Kick-off PowerPoint

advertisement
RFP Kickoff Meeting
November 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:
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
•
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)
•
Section 3.4 – Communication to Ken Hansen
•
Section 3.6- Addenda/Clarification posted to
website
• Use Clarification Request Form on MnDOT DB webpage
• 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 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.
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.
2560.601
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
$
3
Type IV - Design
3
Each
$
Lump Sum
$
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 = 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 1
Book 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
# RICWS
1
2
2
0
3
5
4
0
6
6
7
2
8
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

Signing
Minor Road:
36”x36”
8” LED Alternating Flashers
30”x24” When Flashing
Major Road:
2-Lane
W3-X8A
48”x48”
12” LED Flasher
42”x24” When Flashing
4-Lane
W3-X8
66”x42”
8” LED Alt Flasher

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 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
Download