FLORIDA DEPARTMENT OF TRANSPORTATION

Size: px
Start display at page:

Download "FLORIDA DEPARTMENT OF TRANSPORTATION"

Transcription

1 FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: December 28, 2011 RE: RFP NUMBER: RFP TITLE: ITS Equipment Replacement in Broward County OPENING OF TECHNICAL PROPOSAL DATE: January 5, 2012 Notice is hereby given of the following changes to the above-referenced Request for Proposal: CHANGE: The following changes, clarifications and/or questions have been made regarding the above referenced project. 1. QUESTION: Will the Department be able to provide the shop drawings for the existing signs and sign structures prior to December 28 th? 1. ANSWER: No shop drawings are available. 2. QUESTION: Is it possible that the equation found in Section 30.4 should be equal to "Proposer's Awarded Price Proposal Points"? 2. ANSWER: Yes 3. QUESTION: Please confirm if the following equation found in Section 30.4(b) is for the Price evaluation or for the entire project: (Low Price / Proposer's Price) x Price Points = Proposer's Awarded Points 3. ANSWER: 30.4(b) is the points for the price proposal. 1

2 4. QUESTION: Please confirm the complete equation for award, clarifying whether or not the technical proposal evaluation score is to be added with the Price Proposal evaluation. 4. ANSWER: Within RFP Section 7 INTENDED AWARD, the highest cumulative total points. Is based upon the following: Proposer s Awarded Technical Proposal Points [per RFP, Section 30.4(a)] + Proposer s Awarded Price Proposal Points [per RFP, Section 30.4(b)] = Proposer s Cumulative Total Points for intended award. 5. QUESTION: Please clarify RFP Section 7 if the Department intends to award base on the highest cumulative total of Technical Proposal points and the Price proposal points combined? 5. ANSWER: See response to question 4 for clarification. 6. QUESTION: Will the Department be able to provide the most recent DMS structure annual maintenance reports for the existing DMS structures, prior to December 28th. 6. ANSWER: The Department is in the process of acquiring the reports to provide. 7. QUESTION: Please clarify if UPS system is required to power only the DMS cabinet or both the DMS Sign and the DMS cabinet. Proposed Model 334 cabinets as required on page 32 of the Exhibit A Scope of services may not be able to hold the appropriate number of batteries to accommodate the UPS system required to maintain power to the DMS for the required amount of time. 7. ANSWER: Refer to the Scope of Services Section 3.8, item 3 DMS display is not to be included, and Section 3.8, item 4. 2

3 8. QUESTION: Please clarify if UPS system is required to power only the DMS cabinet or both the DMS Sign and the DMS cabinet. Proposed Model 334 cabinets as required on page 32 of the Exhibit A Scope of services may not be able to hold the appropriate number of batteries 8. ANSWER: See response to question 7 above 9. QUESTION: Exhibit A Scope of Services page 31 requires two controllers. Please specify if one primary and one auxiliary controller is required or if two auxiliary controllers are acceptable. 9. ANSWER: One Controller as supplied within the ground mounted cabinet, and one controller as supplied within the DMS walk-in sign assembly. 10. QUESTION: Exhibit A Scope of Services page 31 requires spare parts. Does this list override the ITS DMS State Specifications spare part list? 10. ANSWER: The ITS DMS State Specification Section Operational supersedes Exhibit A. 11. QUESTION: Is multi-mode fiber between the DMS and DMS cabinet acceptable to the Department? 11. ANSWER: Yes 3

4 12. QUESTION: Exhibit A Scope of Services page 27 says the 2010 editions of the FDOT PPM, editions of the FDOT PPM, FDOT Structures Manual including Volume 9 - Modifications to LTS-5, and other criteria documents are to be used. Will the FDOT Structures Manual Volume 9 January 2012 revision be utilized in the evaluation of existing structures? 12. ANSWER: Yes 13. QUESTION: Exhibit A Scope of Services page 27 says the proposed DMS must be overhead mounted and centered over the through travel lanes on the existing structure; ground-mounted DMS are not acceptable. If the horizontal location of the proposed DMS differs from the existing DMS location over the roadway, the structural analysis could be negatively impacted. Would the Department prefer the proposed DMS to be mounted in the same location as the existing DMS? 13. ANSWER: Centered over travel lanes preferred unless adverse impacts are identified in the Structural Analysis. No supplemental work will be authorized on this contract. 14. QUESTION: Will variations be required if the proposed DMS cannot meet the 19.5 vertical clearance requirement? 14. ANSWER: The contractor should maximize clearance under the sign whenever possible. As long as the current, available clearance is not reduced, there is no need for a variation. 15. QUESTION: Exhibit A Scope of Services page 27 says as-builts are included with the RFP. However, as-built do not seem to be attached. 15. ANSWER: As-builts are available and has been provided in a separate attachment. 4

5 16. QUESTION: Exhibit A Scope of Services says 10 new workstations are to be provided on page 36 but page 41 calls for 24 HP Z400 workstations to be provided? Please confirm how many workstations are required. 16. ANSWER: Within Section 4.1, revise workstations to operator workstation console. Within Section 4.3, revise workstation to workstation equipment. 17. QUESTION: Will the Department accept traffic pacing designed with a speed of 10 MPH? 10 MPH is currently the minimum speed allowable per the design standards. If the local FHP is unwilling to provide pacing at 10 MPH, as allowed for by the standards, will the Department be willing to provide a supplemental agreement to financially compensate the contractor for the additional costs of MOT? 17. ANSWER: No supplemental agreement will be provided to cover MOT. Proposers shall coordinate MOT requirements with FHP and base their bid accordingly. 18. QUESTION: Due to the lack of underground work on this project, will the Department still require marked plans and no conflict letters from all utilities at all 18 DMS locations? 18. ANSWER: The Department will require marked plans and no conflict letters from all utilities at each DMS location where work activities change the existing field conditions. 19. QUESTION: If the structural analysis fails for any structure, is the Design Build firm responsible for replacing the structure or will the DMS be removed from the project? 19. ANSWER: Refer to Section 1.2. last sentence. The DMS structures will not be replaced as part of this Scope of Services under this contract. 5

6 20. QUESTION: Will the department pay for any remedial work that may be required for the existing structures upon structural analysis? 20. ANSWER: There will be no structural remedial work under this contract. 21. QUESTION: Is the Design Build team required to bring the existing DMS structure grounding up to current standards? 21. ANSWER: YES 22. QUESTION: Please clarify the voltage drop requirement for the DMS: 3% or 5%. 22. ANSWER: Refer to Section , Paragraph 4, bullet #4, and Section 3.7.3, paragraph 5 for voltage drop requirements. 23. QUESTION: Both 12 and 24 fiber cables are required for DMS communications. Please clarify how many fibers are required. 23. ANSWER: Refer to Section 3.7.3, paragraph 12, and Section 3.9 for fiber cable Requirements. Within Section 3.7.3, paragraph 12, change new fiber trunk line to existing fiber trunk line. 6

7 24. QUESTION: Is the Department aware that new step up and step down transformers will likely be required to handle the additional DMS power loading? Is it acceptable to mount the step down transformers and power disconnect on the DMS structure or will a separate power service pole be required? 24. ANSWER: Refer to Section 2.4, paragraph 3, and Section 3.7.3, paragraph 5. The Department is aware. power service and transformer upgrades may be necessary. Mounting of step down transformer and power disconnect on DMS structure is permitted. Department will review and approve the submitted mounting plan. 25. QUESTION: May the Design Build team reuse existing power service conductors? 25. ANSWER: No re-use of removed conductors or fiber cables is permitted. Conductors and fiber cable already in place, in good condition, and not adversely impacted may be re-used and must be re-tested. All strands of fiber cables (re-used and new) must be tested and pass or the cable shall be replaced. 26. QUESTION: Is the Design Build team required to bring the existing power services up to code per the NEC? 26. ANSWER: Yes 27. QUESTION: Will the Department be able to provide access to the existing DMS cabinets prior to December 28th? 27. ANSWER: No 7

8 28. QUESTION: Will the Department be able to provide the geotechnical boring information for the existing DMS structure locations prior to December 28th? 28. ANSWER: No 29. QUESTION: Is fatigue analysis of existing sign structures required? If so, how does the Department plan to move forward if the fatigue analysis of the existing structures fail? 29. ANSWER: Refer to Section of the Scope of Services 30. QUESTION: Will the Department be able to provide the Design Plans or the As-Builts for the existing DMS signs and structures prior to December 28th. 30. ANSWER: No Proposers MUST acknowledge receipt of this Addendum by completing and returning to the Procurement Office, by no later than the time and date of the Technical Proposal opening. Failure to do so may subject the proposer to disqualification. Proposer Name Address Submitted by (Signature) Type/Print Name 8 Lydia Waring Procurement Agent Failure to file a protest within the time prescribed in Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.