Advertisement Synopsis
Addendum No. 1
Addendum No. 2

Engineering and Construction Inspection Services
January 14, 2005

STATE PROJECT NO. 700-99-0318
FEDERAL AID PROJECT NO. ITS-9903(509)
STATEWIDE INTELLIGENT TRANSPORTATION SYSTEMS (ITS)
DESIGN AND IMPLEMENTATION
STATEWIDE



Under Authority granted by Title 48 of Louisiana Revised Statutes, the Louisiana Department of Transportation and Development (DOTD) hereby issues a request for Qualification Statements (RFQ) on Standard Form 24-102 (SF 24-102), “Professional Engineering and Related Services”, revised January 2003, from Consulting Firms (Consultant) to perform all engineering and construction services required for the subject project. All requirements of Louisiana Professional Engineering and Land Surveying (LAPELS) Board must be met prior to the execution of the contract. One Prime-Consultant/Sub-Consultant(s) (Consultant/Team) will be selected for this contract. A map of the project limits for the proposed work is available upon request.

Project Manager – Mr. Stephen Glascock, P.E., he may be reached at (225) 935-0101.
PROJECT DESCRIPTION

The selected Consultant/Team will develop engineering plans, specifications, and construction estimates (P, S, & E) and assist DOTD in preparing bid packages for construction and technical construction engineering and inspection (C, E, & I) for ITS deployment. Limits of the proposed contract will be statewide and includes ITS deployment projects planned in the New Orleans, Baton Rouge, Houma, and Monroe transportation management areas.
SCOPE OF SERVICES

The following outlines job tasks necessary for a Consultant to perform to satisfy contract requirements for Statewide ITS Design and Construction Inspection.

TASK 1.0 PROJECT MANAGEMENT

Project management will be continuous throughout the project and is described in the three subtasks listed below.

Subtask 1.1 Initial Meeting & Data Collection

A meeting with DOTD ITS Unit and the Consultant will be held at the beginning of the project. The purpose of this meeting is to establish a framework for continued coordination, to develop a mutual understanding of the deliverables, and to agree on the procedures to follow. A tentative date for this field inspection will be set. Information, where applicable such as Regional ITS Implementation Plans will be provided and/or requested at this meeting. Minutes shall be developed by the consultant and distributed after this meeting.

Subtask 1.2 Coordination Meetings & Telecoms

Project status will be given to DOTD ITS Unit throughout the duration of the project task on a monthly basis. Also, unforeseen problems dealing with project management will be resolved under this subtask. Written project status shall be delivered to the ITS Unit through monthly coordination meetings.

Subtask 1.3 Project Scheduling & Resource Assignment

Progress reports will be prepared on a monthly basis and submitted with invoices to ensure DOTD the project schedule is being kept. The report will include a discussion of the previous month’s progress, problems that were encountered, unresolved issues, anticipated work for the next month, a progress chart and a record of comments.

TASK 2.0 DESIGN SUMMARY

Subtask 2.1 Develop Systems Engineering Analysis and Documentation

A systems engineering analysis shall be performed by the Consultant specific to projects listed herein, necessary to satisfy FHWA Final Rule on ITS projects (23 CFR Part 940) and in support of the Regional ITS Architectures developed for the appropriate transportation management areas. With the exception of subtasks 1.2, 1.3, and 2.3, no other tasks can be performed until subtask 2.1 for each project has been approved by DOTD, FHWA, and the agency responsible for maintaining the applicable Regional Architecture.

The systems engineering analysis shall include:
1. Identification of the portions of the Regional ITS Architecture to be implemented and modification of existing Regional ITS Architecture plans may be required based on final project design
2. Identification of participating agencies roles and responsibilities
3. Requirements definitions
4. Analysis of alternative system configurations and technology options to meet requirements
5. Procurement options
6. Identification of applicable ITS standards and testing procedures
7. Procedures and resources necessary for operations and management of the system

Subtask 2.2 Develop Aerial Base Map and Establish Limits of Construction

Aerial base maps will be provided by DOTD to the consultant so plan layouts can be generated to determine the optimal location of all ITS devices that collect or provide traffic information to the roadway subsystem as described in the Regional Plans. If aerial base maps are not available, as-built drawings of the roadway shall be used to generate plans. The consultant will be responsible for obtaining all aerial base maps and as-built drawings. Aerial base maps and/or as-built drawings shall be generated in CAD using Microstation and developed into plan sheets in accordance with DOTD Roadway Plan Preparation Manual.

Subtask 2.3 Develop and Refine Design of ITS Communications Plan

Developing and refining the design of wireline and/or wireless telecommunications links that permit transmission of traffic signal control data, video images and other ITS device control and traffic data. The consultant shall be responsible for developing regional telecommunication plans out of the statewide ITS Telecommunication Plan and designing the network using the most cost effective alternative as determined by DOTD while building upon previously laid communications.

TASK 3.0 PRELIMINARY LAYOUT OF ITS DEVICES & NETWORK

The preliminary layout task will involve the following subtask and will be conducted prior to the field inspection.

Subtask 3.1 Layout of ITS Field Devices

A preliminary layout of ITS device and communications equipment will be prepared prior to the field inspection. This layout will be the basis for conducting the field inspection. Layout of devices shall be in accordance with current DOTD design practice, rules of thumb used on previous related design efforts and regional plans. Physical constraints, such as right of way, utilities, sight obstruction, etc. shall be denoted and called out in the design.

TASK 4.0 FIELD INSPECTION

Upon completion of the base map and the preliminary layout, a field inspection of each route in the project will be held. The consultant will furnish the base drawing to DOTD ITS Unit, the District Traffic Engineer and the FHWA ITS Engineer. A representative from the ITS Unit, the District, FHWA and the consultant will attend the field inspection. Unless otherwise determined through correspondence, the purpose of the inspection will include, but not limited to, specific determinations in the following areas:

1. Location of ITS devices.
2. Identification of physical constraints that influence design.
3. Location of telecommunications plant and equipment.

Minutes shall be developed by the consultant and distributed after this meeting. The consultant will make changes that are suggested and agreed upon by the consultant, DOTD ITS Unit, the District Traffic Engineer and/or the FHWA ITS Engineer.

TASK 5.0 PRELIMINARY CONSTRUCTION PLANS AND SPECIFICATIONS

Upon completion of Task 4.0, preparation of preliminary plans and specifications will begin. This will consist of the following sheets.

Subtask 5.1 General Plan Sheets
SheetDescription
Title Sheet
Index to Drawings
Summary of Estimated Quantities
General Notes and Symbols
System Information Tables
conform to the latest DOTD Plan Preparation Manual
conform to the latest DOTD Plan Preparation Manual
conform to the latest DOTD Plan Preparation Manual
conform to the latest DOTD Plan Preparation Manual
table for each type of device with item number, drawing designation, location, approximate mile post, type, electrical service, communications, and sheet number

Subtask 5.2 Mapping and ITS Layout Civil Plan Sheets
SheetDescription
Enlarge Location Plan
Reduced Location Plan
Equipment Location Key
Cable and Conduit Schedule
aerial, to include the reduced location plan sheets
aerial-scale 1"=100', to include communication layout and devices
equipment list, to include sheet number
to include run number, sheet number, conduit-type, quantity, and installation, power conductor-quantity, AWG, type, voltage and ground, optical cable-type, fibers and quantity, approximate length of run, casing and description
Subtask 5.3 Electrical/Communications/Civil/Structural/Intersection Plan and Detail Sheets
SheetDescription
Fiber Optic Communications Diagrams
Optical Fiber Allocation Diagrams
ITS Hub Location Plan

ITS Hub Site Plan

ITS Hub Details



CCTV Camera Details


Wireless Communications Details
Highway Advisory Radio Details
Vehicle Detector Details


DMS Details



Conduit Installation Details


Miscellaneous Details




Miscellaneous ITS Devices
line diagrams illustrating the device communications installation
fiber optic splicing and terminations
scale: 1/16"=1', proposed project site, communications, drainage system, utilities, vicinity map
scale: 3/16"=1', building, grounding, drainage, driveway, communications
all elevations, foundation plan, foundation sections, floor plan, building sections, door schedule, riser diagram, internal rack layout, fencing details, electrical services, one line diagrams, schematic wiring
component operational diagrams, one line diagrams, schematic wiring diagram, controller cabinet details, configuration diagram and foundation design
( If applicable)
( If applicable)
operational diagrams, one line diagrams, power block diagram, schematic wiring diagram, site configuration, mounting details, grounding details, pole details, and foundation design
component operational diagrams, one line diagrams, schematic wiring diagrams, controller cabinet details, configuration diagram, foundation design, guardrail and embankment layout, construction signing, location plan, cabinet to sign detail, and utility to sign detail
structural mounting details, underground conduit details, pull box and fiber optic cabinet details, conduit fastening, conduit splicing, trenching details
compression crimp details, bus bar details, cable to ground rod cadweld, grid conductor bending radius, grounding rod installation, cable to cable tee connection weld, cutting bare stranded copper conductors, typical ground will installation, cable to ground rod exothermic weld connection
details, electrical service operational diagrams, schematic wiring diagram, cabinet details, configuration diagram, foundation, grounding details, power block diagram, service points, hardware layout

TASK 6.0 ACP & SPECIAL PROVISIONS

This task will involve preparing Advance Check Prints for construction plan development. These check prints will include all information described in Task 5.0. Summary of estimated quantities and preliminary estimated construction costs shall be included in the ACP plans. Special provisions will also be developed (if deemed applicable) under this task.

TASK 7.0 SPECIFICATIONS

Assignment of new equipment to be evaluated will be given by the Department and will involve one or all the following task.

Subtask 7.1 Identifying Parameters of New Equipment

The Department will assign to the consultant new equipment for evaluation. This equipment will be evaluated for usability and functionality in two categories, (1) as new equipment without being substituted for existing ITS equipment or (2) as new equipment with a comparison to existing equipment it is intended to replace. Evaluation parameters shall be listed and submitted to DOTD for approval prior to beginning the evaluation. New equipment that does not replace existing ITS equipment will require description of its ITS parameters. New equipment that will replace existing equipment will include as part of its evaluation a one to one comparison between the equipment’s functionality.

Subtask 7.2 Develop Design Installation Detail

An installation detail will be developed by the Consultant to be added to the Department’s ITS Standard Details. If existing equipment is being replaced then the detail will show retrofitting the existing mount and/or cabling. An associated icon will be devised identifying the new equipment on plan sheets.

Subtask 7.3 Analyze and Design Communications

An evaluation of communication alternatives to service ITS devices shall be done under this task. This task consists of coordinating and/or determining necessary frequency for radio transmissions, connecting with existing copper, coaxial or fiber media, or designing a communications path for ITS devices. Designs are required for connecting to existing communication media owned by franchised companies located within our right of way under permit.

Subtask 7.4 Develop Specifications

Specifications for the equipment being evaluated will be prepared by the Consultant at the direction of ITS Unit.

TASK 8.0 PLAN-IN-HAND (IN-OFFICE REVIEW)

The Plan-In-Hand task will involve an in-office review of the ACP plans & supplemental specifications at DOTD ITS Unit. The plans should be delivered to DOTD ITS Unit, the District and the FHWA ITS Engineer to review before the meeting. The meeting will involve representatives from DOTD ITS Unit, the District, FHWA and the Consultant. Minutes shall be distributed after this meeting. The changes that are suggested and agreed upon by the DOTD ITS Unit, the District Traffic Engineer and/or the FHWA ITS Engineer will be made.

TASK 9.0 FINAL CONSTRUCTION PLANS

Preparation of final Construction Plans and Specifications will involve the following three subtasks and conform to the latest DOTD Plan Preparation Manual.

Subtask 9.1 Address ACP & PIH Comments

Comments obtained from the advance check print review and plan-in hand review will be addressed in this subtask. Outstanding details and items included in the estimated quantities will also be completed in this subtask.

Subtask 9.2 Develop Plans, Specifications and Estimates (P, S & E) Package

Assist DOTD Project Control in preparing Bid Documents for letting and assist ITS Unit in obtaining necessary permits and clearances for federal authorization (R/R, utility, R/W, Environmental and Federal (if applicable) permits to satisfy DOTD P, S & E delivery.

Subtask 9.3 Address Prospective Bidder’s Comments

Comments obtained from the prospective bidder at the time of the bid will be answered by the Consultant. These questions will be fielded via telephone calls, writing and at a pre-bid conference. These questions may require changes to be made to the plan set in the form of an addendum. Written responses by the Consultant will be required.

TASK 10.0 FIBER ALLOCATION DIAGRAM AND ITS NETWORK DIAGRAM

Completion of a Fiber Allocation Diagram and ITS Network Diagram, either new or adding to an existing design diagram. Diagrams shall be done in Micro Station and/or Visio according to the newly designed and/or expanded ITS system.

TASK 11.0 ENGINEERING DESIGN DELIVERABLES

Two copies of the final plans, estimate of quantities and cost, studies/evaluations and fiber allocation diagram and ITS network diagram shall be delivered to ITS Unit in electronic format and hard copies. Plans sheet shall be full size on reproducible media and ½ size on bond paper. The electronic data shall be in the original software format (preferably Micro Station and Microsoft Office).

TASK 12.0 CONSTRUCTION ENGINEERING & INSPECTION (C, E & I)

Subtask 12.1 Review of Shop Drawings & Equipment Submittals

Effort in this subtask will include engineering shop drawing and equipment submittal review, comment, and approval for all ITS and communications devices, buildings, and components. Also included are review, comment, and approval of all hardware and systems testing procedures and plans.

Subtask 12.2 Specialized Construction Engineering and Inspection (Technical)

Effort in this subtask will include assisting DOTD District Project Engineers and the ITS Unit during the construction phase of an ITS project by providing specialized construction engineering and technical inspection services for all ITS and communications devices, buildings, and components. Project administration, record keeping, and inspection of nonspecialized items (such as foundations, structural, soils, etc.) Will be performed by the DOTD Project Engineer. The Consultant shall also be responsible for performing tests on any new equipment furnished to the Contractor by DOTD. A report of findings will be developed for each technical inspection performed and transmitted to the DOTD Project Engineer. Also, software integration performance and systems acceptance testing including terrain analysis and communications acceptance of the completed ITS system will be overseen by the Consultant under this subtask.

ANTICIPATED PROJECTS

Listed below are deployments, detailed in ITS planning efforts developed for the respective regions that are anticipated to be included in this engineering design contract. The Consultant shall refer to and use as a basis the regional plans for detailed information and design. Projects will be developed from these deployments based on budget resource and allocation as directed by the ITS Unit.

Baton Rouge ITS Deployment (Phases 3 & 4)

Routes: I-10 (Siegen Lane to Highland Road), I-12 (US 61 to Range Avenue), US 61 (I-12 to I-110), US 190 (I-110 to LA 415), LA 415 (US 190 to I-10), I-110 (I-10 to LA 408)

Purpose: Freeway Traffic and Incident Management, Surface Street Control, Traveler Information
Equipment: Automated vehicle detectors, CCTV cameras, ramp flow meters, lane use signs, dynamic message signs, fiber-optics and wireless communications systems, and interconnectivity to surface street control systems.

New Orleans Core ITS Deployment (Phases 1 & 2)

Routes: I-10 (I-310 to US 90)
Purpose: Freeway Traffic and Incident Management, Traveler Information
Equipment: Automated vehicle detectors, CCTV cameras, dynamic message signs, lane use signs, fiber-optics and wireless communications systems, ramp flow meters, and interconnectivity to surface street control systems.

Houma ITS Deployment (Phase 3)

Routes: various state routes in Houma Transportation Management Area
Purpose: Freeway Traffic and Incident Management, Traveler Information
Equipment: Automated vehicle detectors, CCTV cameras, dynamic message signs, fiber-optics and wireless communications systems, and interconnectivity to surface street control systems.

Monroe ITS Deployment (Phase 1)

Routes: I-20 (Claiborne to Millhaven)
Purpose: Freeway Traffic and Incident Management, Traveler Information
Equipment: Automated vehicle detectors, CCTV cameras, dynamic message signs, fiber-optics and wireless communications systems, and interconnectivity to surface street control systems.

ITEMS TO BE PROVIDED BY DOTD

1. List of all DOTD owned bridges on which element level inspections are to be made.
2. An electronic copy of the DOTD 2003 NBI inspection data.
3. Access to all available, previous bridge inspection reports on the Interstate highway bridges that are to receive element level inspections.
4. Access to those as-built plans of bridges that are available in the DOTD Headquarters and District offices.
5. The latest version of the PONTIS software and the DOTD PONTIS database.
6. PONTIS inspection software and users manual for the handhelds.
7. LADOTD PONTIS Inspection Manual and Inspector’s Pocket Guide.
REFERENCES

All designs and engineering documents will meet the standard requirements as to format and content of the DOTD; and will be prepared in accordance with the latest applicable editions, supplements and revisions of the following:

1. AASHTO Standards, ASTM Standards or DOTD Test Procedures
2. DOTD Location and Survey Manual
3. DOTD Roadway Design Procedures and Details
4. DOTD Hydraulics Manual
5. DOTD Standard Specifications for Roads and Bridges
6. Manual of Uniform Traffic Control Devices (Millennium Edition)
7. DOTD Traffic Signal Design Manual
8. National Environmental Policy Act (NEPA)
9. National Electric Safety Code
10. DOTD Environmental Impact Procedures (Vols. I-III)
11. Policy on Geometric Design of Highways and Streets
12. Construction Contract Administration Manual
13. Materials Sampling Manual
14. DOTD Bridge Design Manual
15. Consultant Contract Services Manual
16. Geotechnical Engineering Services Document
17. Bridge Inspectors Training Manual/90
COMPENSATION

Compensation will be a negotiated cost plus fixed fee with a maximum limitation for each of the four Transportation Management areas.
CONTRACT TIME

The services to be performed under each Phase of this Contract shall be commenced promptly upon receipt of the written NTP from DOTD. The contract will remain in effect for a period of two years.

MINIMUM PERSONNEL REQUIREMENTS

The following requirements must be met at the time of submittal:

1. At least one Principal of a firm under consideration shall be a Registered Professional Engineer in the State of Louisiana.
2. At least one Principal or other Responsible Member shall be currently Registered in Louisiana as a Professional Civil Engineer
3. In addition to the above, the Prime Consultant must employ on a full time basis a minimum of two Registered Professional Civil Engineers with at least five years experience in Traffic Engineering and with knowledge of transportation systems design.
4. The Prime Consultant must also employ on a full-time basis, or through the use of a Sub-Consultant(s):
a. One licensed Electrical Engineer with a minimum of two years experience in systems engineering.
b. One licensed Engineer with a minimum of four years experience in Information Systems design with a minimum of two years specialized design in Intelligent Transportation Systems.
EVALUATION CRITERIA

The general criteria to be used by DOTD (when applicable) in evaluating responses for the selection of a Consultant to perform these services are:

1. Consultant’s firm experience on similar projects, weighting factor of 3;
2. Consultant’s personnel experience on similar projects, weighting factor of 4;
3. Consultant’s firm size as related to the estimated project cost, weighting factor of 3;
4. Consultant’s past performance on similar DOTD projects, weighting factor of 6;
5. Consultant’s current work load, weighting factor of 5;
6. Location where the work will be performed, weighting factor of 4;

Consultants will be evaluated as indicated in Items 1- 6. The evaluation will be by means of a point-based rating system. Each of the above criteria will receive a rating on a scale of 0-4. Then the rating will be multiplied by the corresponding weighting factor. The firm’s ratings in each category will then be added to arrive at the Consultant’s final rating.

If Sub-Consultants are used, each member of the Consultant/Team will be evaluated on their part of the contract proportional to the amount of their work. The individual team member ratings will then be added to arrive at the Consultant/Team rating.

DOTD's Consultant Evaluation Committee will be responsible for performing the above described evaluation, and presenting a short list of the three (if three are qualified) highest rated Consultants to the Secretary of the DOTD. The Secretary will make the final selection.

CONTRACT REQUIREMENTS

The selected Consultant will be required to execute the contract within 10 days after receipt of the contract.

INSURANCE - During the term of this contract, the Consultant will carry professional liability insurance in the amount of $1,000,000. The Prime Consultant may require the Sub-consultant(s) to carry professional liability insurance. This insurance will be written on a “claims-made” basis. Prior to executing the contract, the Consultant will provide a Certificate of Insurance to DOTD showing evidence of such professional liability insurance.

AUDIT - The selected Consultant/Team will allow the DOTD Audit Section to perform an annual overhead audit of their books, or provide an independent Certified Public Accountant (CPA) audited overhead rate. This rate must be developed using Federal Acquisition Regulations (FAR) and guidelines provided by the DOTD Audit Section. In addition, the Consultant/Team will submit semi-annual labor rate information, when requested by DOTD.

The selected Consultant/Team will maintain, an approved Project Cost System and segregate direct from indirect cost in their General Ledger. Pre-award and post audits, as well as interim audits, may be required. For audit purposes, the selected Consultant/Team will maintain accounting records for a minimum of five years after final contract payment.

Any Consultant currently under contract with the DOTD and who has not met all the audit requirements documented in the manual and/or notices posted on the DOTD Consultant Contract Services Website (www.dotd.louisiana.gov), will not be considered for this project.
SUBMITTAL REQUIREMENTS

One original (stamped original) and four copies of the SF 24-102 must be submitted to DOTD. All submittals must be in accordance with the requirements of this advertisement and the Consultant Contract Services Manual. Any Consultant/Team failing to submit any of the information required on the SF 24-102, or provide inaccurate information on the SF 24-102, will be considered non-responsive.
Any Sub-Consultants to be used, including Disadvantaged Business Enterprise (DBE) Sub-Consultants, in performance of this contract must also submit a SF 24-102, completely filled out and containing information pertinent to the work to be performed.

The Sub-Consultant’s SF 24-102 must be firmly bound to the Consultant’s SF 24-102. In Section 9, the Consultant’s SF 24-102 must describe the work elements to be performed by the Sub-Consultant(s), and state the approximate percentage of each work element to be subcontracted to each Sub-Consultant.

Name(s) of the Consultant/Team listed on the SF 24-102, must precisely match the name(s) filed with the Louisiana Secretary of State, Corporation Division, and the Louisiana State Board of Registration for Professional Engineers and Land Surveyors.

The SF 24-102 will be identified with State Project No. 700-99-0318 and will be submitted prior to 2:00 p.m. on Monday, February 7, 2005, by hand delivery or mail addressed to:

Department of Transportation and Development
Attn.: Dr. Babak Naghavi, P.E., P.H.
Consultant Contract Services Administrator
1201 Capitol Access Road, Room 405-T
Baton Rouge, LA 70802-4438 or
Post Office Box 94245
Baton Rouge, Louisiana 70804-9245
Telephone: (225) 379-1989