Invitation to bid (itb)/Request for Quote (rfq) Form


Exhibit 2 Exclusions from General Provisions



Download 380.32 Kb.
Page4/7
Date13.08.2017
Size380.32 Kb.
#31547
1   2   3   4   5   6   7

Exhibit 2

Exclusions from General Provisions
102.01 Prequalification of Bidders

102.03 Contents of Proposal Forms

102.06 Preparation of Proposal

102.08 Proposal Guaranty

102.09 Delivery of Proposals

102.10 Withdrawal or Revision of Proposal

102.11 Public Bid

102.15 Submittal of Georgia Security and Immigration Compliance Act Affidavit

102.16 Submittal of Request for Liability

102.17 Submittal of Certificate of Current Capacity and Status of Contracts on Hand

102.18 Submittal of Construction Contractors Bid Opportunity List

Section 103 Award and Execution of Contract (Entire Section)

104.03 Alteration of Plans or Character of Work

104.05 Maintenance During Construction

104.08 Value Engineering Proposals

105.02 Plans and Working Drawings

105.03 Conformity with Plans and Specifications

105.04 Coordination of Plans, Specifications, Supplemental Specifications, and Special Provisions

105.13 Claims for adjustments and Disputes

105.16 Final Inspection and Acceptance

106.03.A Testing and acceptance Plans

106.10 Local Material Sources

106.11 Field Laboratory

106.13 Out of State Materials Payment

107.16 Opening Sections of Project to Traffic

107.17 Contractors Responsibility for the Work

107.18 Acquisition of Right-of-Way

107.22 Hazardous and/or Toxic Waste

107.23.C Borrow and Excess Material Pits

108.02 Notice to Proceed

108.07 Determination of Contract Time

109.05 Extra Work

109.06 Eliminated Items

109.07 Partial Payments

148 Pilot Vehicles (Entire Section)

149 Construction Layout (Entire Section)

152 Field Laboratory Building (Entire Section)

153 Field Engineers Office (Entire Section)



Exhibit 3

Project Scope of Work

ITB/RFQ #48400-DOT0000863
Scope of work to be Performed
Requirements under this ITB consists of furnishing all labor, materials, tools, equipment, means of transportation, and incidentals necessary to perform Traffic Signal and Device Maintenance Services. Contractors are responsible for any traffic control, licenses, and permits required satisfying the duties required.
All work by a Contractor must be performed in accordance with the established customs, practices, and procedures of the Department. It may be necessary for a Contractor to have multiple crews working simultaneously in order to meet the time requirements of each project. Applicants will be given the opportunity to qualify for one or more services listed below. Additional information listed below may be found in GDOT Specs at http://www.dot.ga.gov/doingbusiness/TheSource/). The Contractor will also be responsible for any traffic control, licenses, and permits required satisfying the duties required herein.


          1. Scope

The scope of work under this contract may be comprised of the following tasks:




  • Battery Backup System Repair

  • Vehicle Detection Repair

  • Batteries for Battery Backup System

  • Pull Box Repair

  • Blank Out Sign Repair

  • Installation Services (Labor Only)

  • LED Signal Insert Repair

  • Grounding Repair

  • Outside Plant Fiber Optic Replace

  • Jacking or Boring

  • Power Connection Repair

  • Fiber Optic Repair

  • Preventative Maintenance – Aerial

  • Overhead Signs Repair

  • Reattaching Signal Conductor Wire, Loop Lead in or Interconnect

  • Pedestrian Equipment Repair

  • Splice Closure Repair

  • Preventative Maintenance – Ground

  • Traffic Signal Poles Removal

  • Video Detection System Assembly Installation & Repair

  • Transceivers Repair

  • Signal Conductor Wire Repair

  • Vehicle Signal Heads Repair

  • Traffic Controller Cabinet Repair

  • Wireless Communication Installation & Repair






          1. Materials

As directed by the Georgia Department of Transportation on a work order basis, the Department may provide materials or have the approved contractor(s) purchase materials. Traffic signal maintenance activities include replacement and installation of materials to be used in performing Traffic Signal Maintenance activities described in this document. Materials for these activities may be provided by the Department or purchased by the approved contractor. If the materials are provided by GDOT, the materials will be housed at the respective District offices listed under DISTRICT CONTACTS. District Signal Engineers (or designee) may coordinate the ordering and receipt of materials from the Department’s Traffic Signal Electrical Facility (TSEF) for supply to the Contractor. Items provided by the Department may include but are not limited to:

Delivery of Traffic Signal Maintenance services shall be in accordance with the contract terms. The following deliverables are expected for work performed at the locations referenced in the Exhibit 4 - Locations, Descriptions and Estimated Quantities.


LED Indications

Wireless Devices

Traffic Signal Controller

Traffic Controller Cabinet

Conflict Monitor

Detectors

Load Switches

Relays

Flashers

Traffic Signal Cabinet

Pedestrian Inserts

Video Detection System

Back Plates

Bulbs

Type 1 Pull Box

Signal Head Visors

Pedestrian heads

Type 2 Pull Box

Pedestrian Push Buttons

Signal heads

Type 4 Pull Box

Blank-Out Signs

Pedestrian signs

Type 5 Pull Box

Back Guy Insulators

Guy guards

Fiber Optic Cable

Traffic Signal Conductor Wire

Transceivers

Splice Closures

Transceivers




Fiber Optic Drop Kit

Pedestrian Pole and Base









          1. Traffic signal Maintenance Activities

The Contractor shall provide all equipment, including personnel, traffic control as required, aerial lift/bucket trucks, all hand tools and miscellaneous tools necessary to successfully complete the maintenance activities as described. Traffic signal maintenance activities are defined as:


3.1 Preventative Maintenance – Ground

This activity includes maintenance activities that may be performed without the need of a bucket truck. When performing this activity on an intersection basis, the following activities are to be conducted at a minimum in order to qualify the Contractor for payment under this category. However if grounding repair is authorized, that item will be paid for on an intersection basis as noted below.




  1. Clean and vacuum interior of cabinet, wipe interior surfaces removing all dust, pickup, remove and properly dispose of all debris (example: wire clippings, loose ties, etc.).

  2. Remove all exterior decorations and graffiti not normally associated with exterior of cabinet.

  3. Remove and properly dispose of old filter. Install new cabinet filter.

  4. Control of pests and insects on the approach to, inside and around the cabinet.

  5. Use appropriate chemicals to rid cabinet of insect nests (wasps, fire ants, spiders, etc.). Application of chemicals shall not cause harm or damage to traffic signal controller components or surrounding areas outside of cabinet.

  6. Place rodent bait in appropriate section(s) of cabinet to deter and/or eliminate rodent related problems.

  7. Install and or replace back guy guards.

  8. Inspect all pole foundations. Timber Poles - inspect ground surrounding burial point for soil erosion or washout. Fill and compact areas as necessary. Concrete Poles – inspect pole foundation and structure for soil or concrete upheaval, cracks or any other structural damage. Any detection of these conditions shall be noted on the intersection checklist. Steel Poles – inspect pole foundation for soil or foundation upheaval and cracks. Inspect foundation bolts and check pole for any obvious damage. Any detection of these conditions shall be noted on the intersection checklist.

  9. Grounding (testing and documentation) – Contractor shall test and document grounding of traffic signal span at all poles and the cabinet to ensure that controller and pole grounding meets the Department requirements as set forth by Specification 647. Complete and submit the “Grounding Test Sheet” documenting the grounding results for all poles and the cabinet. If the grounding test fails for any pole or cabinet, the Contractor shall note ground test results and provide the information to the Project Manager or designated staff.

  10. Inspect Detection and note any detection that is non-functional. For non- functioning detection note that field detector input is terminated to the correct terminal; and loop arrestor is functional.

  11. Inspect Communications system and verify system communications with controller.

  12. For fiber verify connectors from transceiver to controller are connected and correct. For FSK verify communications from field terminal block to controller including communications surge arrestor. Replace surge arrestor if not functioning.

  13. Inspect Battery Backup System and verify operation of System. Verify Batteries are fully charged. Make note of any batteries that need to be replaced.

  14. Document all of the above items in a report and note any additional items at intersection that need response maintenance.


3.2 Preventative Maintenance – Aerial

This activity includes maintenance activities that need a bucket truck to be performed. These maintenance activities include: visual inspection and or replacement of all aerial associated traffic signal equipment and hardware as directed by work order; Clean or replace lens in vehicle signal indications and pedestrian heads, check and tighten traffic signal head(s) and street sign(s) hardware. When performing this activity on an intersection basis, the following activities are to be conducted at a minimum in order to qualify the Contractor for payment under this category;




  1. Visually inspect all aerial related traffic signal equipment and hardware.

  2. Check and tighten all traffic signal hardware, span wire, loop lead-in cable, or interconnect cable.

  3. Check aluminum wrap, lashing wire, and or lashing rods for attachment to span wire. Lashing wire only used for loop lead-ins and fiber runs.

  4. Align traffic signal and pedestrian indications as needed, or directed by work order; Check and or replace indication lens (vehicle and pedestrian) as directed by work order. Replace lens when damaged, burned or discolored as directed by work order.

  5. Report damaged or worn traffic signal equipment to Project Manager or designated staff. Inspect wire conductor on messenger and conductor cable.

  6. Replace defective signal indication lamp sockets as needed, or install LED indication as directed.

  7. Replace visor(s) – Contractor is to visually inspect and replace damaged visors as necessary and or directed by work order.

  8. Replace signal indication back plates – Contractor will be required to replace back plates as necessary and or directed by work order.

  9. Ensure and document vertical height of traffic signal heads are a minimum of 17 feet and maximum of 19 feet. If vertical clearance is not between 17feet and 19 feet, make signal head mounting adjustment.


3.3 Response Maintenance
Included in the following activities are the maintenance activities to be performed as individual task or in combinations with other activities and will be paid on an individual item basis as noted below.
3.3.1 Grounding Repair

If grounding tests indicate inadequate grounding for poles and controller foundation, the Contractor may be required to perform necessary repairs to ensure Specification 647 grounding specifications are met. The Project Manager or designated staff will approve any grounding repair prior to Contractor grounding repair. The Contractor will perform the necessary repairs and perform a ground re-test, providing appropriate documentation. The contractor shall be paid this line item bid for “grounding repair” testing all poles and traffic signal cabinet. The Contractor will be required to submit supporting before-and-after test documentation for grounding repair. Should the contractor fail to provide this supporting documentation, the Contractor shall have no claim for payment for this service. This item shall be complete payment for all work required for grounding repair. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The bid price is for complete install including material cost, install cost, and miscellaneous material needed to complete the install, if it is furnished by the Contractor.


3.3.2 Vehicle Detection Repair
As indicated in Exhibit 4, vehicle detection systems may require troubleshooting, repairs or replacement. Vehicle detection systems may include Intersection Video Detection Systems (IVDS), vehicle inductance loops, radar vehicle detection systems or wireless magnetometer systems. Work under this section may include saw-cutting asphalt for inductance loop installation, roadway coring for magnetometer sensor installation, mounting video and radar detection assemblies aerially, lashing detector system wiring to signal span wire and running new 3-pair loop wire. The bid price shall be for complete install, including material cost, install cost and any miscellaneous material needed to complete the installation or repair of the vehicle detection system.
3.3.3 Pull Box Repair
As Indicated in Exhibit 4, pull boxes may be installed or replaced. This response maintenance shall consist of installing or replacing a Pull Box. This item shall be complete payment for all work required for replacing or installing the Pull Box All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Pull Box bid price is for the complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the pull box if it is furnished by the Contractor.
3.3.4 Traffic Controller Cabinet Repair

As Indicated in Exhibit 4, traffic controller cabinet with base may be installed or replaced. This response maintenance shall consist of installing or replacing a Traffic Controller Cabinet. This item shall be complete payment for all work required for replacing or installing Traffic Controller Cabinet. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Traffic Controller Cabinet bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the Traffic Controller Cabinet and cabinet foundation if it is furnished by the Contractor.


3.3.5 Transceiver Repair
As Indicated in Exhibit 4, transceivers may be installed or replaced. This response maintenance shall consist of installing or replacing a Transceiver. This item shall be complete payment for all work required for replacing or installing the Transceiver. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Transceiver bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the Transceiver if it is furnished by the Contractor.

3.3.6 Conduit Repair
As Indicated in Exhibit 4, conduit may be installed or replaced. This response maintenance shall consist of installing or replacing Conduit. This item shall be complete payment for all work required for replacing or installing the Conduit. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Conduit bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install conduit if it is furnished by the Contractor.
3.3.7 Jacking or Boring
As indicated in Exhibit 4, directional boring may be required. This response maintenance shall consist of Jacking or Boring conduit. This item shall be complete payment for all work required for jacking or boring conduit. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The boring material bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the conduit if it is furnished by the Contractor.
3.3.8 Traffic Signal Poles Repair
As Indicated in Exhibit 4, traffic signal poles may be installed or replaced. This response maintenance shall consist of installing or replacing Traffic Signal Poles. This item shall be complete payment for all work required for replacing or installing a Traffic Signal Pole, including all timber, steel, concrete and mast arm poles. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Traffic Signal Pole bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the Traffic Signal Pole if it is furnished by the Contractor.
All earth excavation for this item shall be incidental to the work and there will be no additional payment. Rock excavation shall be considered as a separate item and will be paid based on a per foot of depth of rock actually excavated associated with a pole foundation. This item shall be total additional compensation for all costs associated with rock excavation for any pole foundation. Any additional materials or equipment associated with rock excavation will be the contractor’s responsibility.
3.3.9 Traffic Signal Poles Removal
As Indicated in Exhibit 4, traffic signal poles will be removed. This response maintenance shall consist of removing a Traffic Signal Pole. This item shall be complete payment for all work required for removing a traffic signal pole. This is a labor only item. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price.
3.3.10 Fiber Optic Repair
As Indicated in Exhibit 4, fiber optic may be installed or replaced. This response maintenance shall consist of installing or replacing fiber optic cable. This item shall be complete payment for all work required for replacing or installing fiber optic cable. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The fiber optic cable bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the fiber optic cable, fiber optic connectors, fiber optic patch cords, FDC and span wire if it is furnished by the Contractor.
3.3.11 Splice Closure Repair
As Indicated in Exhibit 4, splice closure may be installed or replaced. This response maintenance shall consist of installing or replacing fiber optic splice closures. This item shall be complete payment for all work required for replacing or installing fiber optic splice closures. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The fiber optic splice bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the fiber optic splice closures, fiber optic cable, fiber optic connectors, and fiber optic patch cords if it is furnished by the Contractor.
3.3.12 Fusion Splice Repair
As indicated in Exhibit 4, fusion splice may be installed or replaced. This response maintenance shall consist of installing or replacing fiber optic fusion splices. This item shall be complete payment for all work required for replacing or installing a fiber optic fusion splice. This is a labor only item. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price.

Download 380.32 Kb.

Share with your friends:
1   2   3   4   5   6   7




The database is protected by copyright ©ininet.org 2024
send message

    Main page