Rural Intersection Conflict Warning Systems

Preview:

DESCRIPTION

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. - PowerPoint PPT Presentation

Citation preview

RFP Kickoff MeetingNovember 19, 2012

Welcome

Bidding Requirements

Project Requirements

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).

Instruction to Proposers

• Section 2 Procurement Schedule

• ATC Submittal Due Date: December 10, 2012• Clarification Submittal Deadline: January 7, 2012• Technical Proposal Due Date: January 10, 2012• Price Proposals: January 21, 2013• Public Opening Date: February 1, 2013

• Section 6.4 STIPEND - $20,000

• Section 3.4 – Communication to Ken Hansen• Use Clarification Request Form on MnDOT 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)

• 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

• 4.3.1 – Submit ElectronicallyItem 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.

Item/Line No. Description # of Sites Unit Item Total

2021.601 Mobilization *  

1 Region A - Mobilization 2 Each $     

2 Region B - Mobilization 12 Each $     

3 Region C - Mobilization 6 Each $     

  TOTAL (must match item 2021.601) Lump Sum $      

2011.601 Design Services **  

1 Type I - Design 15 Each $     2 Type III - Design 2 Each $     3 Type IV - Design 3 Each $       TOTAL (must match item 2011.601) Lump Sum $     

 

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 $     

  TOTAL (must match item 2564.601) Lump Sum $     

* Region A = MnDOT Districts 1, 2 and 4

Region B = MnDOT District 3, 6 and Metro

Region C = MnDOT 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)

Intersection lighting cost per intersection: MnDOT will divide the item 2545.601 (Electric Lighting Systems) by 2 sites.

Boring under railroad costs per location: MnDOT will divide the item 2560.601 (Highway-Railroad Grade Crossing Signals) by 4 sites.

)

Additional Allowances Item Unit 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 $

• Form 6• Not used in BV Selection• Only Apparent Best-Value needs to submit• Extended Warranty• Option 1 – 2017• Option 2 - 2018

Book 1Book 2

• 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)

• Section 10 - MnDOT 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

• 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 $6,000,000• Not guaranteed ($, quality)• Work Authorization per Unilateral Change Order• Payment per Exhibit K• Timeline per Section 4

• Contractor must still warrant

• 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 MnDOT• Inflation factors

• Contractor must still warrant

• Liquidated Damages• Warranty• Lighting• RICWS – All expire on Dec 1, 2016• Warranty Extensions• MnDOT to monitor, Contractor may also• Threshold Limits• Warranty Close-out• Turn-over test per Test Case 7 at each Site. • LD for re-tests

District#

RICWS1 22 03 54 06 67 28 4

Metro 1

1st Site: TH 7 & Carver CSAH 33

Design Coordination Meetings◦ In-Progress Design Review (weekly)◦ Over-the-Shoulder Reviews (as needed)◦ Construction Progress (weekly/by-weekly)

Submittals◦ Schedules◦ Quality Manual (Template Provided)◦ Release for Construction Docs◦ Shop Drawings◦ As-Builts◦ Product Data Sheets◦ Material Testing

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.

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 100ft or change in direction

Lighting (2 Sites)◦ Typical Rural Lighting - 2 cobra head luminaires◦ Separate Conduit from RICWS System

Signing◦ Supports Meet 2001 AASHTO Breakaway

Requirements

SigningMinor Road: 36”x36” 8” LED Alternating Flashers

30”x24” When Flashing

Major Road: 2-Lane 4-Lane

W3-X8A W3-X8 48”x48” 66”x42” 12” LED Flasher 8” LED Alt

Flasher 42”x24” When Flashing

Detection◦ Acceptance through ATC Process

Electrical Power◦ One service cabinet at each facility – including

existing lighting◦ MnDOT will reimburse Utility Service Invoice for

connections

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

Rail Roads◦ 4 of 20 near RR◦ 2 near BNSF and 2 near CP◦ MnDOT will provide RR Agreements and 1 day of

RR Flagging Proceeding with agreements using Exhibits 21A-D

Oversight Consultant◦ Design Review◦ Testing (Cases 1, 3, 4, 6, & 7)◦ Construction Inspection◦ Warranty Evaluation

University of Minnesota◦ Testing (Case 5)

Ken HansenITS Project ManagerOffice of Traffic, Safety, and Technology(651)234-7064Kenneth.Hansen@state.mn.us

Jay HietpasInnovative Contracting DirectorOffice of Construction and Innovative Contracting(651)366-4210

Recommended