholders with interest in regional transportation issues.

·         Conduct meetings to determine stakeholders needs and to educate stakeholders on ITS requirements and benefits;

·         Document and facilitate stakeholder acceptance of the Regional ITS Architecture building process.

 

2.      Define stakeholder roles and responsibilities

·         Define stakeholder roles and responsibilities in existing and planned ITS systems;

·         Establish short, medium and long-term planning decisions and priorities;

·         Utilize Stakeholder input to determine structure of agency agreements;

 

3.      Area Transportation System Overview

This task will examine the possibility of integrating existing infrastructure, ITS standards and proposed transportation improvements into the Regional ITS Architecture. The consultant will also be required to identify any planned ITS deployments that may be difficult to fit into a Regional ITS Architecture that is open and has a high degree of interoperability. A successful ITS Regional Architecture must integrate the existing infrastructure as much as feasible and help plan to solve projected local transportation problems.

·         Identify and collect data on existing and planned ITS technologies in the region;

·         Review local and regional and transportation plans;

·         Define regional boundaries for all systems integrated into the Regional ITS Architecture by geographic area, services, and timeframe;

·         Determine system integration possibilities in the region;

·         Determine existing stakeholder skills and identify any needs for assistance.

 

4.      System and Functional Requirements

Based on the user service objectives and the local needs established, a user service plan will be developed that will maximize user benefits while addressing the key issues (e.g., user services, connectivity, and private/public partnerships). The stakeholders will review the plan, and comments will be solicited. Discuss the market package objectives that meet the needs of the regional system for the short, medium and long-term.

·         Review the inventory of existing user services and identify deficiencies

·         Develop Conceptual Functionality:

·         Review existing and planned ITS services and prioritize:

·         Include services not defined by market packages or standards;

·         Determine basic level of ITS service provided by each system;

·         Develop list according to market package, user services, status and special notes, identification of operational roles and responsibilities, and implementation roles and responsibilities.

·         Identify systems that present functional requirements:

·         Determine architectural boundary for each functional requirement;

·         Decide on level of detail for each functional requirement;

·         Utilize subsystems, market packages, equipment packages and process specifications to support development of functional requirements.

·         Map system components to ITS Architecture;

·         Utilize ITS Architecture to reveal deficiencies in architecture structure;

·         Establish systems interconnects:

o        Define existing and planned connections between ITS systems in region:

o        Define information flows for each interface;

o        Determine auxiliary information flows within region but not in ITS Architecture.

 

 

 

5.      Identify technologies and strategies to meet user service performance

The system architecture describes the system operation, what each component of the system does, and what information is exchanged among the components. The architecture needs to be well-defined, open, expandable, flexible, and compatible with the National ITS Architecture. The stakeholders will review the system architecture as the basis for the ITS system development.

·         Assemble sequence of ITS projects based on needs and readiness;

·         Describe ITS projects by functional requirements, interfaces and information flows using a System Engineering process.

·         Utilize stakeholder input to determine system functionality and project sequencing

·         Identify all existing agreements among stakeholders:

o        Determine sufficiency of agreement in adherence to ITS Architecture;

o        Note any and all decisions to change existing technology.

·         Develop list of required agreements for planned ITS systems:

o        Note scope-of-service and agency responsibilities for system;

o        If possible, develop system interconnection and integration in agreement.

·         Prepare report identifying existing and planned applicable ITS standards:

o        Message set standard;

o        Data element standard;

o        Communication protocol standard.

·         Document which standards have not reached maturity level;

·         Document any interim approaches for interfaces not supported by mature standards;

·         Document any non-ITS standards specific to the region identified for implementation into the ITS Regional Architecture.

·         Apply ITS Architecture into region’s transportation plans;

·         Support project definition into ITS Architecture and evaluate integration opportunities in ITS Architecture.

 

6.      Plan Development and Coordination

·         The consultant proposal will indicate an appropriate number of on-site meetings, briefings, and study sessions throughout the duration of the study.

·         Regular progress reports and coordination may be accomplished via conference calls and/or email between the consultant and the client project manager and/or study team.

·         Stakeholders and the public will have the opportunity to review and comment on the plan. The final plan will be revised based on inputs and selected strategies and recommendations that best accomplish the goals and objectives.

·         The consultant will provide ITS education at a joint study session of the MPO and governing bodies.

·         The consultant will make presentations of the Regional ITS Architecture Plan to the stakeholders, the MPO, and to the governing bodies of the City of Lawrence and Douglas County.

·         The consultant will host a website for sharing information during the development of the architecture.

 

 

 

7.      Maintenance Plan

To ensure the continuity and the value of this architecture plan, the consultant should develop procedures and responsibilities for maintaining or updating the Regional ITS Architecture as necessary to meet future needs of the region. 

·         Determine agencies responsible for maintaining the Regional ITS Architecture;

·         Determine agencies responsible for evaluation of proposed changes;

·         Define process for change management, such as:

o        Method for introduction of changes;

o        Frequency of changes;

o        Method for assessment of proposed changes;

o        Method for modification of Regional ITS Architecture baseline.

 

 

Section III – Proposal Content Requirements

The proposal shall include the following items and shall be organized as specified bleow. This will simplify the review process and provide the maximum degree of comparability among the submitting firms.

 

A.     Letter of transmittal

A letter of transmittal briefly outlining the submitting firm’s understanding of the proposed work, as well as a general statement regarding the firm and the individuals that are to be involved in the proposed project.

 

B.     Profile of Firm

The proposal shall include general information regarding the submitting firm and any subcontractors, area of expertise the firm has related to the proposed project, and the official name and address of the submitting firm.

 

C.     Qualifications

1.      The consultant shall include the names of key personnel associated with the project throughout its duration, including the Project Manager and other key personnel, and their qualifications and experience related to projects of this nature. The proposal shall describe the work each key person will perform and identify their office location.

 

2.      The consultant shall provide at least three client references where the consultant has completed similar work within the last three years.  The consultant shall provide contact information for persons familiar with the work of the consultant who can be contacted by the City of Lawrence.

 

    1. The consultant will identify the name and location of other consulting firms that would be used in the study, the type and percentage of the work that would be performed by each of these firms, and the names, qualifications, and work to be performed by persons from these firms.

 

    1. The proposal shall discuss the ability of the submitting firm to integrate this contract into their present workload.

 

 

D.    Understanding of the Project

The proposal shall include a description of the project objectives as understood by the consultant.  This shall include a description of the tasks to be undertaken to meet the project expectations as listed in Section II: Scope of Work.

 

The consultant shall note any tasks listed in the Scope of Work that are not included in their proposal and the rationale for not including these tasks in the proposal. The consultant shall also note any additional tasks that would enhance the success of this project.

 

Project understanding should include a description of any assistance that will be sought from the client and other stakeholders, including assistance required from these agencies to lessen the costs of this project.

 

E.     Proposed Project Schedule

The proposal shall include a project schedule outlining the time frame and estimated completion date for each major task identified in the consultant’s proposed methodology. This shall address all tasks, proposed written reports, and meetings.

 

 

Section IV – Evaluation

 

Selection Process

Upon receipt of proposals, a review by selected City, County, and KDOT staff will determine those firms who will be selected for further negotiations or interview.  Qualified applicants may be contacted for additional information if needed.  A selection committee will recommend a consultant to the City Commission based upon their qualifications.  Following the selection of a consultant a scope of services, project schedule and contractual agreement will be negotiated.

 

Selection criteria to be applied:

  • Capability to perform all aspects of each portion of the project (staffing, schedule, etc.).
  • Understanding of the community and its relationship to the proposed projects.
  • Qualifications and reputation as an experienced consultant in the field of ITS architecture development, i.e. recent experience with similar projects.
  • Quality of previous projects of a similar nature.
  • Understanding of the project objectives and proposed approach to the project
  • Ability to meet schedules within project budget.
  • other factors determined by the selection committee.

 

This study is being financed in part with funding from the Federal Highway Administration and Federal Transit Administration and is subject to federal requirements and regulations.  The services performed under any resulting agreement shall comply with all applicable federal, state and city laws and regulations.  In addition, this contract will be subject to the requirements of 49 CFR 18 and cost eligibility/reimbursement will be subject to 48 CFR 31.2.  During the negotiation process the selected consultant will be required to provide (1) a detailed break out of its payroll additive and general overhead rate items and (2) documentation that the proposed rates have been approved by a federal government agency or cognizant state agency such as the Kansas Department of Transportation for use in a federally funded project.

 

All proposals shall become the property of the City of Lawrence. The selection committee reserves the right to reject any and all proposals. All costs incurred in the preparation and submittal of this proposal shall be the responsibility of the firm or consultant making the proposal.

 

 

Section V - Insurance Requirements

 

The selected Consultant shall indemnify and hold harmless the City of Lawrence, Kansas, or their representatives from all claims, demands, suits, actions, payments, liability and judgments, arising from the activities of the Consultant or of Consultant’s agents, contractors or employees.  In this connection, Consultant shall carry insurance in the following kinds and minimum limits as indicated:

 

The Contractor shall secure insurance to protect them and the CITY against all hazards, as enumerated herein. All policies shall be in amounts, form and companies satisfactory to the CITY and University and:

 

a)        Cover any or all subcontractors in their insurance policies, or

b)        Require each subcontractor to secure insurance to protect themselves against all hazards enumerated herein that are not covered by the general contractor’s policies.

 

All certificates of insurance required herein shall state that thirty (30) days written notice shall be given to the CITY before the policy is canceled or changed.

 

No Contractor or subcontractor will be allowed to start any work on this contract until certificates of all insurance required herein are filed with the CITY.

 

Public Liability and Property Damage.

The Contractor shall maintain insurance protecting against any and all claims and demands arising from injury to person or persons not in the employ of the Contractor, and against any and all claims and demands resulting from damage to any property due to any act or omission of the Contractor, their agents or employees, in the operation of the work or the execution of this contract. Such insurance shall remain in effect on portions of the work which have been completed and which may or may not be occupied or utilized by the CITY prior to the completion and acceptance of all the work included in the contract.

 

Minimum limits for Public Liability and Property Damage insurance required are as follows:

                 Public Liability:             (a) Each Occurrence          $500,000

                                                 (b) Aggregate                             $1,000,000

                 Property Damage:       (a) One Accident                 $500,000 

                                                 (b) All Accident                    $1,000,000

Contractual Liability Insurance.

The Contractor shall purchase and maintain contractual liability and property damage insurance which will protect the CITY against any and all claims that might arise as a result of the operation of the Contractor or their subcontractor or subcontractors, in fulfilling this contract.

Employer’s Liability and Worker’s Compensation.

The Contractor shall secure and maintain employer’s liability and worker’s compensation insurance in an amount that is in conformity and compliance with the statutory requirements of the laws of the State of Kansas. In case any class of employees is not protected under the Worker’s Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate employer’s liability coverage that will protect them against any claims resulting from injuries to and death of workers engaged in work under this contract.

Contractor’s Contingent or Protective Liability and Property Damage.

In case part of this contract is sublet, the Contractor shall secure contingent or protective liability and property damage insurance to protect them from any and all claims arising from the operations of their subcontractors in the execution of work included in this contract. The coverage in each case shall be acceptable to the CITY.

Automobile Public Liability and Property Damage.

The Contractor shall maintain automobile public liability insurance in the amount of not less than $500,000 for injury to one person and $1,000,000 for one accident; and automobile property damage insurance in the amount of not less than $1,000,000 for one accident to protect them from any and all claims arising from the use of the following in the execution of work included in this contract:

(a)  Contractor’s own automobiles and trucks.

(b)  Hired automobiles and trucks.

(c)   Automobiles and trucks not owned by the Contractor.

 

Such insurance shall cover the use of automobiles and trucks both on and off the site of the project.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Attachment A

 

DBE PROGRAM AND COMMITMENT FORM

The following is the proposal commitment to the DBE goals of City of Lawrence for the service of supplies pursuant to this contract.

 

A.       _______ The undersigned firm certifies that it is a contractor (mark N/A for non applicable answers)

 

            A.1     For DBE, specify percentage of ownership_____%

 

B.       _____ The undersigned certifies that they are a joint venture in which the following (DBE) firm is a joint venture partner.  (mark N/A for non-applicable answers)

 

          B.1     The DBE firm shall have ____ % participation of employees, and shall have _____% participation in cost in this project.

 

          B.2     Specify the percentage of minority/women ownership in the DBE firm ____%

 

C.       _____ The undersigned commits ______% of the total bid price as a subcontract to disadvantaged business enterprise participation.  The State of Kansas certified DBE firms, which are proposed as subcontractors, are the following:

 

                   Name, Address, and type of work performed by firm:

                   1.__________________________________________

                   2.__________________________________________

                   3.__________________________________________

 

D.       _____ Are there DBE firms employed by your company for services that are not directly responsible for the manufacture, supply, or service that your company provides, such as: printing, cleaning, delivery, etc.?  If applicable, please list the names, address, and type of work performed by the firms:

 

          1._________________________________________________

          2._________________________________________________

          3._________________________________________________

 

Firm Name: _______________________________________________

 

Address: _________________________________________________

 

By: (sign in ink): ___________________________________________

 

Print name: _______________________________________________

 

Title: ____________________________________________________

 

Date: ____________________________________________________

Attachment B

 

DBE Information Request

 

Date:                     _________________________

 

Name of Firm:       _____________________________________________

 

Address of Firm:  ______________________________________________

 

______________________________________________

 

______________________________________________

 

Age of Firm:          ___________

 

Phone Number:    ____________________ Contact Name: ____________________

 

DBE Status

Non DBE: ____________               State of Kansas Certified DBE:______________

 

Annual Gross Receipts Category

<$500,000                        ______

$500,000 to $1 million ­­­­­­­­­­______

$1 million to $2 million ______

$2 million to $5 million ______

>$5 million                         ______

 

North American Industry Classification Code (NAICS) if known:________________

 

Summary of Services Provided

____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

 

Please return form to:

Director of Public Works

City of Lawrence

P.O. Box 708

6 East 6th Street     

Lawrence, KS  66044

Phone: (785) 832-3123

Fax: (785) 832-3398

 

Thank you in advance for participating in this survey!

 

 

 

Attachment C

 

Certification Regarding Debarment,

Suspension, Ineligibility, and Voluntary Exclusion

 

This Certification is required by the regulation implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98 Section 98.510, Participants’ responsibilities. The Regulations are published as Part II of the June 1985, Federal Register (pages 33, 036-33, 043)

 

Read instructions for Certification below prior to completing this certification.

 

1.      The prospective proposer certifies, by submission of this proposal that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded form participating in this transaction by any Federal department or agency.

 

2.      Where the prospective proposer is unable to certify to any of the statements in this certification, such prospective proposer shall attach an explanation to this proposal.

 

__________________________                          _____________________________

Date                                                             Signed - Authorized Representative

 

 

                                                                   _____________________________

                                                                   Title of Authorized Representative

 

 

Instructions for Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion:

 

  1. By signing and submitting this agreement, the proposer is providing the certification as set below.

 

  1. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

 

 

 

 

 

 

 

 

Attachment D

 

CERTIFICATION REGARDING LOBBYING

APPENDIX A, 49 CFR PART 20

 

Certification for Contracts, Grants, Loans, and Cooperative Agreements

 

(To be submitted with each bid or offer exceeding $100,000)

 

The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that:

 

(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

 

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96).  Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)]

 

(3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

 

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.  Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995).  Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

 

[Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.]

 

The Contractor, ______________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any.  In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any.

 

__________________________ Signature of Contractor's Authorized Official

 

__________________________ Name and Title of Contractor's Authorized Official

 

___________________________ Date