Q1. Can you please tell me if there is a plan-holders list posted for RFP 3512R02? A1: There is no plan-holders list.

Size: px
Start display at page:

Download "Q1. Can you please tell me if there is a plan-holders list posted for RFP 3512R02? A1: There is no plan-holders list."

Transcription

1 Q1. Can you please tell me if there is a plan-holders list posted for RFP 3512R02? A1: There is no plan-holders list. Q2. Is prequalification required for the prime contractor and their subcontractors? If yes, which prequalification work classifications codes are required for the prime contractor and/or their subcontractors? If prequalification is required, is it sufficient to have the required prequalification prior to contract award? A2: No. Prequalification is not required for the prime contractor and their subcontractors. However, the selected Offeror will need to be a registered supplier with the Commonwealth. For questions pertaining supplier registration, Offerors are directed to the Department of General Services (DGS), Supplier Service Center website at: Q3. Is a PENNDOT Certified DBE automatically considered a Certified Small Diverse Business by DGS? A3: No, Disadvantaged Business Enterprise certification and Small Diverse Business certification are different. Offerors should refer to Part I-13, and Part II-9, of the RFP, for information pertaining to Small Diverse Business self-certification and DGS verification information. Offerors may contact the DGS, Bureau of Small Business Opportunities for additional information or visit their website at: nities/1358 Q4. Due to the large amount of work required to properly bid this RFP, including site visits to all 84 locations, will the State consider extending the submittal date to allow enough time for proper due diligence? In addition, for an Offeror to properly prepare this RFP an on-site visit and inspection of each FAST site is required. A4: No, an extension of the Proposal due date will not be provided to allow for site visits. Q5. Several of the RWIS sites have been recently installed or updated. Is the Contractor permitted to reuse any material if they are fully functional and of latest manufacture? A5: No. This project is for total component replacement at all sites. Q6. Section IV-3, C, xii states the Contractor must restore areas damaged during construction to their pre-construction condition. Is leveling and reseeding the area sufficient action? Example: Many of these sites are overgrown and haven t been maintained for several years, if a small Oak tree has started to grow at the base of the tower is the Contractor responsible to replant an Oak tree in the adjacent area? A6: The selected Offeror is expected to meet each of the requirements as described in Part IV-3 of the RFP. Refer to Part IV-3.xii., for additional information on site restoration. Any changes to the site restoration requirements must be reviewed and approved by PennDOT s Project Manager prior to any work being completed. Page 1 of 11

2 Q7. Section IV-3, N. Is the Emergency Preparedness Plan a requirement for award of this contract? A7: Submission of an Emergency Preparedness Plan as part of the technical proposal is a requirement. Q8. Section IV-4. The State has set firm completion dates for each phase of the installation process, but not set a firm date for award of the contract. Will the State postpone the phase dates if the award of the contract takes longer than expected? A8: The Department reserves the right to make changes to any or all of the phase completion dates prior to or after a Notice to Proceed has been issued. Any changes will be in accordance with the Standard Terms and Conditions, Paragraph 30 Changes. Q9. Section IV-4, C2. If a successful bidder uses a currently developed CPU or Hosted Data Service for polling, displaying and storing the RWIS Data, is it the intent of the State that the Offeror will be required to turn over a system which cost millions of dollars to develop? Or is the intent of the State that the Offeror develop a custom CPU platform for this project? A9: Offerors are to propose equipment that is required to perform the tasks described in the RFP. At the end of the contract, the selected Offeror must transmit all archived data to PennDOT and provide the means for PennDOT to continue collecting and storing data seamlessly. This transfer will be coordinated with the Project Manager. Q10. Section IV, Task H, H1. Is it the intent of the State to have the Contractor upgrade the 120 VAC power at each FAST site to Solar Power even if the site has functioning AC service? A10: To clarify Part IV-4, Task A, Section #1, second bullet point of the RFP, the Department is changing if applicable to where applicable. To further clarify, the Department s preference would be to upgrade all RWIS and/or FAST sites to solar power. To ensure the Department has sufficient information to evaluate submitted proposals, Offerors should provide a detailed approach and methodology for delivering the services described under Part IV-4, Tasks. Q11. Appendix B, Page 12. The RWIS Maintenance and Support matrix developed for monthly review of maintenance services is unrealistic. a. Will this matrix be used for monthly payments for the maintenance portion of the contract? b. Actions 1 and 4 are completely out of the control of the Contractor. The Contractor cannot be held responsible for communications provided by a cellular provider or power outages from the local power company. A11: a. Yes, the SLAs apply to monthly maintenance. b. The Department will determine responsibility on a case by case basis. Q12. Appendix J. Is an In-Pavement sensor required at each location if the criteria for the In- Pavement sensor can be met by utilizing a Non-Intrusive pavement sensor? A12: To ensure the Department has sufficient information to evaluate submitted proposals, Offerors should provide a detailed approach and methodology for delivering the services Page 2 of 11

3 described under Part IV-4, Tasks. As appropriate, Offerors may include alternate solutions and example time lines for proposed work efforts. Q13. Appendix J. On Page 17 it states the solar power supply shall be mounted to the RWIS structure. Due to the Solar Insolation Maps of Pennsylvania, the current RWIS structures are not sufficient to hold the required solar power supply. Is the State willing to have the solar power supply installed on an adjacent tower? A13: Refer to the response to Question #12. Q14. Appendix J. On Page 18 it describes the Instrument Structure to be supplied, but Section IV, Task A states No tower replacements are anticipated under this task. This makes it unclear to Offeror whether or not they are responsible to install new towers at each location. A14: To clarify the statement from Task A, No tower replacements are anticipated under this task, the Department does not consider tower and/or foundations as part of the total component replacement, as shown in Appendix H Equipment by site. If during site replacements a tower and/or foundation is identified as needing replaced and/or repaired, the selected Offeror would be required to notify the Department s Project Manager in writing and obtain approval from the Department prior to beginning any work. If approved, the replacement and/or repairs would be done through Task G Additional Work, using the component costs submitted in Appendix E Cost Submittal. Q15. Appendix J RWIS/FAST Functional Requirements - Page 3, Remote Processing Unit: Is an RPU using a processor and operating system that differs from that specified acceptable as long as all the specified results are accomplished? A15: All proposed equipment must meet or exceed the equipment specifications set forth in Appendix J. Q16. Appendix J page 10 of Are the proposed video cameras to be fixed position or pan-tilt-zoom? 2. What lens type is required in regard to focal length? typically expressed in mm. is the lens Fixed (mm), Vari-Focal (manual range), or motorized zoom (zoom range) lens? 3. Are all video cameras mounted on RWIS towers, eg no separate poles or structures are required. 4. Can you verify the total quantity of new video cameras required? A16: 1. Pan-Tilt-Zoom 2. Motorized Zoom 3. Yes 4. Refer to Appendix I RWIS Equipment Requirements by Site Q17. Is the Offeror responsible for liaison with the utility companies, when power outage occurs or will PennDOT staff contact the power company, once they are notified by the Offeror that there is a power outage at the RWIS site? A17: The Offeror is responsible for contacting the utility company and the Department as well as documenting in writing and retaining the documentation, all power outages and when power is restored. Page 3 of 11

4 Q18. Is PennDOT responsible for AC power monthly costs at each RWIS site, or is Offeror responsible for this cost? A18: The Department is responsible for monthly A/C power costs for each site that has not been converted to solar power. Q19. Can the Offeror select their own cellular communication provider and service plan as part of RWIS site communication service, or does PennDOT require for Offerors to assume existing cell service plans and vendors? If so, what are the costs per month/per site for the existing PennDOT service plans? A19: Offerors may select a cellular communication provider and service plan for RWIS sites. To ensure the Department has sufficient information to evaluate submitted proposals, Offerors should provide a detailed approach and methodology for delivering the services described under Part IV-4, Tasks. Q20. During the term of the contract, does pavement sensor maintenance include all sensor replacement costs, including civil installation costs, traffic control, and equipment costs? A20: Yes. Q21. If implemented, what monthly reporting requirements/performance targets is the responsibility of the contractor for the FAST system SLA? A21: As shown in Appendix B, Special Contract Terms and Conditions, Section V - Service Level Agreement (SLA), SLA s shall apply to FAST, if implemented as part of this Contract. Q22. Who is responsible for replacement and installation of equipment at RWIS site, which is damaged as a result of traffic, Act of God, theft and/or vandalism? A22: Incidents that may be considered unforeseen to RWIS sites and/or RWIS equipment, will be reviewed by the Department on a case by case basis. In the event the selected Offeror is responsible for replacement and/or installation of damaged/stolen equipment, the change may be handled in accordance with the Standard Terms and Conditions, Paragraph 30 Changes. If the Department chooses to implement Task H for the FAST systems, the response here will apply. Q23. Who is responsible for replacement and installation, including traffic control, of in-pavement sensors (if installed), which failed due to impact from snow plow, Act of God, or as a result of milling as part of a repave project? A23: Refer to the response to Question #22. Q24. The SLA specifies a performance table, Page 12, Section V, Appendix B, which determines Offeror s performance and subsequent payment. However, Section C, page 24 of 51, Part IV of Page 4 of 11

5 the RFP, requires that Offeror contact PennDOT two weeks prior to start of any site work. Would PennDOT waive the applicable RWIS performance requirements, as identified in the table on page 12, of Appendix B, while the Offeror is waiting for permission from PennDOT to begin required work? A24: The selected Offeror is expected to meet each of the requirements as described in Part IV-3 of the RFP. The Department will determine the need to waive SLAs on a case by case basis. Q25. Since AC Power and Communication Services are sourced from 3 rd parties, and Offeror has no control over their operating structure and labor force, would PennDOT waive the performance requirements listed on Page 12, Section V, Appendix B, during RWIS station downtime that resulted because of these service providers. A25: The selected Offeror shall be responsible for developing and maintaining a list of outage occurrences for each RWIS site. If an outage occurs, the selected Offeror shall be responsible for contacting the 3 rd party and documenting the outage, the reason for the outage, and when the site has been fully restored. The selected Offeror will provide this and any other pertinent information in writing to the Department for all outages and will be used to determine if SLAs should be waived. Q26. Please clarify when the monthly service level meetings, as identified in Appendix B, Pg. 12, will begin (i.e. after Tier 1 sites are completed)? A26: The monthly service level meetings will begin one (1) month following activation and the Department s acceptance of the first RWIS site. Q27. On Page 27 of 51 of the RFP, Documentation Format- Some supporting documentation is available only in PDF format. Would PennDOT accept documents in PDF format if other formats are not available? A27: Part IV-3.H, Documentation Format, allows for Offerors to propose an alternate format. To ensure the Department has sufficient information to evaluate submitted proposals, Offerors should provide a detailed approach and methodology for delivering the services described Part IV-3.H. Q28. On Page 29 of 51 of the RFP, Emergency Preparedness- RFP specification requires information to be in specific format. Please advise in which section of the RFP response should Emergency Preparedness Information be supplied? A28: The Emergency Preparedness Plan must be included in Offeror s Technical Proposal. Q29. Task A, page 31 of 51 of the RFP, RWIS Component Replacements - First paragraph of this section states that no tower replacements are anticipated under this task. However, site inventory assessment document, Appendix H, states that some towers have collapsed, and some structures are broken. Please clarify the PennDOT requirement regarding current Page 5 of 11

6 condition of RWIS structures and foundation, and whether or not replacement of broken structures and repair of foundation is part of the RWIS equipment replacement scope. A29: Refer to the response to question #14, which also applies to foundations. Q30. Does PennDOT require fencing at sites that currently do not have fencing? A30: Yes, however the Department may consider other options on a case by case basis if fencing is prohibitive due to proximity to the roadway. Q31. Who is responsible for replacement or repair of existing fencing that has failed at the RWIS location, as indicated in the Appendix H Site Inventory Assessment? A31: The selected Offeror is responsible for replacement and/or repair of existing fencing at the RWIS and/or FAST locations. Q32. If recommended communication at RWIS site must be supplied by a Utility company, is PennDOT responsible for costs of bringing the required communication to the RWIS site? A32: No, the Offeror is responsible. Q33. If RWIS equipment at the station, including pavement sensor equipment, is current, in good working order, and identical to newly proposed equipment, does PennDOT still require the Offeror to replace it? A33: Yes, this is a total component replacement. Q34. Is there a PennDOT specific Project Plan template that Offeror needs to follow, or can Offeror create own template, as long as it includes the requirements on Page of the RFP? A34: The selected Offeror shall develop and submit a Project Plan template to the PennDOT Project Manager for review and approval prior to implementation. Q35. Item L, Page 29 of 51 of the RFP - Is there a PennDOT specific Communication Plan template that Offeror needs to follow, or can Offeror create own template? A35: The selected Offeror shall develop and submit a Communication Plan template to the PennDOT Project Manager for review and approval prior to implementation. Page 6 of 11

7 Q36. Section IV-4, Page 30 of 51 identifies a schedule for RWIS replacement dates, as well as, project completion date. What is the expected Notice to Proceed date, and will PennDOT extend the project completion date in the event that the Notice to Proceed date gets postponed? A36: The expected NTP date is late September/early October. The duration of the contract shall be in accordance with the RFP, Part I-23, Term of Contract. Q37. Appendix J RWIS/FAST FUNCTIONAL REQUIREMENTS - Page 7 of 19, 8th bullet point- please advise what is meant by the ability to indicate presence? A37: This references the sensor s ability to identify the various types of moisture, or lack thereof, on the roadways; i.e. dry, moist, wet, frost, snow, or ice. Q38. Appendix J RWIS/FAST FUNCTIONAL REQUIREMENTS - Pages 7 of 19, 9th bullet point- please clarify what is meant by any mixture of these? Q38: Any mixture could include combinations of the types of conditions; i.e., snow/ice, water/snow, etc. on the roadway. Q39. Appendix J RWIS/FAST FUNCTIONAL REQUIREMENTS - Pages 8 of 19, 1st bullet point- please confirm if PennDOT requires the precipitation sensor to report Freezing Rain as one of the visibility and precipitation conditions? A39: Yes. Q40. Appendix J RWIS/FAST FUNCTIONAL REQUIREMENTS - Pages 13 of 19, item 3- please confirm that this section applies to data from meteorological and traffic sensors. A40: Yes. Q41. Appendix J RWIS/FAST FUNCTIONAL REQUIREMENTS - Page 14 of 19- First sentence requires use of Nema 3R cabinet. However, page 7 of 18, 12 th bullet point, refers to NEMA 4 cabinet. Would either rating be acceptable for the application? A41: Either option is acceptable. Q42. Appendix J RWIS/FAST FUNCTIONAL REQUIREMENTS - Roadway Sensor System: Can PennDOT confirm what data is required for the pavement surface conditions for each RWIS site? Current requirements, as listed in the Appendix J, page 7 of 19, are conflicting. Please specify which pavement conditions are to be displayed by the CPU. A42: Appendix J provides details on all the various types of roadway weather conditions that the sensors are to collect and are to be displayed by the CPU. Page 7 of 11

8 Q43. Appendix J RWIS/FAST FUNCTIONAL REQUIREMENTS - Visibility and Precipitation Sensors: Can the configurable alarms and contact closure for reduced visibility reside within the RPU and/or the sensor? A43: Either is acceptable. Q44. Please advise the manufacturer of existing (14) FAST Systems? A44: Boschung and Quixote (Freezefast). Q45. Please advise what year existing FAST Systems were installed? A45: Between 1999 and Q46. Does PennDOT require that atmospheric data is collected according to FHWA ESS-RWIS data collection siting guidelines? A46: Yes. Q47. Please advise specific location of each existing FAST System Lat/Long information, as location information provided in Appendix P is insufficient to locate site for site survey. A47: Appendix P, FAST Equipment Requirements by Site has been revised to include site latitude and longitude. Q48. Does the pavement sensor data need to be collected from only in-pavement sensor technology or can alternative, newer technology be utilized? A48: Offerors may propose an alternate solution. To ensure the Department has sufficient information to evaluate submitted proposals, Offerors should provide a detailed approach and methodology for delivering the services described under Part IV-4, Tasks. As appropriate, Offerors may include example time lines for proposed work efforts. Q49. Appendix H, RWIS Equipment Requirements by Site - Does PennDOT require the actual quantity of pavement sensors listed in the table per site, if the same pavement data can be acquired using fewer sensors? A49: Refer to the response to Question #48. Q50. Part I, Section I-23, Term of Contract - States Contracting Officer may renew this contract upon the same terms and conditions, incrementally or in one step, for a period of up to 24 months Will price escalation be granted for the renewal period? If so what percentage? A50: No. Page 8 of 11

9 Q51. Part II, II-10, Cost Submittal Can an Overtime Rate section be added for use on Tasks G1 and G2 when overtime is required to accomplish tasks? A51: No. Q52. Part IV, Section IV-4, Tasks We understand that Tasks A and B must be completed and accepted by PennDOT no later than June 30, What is the required completion and acceptance date for Task C? A52: CPU must be in place to collect and display data by the time the first RWIS site is accepted by PennDOT. Q53. Part IV, Section IV-4, Tasks - Will time allowances be granted to install In-Pavement Sensors in accordance with manufacturer recommendations, i.e. with pavement temperatures above freezing? A53: If during site replacements the selected Offeror determines that an installation may be delayed for any reason, before the selected Offeror makes any changes to the timeline in the Department approved Project Plan, the selected Offeror would be required to notify the Department s Project Manager in writing, provide an updated Project Plan showing the new timeline, reason for delay, and obtain approval from the Department prior to implementing the change. Q54. Part IV, Section IV-4, Task A Is it the Commonwealth s intent to have all RWIS locations solar powered? If so, please identify any RWIS location where shading or obstructions may prevent solar use. A54: The Department s intent is to have RWIS sites utilize solar power whenever feasible. Offerors should identify possible shading or obstructions at RWIS sites during the site visits. Q55. Part IV, Section IV-4, Task A If solar power cannot be used and AC power is not already available will the Commonwealth grant a change order to accommodate bringing power to the RWIS site? A55: If during site replacements solar power can t be used and AC power is not available, the selected Offeror would be required to notify the Department s Project Manager in writing and obtain approval from the Department prior to beginning any work. If approved, bringing power to the site would be done through the use of a work order as defined in Task G Additional Work. Q56. Appendix I - Will the Commonwealth provide itemized quantities of what in-pavement sensors for weather and for traffic are desired for each RWIS site per lane? A56: No. Page 9 of 11

10 Q57. Appendix J, Data Display and Access Requirements, Item 4 - Can the Commonwealth provide examples of the following software interfaces for analysis: Next Gen ATMS, Traffic Management Centers, PennDOT maintenance Decision Support System (MDSS) and 511PA? A57: Offeror shall provide a stabilized data format connection method for external PennDOT access. Q58. What will be the required process for review and approval of new site designs? Is there a need for a PE to stamp plans? A58: The Department may be able to provide drawings and specifications to assist with new site designs. However, the selected Offeror will be required to provide any applicable site plans, drawings, specifications, etc., stamped and/or sealed by a PA Licensed Professional Engineer. Upon receipt of the sealed PE documents, the Department will review and approve prior to the selected Offeror beginning the site work. Q59. Is it the Department s intent to stream video via cellular or to collect and communicate single frame snap shots? If Streaming cellular connectivity will be an issue at more locations. if snap shots how do you intend to PTE the camera remotely? What is the Department s intent? A59: The Department s intent is to have streaming video. Q60. Please clarify number of sites to be moved. The RFP says 2 but you mentioned 3, which site will also be moved? The RFP lists 5 new sites, but now you say 2. Which 2 of the 5 listed will be new? A60: There are three (3) sites that will be moved. Two are relocations and one, RWIS site 580_1, will also be moved slightly within the same location due to construction and is not considered a relocation. To clarify quantity of new sites, Part IV, Task B-2, RWIS New Site Installations, of the RFP, first sentence is revised as follows - from: to: PennDOT has identified four (4) new RWIS site locations: PennDOT has identified five (5) new RWIS site locations The five (5) new sites listed in Part IV, Task B-2 of the RFP are a combination of two (2) relocated sites, two (2) brand new built sites and one (1) slightly moved site as follows: 1. Site 1000 relocation to new site 2. Site B6 relocation to new site 3. Site 212_01 brand new site 4. Site 212_02 brand new site 5. Site 580_1 same location but slightly moved due to construction Page 10 of 11

11 Q61. How often are you going to repave the road? Is there a pavement resurfacing plan that can be shared with the Offerors? A61: No, the Department is unable to provide a repaving schedule as resurfacing plans vary each year as a result of weather, budget changes, and other issues. Q62. If tower replacements are not at PennDOT discretion, will change orders be issued should PennDOT decide a new tower or foundation is required? Which eliminates bidders from including pricing in the cost estimates. A62: Refer to the response to Question 14. Q63. Is slush a required pavement state? Please clarify. A63: No, measuring slush is not a requirement. Q64. Is the replacement of the FAST system to include all infrastructures or is it the components only? If so which components will be replaced? A64: Refer to the response to Question 14, which applies to both RWIS and FAST sites. Appendix P, FAST Equipment Requirements by Site for information on required FAST component replacements. Q65. The RPU specification calls for Pentium Processor. Would a non-pentium processor be accepted if it meets or exceeds a Pentium processor? A65: Yes. Q66. PennDOT requires installation of fence around sites not having fencing. Many sites are in proximity to roadway not allowing for installation of any structure closer to roadway. Would any additional barrier be required to be installed or would the Department pay for relocation? A66: It will be the selected Offeror s responsibility to determine any fencing requirements and/or restrictions for each RWIS and/or FAST site. In the event there is a fencing requirement and/or restriction that will prohibit the installation of a fence, the selected Offeror will be required to notify the Department in writing of the restriction and propose an alternate solution. The Department will review on a case by case basis. Q67. Many existing sites are installed at elevations significantly higher or lower than roadway. Has PennDOT considered this when stating that it requires addition of no structures? A67: Yes. Q68. Most in pavement sensors have manufacturer minimum temperature requirements for installation. Due to the tight time constraints of this contract, will the Department compromise deviation from manufacturer s recommendations? A68: Refer to the response to Question #53. Page 11 of 11