addendum no. 1 date: may 7, 2010 rfp title: district...

22
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: May 7, 2010 RE: Request for Proposal - RFP-DOT-09/10-7024JM RFP TITLE: District-Wide Maintenance Rating Program (MRP), Sign, Guardrail & Attenuator Inspection Support Services and Roadway Characteristic Inventory (RCI) Evaluation PROPOSAL DUE DATE AND TIME: May 18, 2010, at 10:00 a.m. Notice is hereby given of the following changes to the above-referenced Request for Proposal: 1. Exhibit “A” Scope of Services, including Attachments I and II, are hereby replaced as attached. 2. Exhibit “A” Attachment III Guardrail Inspection Form is hereby included in the Request for Proposal package as attached. 3. Exhibit “A” Attachment IV Timeline Schedule for Performing MRP, Sign, Guardrail, Attenuator and RCI Quality Control Inspection and Evaluations is hereby included in the Request for Proposal package as attached. 4. Exhibit “C” Price Proposal Form is hereby replaced as attached. Bidders must acknowledge receipt of this Addendum by completing and returning to the Procurement Office, by no later than the time and date of the bid opening. Failure to do so may subject the bidder to disqualification. __ Jennifer McManus ________ Procurement Agent _____________________________________Bidder _____________________________________Address _____________________________________ _____________________________________Submitted by (Signature) Failure to file a protest within the time prescribed in Section 120.57(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.

Upload: dotuyen

Post on 30-Mar-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

FLORIDA DEPARTMENT OF TRANSPORTATION

ADDENDUM NO. 1 DATE: May 7, 2010

RE: Request for Proposal - RFP-DOT-09/10-7024JM

RFP TITLE: District-Wide Maintenance Rating Program (MRP), Sign, Guardrail &Attenuator Inspection Support Services and Roadway CharacteristicInventory (RCI) Evaluation

PROPOSAL DUE DATE AND TIME: May 18, 2010, at 10:00 a.m.

Notice is hereby given of the following changes to the above-referenced Request for Proposal:

1. Exhibit “A” Scope of Services, including Attachments I and II, are hereby replaced asattached.

2. Exhibit “A” Attachment III Guardrail Inspection Form is hereby included in the Request forProposal package as attached.

3. Exhibit “A” Attachment IV Timeline Schedule for Performing MRP, Sign, Guardrail,Attenuator and RCI Quality Control Inspection and Evaluations is hereby included in theRequest for Proposal package as attached.

4. Exhibit “C” Price Proposal Form is hereby replaced as attached.

Bidders must acknowledge receipt of this Addendum by completing and returning to the

Procurement Office, by no later than the time and date of the bid opening. Failure to do so

may subject the bidder to disqualification.

__ Jennifer McManus________Procurement Agent

_____________________________________Bidder

_____________________________________Address

_____________________________________

_____________________________________Submitted by (Signature)

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, orfailure to post the bond or other security required by law within the time allowed for filing abond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

Page 2: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-1

EXHIBIT “A”

SCOPE OF SERVICES

DISTRICT-WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN, GUARDRAIL,AND ATTENUATOR INSPECTION SUPPORT SERVICES AND ROADWAY

CHARACTERISTIC INVENTORY (RCI) EVALUATIONFPN: 411645-1-72-02

I. OBJECTIVE

The Vendor will perform duties associated with conducting Maintenance RatingProgram (MRP) evaluations, and required inspections of guardrails, single and multi-post signs, attenuators and Roadway Characteristics Inventory (RCI) evaluation.The Vendor will prepare evaluation/inspection reports utilizing Department preparedforms and submit them to the Department for review, remedial action and inputtinginto applicable computer database programs. These duties will be required District-Wide (Hernando, Hillsborough, Citrus, Pasco, Pinellas). The interstates areexcluded with the exception of performing their MRP quality control. Citrus CountyActivities will not start until January 1, 2011. Inventory of signs utilizing CartegraphSignview Software is included.

This Scope involves the Quality Control of the MRP done by Asset ManagementContracts in District Seven; therefore, vendors working under these contracts (primeor sub) may not work under this contract due to a conflict of interest. The awardedVendor must cancel any such Asset Management work prior to the execution of thiscontract.

II. SERVICES TO BE PROVIDED BY THE VENDOR

The Vendor will furnish all labor, transportation, equipment, maintenance of trafficand incidentals required to perform any of the following tasks:

A. MAINTENANCE RATING PROGRAM EVALUATIONS

The Vendor will use the criteria established in the Department’s MaintenanceRating Program (MRP) to evaluate the level of maintenance attained by theDepartment along sample sections of State Roadways. The requirements andcriteria for the MRP are found in the Roadway and Roadside MaintenanceProcedure (Topic Number 850-000-015), the Maintenance Rating ProgramProcedure (Topic Number 850-065-002) and the Maintenance Rating ProgramHandbook.

The Vendor will perform the MRP rating three (3) times per year (1st, 2nd andAnnual) for each Maintenance Unit (Pinellas, Tampa, and Brooksville). The

Page 3: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-2

Vendor will have eight (8) weeks to accomplish the evaluation upon receipt of thesurvey locations from the Department. The MRP rating will be performed usingthe criteria in the Maintenance Rating Program Handbook. The Vendor willcertify the accuracy of each MRP rating to the Department. The Vendor will giveall the coding sheets from the MRP survey to the Department, one week prior toend of survey period. The Vendor shall give the department an electronic copy inspreadsheet/table format acceptable to the Contract Manager in addition to thehard copy that will assist the Department in loading information into theDepartment’s database.

The Vendor is responsible for evaluating the level of maintenance that LocalGovernments attain on the Federal Aid Secondary System. This involvesperforming a MRP rating on one section of a local government maintainedroadway within each of the five (5) counties located within District 7. The sameevaluation criteria will apply to these roadways and completed coding sheets areto be submitted to the Department.

Once a year the Department conducts a four (4) day workshop in which MRPteams from every district is present to be updated on current MRP issues andevaluated for consistency in their MRP rating gathering efforts. The Vendor’sMRP Team shall be present at this workshop and participate in its activities. Noadditional compensation will be given to the Vendor for attendance at thistraining. The Vendor is to include any anticipated costs for this activity in theirbase bid for MRP services.

B. MAINTENANCE RATING PROGRAM QUALITY CONTROL REVIEWS OFASSET MANAGEMENT CONTRACTS

The Vendor will use the criteria established in the Department’s MaintenanceRating Program (MRP) to evaluate the Asset Management Vendors MRP Team’sconsistency.

The Vendor will perform the MRP QC rating two (2) times per year for each AssetManagement Vendor under current contract with District Seven. Ratings will beperformed concurrent with Asset Management Vendor’s MRP Team and aminimum of fifteen (15) samples shall be reviewed for consistency per report.

C. ROADWAY CHARACTERISTIC INVENTORY QUALITY CONTROL REVIEWS

The Vendor will use the criteria established in the RCI Features andCharacteristics Handbook to evaluate Area Maintenance Units and AssetManagement Vendor’s consistency.

The Vendor will perform RCI QC report two (2) times per year for eachMaintenance Unit (Tampa, Pinellas, and Brooksville) and each AssetManagement Vendor under current contract with District Seven. Each report will

Page 4: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-3

consist of three (3) one mile road sections with data collected for seven (7)features selected and using forms provided by the Department.

D. GUARDRAIL INSPECTIONS

The Vendor will use the criteria established in the Department’s GuardrailInspection and Maintenance Procedure (Topic Number 850-050-003) to evaluateand inspect guardrail systems along State Roadway. Each system must beinspected every two years.

A report, utilizing Department prepared forms shall be completed for each systeminspected and shall be submitted to the Department for review and approval (SeeExhibit “A” – Attachment “III” Guardrail Inspection Form). The Vendor shall inputdata into the Guardrail Inspection Form including the Global Positioning System(GPS) reading for the guardrail location. The accuracy for the GPS shall be tothe nearest meter. In addition inputting data into the Guardrail Inspection Form,the Vendor is required to provide an overall electronic spreadsheet/tableacceptable to the Contract Manager at the end of inspection to include all fieldsfrom the form. The Vendor is required to immediately bring to the Department’sattention any deficiencies discovered during the inspection.

E. SINGLE AND MULTI-POST SIGN INSPECTIONS

The Vendor will use the criteria established in the Department’s Single and Multi-post Sign Inspection Procedure (Topic Number 850-055-025) to evaluate andinspect signs along State Roadways. The inspections do not include overheadsigns and their structures. Vendor will be responsible for both the yearly retro-reflectivity inspections and the once every two year critical componentinspections.

A report, utilizing Department prepared forms shall be completed for each signinspected and shall be submitted to the Department for review and approval.The report shall contain a cover sheet that includes the coverage area of thereport. The Vendor is required to immediately bring to the Department’sattention, any deficiencies discovered during the individual sign inspections. Seetable “1” & “2” for inventory & summary required activities.

Sign inspection and inventory shall be reported using Cartegraph SignviewSoftware. 2009/2010 sign inspection reports will be available when this contractbegins. The Vendor is responsible for equipment, licensing, trainings, andmaintenance of Cartegraph Signview Software.

Sign Data Collection

The asset management system used by District Seven for sign data isCartegraph Signview Software. The Vendor shall provide mobile data collection

Page 5: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-4

devices for collecting sign data that are compatible with the Cartegraph MobileData Collection Software. The Vendor will connect directly to the District’sCartegraph Mobile Server to download collected data to the District’s database orother compatible data transfer methods may be an option. Connection may bemade from a District Seven facility or remotely through a Virtual Private Network(VPN) connection. Obtaining a VPN connection is the responsibility of theVendor. A Cartegraph license for mobile collection may be acquired byconnection to a District server at the beginning of the day’s collection and thenrelinquished at the end of the collection period when the data is downloaded tothe District database.

F. ATTENUATOR INSPECTIONS

The Vendor will use the criteria established in the Department’s ReportingAttenuator Inventory and Inspection Procedure (Topic Number 850-055-003) toevaluate and inspect attenuators along State Highways. The Vendor will beresponsible for performing both Type I and Type II inspections. A report utilizingDepartment prepared forms shall be completed for each unit inspected and shallbe submitted to the Department for review and approval. At the discretion of theDepartment, an electronic spreadsheet/table acceptable to the Contract Managerfor collecting data may be used in the future. The Vendor is required toimmediately bring to the Department’s attention, any deficiencies discoveredduring the individual attenuator inspections.

G. DATA DISCREPENCIES

The Department will furnish the Vendor with a listing of known signs, guardrails,and attenuators as indicated in our Roadway Characteristics Inventory (RCI). Ifwhen performing field reviews, the Vendor encounters items not listed, they areto bring them to the attention of the Department for inclusion into the RCI.

H. MAINTENANCE OF TRAFFIC

The Vendor will be required to furnish any Maintenance of Traffic (MOT)materials and set-ups needed to safely accomplish the assigned tasks. AllMOT’s are to be established utilizing applicable Department Standards andSpecifications and utilizing properly trained and certified Vendor personnel. TheVendor is to include any MOT costs in the base bid for the work activity itemlisted in Exhibit “C” in which MOT is anticipated to be needed.

The procedures, forms, and other reference material specified in the previousparagraphs are available for download at the Department’s web page,www.dot.state.fl.us or for purchase from the Department’s Maps and PublicationsSales Office, 605 Suwannee St., M.S. 12, Tallahassee, FL 32399-0450,telephone (850) 414-4050, fax (850) 414-4915. During the life of the contract,the Vendor will be required to comply with any subsequent changes made to any

Page 6: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-5

Department Procedures that impact the completion of the contract terms.

III. DEPARTMENT RESPONSIBILITIES

The Department shall appoint a Contract Manager to administer the terms of thisagreement. The Contract Manager will be Hamid Kashani, District MaintenanceProgram and Planning Engineer, Florida Department of Transportation, MS 7-1200,11201 N. McKinley Drive, Tampa, FL 33612, telephone (813) 975-6676, fax (813)975-6278, email [email protected]. The Department reserves the rightto change the Contract Manager at any time.

The Department will furnish the following data to the Vendor for the performance oftheir services:

Provide proposed MRP sample points prior to the commencement of therating period.

Provide a listing of all signs, guardrail systems, and attenuators within theDistrict as currently established in the Department’s Roadway CharacteristicsInventory (RCI).

Provide copies of standardized reporting forms to use in conjunction with thevarious required inspections.

At a minimum frequency of once a year, the District will perform a Quality Control(QC) and the State MRP Engineer will perform a quality assessment review of theVendor’s compliance with the Department’s MRP standards.

MRP Standards

The Vendor will be given notice of the QC and the Department will inform the Vendorof its outcome. The Vendor will have one month to correct any noted deficiencies.Failure to do so will cause the Department to invoke the default clauses of thecontract.

The Department will also perform periodic field reviews of the Vendor’s inspectionoperations to ensure compliance with procedure requirements.

Once the MRP rating results and inspections reports have been received andapproved by the Department, the Department will enter the information into theappropriate databases. The Vendor will have limited access to the Department’sGIS computer program. The Vendor will not have access to any other Departmentcomputer programs.

At the beginning of the contract the Department will provide as-needed training tothe Vendor’s employees who will be performing the inspections to familiarize them

Page 7: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-6

with Department requirements for each type of inspection. After the initial training, itwill be the Vendor’s responsibility to perform any needed training for their personnel.

IV. WORKLOAD

The Vendor should be aware that during the life of this contract the number of signs,guardrails, or attenuators may be added or deleted from the tasks based on initiationor completion of construction projects, traffic service requests, discrepancies in theRCI, or at the Department’s discretion. Exhibit “C” of this agreement lists estimatedquantities that existed at the time that this scope was developed.

V. BEGINNING AND LENGTH OF SERVICES

A. The performance period of this Agreement shall commence on July 1, 2010, andbe effective through June 30, 2014. Services will begin and be performed asdirected by Letters of Authorization issued in accordance with Exhibit “B” Methodof Compensation of this Agreement.

B. This Agreement may be renewed for a period that may not exceed three (3)years or the term of the original contract; whichever period is longer. Renewalsshall be contingent upon satisfactory performance evaluations by the Departmentand subject to the availability of funds. Any renewal or extension shall be inwriting and shall be subject to the same terms and conditions set forth in thisagreement.

VI. TERMINATION ACTION

Reference is made to Paragraph 6 of the Standard Contractual Service Agreement.Any necessary default action will be processed in accordance with Department ofManagement Services Rule 60A-1.006(3).

Page 8: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-7

EXHIBIT “A” - ATTACHMENT “I”

ESTIMATED QUANTITY CALCULATION BACKGROUND

DISTRICT-WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN, GUARDRAIL,AND ATTENUATOR INSPECTION SUPPORT SERVICES AND ROADWAY

CHARACTERISTIC INVENTORY (RCI) EVALUATIONFPN: 411645-1-72-02

District wide MRP Workload

Each field Maintenance Unit (3) will have a maximum of thirty (30) inspectionpoints per each type of roadway; limited access urban, limited access rural,arterial urban, arterial rural. The Brooksville Maintenance unit currently is notresponsible for maintaining any limited access roadways. Therefore, the currentmaximum number of inspection points that will be performed per district-wideMRP survey is six hundred (600 points per year).

Sign, Guardrail, Attenuator Quantities

The following table of quantities was obtained from the Department’s RoadwayCharacteristics Inventory (RCI). These quantities should be used as estimates(as per Exhibit “A”, the actual quantities could change due to field conditions).

TABLE 1

SIGN / GUARDRAIL INVENTORY INFORMATION FOR MRP(2 year quantities for 5 counties)

Signs Guardrail

# ofPanelsLT 30SQFT

# ofLocations

LT30SQFT

# ofPanelsGT 30SQFT

# ofLocations

GT 30SQFT

Doubleface

Guardrail(mile)

StandardGuardrail

(mile)

D7 Totals 59,416 20,641 5,750 925 3.45 76.315

Page 9: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-8

TABLE 2

SUMMARY OF REQUIRED ACTIVITIES

ActivitiesCoverage

AreaPerform # ofinspection

FunctionalClassification

No. of Inspection Points

TotalTampa Pinellas Brooksville

MRP

D/W excludeAsset MGTContracts

3 times/year foreach yard

limitedaccessurban

30points

limitedaccess rural

30points

arterialurban

20points

20points

50 points270

points

arterial rural20

points20

points50 points

270points

LocalGovernment(5 Counties)

5(1/10)=0.5 MileSection/County

Per Year

Federal AidSecondary

System½ Mile

MRP QCFor Asset

MGTContracts

2 times/year foreach Asset

Mgmt. VendorVarious

15points

15points

15points

90points

RCI QC

D/WIncluding

Asset MGTContracts

2 times/year foreach yard andAsset Mgmt.

Vendor

Various3 miles for each asset

management & each yard36 miles

GuardrailInspection

D/W excludeAsset MGTContracts

once every 2years for eachyard (Completeby Dec 31 on

odd years)

Various

see table 1 for quantity 80 miles

SignInspection

D/W excludeAsset MGTContracts

once every 2years for eachyard (Completeby Dec 31 on

odd years)

Various

see table 1 for quantity

seetable 1

forquantity

AttenuatorInspection

D/W excludeAsset MGTContracts

2 times/year foreach yard (TypeI in Apr., Type IIin Oct.of each

year)

Various

Entire District 100

SignInventory

D/W all signsfrom A to Z

once every 2years

Varioussee table 1 for quantity

Entireinventory

Page 10: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-9

EXHIBIT “A” - ATTACHMENT “II”

DISTRICT WIDE SIGN INVENTORY AND INSPECTION

DISTRICT-WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN, GUARDRAIL,AND ATTENUATOR INSPECTION SUPPORT SERVICES AND ROADWAY

CHARACTERISTIC INVENTORY (RCI) EVALUATIONFPN: 411645-1-72-02

This section is for optional services that may be elected for use by the Department. Useof this method will be based on available budget. If the budget allows, items shown inthe price sheet under optional services may replace corresponding items shown.Optional Services is not guaranteed to be requested of the Vendor.

The Vendor shall use the Cartegraph Signview database program to collect the requiredinventory data of all signs in the entire District Seven. This includes any signs that arelocated on any State Roads in District Seven.

Utilizing Cartegraph Signview Software, prepare inspection reports for those signswhich are included in the original contract only. The following signs are excluded:

Interstate state roads, toll roads, bridge mounted signs, overhead signs,cantilever signs.

Signs covered by the Department’s Asset Management Contracts which includeI-4, I-75, I-175, I-275 and I-375.

The sign inspection requirement will be the same as the original contract with theexceptions of using Signview program for the method of reporting. Attached areexamples of what the Cartegraph Signview Software will look like. However, signinventory data collection will be inclusive of roadway signs, overhead, over lane,cantilever, post mounted, cable-mounted signs supported by strain poles, bridgemounted and all other signs in District Seven.

The following outline explains other requirements:

1. A 17-digit sequential numbering system must be generated by CartegraphSignview for each sign panel and each support. Example: 10 002 000 480000001.

2. Input form will include GPS reading for each sign location. The accuracy forGPS shall be to the nearest meter.

Page 11: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-10

3. Each sign assembly will require three digital pictures (Front, back and at thebase). All digital pictures will need to be at 5 mega-pixel resolution. The Vendoris required to use a circular polarizing filter to reduce or eliminate sun glare.

4. Utilize drop screens such as MUTCD and others to code and fill in the datawhere applicable.

5. The data collection can be accomplished at the same time of inspection. Thefollowing two (2) year cycle will include sign inspection and inventory dataupdate. Full sign inspections (non-Interstate highways) will remain to be on a two(2) year cycle.

6. The Cartegraph Software licensing, annual Cartegraph maintenance fees,Cartegraph training, GPS and other computer equipment for all sign datacollection and inspection shall be the responsibility of the Vendor.

7. The List of equipment to be used in the contract must be reviewed and approvedby the FDOT Contract Manager.

8. Signs located within construction zones must be inspected or inventoried beforeor after completion of projects.

The Vendor should be aware of items in Location identification screen forms which mayincrease by up to 10% before the contract begins.

Page 12: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-11

Examples Of Cartegraph Signview Software

Example 1

Page 13: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-12

Example 2

Page 14: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-13

Example 3

Page 15: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-14

Example 4

Page 16: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-15

Example 5

Page 17: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

A-16

SIGN INVENTORY REPORT GUIDELINES

1. Record county section, state road and speed limit.

2. Obtain straight line diagram for inventory section.

3. Start DMI from 0 mile post or nearest last mile post.

4. Proceed to first sign, stop in a safe area. Record location Latitude and Longitude from GPS (need to be right next to

the sign).

5. Take three (3) Pictures: Showing from bottom to top of the sign(s) including the road way (refer

example 1). Front panel of the sign(s) only (refer to example 2). Back panel of the sign(s) only (refer to example 3).

6. Record the following: Support type, support size, # of supports and support breakaway (Y/N). Measure distance from offset travel lane of road to sign panel edge (refer

to example 4). Record sign face direction (i.e., If you are headed north and the sign is

facing you, the sign face direction will be south). Measure mounting height (refer to example 5). Level roadway height to the bottom of the sign. Roadside (right or left) based on S.L.D. The number of panels. Measure sign(s) panels’ length and depth and record. The legend color and back ground color.

7. If multiple signs, use the bottom of the report in order to input the rest of theinformation required.

Format sample:

FDOT may modify the design of both sign inventory and sign inspection reports withcertain drop down screens with a relational capability and make them available to theVendor at the time of award.

Page 18: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

EXHIBIT "A" - ATTACHMENT "III"

GUARDRAIL INSPECTION FORM

Hatched cells are drop down menus

Inspection Date Inspector Company

Roadway ID

(Section) State Road US Route

Beg. Mile Post End Mile Post Length

0

Roadway Side Road Lane Code

Latitude

NXX.XXXXX

Longitude

W -82.XXXXX

Guardrail Information

Panel Type End Type Post Type

Compliance Indicators

Bolt Condition Post Alignment Panel Height Lap direction

Condition Codes

End Section Asphalt Bearing Plate Cable

Offset Blocks Post Condition Reflectors Amber Sheeting

Comments and notes

DISTRICT- WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN,

GUARDRAIL, AND ATTENUATOR INSPECTION SUPPORT SERVICES AND

ROADWAY CHARACTERISTIC INVENTORY (RCI) EVALUATION

FPN: 411645-1-72-02

A-17

Page 19: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

Field choices

Roadway Side Road Lane Code

Latitude

NXX.XXXXX

Longitude

W -82.XXXXX

right one-waycenter dividedleft undivided

see comment

Guardrail Information

Panel Type End Type Post Type

W beam Et 2000 woodthri beam buffered end steel

rounded end concretetapered endMeltLetCRT(buffered end)Fleat-350SRT-350

Compliance IndicatorsBolt Condition Post Alignment Panel Height Lap direction

satisfactory satisfactory within tolerance satisfactoryloose unsatisfactory high unsatisfactorymissing see comment low see commentincorrect # of washerssee comment

Condition Codes

End Section Asphalt Bearing Plate Cable

satisfactory satisfactory satisfactory satisfactorydamaged unsatisfactory loose loosesee comment see comment damaged damagedno reflective sheeting see comment see comment

Offset Blocks Post Condition Reflectors Amber Sheeting

satisfactory satisfactory satisfactory satisfactorymisaligned weathered/rotten missing, see com. missingtwisted split incorrect spacing fadedweathered/rotten damaged more than 1 type damagedsplit see comment damaged see commentsnail missing wrong colorsee comment

PF712JM
TextBox
A-18
Page 20: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Inspection &

Inventory

Reflectivity

Atten

uator

Type I

Atten

uator

Type

II

Atten

uator

Type I

Atten

uator

Type

II

Atten

uator

Type I

Attenu

ator

Type II

Atten

uator

Type I

Attenu

ator

Type II

Non Asset Mgt.

MRP Points

Local Gov. MRP

Points

RCI

Q.C

.

RCI

Q.C.

RCI

Q.C.

RCI

Q.C.

RCI

Q.C.

RCI

Q.C.

RCI

Q.C.

RCI

Q.C.

A-19

EXHIBIT "A" - ATTACHMENT "IV"

TIMELINE SCHEDULE FOR PERFORMING MRP, SIGN, GUARDRAIL, ATTENUATOR & RCIQUALITY CONTROL INSPECTION AND EVALUATIONS

DISTRICT- WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN, GUARDRAIL, AND ATTENUATOR INSPECTION SUPPORT SERVICES AND ROADWAY CHARACTERISTIC INVENTORY (RCI) EVALUATIONFPN: 411645-1-72-02

200 point MRP on

non-interstate roads100 PT.

MRP

D/W Sign Inspection & Inventory (see Table 1)

D/W Reflectivity Inspection (see Table 1)

100 PT.

MRP

Proposed 2 Year Duration in One Cycle

2013

D/W Reflectivity Inspection (see Table 1) D/W Reflectivity Inspection (see Table 1)

D/W Sign Inspection & Inventory (see Table 1)

2010 2011 2012

Existing Contract

Guardrail Inspection (80 miles)

Proposed 2 Year Duration in One Cycle

RCI Q.C.

MRP QC pts.on Asset MGT's

(3 X 15 = 45 pts.)

MRP QC pts.on Asset MGT's

(3 X 15 = 45 pts.)

200 point MRP on

non-interstate roads

200 point MRP on

non-interstate roads

200 point MRP on

non-interstate roads

MRP Citrus Co. Asset

Manage.(60 pts.)

MRP Citrus Co. Asset

Manage.(60 pts.)

45 MRP QC pts.on Asset MGT's

(3 X 15 = 45 pts.)

45 MRP QC pts.on Asset MGT's

(3 X 15 = 45 pts.)

MRP Citrus Co. Asset

Manage.(60 pts.)

MRP Citrus Co. Asset

Manage.(60 pts.)

MRP Citrus Co. Asset

Manage.(60 pts.)

D/W Reflectivity Inspection (see Table 1)

200 point MRP on

non-interstate roads

200 point MRP on

non-interstate roads

200 point MRP on non-

interstate roads

5 pt. Fed.

MRP

5 pt. Fed.

MRP

5 pt. Fed.

MRP

5 pt. Fed.

MRP

Guardrail Inspection (80 miles)

200 point MRP on

non-interstate roads

200 point MRP on

non-interstate roads

200 point MRP on

non-interstate roads

200 point MRP on non-

interstate roads

**The above quantities are estimates only and have no bearing on the actual quantities that may be utilized under this contract.

Tasks

Attenuator

Guardrail

M

R

P

Sign

Asset Manage.

MRP QC

MRP QC pts.on Asset MGT's

(3 X 15 = 45 pts.)

MRP QC pts.on Asset MGT's

(3 X 15 = 45 pts.)

MRP QC pts.on Asset MGT's

(3 X 15 = 45 pts.)

MRP Citrus Co. Asset

Manage.(60 pts.)

MRP Citrus Co. Asset

Manage.(60 pts.)

MRP Citrus Co. Asset

Manage.(60 pts.)

45 MRP QC pts.on Asset MGT's

(3 X 15 = 45 pts.)

MRP Citrus Co. Asset

Manage.(60 pts.)

Existing Contract

Page 21: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

C-1

EXHIBIT “C”PRICE PROPOSAL FORM

(2 Year Estimated Quantities)

DISTRICT- WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN, GUARDRAIL,AND ATTENUATOR INSPECTION SUPPORT SERVICES AND ROADWAY

CHARACTERISTIC INVENTORY (RCI) EVALUATIONFPN: 411645-1-72-02

ItemNo.

Services Unit (A)EstimatedQuantity

(B)Unit Rate

(AxB)Total

001 D/W MRP Survey (1 report=200pts.)

Report 6 $ $

002 Federal Aid Secondary MRPSurvey (1 report=5 pts.)

Report 2 $ $

003 Guardrail Inspection Mile 80 $ $004 MRP Citrus County Asset

Management Contract (1report=60 pts.)

Report 6 $ $

005 Attenuator Inspection Type I EachAttenuator

200 $ $

006 Attenuator Inspection Type II EachAttenuator

200 $ $

007 MRP Evaluation for AssetManagement Contracts(1 report=15 pts.)

Report 12 $ $

008 RCI Evaluations for all areas Mile 12 $ $009 Sign Inspection, Critical

Component, Sign Size less than30 SQFT., using CartegraphSignview Software

Location 20,641 $ $

010 Sign Inspection, CriticalComponent, Sign Size greaterthan 30 SQFT., usingCartegraph Signview Software

Location 925 $ $

011 Sign Inspection – Reflectivity;Sign Size less than 30 SQFT.,using Cartegraph SignviewSoftware

Panel 59,416 $ $

012 Sign Inspection –Reflectivity;Sign Size greater 30 SQFT.,using Cartegraph SignviewSoftware

Panel 5,750 $ $

013 D/W Sign Inventory – less than30 SQFT. using Cartegraph

Panel 29,708 $ $

Page 22: ADDENDUM NO. 1 DATE: May 7, 2010 RFP TITLE: District …oas.state.fl.us/apps/vbs/adoc/F9644Addendum1.pdf · RFP TITLE: District-Wide Maintenance Rating Program ... hard copy that

C-2

Signview Software014 D/W Sign Inventory – greater

than 30 SQFT. usingCartegraph Signview Software

Location 925 $ $

Grand Total: $

The unit rates shall contain all costs to include travel, labor, materials, equipment,maintenance of traffic, overhead, general and administrative, incidental expenses, operatingmargin and subcontractor costs, if any.

A Unit Rate must be submitted for each Item Number unless otherwise specified. Submissionof a “No Bid” for any item number will result in the proposal being declared Non-Responsiveand will not be considered for award (Reference Section 19.1 of the Request for Proposal).

The estimated quantities are for determining the low proposal and have no bearing on theactual quantities that may be utilized under this contract (Reference Exhibit “B”, Section II).

The Department may consider yearly fuel cost adjustments not to exceed five (5) percent dueto abnormal increases in fuel cost. The Department price adjustments due to fuel costincreases shall utilize the Federal Government’s Official US Endegy InformationAdministration website www.eia.gov. On the webpage “Gasoline and Diesel Fuel Update forthe Lower Atlantic states in the categories of “Regular Gasoline – Conventional Area”(http://tonto.eia.doe.gov/oog/info/gdu/gasdiesel.asp). The purpose of this adjustment is toprevent loss to the vendor and shall not be used as a means to increase profit levels. It is thevendor’s responsibility to provide evidence that in increase is justified.

NOTE: In submitting a response, the proposer acknowledges they have read and agree tothe solicitation terms and conditions and their submission is made in conformance with thoseterms and conditions.

ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms andconditions of this solicitation and that I am authorized to sign for the proposer. I certify thatthe response submitted is made in conformance with all requirements of the solicitation.

Proposer: FEID # __

Address: City, State, Zip __

Authorized Signature: Date: __

Printed / Typed: Title: __

Vendor FEID Number: __