Request for Qualified Contractors



Download 99.16 Kb.
Page2/3
Date13.08.2017
Size99.16 Kb.
#31550
TypeRequest
1   2   3

Scope of Services


GDOT desires to pursue a contract for the above-mentioned traffic signal maintenance services. The requirements of this prospective contract apply to traffic signals on State Routes and local roads and streets as defined by GDOT. Should a contract result from this solicitation, it is the intent of GDOT that the successful firm shall manage and perform all routine traffic signal maintenance activities associated with each project, and as otherwise contained herein. The Firm shall also be responsible for any traffic control, licenses, and permits required satisfying the duties required. The scope of work will include the

traffic signal maintenance, preventive maintenance-ground, back guy insulators repair, pull box repair, traffic controller cabinet repair, transceivers repair, conduit repair, jacking or boring traffic signal poles repair and removal, outside plant fiber optic repair, splice closure repair, fusion splice repair, batteries for battery backup system repair, battery backup system repair, wireless magnetometer vehicle detection, preventative maintenance-aerial.



  1. TRAFFIC SIGNAL MAINTENANCE ACTIVITIES

The Department will provide a “Work Order Form” (see attachment) identifying the action items needed for pricing to include; GDOT “Grounding Test Sheet” (see attachment) to be completed as needed for each assignment prior to execution of the task. 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 Ground and Aerial maintenance activities as described. Traffic signal maintenance activities are categorized as, Ground and Aerial, and are defined as:

    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.


  • 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.).

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

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

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

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

  • Install and or replace back guy guards.

Control of vegetation applies to weed eating, brush and tree cutting/trimming, mowing and use of appropriate chemicals. Use of chemicals may be permitted, however no soil sterilant type chemical shall be used. The Department does not expect to see bare ground caused by inappropriate use or application of chemicals. Properly remove and dispose of all vegetation cuttings, trimmings and chemical containers used in the application of weed control. At landscaped locations whether private property owner or commercial property, the Contractor is directed to have this activity previously approved by the Project Manager or designated staff prior to any vegetation control activity. NOTE: Contractor shall use a plus or minus 10 foot radius around cabinet as a guide for clearing vegetation that interferes with access to a control cabinet. Contractor’s shall take special care and consideration of all landscaped areas, if in doubt do not apply chemicals or cut/trim any vegetation without first consulting the Project Manager or designated staff. Contractor to provide all equipment, hand tools, and or materials associated and required for satisfactory completion of this activity including all trimmers, edgers, and vegetation cutting/trimming equipment.

  • 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

  • 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.

  • 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.

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

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

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

    1. Response Maintenance – Ground Items

Included in the following activities are ground 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.

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.

Back Guy Insulators Repair

As Indicated on Work Order Forms, 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 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.

Pull Box Repair

As Indicated on Work Order Forms, 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 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.

Traffic Controller Cabinet Repair

As Indicated on Work Order Forms, 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.

Transceivers Repair

As Indicated on Work Order Forms, 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.

Conduit Repair

As Indicated on Work Order Forms, 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.

Jacking or Boring

As indicated on Work Order Forms 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.

Traffic Signal Poles Repair

As Indicated on Work Order Forms, 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. 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.

Traffic Signal Poles Removal

As Indicated on Work Order Forms, 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.

Outside Plant Fiber Optic Repair

As Indicated on Work Order Forms, outside plant fiber optic may be installed or replaced. This response maintenance shall consist of installing or replacing outside plant fiber optic cable. This item shall be complete payment for all work required for replacing or installing outside plant 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 outside plant 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 outside plant fiber optic cable, fiber optic connectors, fiber optic patch cords, FDC and span wire if it is furnished by the Contractor.



Splice Closure Repair

As Indicated on Work Order Forms, 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.

Fusion Splice Repair

As indicated on Work Order Forms, 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.

Batteries for Battery Backup System Repair

As Indicated on Work Order Forms, Battery Backup System Batteries may be installed or replaced. This response maintenance shall consist of installing or replacing batteries for a battery backup system. This item shall be complete payment for all work required for replacing or installing batteries. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Battery Backup System Battery bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the batteries and connecting cables if it is furnished by the Contractor.

Battery Backup System Repair

As Indicated on Work Order Forms, Battery Backup System may be installed or replaced. This response maintenance shall consist of installing or replacing battery backup system. This item shall be complete payment for all work required for installing or replacing battery backup system. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Battery Backup System bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the batteries, cabinet, cabinet foundation, charger/inverter, manual bypass switch, transfer relay and connecting cables if it is furnished by the Contractor.

Wireless Magnetometer Vehicle Detection

As Indicated on Work Order Forms, Wireless Magnetometer Vehicle Detection (WMVD) may be installed or replaced. This response maintenance shall consist of installing or replacing WMVD. This item shall be complete payment for all work required for installing or replacing WMVD. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The WMVD bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the sensor, repeater, serial port unit, isolator module if it is furnished by the Contractor.

1.03 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;


Visually inspect all aerial related traffic signal equipment and hardware.
Check and tighten all traffic signal hardware, span wire, loop lead-in cable, or interconnect cable.
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.
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.
Report damaged or worn traffic signal equipment to Project Manager or designated staff.
Inspect wire conductor on messenger and conductor cable.

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


Replace visor(s) – Contractor is to visually inspect and replace damaged visors as necessary and or directed by work order.
Replace signal indication back plates – Contractor will be required to replace back plates as necessary and or directed by work order.
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.

1.04 Response Maintenance - Aerial Items

Included in the following activities are aerial maintenance activities to be performed as individual task or in combinations of the following activities and will be paid on an individual item basis as noted below.



Re-lamp signal heads

As Indicated on Work Order Forms, to re-lamp all signal heads with appropriate lamp and replace signal lens as required. This response maintenance shall consist of removing all existing signal lamps and replacing with appropriate lamp. This item shall be complete payment for all work required for installing or replacing signal lamps. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Lamp bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the lamps if they are furnished by the Contractor.

LED Indications in Signal Heads Repair

As Indicated on Work Order Forms, install LED indications and removal of existing lamp and reflector. This response maintenance shall consist of installing LED indications in existing signal heads. This item shall be complete payment for all work required for installing or replacing LED Indications. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The LED Indication bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the LED Indications if they are furnished by the Contractor.

Vehicle Signal Heads Repair

As Indicated on Work Order Forms, re-wire and replace all associated hardware with new signal heads. This response maintenance shall consist of removing and installing new signal heads. This item shall be complete payment for all work required for installing or replacing new signal heads. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Signal Head bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the Signal Heads, Back plates, brackets, or hangers if they are furnished by the Contractor.

Signal Conductor Wire Repair

As Indicated on Work Order Forms remove and replace or install Signal Conductor Wire. This response maintenance shall consist of removing and installing new signal conductor wire. This item shall be complete payment for all work required for installing or replacing new signal conductor. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Signal Conductor Wire bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the Signal Conductor Wire if it is furnished by the Contractor.

Power Connection Repair

As Indicated on Work Order Forms, power connection may be repaired, installed or replaced. This response maintenance shall consist of installing or replacing power connection. This item shall be complete payment for all work required for replacing or installing power connections. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The power disconnect box bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the power disconnect box if it is furnished by the Contractor.

Re-Attaching Signal Conductor Wire, Loop Lead-in or Interconnect

As Indicated on Work Order Forms Reattach signal conductor or interconnect wire to existing span wire using an approved method of attachment. This response maintenance shall consist of attaching existing conductors to existing span wire. This item shall be complete payment for all work required for attaching signal conductor or interconnect to existing span wire. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The attachment (cable ties, lashing wire, or lashing rods) bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the attachments, if it is furnished by the Contractor.

Pedestrian Assemblies Repair

As Indicated on Work Order Forms replace damaged or inoperative/ineffective pedestrian heads, pushbuttons, signs, pedestrian pole assemblies and/or brackets as a complete assembly. This response maintenance shall consist of removing designated pedestrian heads, pushbuttons, signs, pedestrian pole assemblies and /or brackets and replacing with a new assembly. This item shall be complete payment for all work required for removing and installing the designated pedestrian assembly. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The pedestrian assembly (Pedestrian head, pushbutton, signs, pedestrian pole, pole base, or brackets bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the pedestrian assembly, if it is furnished by the Contractor.

Pedestrian Signal Indications Repair

As indicated on Work Order Forms replace Pedestrian Signal Indications. This response maintenance shall consist of removing designated pedestrian signal head indications if required and replacing with a new indication as indicated. This item shall be complete payment for all work required for removing and installing the designated pedestrian assembly. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The pedestrian indication bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the pedestrian assembly, if it is furnished by the Contractor.

Blank Out Sign Repair

As Indicated on Work Order Forms replace Blank Out Signs. This response maintenance shall consist of removing designated Blank Out Signs if required and replacing with a new Blank Out Sign as indicated. This item shall be complete payment for all work required for removing and installing the designated Blank Out Sign. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Blank Out Sign bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the Blank Out Sign and hanging hardware, if it is furnished by the Contractor.

Overhead Signs Repair

As Indicated on Work Order Forms replace Overhead Signs. This response maintenance shall consist of removing designated Overhead Signs if required and replacing with a new Overhead Sign as indicated. This item shall be complete payment for all work required for removing and installing the designated Overhead Sign. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Overhead Sign bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the Overhead Sign and hanging hardware, if it is furnished by the Contractor.

Video Detection System Assembly Installation and Repair

As Indicated on Work Order Forms install and repair Video Detection System Assembly. This response maintenance shall include removing designated Video Detection System if required and replacing with a new Video Detection System as indicated. This item shall also include the new installation of Video Detection Systems. This item shall be complete payment for all work required for removing and installing the designated Video Detection Assembly. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Video Detection System bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the Video Detection Assembly including camera, processor, connecting cables, surge arrestor, and monitor), if it is furnished by the Contractor.

Wireless Communication Installation and Repair

As Indicated on Work Order Forms install and repair Wireless Communication Assembly. This response maintenance shall include removing designated Wireless Communication Assembly if required and replacing with a new Wireless Communication Assembly as indicated. This item shall also include the new installation of Wireless Communication Assemblies. This item shall be complete payment for all work required for removing and installing the designated Wireless Communication Assembly. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Wireless Communication bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the Wireless Communication Assembly including connecting cables, site survey, software, surge arrestor, power divider and antennae, if it is furnished by the Contractor.

Telephone Line and Modem Hook-Up Repair

As Indicated on Work Order Forms replace Telephone Line and Modem Hook-Up Assembly. This response maintenance shall consist of removing designated Telephone Line and Modem Communication Assembly if required and replacing with a new Telephone Line and Modem Communication Assembly as indicated. This item shall be complete payment for all work required for removing and installing the designated telephone line and Modem Communication Assembly. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Modem Communications bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the Modem Communications Assembly including connecting cables, surge arrestor, and power supply, if it is furnished by the Contractor.
Outside Plant Fiber Optic Repair

As indicated on Work Order Forms replace Outside Plant Fiber Optic Cable. This response maintenance shall consist of removing outside plant fiber optic cable if required and replacing with new Outside Plant Fiber optic Cable as indicated. This item shall be complete payment for all work required for removing and installing the designated Outside Plant 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 Outside Plant 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 Outside Plant Fiber Optic Cable, span wire, fiber optic connectors, fiber optic patch cords, Snow Shoes, or FDC if it is furnished by the Contractor.

Splice Closure Repair - Aerial

As Indicated on Work Order Forms replace Aerial Splice Closures. This response maintenance shall consist of removing Aerial Splice Closure outside if required and replacing with new Aerial Splice Closure as indicated. This item shall be complete payment for all work required for removing and installing the designated Aerial Splice Closure. All items necessary to complete this response maintenance are the Contractor’s responsibility and are to be included in the bid price. The Aerial Splice Closure bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the Aerial Splice closure, if it is furnished by the Contractor.

    1. Installation Services (Labor Only)

The Installation Services pay items are labor only pay items. If the department supplies material or Signal Maintenance/Upgrade Material (4.06.03) are on a task order Installation Services covers the installation cost for installing the material. Installation Services is a per hour rate that covers men, equipment, and trucks needed to complete installation.

1.06 Emergency Work Order

The emergency work order will be determined by the Project Manager or designated staff. Emergency work orders activities shall include required troubleshooting, repair, installation or replacement of traffic control devices at signalized intersections. The Contractor is responsible for performing the necessary repairs and performing tests to ensure that the traffic signals are left operational or in a safe condition before leaving an intersection. Contractor will document all findings and report them to the Project Manager or designated staff. All salvageable materials are to be returned to the Department’s Traffic Signal Electrical Facility (TSEF) at a mutually acceptable time to both the Contractor and the Project Manager or designated staff or disposed of as directed by the Department.

The Contractor will be required to physically present related traffic signal equipment removed from intersections for the purpose of verifying replacement to include the serial numbers for electronics equipment of the original equipment and the replacement equipment under an emergency work order. Unless otherwise specified, emergency work orders shall include; but is not limited to the troubleshooting and repair of the following items:



  • Conflict Flash at the intersection

  • Detection (IVDS, microwave, etc.) failure at the intersection

  • Inductive Loop failure

  • Controller failure

  • Communication failure

  • Power failure at the intersection

  • Pre-emption failure

  • Damaged Signal Heads

  • Damaged Pedestrian Heads

  • Cabinet Damage/Replacement

  • Transfer Relays failure

  • Battery Backup System Failure


The contractor is responsible for all cables, connectors, hardware and any other items necessary for proper operation and function of a signalize intersection. The hourly price for this item is per person and does not include the cost of equipment and materials required to complete work. All items necessary to complete this emergency work order are the Contractor’s responsibility. The equipment and material bid price is for complete install including material cost, install cost, and any miscellaneous material needed to complete the install of the equipment and materials, if furnished by the Contractor. It is anticipated that one person will be initially assigned to each emergency work order. Department approval is required for each additional person assigned to each emergency work order. This approval is required prior to the beginning of any work by additional person(s).

C.Contract Term

The initial term of the awarded contract will be for a three (3) year term from the date of award. If both parties agree, this contract may be renewed for additional terms up to a maximum of two (2), one (1) year renewals, so long as the terms and conditions remain the same.



  1. Contract Amount

The contract amount will be determined via the bid pricing offered by the successful respondent(s). Based on the items listed on Invitation-To-Bid (ITB), contract award will be made to the lowest Contractor meeting all specifications.
II. SELECTION METHOD

The Department of Transportation has determined that a RFQC followed by a sealed Invitation-To-Bid (ITB) will be the most advantageous selection process to the state in completing the acquisition of these services. The sealed invitation to bid will be sent to all firms deemed qualified who submitted a response to the RFQC. The ITB will consist of detailed information about the services described in this RFQC.



  1. Method of Communication

All general communication of relevant information regarding this solicitation will be made via the Georgia Procurement Registry (GPR) under RFQC 48400-140-0000000010. All firms are responsible for checking the GPR on a regular basis for updates, clarifications, and announcements. GDOT reserves the right to communicate via electronic-mail with the primary contact listed in the Statements of Qualifications (SOQ). Other specific communications will be made as indicated in the remainder of this RFQC.

  1. Selection of Finalists

Based on the SOQ submitted in response to this RFQC, the Selection Committee will identify the qualified firms. The Department will evaluate all submittals deemed responsive and each evaluator will determine if all of the minimum requirements have been met using the criteria identified in Section IV. All firms must meet the minimum requirements as listed in Section IV., below.

  1. Finalist Notification

All firms passing the minimum qualifications will be identified as Qualified Finalists; and will be given any relevant available information which has previously been developed (such as previous programs, studies, preliminary plans, etc.) Each finalist will receive an ITB for the specific tasks identified for a location.

  1. Final Selection

Final selection will be determined by evaluation of the sealed ITB. Negotiations will then be initiated with the apparent awardee to finalize the terms and conditions of the contract. In the event a satisfactory agreement cannot be reached with the apparent awardee, GDOT will formally terminate the negotiations in writing and possibly enter into negotiations with the second highest-ranking firm, and so on in turn until a mutual agreement is established and GDOT awards a contract. The final form of the contract shall be developed by GDOT.

Directory: PRSapp -> bid-documents
bid-documents -> Child Care Management Services es-rfqc-54300-785
bid-documents -> 6 Full Power Racks with Pull Up Bar (Maximum 8 feet tall)
bid-documents -> Bid requirements invitation to bid
bid-documents -> Gba procurement Services 1 martin luther king, jr. Drive, atlanta, georgia 30334 phone number: 404-651-6530 fax number: 404-651-6419
bid-documents -> Request for Qualifications
bid-documents -> Invitation to bid your firm is hereby invited to submit to the City of Atlanta, Department of Procurement “dop
bid-documents -> Invitation to bid your firm is hereby invited to submit to the City of Atlanta, Department of Procurement “dop
bid-documents -> Wednesday, September 10, 2014 addendum number 1 Solicitation Number: itb 900 15-625 Title: Parking Areas & Decks Cleaning & Sweeping
bid-documents -> Invitation to bid your firm is hereby invited to submit to the City of Atlanta, Department of Procurement “dop
bid-documents -> Atlanta Falcons Stadium Company, llc (“Falcons”) Georgia World Congress Center Authority (“Authority”)

Download 99.16 Kb.

Share with your friends:
1   2   3




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

    Main page