Professional Documents
Culture Documents
12 X 22262RevisedBidOpeningDate&AdditionalBidInformation 1 PDF
12 X 22262RevisedBidOpeningDate&AdditionalBidInformation 1 PDF
CHRIS CHRISTIE
Governor
KIM GUADAGNO
Lt. Governor
ANDREW P. SIDAMON-ERISTOFF
State Treasurer
The following constitutes Addendum #01 to the above referenced solicitation. This addendum is divided into
the following parts:
Part 1: Answers to questions.
Part 2: Additions, deletions, clarifications and modifications to the RFP
It is the bidders responsibility to ensure that all changes are incorporated into the original RFP.
All other instructions, terms and conditions of the RFP shall remain the same.
New Jersey Is an Equal Opportunity Employer Printed on Recycled and Recyclable Paper
PART 1
RFP # 12-X-22262
TRAFFIC MONITORING SYSTEMS,
Purchase, Maintenance, Installation
Answers to Questions
Note: Some of the questions have been paraphrased in the interest of readability and clarity. Each question
is referenced by the appropriate RFP page number(s) and section where applicable.
#
Page #
23
RFP Section
Reference
3.6.1
23
3.6.1
23-26
3.6.1- 3.6.10
24
3.7
24
3.7
24
3.7
15&16.
3.2
24
3.7
24
3.7
Question
Is there a preference for the type of
data base to supply inventory and
condition for price line 00001?
Is there an inventory on hand at NJDOT
for parts to be supplied within the
cabinets?
In preparing the site reports will bidder
be able to bill for preparing the report?
Answer
NJDOT will work with the
contractor for whichever type file
is submitted, a flat file (excel,
access) is acceptable.
NO, NJDOT does not maintain
any parts inventory
Yes, all labor hours must be
documented to the NJDOT and
they will allow up to 1 hour to
prepare the inspection report.
NO.
Yes, the hourly bid price on price
line 00002 will be used for labor
only. Price line 00007 will be
used to pay price percentage
markup / disc for parts only.
No, this contract will not require
any heavy construction
equipment, contractor is only
responsible for what is in the
cabinet.
Telephone surge protectors are
acceptable and must comply with
specifications as listed in Section
III-3 of the WIM specifications and
Section IV-1 WIM Controller
Cabinet.
NJDOT considers it an
emergency situation when an
electronic problem exists and
NJDOT cannot connect to the
system. If it is a telephone
problem, that is not an
emergency situation and NJDOT
will repair.
Estimated 1 2 times per year.
Page #
10
24
RFP Section
Reference
3.7
11
24
3.8
12
24
3.8
13
25
3.9
14
26
3.10
15
26
3.11
16
26
3.11
17
26
3.11
18
26
3.11
19
26
3.13
Question
Does the 48 hr response time include
weekends and holidays?
Answer
No, All response times including
the normal seven (7) day repair
will be based on standard
workdays. Mon. Fri. (except
holidays)
NJDOT will advise a schedule,
The Federal Government which
funds this project requires yearly
calibrations and each station can
take a full day or more. (this is
normally done on weekends)
Yes, the hourly bid price is for an
all inclusive price to include
calibration, truck and manpower.
Price line 00005 is revised to be
an all inclusive hourly rate for a
technician to replace or
upgrade electronic equipment
that is old or damaged beyond
economical repair.
An additional price line for the
parts needed for the upgrade
per Section 3.9 will be created
for net pass thru.
DO Not LEAVE Price line 00005
blank as discussed at the prebid conference.
No. It is included below as a
clarification; it is a basic pass/fail
report.
It is included on the price sheet
listing under price line 00007.
However it will be revised as per
the NJDOT as shown below.
The list price will not include any
items in the roadway only what is
in the cabinet. For the TMSWeight in Motion part list is from
IRD. For the TMS Volume System
parts list is from PEEK as listed
below.
The bidder must provide a single
percentage of markup or discount
for the provided price list. ONLY
one type percentage is permitted
bidder may not offer a
percentage for PEEK and a
separate percentage for IRD.
Yes, the bidder must agree to a 3
year warranty on all items.
Standard surge protection is
required Batteries are lawn
mower type.
Page #
RFP Section
Reference
Question
Answer
20
21
33
5.11
No.
Presume that this is not a
prevailing wage contract at this
point a determination is pending
from the Dept. of Labor and will
be clarified at a later.
22
33
5.12
23
26
3.13
24
see below
25
PART 2
RFP # 12-X-22262
TRAFFIC MONITORING SYSTEMS,
Purchase, Maintenance, Installation
Additions, Deletions, Clarifications and Modifications to the RFP
Page #
RFP Section
Reference
The Parts Price list as referenced in Section 3.11 will consist of all parts as listed
below.
The Testing Procedure to do Level C Performance Testing per price line 00006
for WIM and TVS can be found at the following link:
http://www.state.nj.us/transportation/eng/elec/ITS/testing.shtm and was also
handed out at the pre-bid conference to all attendees.
704.03.08-Weigh in Motion System (WIMS)
- WIMS-Weigh in Motion System-Level C (150k)
Bidders must certify as per the attached that they will commit to a 3 year warranty
Page #
RFP Section
Reference
4
5
Base Unit
$1,758.00
ADR 3000-10
Base Unit
$2,043.00
ADR 3000-19
Base Unit
$2,237.00
ADR Accessories
2000/3000 8 Loop Module
2000/3000 8 Piezo Module
$ 618.00
$ 950.00
$ 71.00
2000 Battery
$ 38.00
$ 57.00
$ 48.00
$ 52.00
$ 333.00
$ 52.00
$ 52.00
$ 475.00
$ 48.00
$ 306
www.irdinc.com product.info@irdinc.com
Bidders Certification to agreement to provide 3 year warranty on all parts and service.
Agree ___________________________________________
Disagree__________________________________________
Name of Bidder_______________________________________________
The following Bidders have met the requirement of attending the MANDATORY Prebid Conference held November 9, 2011 at 9:30 at NJDOT in Ewing, NJ.
David Newman
Roy Czinku
Dean Wolf
Eddie Miller
Technician Name
# of years in field
Certifications obtained