Rural Intersection Conflict Warning Systems RFP Kickoff Meeting

































- Slides: 33
Rural Intersection Conflict Warning Systems RFP Kickoff Meeting November 19, 2012
Introduction Welcome Bidding Requirements Project Requirements
Disclaimer What is discussed today is informational only, meant to assist interested teams in the pursuit of this project. The ultimate contract requirements will be included in the Request for Proposals (RFP).
Bidding Requirements Instruction to Proposers
Instructions to Proposers • Section 2 Procurement Schedule • • • ATC Submittal Due Date: Clarification Submittal Deadline: Technical Proposal Due Date: Price Proposals: Public Opening Date: Section 6. 4 STIPEND - $20, 000 December 10, 2012 January 7, 2012 January 10, 2012 January 21, 2013 February 1, 2013
Instructions to Proposers • Section 1. 4 Project Goals • • Safety Quality Innovation Schedule and Budget • Maintain contract through December 1, 2015 • Section 1. 5 Change in Proposer’s Organization • Section 1. 7 Estimated Cost • Section 1. 8 DBE – 8% (no DBE meet & greet) • 30 additional intersections up to $6 million - No Trainees (OJT)
Instructions to Proposers • • Section 3. 4 – Communication to Ken Hansen • Use Clarification Request Form on Mn. DOT DB webpage Section 3. 6 - Addenda/Clarification posted to website • E-mail notice to each team single point of contact • ATC – Must be equal of better • All areas of contract are open • Radar, magnetometer, and other detection need ATC • (Book 2, Section 17)
ITP – Tech Proposal • • Section 4. 2. 2 – Due between 7: 30 and 10 am Section 4. 2. 3 – Follow font sizes Section 4. 2. 4 – Org Chart – Need approval to change from SOQ Section 4. 2. 4. 3 – 100 Points • • 50 Points for being responsive 35 Points – Quality 10 Points – Exceeding Delay Alert Requirements 5 Points – Reduce 21 day construction time
ITP – Price Proposal (Base 20 Sites) • 4. 3. 1 – Submit Electronically Item Number Item Description Comments 2021. 601 Mobilization Not to exceed 5% of the Contract Price. 2016. 601 Quality Management Includes Test Case 2, Test Case 4, and Test Case 5 of Book 2, Section 17, Exhibit 17 -C. 2011. 601 Design Services Includes all design, survey, utility coordination and geotechnical engineering. 2545. 601 Electric Lighting Systems Includes the installation of intersection lighting. 2564. 601 Traffic Signs and Devices Includes the installation of the RICWS systems. 2560. 601 Highway-Railroad Grade Crossing Signals Includes boring under the railroad, installing handholes on each side of the railroad R/W, and other costs associated with working on or near the Railroad R/W per the railroad agreement and Contract requirements. Crossing signal installation is not required.
ITP Form 5 (Apparent BV Only) Item/Line No. 2021. 601 Description # of Sites Unit Item Total Mobilization * 1 Region A - Mobilization 2 Each $ 2 Region B - Mobilization 12 Each $ 3 Region C - Mobilization 6 Each $ Lump Sum $ TOTAL (must match item 2021. 601) 2011. 601 Design Services ** 1 Type I - Design 15 Each $ 2 Type III - Design 2 Each $ Type IV - Design 3 Each $ Lump Sum $ 3 TOTAL (must match item 2011. 601) 2564. 601 Traffic Signs and Devices Construction** 1 Type I - Construction 15 Each $ 3 Type III - Construction 2 Each $ 4 Type IV - Construction 3 Each $ Lump Sum $ TOTAL (must match item 2564. 601) * Region A = Mn. DOT Districts 1, 2 and 4 Region B = Mn. DOT District 3, 6 and Metro Region C = Mn. DOT District 7 and 8 ** Type I = 4 -Way Intersection (Book 2, Exhibit 1 - A) Type III = ‘T’ Intersection (Book 2, Exhibit 1 - C) Type IV = 4 -Way Divided Intersection (Book 2, Exhibit 1 - D)
ITP Form 5 (Apparent BV Only) Intersection lighting cost per intersection: Mn. DOT will divide the item 2545. 601 (Electric Lighting Systems) by 2 sites. Boring under railroad costs per location: Mn. DOT will divide the item 2560. 601 (Highway-Railroad Grade Crossing Signals) by 4 sites. )
Book 1 - Section 11: Exhibit K Additional Allowances Item Unit Cost Region A – Mobilization Each Site $ Region B – Mobilization Each Site $ Region C – Mobilization Each Site $ Type I – Design Each Site $ Type III – Design Each Site $ Type IV – Design Each Site $ Type I – Construction Each Site $ Type III – Construction Each Site $ Type IV – Construction Each Site $ Intersection Lighting Each Site $ Railroad Each Site $
ITP Form 6 • Form 6 • • • Not used in BV Selection Only Apparent Best-Value needs to submit Extended Warranty • • Option 1 – 2017 Option 2 - 2018
Project Requirements Book 1 Book 2
Book 1 • • No reliance on RID Completion Deadlines (Section 4) • • • 20 intersections by Dec 1, 2013 120 Days for each ID/IQ RICWS All work done by Dec 1, 2015 Final Acceptance 100 Days Warranty Bond of $120, 000 (Section 8)
Book 1 – Section 10 • Section 10 - Mn. DOT shall be considered to have Accepted maintenance liability at each Site which are 100% complete as of such date and accepted of the RICWS turn on test. • Contractor must still warrant
Book 1 – Section 11 • Lump Sum Project for bid value • Payment per Book 2, Section 2 SOVs • Payment on % Complete • Additional Intersections (ID/IQ) • • • Up to 30 more or $6, 000 Not guaranteed ($, quality) Work Authorization per Unilateral Change Order Payment per Exhibit K Timeline per Section 4 • Contractor must still warrant
Book 1 – Section 11 • Additional Allowances for ID/IQ 4 -Way w/Island = Type I + additional detection Additional signs Power connections per invoice Mounting RICWS on bridges or boring under waterway • Additional items requested by Mn. DOT • Inflation factors • • • Contractor must still warrant
Book 1 – Section 17 & 21 • • Liquidated Damages Warranty • • • Lighting RICWS – All expire on Dec 1, 2016 Warranty Extensions Mn. DOT to monitor, Contractor may also Threshold Limits Warranty Close-out • Turn-over test per Test Case 7 at each Site. • LD for re-tests
Book 2 – Section 1 District 1 2 3 4 6 7 8 Metro # RICWS 2 0 5 0 6 2 4 1 1 st Site: TH 7 & Carver CSAH 33
Book 2 – Section 2 Design Coordination Meetings ◦ In-Progress Design Review (weekly) ◦ Over-the-Shoulder Reviews (as needed) ◦ Construction Progress (weekly/by-weekly)
Book 2 – Section 2 Submittals ◦ ◦ ◦ ◦ Schedules Quality Manual (Template Provided) Release for Construction Docs Shop Drawings As-Builts Product Data Sheets Material Testing
Book 2 – Section 2
Book 2 – Section 7 Right of Way ◦ Contractor shall secure R/W maps to confirm R/W in Design ◦ RFC and As-Built drawings shall accurately depict R/W from the R/W maps.
Book 2 – Section 9 As-Builts Require X & Y GPS locations ◦ ◦ ◦ Lighting Units Cabinets Source of Power Handholes Detection Devices Underground cable & Conduit Every Junction Cable as Line Geometry Vertex points every 100 ft or change in direction
Book 2 - Section 16 Lighting (2 Sites) ◦ Typical Rural Lighting - 2 cobra head luminaires ◦ Separate Conduit from RICWS System Signing ◦ Supports Meet 2001 AASHTO Breakaway Requirements
Book 2 - Chapter 16 Signing Minor Road: 36”x 36” 8” LED Alternating Flashers 30”x 24” When Flashing Major Road: 2 -Lane W 3 -X 8 A 48”x 48” 12” LED Flasher 42”x 24” When Flashing 4 -Lane W 3 -X 8 66”x 42” 8” LED Alt Flasher
Book 2 - Section 17 Detection ◦ Acceptance through ATC Process Electrical Power ◦ One service cabinet at each facility – including existing lighting ◦ Mn. DOT will reimburse Utility Service Invoice for connections
Book 2 – Section 17 Testing (Test Plan – Exhibit 17 C) ◦ Integration Demo (Test Case 2) 30 Day Fort Snelling Test Require acceptance of Contractor testing procedure Will hold system at Fort Snelling until completion of Reliability Demo ◦ Reliability Demonstration (Test Case 5) 30 Day Caver County LD after 38 Days
Book 2 – Section 21 Rail Roads ◦ 4 of 20 near RR ◦ 2 near BNSF and 2 near CP ◦ Mn. DOT will provide RR Agreements and 1 day of RR Flagging Proceeding with agreements using Exhibits 21 A-D
Coordination of Contractors Oversight Consultant ◦ ◦ Design Review Testing (Cases 1, 3, 4, 6, & 7) Construction Inspection Warranty Evaluation University of Minnesota ◦ Testing (Case 5)
Mn. DOT Org Chart
Questions? Ken Hansen ITS Project Manager Office of Traffic, Safety, and Technology (651)234 -7064 Kenneth. Hansen@state. mn. us Jay Hietpas Innovative Contracting Director Office of Construction and Innovative Contracting (651)366 -4210