INFORMAL SOLICITATION
Minnesota Department of Transportation (MnDOT)

“MnDOT Preliminary Layout, Geometric Design (2012)” Curriculum

This document is available in alternative formats for persons with disabilities by calling Debbie Forschen at 651/366-4625 or for persons who are hearing or speech impaired by calling the Minnesota Relay Service at 1-800-627-3529.

MnDOT Not Obligated To Complete Project

The issuance of this informal solicitation does not obligate MnDOT to award a Contract or complete the project and MnDOT reserves the right to cancel the solicitation if it is considered to be in its best interest.

Project Overview

MnDOT requests responses for the development of an interactive training curriculum for a “MnDOT Preliminary Layout, Geometric Design (2012)” Curriculum. The curriculum will feature an organized and interactive agenda for a three (3) day class that will be delivered to thirty five (35) class participants.

Project Goal

With “MnDOT Preliminary Layout, Geometric Design (2012)” training, participants will be able to draft a preliminary layout and demonstrate project-oriented geometric design concepts and operational and safety performance outcomes. With training, participants may increase awareness of a design environment’s process and technical components that impact project safety, cost, and quality.

Required Skills

Civil Engineering graduate training (i.e., M.A.,Ph.D.) and/or an active P.E. license.

Scope of Work and Deliverables

Selected Responder will develop an interactive training curriculum for a “MnDOT Preliminary Layout, Geometric Design (2012)” course. The curriculum will feature an organized and interactive agenda for a three (3) day class. The curriculum will feature five (5) problem sets. Selected Responder will develop 3 or 4 problem sets that explore preliminary layout and geometric design application for highway preservation projects. Selected Responder will develop 1 or 2 problem sets that explore preliminary layout and geometric design application for new highway construction projects. A minimum of one (1) problem set will feature MicroStation/GeoPak software in a computer lab.

Selected Responder will use Minnesota Statewide Transportation Plan: 2009-2028 and Minnesota Roadway Data as the primary development resources for the curriculum case examples and problem sets. Each problem set will include at least seven (7) Critical Design Elements and up to three (3) Process Elements:

Critical Design Elements / Process Elements
·  Design Speed / ·  Constructive Peer Feedback
·  Bridge Shoulder Width / ·  Design Longevity, Maintenance
·  Bridge Structural Capacity / ·  Hints/Tips, Technical Databases Access
·  Grades / ·  Mapping In-Place Project Data
·  Horizontal Alignment / ·  Political Environment
·  Horizontal Clearance to Obstructions / ·  Project Purpose and Need
·  Lane Width / ·  Project Safety and Cost
·  Normal Cross Slope / ·  Site Constraints (lake, cemetery, etc.)
·  Shoulder Width / ·  Quality
·  Stopping Sight Distance / ·  Stakeholder Data/Input
·  Superelevation / ·  Traffic, Terrain, Special Routes
·  Vertical Alignment / ·  MnDOT/FHWA databases
·  Vertical Clearance / ·  Etc.

Each problem set will include a project purpose and need statement, base map, site research, cost elements, pencil sketch drawing, design standard calculation, and documentation. With the above training, participants may draft a preliminary layout and demonstrate project oriented geometric design concepts and operational and safety performance outcomes. The Selected Responder’s curriculum development plan will offer a Professional Development Hour (P.D.H.) appraisal for each training participant. Selected Responder will write training objectives to describe training activities.

During “MnDOT Preliminary Layout, Geometric Design (2012)” training, participants will (Example):

·  Discuss process tasks and team activities that promote preliminary layout for geometric preservation and new construction projects.

·  Identify purpose and need for five (5) geometric projects.

·  Describe the project elements that complicate/simplify preliminary layout assignments.

·  Identify the project’s technical constraints.

·  Use Base Map, and prepare 2 – 5 pencil sketch level drawings for each layout assignment.

·  Use pencil sketch to outline a design concepts critical design elements.

·  Use transportation research/industry approved equations to quantify a design concepts critical design elements.

·  Discuss end-user (aging driver, large vehicle, pedestrian, bike, etc.) behavior considerations for the preliminary layout design concept.

·  Identify safety/cost/maintenance benefits for each design concept.

·  Document the design concepts critical design elements that meet design standards.

Selected Responder will use a qualified instructor(s) for curriculum development and delivery services. Selected Responder will coordinate reprographic services and prepare training material for 35 class participants. Selected Responder will verify curriculum interactivity by offering lesson plan that shows number of lab exercise(s) and number of multi-sensory teaching activities (pre-class inventory, presentation, audio-video, handout, workbook, discussion, case example, learner inventory, course evaluation, etc.).

Selected Responder will complete the following:

1.  Coordinate qualified instructors to develop and deliver a classroom based, three (3) day interactive training curriculum.

2.  Develop an interactive training curriculum with five (5) problem sets. Each problem set will include at least seven (7) Critical Design Elements and up to three (3) Process Elements from the above list.

3.  Write the agenda for a 3 day class, course description, and learning objectives (refer to the example above).

4.  Prepare a curriculum bibliography that lists curriculum’s research material and design equations.

5.  Use MicroStation and GeoPak software for at least one (1) problem set.

6.  Ship specialty computer software needed for class delivery, 30 business days before class start date.

7.  Prepare an evaluation worksheet for 35 participants.

8.  Prepare a P.D.H. appraisal for 35 participants.

9.  Coordinate travel logistics for training instructor(s).

10.  Develop reprographics schedule and delivery plan to ship 40 color printed and bound manuals for “MnDOT Preliminary Layout, Geometric Design (2012)” content to MnDOT 20 business days before class start date.

11.  Deliver one (1) master electronic file (Optical Character Recognition .pdf file) of agenda material for course presentations, handouts and exhibits, ten (10) business days before class start date.

12.  Send one (1) set of electronic source files (ppt, doc, xls, etc.) for course presentations, handouts and exhibits, ten (10) business days before class start date.

13.  Prepare 35 compact disks that contain an electronic copy of presentation offered at class date.

14.  Prepare typed report that quantifies participant reactions at “MnDOT Preliminary Layout, Geometric Design (2012)” training within ten (10) business days of training conclusion.

Responders are encouraged to propose additional tasks or activities if they will substantially improve the results of the project. These items should be separated from the required items on the cost proposal.

Response Content

The following will be considered minimum contents of the response and must be submitted in the order listed:

1.  Contact Information: Responder’s company name, business address, the contact person’s name, telephone number, fax number and email address (as available).

2.  Project Understanding: A statement of the objectives, goals and tasks to show or demonstrate the responder's view of the nature of the Contract.

3.  Background and Experience (Company and Personnel): An outline of the responder’s background and experience

with examples of similar work done and a list of personnel who will conduct the project, detailing their training and work experience. No change in personnel assigned to the project will be permitted without the written approval of MnDOT’s Project Manager. Responder will verify instructor classroom competence by offering instructor record(s) for: academic transcript for completed post-secondary/graduate coursework with civil engineering science and/or adult learning theory and human development; curricula vitae for number of years teaching experiences for moderate size and diverse training audiences; profile of learner evaluation data from a recent training project; and/or MicroStation/GeoPak draft of a highway project layout.

4.  Detailed Work Plan: A detailed work plan that will identify the major tasks to be accomplished and be used as a scheduling and management tool, as well as the basis for invoicing. The work plan must present the responder’s approach, task breakdown, deliverable due dates and personnel working on the project and the hours assigned to each individual to reach the project results.

5.  Detailed Deliverables: A description of the deliverables to be provided by the responder.

6.  MnDOT Participation: Identification of the level of MnDOT’s participation in the Contract, as well as any other services to be provided by MnDOT and details of cost allowances for this participation.

7.  Forms and Documents: The forms and documents required under any other section of this Informal Solicitation.

8.  Cost Proposal: Provide in a separate envelope, one copy of the cost proposal, clearly mark on the outside "Cost Proposal", along with the responder’s official business name and mailing address. For purposes of completing the cost proposal, MnDOT does not make regular payments based upon the passage of time; it only pays for services performed or work delivered after it is accomplished. Terms of the proposal as stated must be valid for the length of the project. If proposing a cost plus approach, use the responder's current MnDOT audited overhead rate. If proposing an hourly rate, unit rate or lump sum, include a breakdown (labor, overhead, profit & expenses) showing how the rate was derived. If proposing a cost plus fixed fee (profit) budget, Responder’s Overhead Rate must not exceed 160%. The responder must utilize their current MnDOT approved Overhead rate, not to exceed 160%. For the purposes of this Cost Proposal, Responders should utilize a fixed fee (profit) of 10%. Actual fixed fee (profit) will be determined/calculated by MnDOT upon selection. The responder must include a total project cost along with the following:

·  A breakout of the hours by task for each employee.

·  Identification of anticipated direct expenses.

·  Identification of any assumption made while developing this cost proposal.

·  Identification of any cost information related to additional services or tasks, include this in the cost proposal but identify it as additional costs and not make it part of the total project cost.

The responder must have the cost proposal signed in ink by authorized member of the firm. The responder must not include any cost information within the body of the informal solicitation technical proposal response.

Responders must limit their proposal to 40 single-sided pages, not including the cover letter and the required forms. Excess pages will not be reviewed and evaluated.

Questions

Prospective responders who have any questions regarding this informal solicitation must submit questions by e-mail only to:

Debbie Forschen

All questions and answers will be posted on MnDOT’s Consultant Services Web Page at www.dot.state.mn.us/consult/ under the “P/T Notices” section. All prospective responders will be responsible for checking the web page for any addendums to this Informal Solicitation and any questions that have been answered. Please note that questions will be posted verbatim as submitted.

Questions regarding this Informal Solicitation must be received by MnDOT no later than 2:00 p.m. Central Standard Time on February 6, 2012.

MnDOT anticipates posting answers to such questions no later than 2:00 p.m. Central Standard Time on February 7, 2012.

No other MnDOT personnel are authorized to discuss the solicitation with anyone, including responders, before the submission deadline. Contact regarding this solicitation with any personnel not listed above may result in disqualification.

Delivery of Responses

All responses must be mailed (U.S. Postal Service), expressed (UPS, FedEx or other similar express carrier) or dropped off to the attention of:

Minnesota Department of Transportation

Debbie Forschen, Contract Administrator

395 John Ireland Boulevard, Mail Stop 680

St. Paul, Minnesota 55155-1800

All responses must be received no later 2:00 p.m. Central Standard Time on February 13, 2012. Please note that MnDOT procedures do not allow non-MnDOT employees to have access to the elevators or the stairs. You should plan enough time and follow these instructions for drop-off:

·  Enter through the Rice Street side of the Central Office building (1st Floor).

·  Once you enter through the doors, you should walk straight ahead to the Information Desk.

·  Proposals are accepted at the Information Desk only. The receptionist will call the Contract Administrator to come

down and to time stamp the proposal.

Late responses will not be considered. Fax and e-mail responses will not be considered. All costs incurred in responding to this solicitation will be borne by the responder.

MnDOT has estimated that the cost of this contract should not exceed $40,000.00.

Response Submittal

Submit 6 copies of the response to the address above. Responses are to be sealed in a mailing envelope or package with the responder’s name and address clearly written on the outside. Each copy of the response must be signed, in ink, by an authorized member of the firm.

Submit one copy of the Cost Proposal. This information should be placed in a separate envelope clearly marked on the outside “Cost Proposal” with the responder’s name. For purposes of completing the cost proposal, MnDOT does not make regular payments based upon the passage of time, it only pays for services performed or work delivered after it is accomplished. Terms of the cost proposal as stated must be valid for the length of the project. If proposing an hourly rate, unit rate or lump sum, include a breakdown (labor, overhead, profit & expenses) showing how the rate was derived. An authorized representative must sign the copy of the cost proposal, in ink.

Response Evaluation

Representatives of MnDOT will evaluate all responses received by the deadline. In some instances, an interview may be part of the evaluation process. A 100-point scale will be used to create the final evaluation recommendation.

The Factors and Weighting on Which Proposals Will Be Judged

1  Project Understanding 15%

2  Background and Experience of Company/Personnel 30%

3  Work Plan / Detailed Deliverables 25%

4  Cost Detail 30%

Responses will be evaluated on a “best value” basis with 70% qualifications and 30% cost considerations. The review committee will not open the cost proposal until after the qualifications points are awarded.

The selected responder will be required to submit acceptable evidence of compliance with workers' compensation insurance coverage requirements prior to execution of the contract. The selected responder will be required to comply with MnDOT audit standards.

Disposition of Responses

All materials submitted in response to this informal solicitation will become property of MnDOT and will become public record after the evaluation process is completed.