NH DOT - Bureau of Turnpikes Toll Collection System

expired opportunity(Expired)
From: New Hampshire Department of Administrative Services(State)
RFP DOT 2019-085

Basic Details

started - 14 Feb, 2021 (about 3 years ago)

Start Date

14 Feb, 2021 (about 3 years ago)
due - 23 Jun, 2021 (about 2 years ago)

Due Date

23 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
RFP DOT 2019-085

Identifier

RFP DOT 2019-085
Department of Administrative Services

Customer / Agency

Department of Administrative Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

STATE OF NEW HAMPSHIRE NEW HAMPSHIRE DEPARTMENT OF TRANSPORTATION – BUREAU OF TURNPIKES TOLL COLLECTION SYSTEM NHDOT - RFP 2019-085 Page 1 of 241 Contractor Initials: _____ Date: _________ New Hampshire Department of Information Technology RFP Cover Sheet Name of Agency/Division: Department of Transportation – Bureau of Turnpikes Contract Number/Name: Renee Dupuis Office Phone: 603-485-6253 Mobile: 603-848-7481 RFP Purpose: Toll Collection System DOIT  or Agency X Funding Background Information: Special Concerns: N/A Submitted By: Renee Dupuis Current Date: March 1, 2021 Phone: 603-485-6253 Email: renee.t.dupuis@dot.nh.gov STATE OF NEW HAMPSHIRE NEW HAMPSHIRE DEPARTMENT OF TRANSPORTATION BUREAU OF TURNPIKES TOLL COLLECTION SYSTEM Bureau of Turnpikes - RFP 2019-085 Page 2 of 241 Contractor Initials: _____ Date: _________ NEW HAMPSHIRE DEPARTMENT OF TRANSPORTATION Bureau of Turnpikes Toll Collection System RFP RFP 2019 –
085 RFP ISSUED………………………………………………...March 1, 2021 MANDATORY VENDOR CONFERENCE…………………………………March 16, 2021 1:00 PM EST AT: TO BE CONDUCTED VIA VIDEO CONFERENCE AT THE LINK PROVIDED VIA LETTER OF INTENT STATE POINT of CONTACT………………………………Renee Dupuis, Assistant Administrator Email: Renee.T.Dupuis@dot.nh.gov Office phone: (603) 485-6253 Mobile: (603) 848-7481 CONTRACT TYPE………………………………………… FIRM FIXED PRICE PROPOSALS DUE………….……………………………… June 23, 2021 2:30 PM EST STATE OF NEW HAMPSHIRE NEW HAMPSHIRE DEPARTMENT OF TRANSPORTATION BUREAU OF TURNPIKES TOLL COLLECTION SYSTEM Bureau of Turnpikes - RFP 2019-085 Page 3 of 241 Contractor Initials: _____ Date: _________ 1 INTRODUCTION The State of New Hampshire, acting through the New Hampshire Department of Transportation (NHDOT) Bureau of Turnpikes (“The Bureau”), is releasing this Request for Proposal (RFP) to procure a software and hardware system and associated services for New Hampshire Department of Transportation (NHDOT) Bureau of Turnpikes (“The Bureau”) to replace the existing Conventional Toll Collection System (TCS) with a New Toll Collection System. It should be noted that this RFP pertains to only the Conventional TCS. The current Hampton and Hooksett Open Road Tolling (ORT) Systems are provided and maintained by others and is not part of this RFP. 1.1 PROJECT OVERVIEW The NHDOT Bureau of Turnpikes operates a Turnpike System that is comprised of three (3), non- contiguous, limited-access highways: The Blue Star Turnpike (I-95) and the Spaulding Turnpike (collectively referred to the Eastern Turnpike) and the F.E. Everett Turnpike (also known as the Central Turnpike). The Turnpike System is a standard barrier toll collection system providing slow speed electronic and cash payment ‘Conventional TCS’. In addition, there are existing Open Road Tolling (ORT) lanes in Hooksett and Hampton. The Dover and Rochester Toll plazas will be converted to All Electronic Toll (AET) plazas in 2022. The Bedford Toll plaza will be converted to AET in 2023. NHDOT system uses a separate vendor for the E-ZPass Customer Service (CSC) to process E-ZPass (AVI) transactions which will continue to be used on the Agency toll lanes. The new Toll Collection System shall replace the existing Conventional TCS for the following plaza/lane configuration: Toll Plaza Lane Types Attended ACM Dedicated AVI Total Hooksett Main I-93 6 0 6 12 Hooksett Ramp I-93 x11 4 0 0 4 Merrimack Industrial x10 2 2 4 8 Hampton Main - Blue Star I-95 6 0 6 12 Hampton Side - Blue Star I-95 x2 4 0 4 8 Total 44 Some of the key features/functions that require implementation as part of the new Toll Collection System RFP are:  Host Server will not reside at NHDOT premise. Either it will be cloud based implementation or Hosted solution at the Contractor site.  Attendant managed cash lanes will accept dual currency (both US and Canadian) but return change only in US currency.  Re-use of the current equipment inventory in good condition to the best extent possible to reduce overall cost of implementation for NHDOT. STATE OF NEW HAMPSHIRE NEW HAMPSHIRE DEPARTMENT OF TRANSPORTATION BUREAU OF TURNPIKES TOLL COLLECTION SYSTEM Bureau of Turnpikes - RFP 2019-085 Page 4 of 241 Contractor Initials: _____ Date: _________  Re-use of the current ACM machines.  Hooksett Main & Hampton Main Open Road Tolling (ORT) Lanes are managed by Kapsch. Kapsch provides the transaction to the TCS Host as a single point of record and will continue the same with new TCS.  Dover, Rochester & Bedford Toll Plazas are being converted to All Electronic Tolling (AET) and the new TCS Host will have to interface with them to receive all toll transactions to be a single point of record.  New TCS project term is for Five (5) years including implementation, warranty and maintenance with options to extend maintenance to three (3) extensions of three (3) years each.  Merrimack Industrial Plaza implementation cost including installation and maintenance shall be priced separately as NHDOT may stop collecting tolls at this plaza by the project completion timeframe. The current traffic volumes for the Toll Plazas have been provided as Exhibit 13 found under Appendix J: Form and Exhibits 1.2 CONTRACT AWARD The State plans to execute a Firm Fixed Price (FFP) Contract as a result of this RFP. If an award is made, it shall be made based upon evaluation of the submitted Proposals in accordance with the review process outlined in Section 5: Proposal Evaluation Process below. The award will be based upon criteria, standards, and weighting identified in this RFP. 1.2.1 Non-Exclusive Contract Any resulting Contract from this RFP will be a Non-Exclusive Contract. The State reserves the right, at its discretion, to retain other Vendors to provide any of the Services or Deliverables identified under this procurement or make an award by item, part or portion of an item, group of items, or total Proposal. The Contractor shall not be responsible for any delay, act, or omission of such other Contractors, except that the Contractor shall be responsible for any delay, act, or omission of the other Contractors if such delay, act, or omission is caused by or due to the fault of the Contractor. If a Contract is awarded, the Vendor must obtain written consent from the State before any public announcement or news release is issued pertaining to any Contract award. Such permission, at a minimum, will be dependent upon approval of the Contract by Governor and Executive Council of the State of New Hampshire. A Contract award is contingent on approval by the Governor and Executive Council. 1.3 CONTRACT TERM Time is of the essence in the performance of a Vendor’s obligations under the Contract. The Contractor shall be fully prepared to commence work by November 2021, after full execution of the Contract by the parties, and the receipt of required governmental approvals, including, but STATE OF NEW HAMPSHIRE NEW HAMPSHIRE DEPARTMENT OF TRANSPORTATION BUREAU OF TURNPIKES TOLL COLLECTION SYSTEM Bureau of Turnpikes - RFP 2019-085 Page 5 of 241 Contractor Initials: _____ Date: _________ not limited to, Governor and Executive Council of the State of New Hampshire approval (“Effective Date”). The Contractor’s initial term shall begin on the Effective Date and extend for a period of five (5) years. The warranty and maintenance period on the new system begins at final system acceptance. The earliest warranty may start is the beginning of the Extended Operations Testing (EOT). The contract term may be extended by three (3) additional three (3) year terms (“Extended Term”) at the sole option of the State, subject to the parties’ prior written agreement on applicable fees for each extended term. The Contractor shall commence work upon issuance of a Notice to Proceed by the State. The State does not require the Contractor to commence work prior to the Effective Date; however, if the Contractor commences work prior to the Effective Date and a Notice to Proceed, such work shall be performed at the sole risk of the Vendor. In the event that the Contract does not become effective, the State shall be under no obligation to pay the Contractor for any costs incurred or Services performed; however, if the Contract becomes effective, all costs incurred prior to the Effective Date shall be paid under the terms of the Contract. 1.3.1 Contract Negotiations and Unsuccessful Bidder Notice If a Vendor is selected, the State will notify the selected Vendor in writing of their selection and the State’s desire to enter into contract discussions. Until the State successfully completes discussions with the selected Vendor, all submitted Proposals remain eligible for selection by the State. In the event contract discussions are unsuccessful with the selected Vendor, the evaluation team may recommend another Vendor. In order to protect the integrity of the public procurement process, no information shall be made available to the public, the members of the General Court or its staff, notwithstanding the provisions of RSA 91-A:4, concerning specific responses to this RFP, from the time the RFP is made public until five (5) business days prior to submission of the resulting contract to the Department of Administrative Services for inclusion on a Governor & Executive Council meeting agenda. This means unsuccessful Vendors shall not be notified of the outcome until that time. See RSA 21-G:37. 1.3.2 Vendor Ethics From the time this RFP is published until a contract is awarded, no bidder shall offer or give, directly or indirectly, any gift, expense reimbursement, or honorarium, as defined by RSA 15-B, to any elected official, public official, public employee, constitutional official, or family member of any such official or employee who will select, evaluate, or award the RFP. Any bidder that violates this section shall be subject to prosecution for an offense under RSA 640:2. Any bidder who has been convicted of an offense based on conduct in violation of RSA 21-G:38, which has not been annulled, or who is subject to a pending criminal charge for such an offense, shall be disqualified from bidding on this RFP and every such bidder shall be disqualified from bidding on any RFP or similar request for submission issued by any state agency. http://www.gencourt.state.nh.us/rsa/html/NHTOC/NHTOC-I-15-B.htm http://www.gencourt.state.nh.us/rsa/html/LXII/640/640-2.htm http://www.gencourt.state.nh.us/rsa/html/I/21-G/21-G-37.htm STATE OF NEW HAMPSHIRE NEW HAMPSHIRE DEPARTMENT OF TRANSPORTATION BUREAU OF TURNPIKES TOLL COLLECTION SYSTEM Bureau of Turnpikes - RFP 2019-085 Page 6 of 241 Contractor Initials: _____ Date: _________ 1.4 EMAIL OF INTENT TO SUBMIT PROPOSAL The Vendors intending to submit a Proposal shall submit an email stating their Intent to Submit Proposal. The email shall be submitted to the same email addresses provided in the Proposal Inquiries section, Section 4.2 herein. Emails shall include the subject line, “Toll Collection System, Intent to Submit”. Emails shall be sent by the date and time prescribed in the Schedule of Events section, herein. It is the Vendor’s responsibility to ensure that the Agency has received its “Intent to Submit Proposal” email. If a confirmation from the Agency is not received within twenty-four (24) hours from the date and time of submission, the Vendor shall call or otherwise reach the Agency contact provided for the delivery of the RFP to verify receipt. Once the email is received, a reply confirmation will be sent back to the Vendor with the meeting invite link for the Mandatory Vendor Conference. The intent to submit email shall be received at least two (2) days before the Mandatory Vendor Conference for the State to process and send the meeting invite link to the Vendor. 1.5 ORDER OF PRECEDENCE In the event of conflict or ambiguity among any of the text of the Contract Documents, the following Order of Precedence shall govern: 1. The State of New Hampshire Terms and Conditions, as stated in Appendix H: State of New Hampshire Terms and Conditions of this RFP. 2. The State of New Hampshire, Department of Transportation Contract 2019-085 (resulting Contract from this RFP, once executed). 3. RFP 2019-085 and all related attachments, appendices, exhibits and addendum (if applicable). 4. Final State Responses to Contractor Inquiries. 5. The Contractor Proposal to RFP 2019-085 including any responses to State requested inquiries or clarifications. 1.6 SUBCONTRACTORS The Vendor shall identify all Subcontractors to be provided to deliver required Services subject to the terms and conditions of this RFP, including but not limited to, in APPENDIX H – STATE OF NEW HAMPSHIRE TERMS AND CONDITIONS, and APPENDIX H-25: GENERAL CONTRACT REQUIREMENTS herein. The Vendor shall remain wholly responsible for performance of the entire Contract regardless of whether a Subcontractor is used. The State will consider the Vendor to be the sole point of contact with regard to all contractual matters, including payment of any and all charges resulting from any Contract. 2 SCHEDULE OF EVENTS The following table provides the Schedule of Events for this RFP through Governor and Council approval and Notice to Proceed.

Department of Administrative Services,25 Capitol Street,Concord,NH 03301Location

Address: Department of Administrative Services,25 Capitol Street,Concord,NH 03301

Country : United StatesState : New Hampshire

You may also like

DOT&PF Delegation for Denial of Public Records Request

Due: 10 Feb, 2028 (in about 3 years)Agency: Transportation and Public Facilities

Document Management Services

Due: 21 Aug, 2026 (in about 2 years)Agency: Florida Department of Management Services

ABMC Museum and Archives Collections Management System (CMS)

Due: 12 Apr, 2024 (in 15 days)Agency: AMERICAN BATTLE MONUMENTS COMMISSION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.