Traffic Signal and Intelligent Transportation System (ITS) Demand Services on an Annual Contract

expired opportunity(Expired)
From: Gwinnett County(County)
BL092-21

Basic Details

started - 06 Sep, 2021 (about 2 years ago)

Start Date

06 Sep, 2021 (about 2 years ago)
due - 21 Sep, 2021 (about 2 years ago)

Due Date

21 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
BL092-21

Identifier

BL092-21
Gwinnett County

Customer / Agency

Gwinnett County
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.

BL092-21 Page 2 August 25, 2021 INVITATION TO BID BL092-21 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for Traffic Signal and Intelligent Transportation System (ITS) Demand Services on an Annual Contract with Four (4) Renewal Options for the Department of Transportation. Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the BL# and Company Name. Bids will be received until 2:50 P.M. local time on September 21, 2021 at the Gwinnett County Financial Services - Purchasing Division – 2nd Floor, 75 Langley Drive, Lawrenceville, Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent bid results will be available the following business day on our website www.gwinnettcounty.com. A virtual pre-bid conference is scheduled
for 10:00 A.M. on September 07, 2021. To access, dial 1-408-418- 9388, enter Access Code 179 645 4750. All vendors are urged to attend. Questions regarding bids should be directed to Lindsey Gravitt, Purchasing Associate II, at lindsey.gravitt@gwinnettcounty.com, no later than 3:00 P.M. September 09, 2021. Bids are legal and binding upon the bidder when submitted. All bids should be submitted in duplicate. All contractors must submit with bid, a bid bond, certified check or cashier's check in the amount of five percent (5%) of the total bid. Successful contractor will be required to meet insurance requirements, submit a one hundred percent (100%) performance bond and a one hundred percent (100%) payment bond for sections awarded. Insurance and Bonding Company should be authorized to do business in Georgia by The Georgia Insurance Department, listed in the Department of Treasury's Publication of Companies holding Certificates of Authority as Acceptable Surety on Federal Bonds and as acceptable reinsuring companies, and must have an A.M. Best rating of A-5 or higher. Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to Susan Canon, Gwinnett County Justice and Administration Center, 770-822-8165. The written bid documents supersede any verbal or written prior communications between the parties. Award will be made to the contractor submitting the lowest responsive and responsible bid. Gwinnett County reserves the right to reject any or all bids, to waive technicalities, and to make an award deemed in its best interest. Bids may be split or awarded in entirety. Award notification will be posted after award on the County website, www.gwinnettcounty.com and companies submitting a bid will be notified via email. We look forward to your bid and appreciate your interest in Gwinnett County. Lindsey Gravitt Purchasing Associate II The following pages should be returned in duplicate as your bid: Bid Bond: Page 25 E verify affidavit: Page 35 Ethics affidavit: Page 36 Application for Qualification: Pages 37-46 Bid Schedule: Pages 47-55 Subcontractor List: Page 56 http://www.gwinnettcounty.com/ mailto:lindsey.gravitt@gwinnettcounty.com, http://www.gwinnettcounty.com/ BL092-21 Page 3 Traffic Signal and ITS Demand Maintenance Specifications A. General Specifications The following specifications describe the contractual requirements for various services associated with the installation and maintenance of traffic signal and Advanced Traffic Management System / Intelligent Transportation System (ATMS/ITS) infrastructure on an annual basis in Gwinnett County. All work is to be performed according to the current Georgia Department of Transportation (GDOT) Standard Specifications covering traffic signal and ITS infrastructure and the current Gwinnett County Department of Transportation (DOT) Special Provisions of the aforementioned GDOT Specifications. 1. Gwinnett County reserves the right to reject any or all bids, to waive informalities and re-advertise. It is understood that all bids are made subject to this agreement, that Gwinnett County reserves the right to decide which bid it deems lowest and best, and in arriving at this decision, full consideration will be given to the reputation of the bidder, his financial responsibility, and work of this type successfully completed. 2. Contracts for different sections may be awarded to individual bidders, as benefits Gwinnett County. Gwinnett County reserves the right to award to multiple contractors, utilizing the contractor(s) based on cost and availability. 3. Gwinnett County reserves the right to competitively bid a group of projects. 4. All contracts will apply to all services authorized during contract period, although actual work may extend past contract period. Gwinnett County reserves the right to utilize an alternative contractor in the event of an emergency when the designated contractors cannot respond promptly. Gwinnett County DOT reserves the right to perform any of these tasks with in-house personnel as deemed in the best interest of the County. 5. Utilization of any subcontractor is subject to prior approval by Gwinnett County DOT. 6. Unit rates include all equipment, travel and setup. Work will be done at the unit rates whenever practical. Work not covered by the unit rate will be done at the stated hourly rates for labor and equipment. No hourly work shall be performed without prior specific approval of the Traffic Signal Engineer or ATMS/ITS Engineer or designated Trades Foreman. 7. Work covered under other contracts (pole and detector loop installation) may be performed by the demand installation contractor under hourly rates for labor and equipment if deemed in the best interest of the County. This procedure will be applied if it is judged to be more practical to perform minor tasks in the course of doing other work at a location. This procedure may be applied if the charge for the task does not exceed the stated minimum charge per order. This procedure will be applied at the discretion of the Traffic Signal Engineer or ATMS/ITS Engineer or designated Trades Foreman, as benefits Gwinnett County DOT. 8. Material not supplied by Gwinnett County and any equipment not included in the unit rates will be provided as specified on Bid Schedule. This is subject to prior specific approval of the Traffic Signal Engineer or ATMS/ITS Engineer. 9. Individuals, firms and business seeking an award of a Gwinnett County contract may not initiate or continue any verbal or written communications, regarding a solicitation with any County officer, elected official, employee or other County representative without permission of the Purchasing Associate named in the solicitation between the date of the issuance of the solicitation and the date of the final contract award by the Board of Commissioners. Violations will be reviewed by the Purchasing Director. If determined that such communication has compromised the competitive process, the offer submitted by the individual, firm or business may be disqualified from consideration for award. BL092-21 Page 4 10. GDOT specifications 500, 501, 502, 639, 647, 682, 850, 915, 922, 923, 924, 925, 935, 936, 937, 938, 939, plus all those referenced interior to those specifications are applicable to work in this contract. B. Work Site Specifications 1. All OSHA standards and construction area precautions required by GDOT and the Manual on Uniform Traffic Control Devices shall be followed. 2. Work shall be performed at a time period and in a manner to prevent serious impact on traffic flow. This may include off peak hours, nights and weekends as determined and approved by Gwinnett County DOT. 3. Installation shall meet National Electrical Code and National Electrical Safety Code. Contractor must possess a valid Gwinnett County business license. 4. Contractor should have an IMSA Level 2 certified electrician supervising all activities on a job site. 5. Notification and full cooperation shall be extended to GDOT engineers on State and Federally funded projects. Contractor shall notify field project engineer or GDOT Area office at (770) 535-5759. In the event that GDOT instructions conflict with Gwinnett County specifications, contractor shall contact Gwinnett County DOT for direction. 6. Contractor shall remain solely responsible for damage or wear to equipment used. Contractor is liable for damage to buried utilities and other property, including damage to vehicles from loop sealant. 7. Before beginning excavation, contractor shall ascertain the location of all buried utilities. Contractor shall comply with all requirements of the Utilities Protection Center for both buried and overhead utilities. Contractor shall hand dig across known buried utilities. The contractor should ascertain whether the locate request is fully applicable to the work being performed. Contractor shall comply with Lawrenceville Gas requirement that digging be done during their normal work hours and under their supervision. 8. All work shall be left in a neat and orderly condition. Contractor shall avoid working and parking equipment outside of County/State right-of-way. Impact on landscaped areas shall be kept to an absolute minimum. Contractor shall restore landscaped areas to original condition, replacing sod or reseeding with same type turf. Excess dirt shall be removed by contractor. 9. In the event that rock or other impediment prevents work at the designated location, contractor shall receive prior approval by Gwinnett County DOT before obtaining necessary equipment for blasting or other method of rock removal. This does not apply to moderate difficulties and problems caused by the contractor. 10. Contractor will be provided with diagrams of required work. Pole locations will be staked by the contractor for review by Gwinnett County DOT. A pre-construction conference will be held when necessary. Contractor shall notify Gwinnett County DOT staff and/or the designated inspector when work will be performed so that work may be monitored. 11. Contractor shall continue assigned work until completed. Interruption of work requires prior approval by the Traffic Signal Engineer or ATMS/ITS Engineer or designated Trades Foreman. BL092-21 Page 5 12. In the event that workload exceeds the capacity of the contractor, or the contractor experiences labor or equipment problems, contractor shall subcontract the work in order to complete it within the required time. Subcontractor shall be approved by GCDOT prior to work (see Section A, #5 above). 13. A daily report per location of materials, equipment and labor used on all work shall be submitted each workday, or as required by the designated Traffic Signal or ATMS/ITS Trades Foreman. Receipt of report and signature of the designated Traffic Signal or ATMS/ITS Trades Foreman does not imply acceptance of work. 14. Invoices shall be presented with charges separated per location, listing dates work was performed. Care should be taken to differentiate materials and equipment used under unit rates, those provided by the contractor, and those provided by Gwinnett County. Separate reports shall be submitted for work done under different contracts. 15. Contractor shall provide proper supervision of all employees at all times to assure that work is being performed correctly, efficiently and safely. Contractor shall inspect work, verify that it was performed properly and in conformance with the specifications, and certify this on the daily work report. 16. Gwinnett County DOT does not commit to furnishing full-time inspection or testing of the work in progress, or at material sources. Lack of inspection and/or testing by the county will in no way relieve the Contractor of his responsibility to provide quality workmanship in accordance with the specifications. 17. Work defects encountered within 90 days will be corrected by either Gwinnett County forces or by the contractor, at the discretion of the Traffic Signal Engineer or ATMS/ITS Engineer or designated Trades Foreman. Gwinnett County will bill the contractor for corrective work. Contractor shall correct defects within 48 hours of notification. 18. Traffic Control shall include: submittal of TIR and any other required permits; all labor and miscellaneous equipment necessary to perform the work; conform to GDOT and Gwinnett specifications. C. Preconstruction This section details how contractors will be assigned work. 1. Contractor will be emailed work orders for all assigned tasks from Gwinnett County DOT staff. 2. Contractor shall acknowledge receipt of work orders via email within 2 business days. 3. Contractor shall plan to start work as soon as necessary to complete work orders based on the assigned priority. Exceptions must be approved in advance by Gwinnett County DOT staff. 4. Contractor shall be responsible for calling in locate requests for underground utilities and/or protection of overhead utility lines. 5. Contractor shall notify a Gwinnett County DOT Traffic Signal or ATMS/ITS Foreman or Inspector or the Traffic Control Center (TCC) by 8:30 am each day they plan to work within the County and provide the location(s) where the contractor intends to work. 6. Work order priorities are defined below. • Priority 1 – Emergency – must be completed within 24 hours of notification. • Priority 2 – High – must be completed within 1 week. • Priority 3 – Medium – must be completed within 1 month. • Priority 4 – Project – must be completed per project schedule. BL092-21 Page 6 D. Emergency Work Contractor will on occasion be required to furnish emergency installation or repairs. This section details items specific to those types of tasks. There are other requirements defined in the following sections. 1. Contractor shall have a reliable system to assure immediate contact in an emergency. This system shall provide contact within 30 minutes of an attempt by Gwinnett County DOT staff to initiate contact. Gwinnett County DOT will establish an emergency priority call code. 2. If contractor has not verbally responded within 60 minutes, Gwinnett County DOT reserves the right to hire another contractor to perform the work. 3. Contractor will be emailed a work order for each emergency task the following business day from Gwinnett County DOT staff. 4. Contractor shall acknowledge the work order via email within 2 business days that the emergency work is completed. 5. In addition to the contract rates for work performed, contractor may levy a surcharge per incident. Payment of the Surcharge is contingent upon arrival within stated response time. 6. In such an emergency, Gwinnett County DOT may have work performed by other sources, if adequate service cannot be obtained. E. Material Specifications 1. Materials used shall conform to the material specifications. The listed brands and models, or an equal approved by Gwinnett County DOT, shall be used. a) Gwinnett County DOT may supply specialized traffic signal materials, while the contractor will supply all other materials. If specified, Gwinnett County DOT may furnish: control box and contents, pull boxes, traffic signal and pedestrian heads, poles (timber, strain, and pedestrian pedestal), strain pole clevis clamps, and anchor bolts. b) Contractor shall pick up items from Gwinnett County DOT Central Facility, 620 Winder Highway, Lawrenceville. c) A two (2) working day notice shall be given to the Traffic Signal Engineer or ATMS/ITS Engineer or designated Trades Foreman prior to material pick-up. Contractor shall not enter storage area nor pick up any materials unless accompanied by a Gwinnett County DOT employee. All materials shall be signed for per project location. Contractor shall secure all equipment and materials from damage from weather, vandalism, or other factors. Contractor shall reimburse Gwinnett County DOT for damaged or lost materials. The following applications shall utilize the brand and model of material listed, or an approved equal. # APPLICATION ITEM DESCRIPTION BRAND/MFG # 1 guy and support strand 3/8" extra high strength strand, 7 strand 2 cable support messenger strand 1/4" high strength strand, 7 strand 3 strand terminations 7 lay preformed deadend grips 3/8":Preformed GDE-1107 1/4":Preformed GDE-1104 4 strand splices Preformed splice grip 3/8":Preformed GLS-2107 1/4":Preformed GLS-2104 5 down guy attachments MIF guy hook Stanley Flagg P135AX 6 timber and concrete pole attachments 5/8" thimbleye bolt or 5/8” ovaleye bolt, 2-1/2" square curved washer for timber pole or round concrete pole 2-1/2” square flat washer for octagon concrete pole 7 strand junctions Galvanized ring 7/8" x 4" Crosby S-643 galvanized 8 lashing wire 0.045" stainless steel 9 lashing wire terminations lashing wire clamp Diamond 26-09010 "D" BL092-21 Page 7 # APPLICATION ITEM DESCRIPTION BRAND/MFG # 10 aerial cable support aerial support tie (tie wrap) Panduit PLT 4H-0 Band-it AE612 (machine lashing) 11 aerial bonding Bronze jumper clamp Weaver K-1 12 anchor rod bonding guy bonding clamp Joslyn J3231 13 guy anchor 8-way anchor, galvanized 7'x5/8" twineye anchor rod Joslyn J8135G Joslyn J7517 14 underground loop lead-in splice Pressure terminal connector splices Panduit BSV14X-M 15 ground splice box Pull box with "TRAFFIC SIGNAL" molded into cover Quazite 16 earth ground 5/8" x 8' copperweld ground rod ground rod clamp one-shot weld connector Joslyn J8338 Cadweld GR1-161G 17 conduit schedule 40 PVC (UL listed, sunlight resistant) or rigid galvanized 18 conduit 2” HDPE SDR11 19 seal saw slot detector loop sealant, tip application 3M one-part / ChemQ 20 detector loop wire IMSA 51-3 14 AWG stranded XHHW IMSA 51-5 14 AWG encased 21 loop lead-in cable IMSA, 3-pair, 14 AWG 22 radar and ped wire IMSA, 3-pair, 18 AWG, black 23 traffic signal cable IMSA 19-1, 7-conductor, 14 AWG stranded 24 aerial/ duct fiber-optic cable SM 25 power service feeder 6 or 8 AWG stranded THHN white & black Insulated wire 26 terminals Pressure terminal connector fork terminal Panduit PV14-8FX-M, blue Panduit PV10-8FX-D, yellow Panduit PV18-8FX-CY, red 27 ground wire 6 AWG solid copper 28 tracer wire 10 AWG stranded THHN green Insulated wire 29 concrete GA DOT class "A" 3000 psi 30 pedestal pole foundation steel streetlight foundation Chance C11232JG4VL 31 reinforcement rebar ASTM A-615, GR.60 32 filters for control boxes 10” x 16” x 1” Poly filter w/scrim back 12” x 16” x 1” Poly filter w/scrim back AAF International 229-541-211 AAF International 229-308-211 33 graffiti remover GAT Cantol 800-387-9773 34 overhead sign hanger equipment for span wire assembly span wire clamp extender angle Pelco SE-5219 Pelco SE-0321 Pelco SE-0507 Pelco SE-0547 35 overhead sign hanger equipment for mast arm assembly clamp kit sign clamp gussett tube Pelco AS-0144 Pelco AS-3009 Pelco AB 0502 Pelco 36 Aluminum angle cut to fit assembly Angle Length=39” 1½” x 1½” x 18’ Note: IMSA specifications available from Gwinnett County DOT upon request. BL092-21 Page 8 F. Section 1 – Pole Installation and Removal Installation and removal of poles in embedded and anchor base foundations. This includes; timber poles, guy anchors, steel strain poles, mast arm poles, concrete strain poles, and pedestal pole steel foundations. 1. General a) Contractor shall have a minimum of two (2) derrick/digger trucks and two (2) qualified operators at bid submittal to be considered for this section. b) Gwinnett County DOT will endeavor to set up a full day of installation with sites in close proximity, but contractor may still be required to perform isolated installations anywhere in Gwinnett County. c) Contractor shall be responsible for the disposal of poles after removal unless otherwise directed by Gwinnett County DOT staff. 2. Emergency Work a) Contractor will be required to furnish emergency pole installation services as part of this section. See Section D – Emergency Work for additional requirements. b) Contractor shall have one (1) derrick/digger truck and crew available at all times for emergency work. c) Contractor shall arrive at the Gwinnett County DOT Central Facility or Pole Yard to pick up a pole within two (2) hours of the initial contact by Gwinnett County DOT staff. d) In the event that there is a known deficiency in providing such contact and response, contractor shall set up alternative means, with approval of Gwinnett County DOT staff, to fulfill this requirement. Ability to meet the required response times will be a determining factor in award of this section. e) Contractor is responsible for installing the pole to provide proper clearance to overhead utilities. Poles and foundations improperly installed shall be removed and relocated at the contractor's expense. 3. Timber Poles a) Contractor shall furnish galvanized anchors, anchor rods, ground rods, and pole grounding wire. b) A 6 gauge solid copper ground wire shall be stapled to pole every 6" minimum, except between 8' above the ground line and 8' below the top, where staples may be placed every 2'. Wire shall extend in a continuous length from top to butt of pole, across the full diameter of the butt, and terminate in a "pancake coil" on the butt. Thirteen feet of stripped wire shall be used in the coil, and each turn shall be stapled at each junction of the diameter wire. c) Pole shall be set 6 feet deep, unless otherwise directed. Do not set pole directly on rock; either remove rock and then backfill and compact hole, or adjust location. If hole cannot be dug in designated location, contractor shall attempt to auger at least three alternate locations. d) Guy anchors shall be installed after their respective poles, and anchor location shall be adjusted to accommodate any change in pole location. Anchor shall be angled toward the attachment point on the pole, or 25 feet above the ground. Anchor eye shall be approximately 9" above the ground and marked to alert construction traffic. Anchor shall be installed to provide maximum holding strength. e) Backfill for both pole and anchor shall be tamped to at least the original compaction for the full depth. When a pole is removed, hole shall be backfilled and compacted. f) Pole shall be installed to be plumb when load is applied. Pole shall be installed with proper clearance to overhead lines. Pole shall be cut when necessary to reduce height. 4. Mast Arm Poles and Steel Strain Poles a) Installation of anchor base foundation is bid as a separate item from pole shaft placement. Installation of vertical pole shaft on foundation is a separate item. Foundation installation includes 3 (three) 2” PVC conduit stub plus two (2) 1” conduit for ground wire. Installation of each mast arm on a vertical pole shaft is a separate item. Additional charges (at cost +10%) may be made by submitting detailed cost of all such materials. Special foundations will be installed at the hourly rates. Concurrent with the pole installation, contractor may also be required to supply concrete (at cost + 10%) for other traffic signal work at the same site. b) Powder coated or painted poles shall be wrapped to prevent marring when handling and transporting. BL092-21 Page 9 Contractor is responsible for any damage caused to pole finish. When directed by Gwinnett County DOT, steel poles shall be cut (to reduce height) and touched up with a galvanizing compound. c) The basic anchor base installation will be a 36" diameter x 10' deep foundation, ranging to 15' deep and consist of #4 circular rebar and #8, #9, or #10 straight rebar for reinforcing (contractor will provide the necessary rebar for installation). Bolt circle, foundation depth, and reinforcement required will be specified at the time the installation is ordered. Charges will be made for the basic 10 foot foundation plus the per foot adder price. d) A ground rod shall be provided and installed at each pole as specified herein. e) A cylindrical hole shall be dug a minimum of 36 inches in diameter to form a foundation of the required depth including elevation above ground level. A cylindrical form maximum 18" deep shall be used to form top of foundation at the level stated on the work order. Any additional soil removed shall be replaced with concrete. f) Hole shall be dug to accommodate conduit 18" - 24" deep oriented in designated direction. Conduit shall be sealed and secured in form, stubbed 6” to 12" above the foundation and 3 feet minimum outside foundation at a depth of 18" - 24". Reinforcing bars shall be assembled with tie wire and installed in the hole, as shown in the caisson detail. Horizontal reinforcing bars shall be positioned minimum 3 inches from conduit to prevent crushing. g) Gwinnett County DOT shall be given adequate opportunity to inspect all pole and foundation installations prior to concrete pour. Reinforcing, conduit stubs and anchor bolts shall be in place for inspection. Inspection should be completed before concrete is ordered. Contractor shall ensure that the Gwinnett County DOT inspector is on site during the pour. A two (2) working day notice shall be given before pouring begins. No pouring is allowed after the following times without approval of Traffic Signal & ATMS Section, M-Th 2:00 p.m., Friday 12:00 p.m. h) Hole shall remain covered with any safety cribbing used being left in place until pour. All water shall be removed from hole before pouring concrete. Entire foundation shall be poured at the same time, using class A concrete, and power vibrated to remove all voids. Surface of foundation shall be level or have a slight crown; a concave surface is unacceptable. Faint marks shall be scribed on the foundation to indicate orientation of conduit. Contractor shall note on receipts from concrete plant the particular pole foundation to which it applies. Receipts shall be delivered to Gwinnett County DOT prior to invoice. 5. Pre-Stressed Concrete Strain Pole Procedure: a) Drill round holes or dig square holes for pre-stressed concrete poles. b) Do not disturb the natural ground adjacent to the foundation more than necessary. c) Excavate to the lines and elevations shown on the Plans or established by Engineer. d) Dispose of the excavated materials as directed. e) Re-grade and add grass to the disturbed areas to match the contiguous area. f) Backfill according to the Plans. Furnish and place Class A concrete, as required, according to the applicable portions of Section 500 and Plan details. g) Remove all eyes and loops used in the erection of pole and patch all remaining holes. 6. Pedestrian and Flashing Beacon Poles Pedestal or flasher pole foundations that are poured shall use class A concrete and have a 24” diameter. Bagged concrete hand mixed onsite will not be accepted. When steel streetlight foundations are used, those are to be directly screwed into the ground by auger truck without excavation. They shall be installed plumb, flush to grade and bolt hole pattern square to road. Preformed concrete bases shall not be used unless approved by Gwinnett County DOT staff. Reference GDOT spec 925.2.28 (1-9), for base and for breakaway poles, reference GDOT Spec Section 850 and 925. a) Pedestrian signal heads and hardware shall be all black in color. Pedestrian signal heads shall be mounted with clamshell type bracket assemblies and shall be equipped with County approved LED countdown modules. b) Pushbutton stations that are installed on a pedestal pole for two perpendicular crossings shall be mounted on a double pushbutton station adapter. Pedestrian pushbuttons shall be installed within 10” of sidewalk with sign arrow indicating the crossing direction. Pedestrian pushbuttons and signs shall be vandal resistant with a piezo switch, led indication and audible feedback. c) One 7-conductor, 14 AWG, stranded cable and 3-pair, 18 AWG detector cable for proposed and future pedestrian signals shall be installed at each strain pole. A minimum of one 7-conductor, 14 AWG, stranded signal cable for proposed and future vehicle signals shall be installed on all four sides of the installation. BL092-21 Page 10 G. Section 2 – Detector Loop Installation This section addresses the installation of wire loop detector systems in asphalt or concrete road surface. The installation shall comply with the current GDOT 647 specification and Gwinnett County DOT 647 Special Provision at the time a work order is issued and the following requirements. 1. The typical loop installation will consist of the following items. a) saw cut b) loop wire c) loop sealant d) conduit 2. The typical loop installation shall include up to 25 feet from the loop to the closest enclosed termination point. That could include a pull box, conduit or the traffic signal cabinet depending on location. For installations that are over 25 feet to the closest enclosed termination point, the contractor is allowed to charge on a per foot basis as defined in the bid schedule. 3. Work will be accomplished on a flat rate per bid item for typical loop installations. The contractor supplies loop sealant, wire and conduit. Conduit shall be 2” unless 1” conduit is explicitly granted at the discretion of Gwinnett County DOT. Equipment and labor charges will be applicable only in circumstances not covered by the flat rate. a) After successful test, slot and cut holes shall be filled with approved loop sealant to 1/16" of surface after settling and to the cover above the top conductor as required in the current GDOT 647 specification. Loop sealant shall be installed by injection into the slot only; no pouring or other methods are permissible. The sealant nozzle shall be inserted into the slot to its full length in order to inject the sealant to the full depth of the slot and to completely encapsulate the wire. No voids will be permitted. The need to remove surplus sealant from the adjacent road surface should be avoided. When necessary, surplus sealant shall be removed without the use of solvents, and without spreading it over the surface. Traffic shall be restricted from loop area until wire is laid. Loop shall be sealed the same day and before rain. If mud or other debris should enter slot, it shall be removed and the slot shall be completely cleaned. b) Loop wire shall maintain the minimum depth through concrete gutter. A hole shall be drilled below the face of curb to pass the loop wire through the curb to the road shoulder. Loop wire shall exit road surface for curb at a minimum depth of 6 inches. Loop wire pair in shoulder shall be symmetrically twisted 3 turns per foot. Conduit with smooth, watertight joints shall run from edge of road to termination point at 18" minimum depth. Conduit installations will usually be hand trenched. Trench shall be backfilled and compacted to original compaction to within 6" of surface. Marking tape (supplied by County) shall then be placed, the trench backfilled and compacted, and the surface dressed to the condition of the original landscaping. Ends of conduit shall be sealed waterproof. c) Loop lead-in wire shall be terminated in control box, or waterproof spliced to loop lead-in cable in closest enclosed termination point. Junction shall be 10' from edge of pavement or 3' from curb, where there is minimum vehicular encroachment. Sufficient slack wire shall be left at access points to make connections. 2. Loop Cable in Conduit: a) Conduit installation, including encasement and boring, shall be performed per GDOT spec 680.05, except as modified herein. Conduit installation shall include pulling tape and tracer wire. b) All loop cables and conduit runs over fifty feet (50’) shall be installed at a minimum depth of thirty-six inches (36”). Conduit and cable runs less than fifty feet (50’) shall be installed at a minimum depth of twenty-four inches (24”). c) Trench shall be backfilled and compacted to original compaction to grade. The hand-trenching rate will be applicable when necessary and as authorized by the Traffic Signal Engineer or ATMS/ITS Engineer or designated Trades Foreman. Trench shall not be backfilled until it is inspected by Gwinnett County DOT. d) All underground splices shall be made in an approved locking pull box, one meeting the current GDOT Spec 647 Type 2 with eighteen inch (18”) minimum of gravel as a foundation for the box. Box shall be level and 1" above ground or flush with concrete surface. A ground rod shall be installed in pull box. BL092-21 Page 11 e) All conduit connections shall be watertight. Terminations in pull box shall be through elbow to 6" below top of box. f) Sufficient cable shall be provided at all terminations and access points for future connections: control box -6’ inside box, pole condulet - 4", pull box - 2', steel pole - 18" outside access hole. Where cable pairs pass unbroken through access point, a cable loop of twice this length shall be provided for future connections. g) Conduit installed in an open cut in the street shall be backfilled and topped with concrete and topped with asphalt per GDOT specs. Where open cut cannot be used, conduit will be installed by boring for continuous distances up to one-hundred thirty feet (130’). Bored installation shall use 2" or 3" rigid galvanized steel conduit, conduit in steel sleeve or HDPE conduit via directional boring. Compaction type bore shall be done at a minimum depth of 3 feet. h) Contractor shall install cables and tracer wire in unbroken runs, unless otherwise indicated by Gwinnett County DOT. All breaks in the cable must be specifically approved by the Traffic Signal Engineer or ATMS/ITS Engineer or designated Trades Foreman. Sufficient cable shall be provided for 6’ lead-in within control box. Cables that are incorrectly cut shall be replaced at contractor’s expense, including cost of cables. i) Cable shall be secured against damage or theft until installation is completed. Vehicles shall not be permitted to run over cable. Cable ends shall be sealed against moisture infiltration. Damaged or lost cables shall be replaced at the contractor’s expense. H. Section 3 – Traffic Signal Preventative Maintenance This section describes the tasks required as part of annual preventative maintenance for traffic signal systems. 1. Contractor shall immediately notify Gwinnett County DOT staff of any observed problems with the operation of a traffic signal or any deficiencies requiring immediate attention. 2. Traffic signals will be divided into four groups, representing a geographically contiguous sequence to minimize travel between locations. Each group may contain between 20 and 30 intersections designated for LED replacement. 3. Gwinnett County will provide the LED vehicle and pedestrian signal modules that are to be replaced. 4. The Contractor will provide all other materials to perform and complete the tasks as described. The bid unit rates shall include the cost of all materials supplied by the contractor and all labor or equipment necessary to perform the work. 5. Maintenance on each group shall be completed within a 12 week period of receiving the maintenance forms. The contractor shall complete maintenance of a group prior to starting a subsequent group. 6. Pay items 3-1 and 3-2: Annual replacement of LED modules – the following activities shall be performed: a) Vehicle and pedestrian signals containing LED indications replaced when specified. b) “Stop and go” signalized intersections may vary from 18 to 54 vehicle signal sections and up to 8 pedestrian signals per intersection. c) Vehicle signal heads will typically be 3-section, 4-section, or 5-section heads. d) A pedestrian signal is usually a single section that includes the “walk”, the “don’t walk,” and countdown indications. e) For single indication signal circuits, an electrical load shall be temporarily connected prior to removing or installing the LED in order to prevent the traffic signal from tripping into the flash mode. f) Any LED module that is removed and has a manufacture date that is within 24 months of the removal date shall be returned to Gwinnett County DOT. All other LED modules and materials shall be disposed of by the contractor. 7. Pay item 3-3: Traffic signal control cabinet maintenance – the following activities shall be performed: a) Clean the inside of signal cabinet - all dirt, dust and debris shall be removed using a shop vacuum and brush. b) Graffiti and signs will be removed from the outside of signal cabinet and poles using an approved remover. c) All filters will be replaced using approved filters and sealed in place with an approved tape. d) All vehicle detectors and pedestrian push buttons will be checked for proper operation. Contractor shall notify the Traffic Signal Engineer or ATMS/ITS Engineer or designated Trades Foreman of BL092-21 Page 12 any malfunctioning detectors or ped buttons prior to leaving the signal cabinet. e) Check the operation of the signal cabinet fan, using a hair dryer, and when finished set the thermostat to 90 degrees. f) Check operation of the internal signal cabinet lights and replace bulbs as necessary. g) The caulking between the signal cabinet and base shall be inspected and re-caulked as needed. h) The signal cabinet grounding system resistance shall be tested and recorded on maintenance form. 8. Pay item 3-4: Battery back-up cabinet maintenance – the following activities shall be performed: a) Voltage check on each battery and record on maintenance form. b) Check bypass switch. c) Clean the inside of battery cabinet - all dirt, dust and debris shall be removed using a shop vacuum and brush. d) Graffiti and signs will be removed from the outside of battery cabinet using an approved remover. e) All filters will be replaced using approved filters and sealed in place with an approved tape. The filter size is 12” x 16” x 1”. f) Check the operation of the signal cabinet fan, using a hair dryer, and when finished set the thermostat to 90 degrees. g) Check operation of the internal battery cabinet light and replace bulb as necessary. h) The caulking between the battery cabinet and base shall be inspected and re-caulked as needed. 9. The following items will be performed on an as needed basis as part of cabinet maintenance: a) Approximately one tablespoon of fire ant killer bait shall be sprinkled on the bottom of the cabinet when ants are present. b) Rat poison shall be distributed inside the cabinet when signs of rats are present. c) Herbicide (Round Up, Finale or an approved alternate) shall be applied to the area that extends approximately 12” around the cabinet base and foot pad. Herbicide shall also be applied between the control box and footpad. This is to be performed on cabinets that are located where the lawn does not appear to be maintained on a regular basis. d) A weed eater should be used in an area extending 36” minimum from the cabinet base, foot pads, sign posts/poles and pushbuttons when grass is over 6” tall. e) Trim/cut all grass, brush and limbs that obstruct or interfere with pedestrian heads, flasher heads, cabinet doors and/or pushbuttons within a 10’ (ten foot) radius. f) All burnt or damaged signal head parts shall be replaced. All parts will be furnished by Gwinnett. g) Foot pads shall be raised, leveled and dirt and debris removed as needed. Any missing foot pads at signal locations shall be noted on form in remarks. h) Remove and dispose of any debris on top of signal cabinet and base. 10. The contractor will provide the following: Cleaning supplies, herbicide, and ant killer. 11. Pay item 3-5: Video detection system maintenance – the following activities shall be performed: a) Video detection camera lenses shall be cleaned with water only or per manufacturer specifications. b) The camera mounting hardware shall be checked for proper fit to the camera and the pole/mast arm. Any wear should be noted on the inspection report. c) Check all cable connectors on the camera and in the cabinet. d) After cleaning, the video outputs in the cabinet shall be checked to ensure the video detector setup has not been altered. 12. Pay item 3-6: Radar detection system maintenance – activities shall be performed per the manufacturer’s specifications. 13. Contractor supervisor shall personally perform aerial spot inspections and confirm satisfactory performance. 14. Prior to leaving each location, the person performing the work shall complete a report form documenting the quantity and types of LED modules installed and services provided. The completed form for each intersection shall be turned into Gwinnett County DOT. An example of the form is in Appendix A – Maintenance Forms. 15. The following information will be indicated and recorded on the maintenance form and the Cabinet Log: a) missing footpads for control boxes BL092-21 Page 13 b) control box grounding system resistance without disconnecting the grounding electrode from the cabinet using a clamp-on tester. c) number and size of cabinet filters 16. Pay items 3-7 through 3-8. Overhead sign maintenance. a) As part of the annual maintenance, we will be replacing some overhead signs. This includes overhead street name signs (Pay Items 3-7 and 3-8) as well as regulatory signs (typically 24”x36”) (Pay Item 3-8.) This includes installation on both span-wire installation and mast arms. b) Signs and brackets will be provided by Gwinnett County. c) Pay item 3-8 includes the installation of the new overhead street name sign. It also includes removal and disposal of any old street name signs. With the new overhead street name signs including the Gwinnett County logo and its associated additional length, this may require shifting traffic signal heads. d) Pay item 3-8 considers installation of a single sign of approximately 24” x 36” dimensions. Sign and bracket will be provided by Gwinnett County. e) Signs will be expected to be installed within 30 calendar days of notifying the contractor that they are ready to be picked up. 17. Pay item 3-9. Conflict monitor replacement. a) As part of the annual maintenance, we will be replacing some conflict monitors. b) Replacement unit price should include appropriate traffic control. c) Monitors that are part of the maintenance program will be provided by Gwinnett County. 18. Pay item 3-10. In-cabinet BBS installation. a) As part of the annual maintenance, we will be installing some in-cabinet battery backup systems. b) Installation should be per manufacturer specifications. c) Installation unit price should include appropriate traffic control. d) BBS that are part of the maintenance program will be provided by Gwinnett County. 19. Pay item 3-11. External BBS installation. a) As part of the annual maintenance, we will be installing some external battery backup systems. b) Installation should be per manufacturer specifications. c) Installation unit price should include appropriate traffic control. d) BBS that are part of the maintenance program will be provided by Gwinnett County. e) This work is intended for completion inside an existing external BBS cabinet. No new base and external cabinet should be installed as part of this pay item, but all other devices inside the cabinet and necessary setup. I. Section 4 – Traffic Signal Installation This section involves the complete installation/rebuild of traffic signals or other control devices and any modifications or repairs at existing installations. Specifications for the work under this section may be described in one of the other following Sections: Pole Installation and Removal or Detector Loop Installation. The contractor awarded this section will be considered as the first option to assist the County to complete work orders initially assigned under other Sections. In the event that the selected contractor on the Pole section and/or Loop section is unable to perform work in a timely manner, those work orders will be reassigned. Those work orders could include emergency pole installations with the expectation that the contractor will meet the requirements defined for Pole Installation and Removal. The surcharge for emergency work will be allowed. 1. All material to perform signal installations will be provided by the contractor, unless specified by the Traffic Signal and ATMS Engineer. 2. Contractor will be furnished with a traffic signal design and a list of any material to be provided by the County. Adequate lead-time to order the necessary materials to complete the installation will be provided. 3. Prior to ordering materials, contractor shall provide an estimate of the proposed expenditures, vehicles at stated hourly rate; materials at cost plus a markup for handling; labor and equipment at the stated hourly rate. Estimate shall be approved by the Traffic Signal and ATMS Engineer before placing materials order. 4. Method of payment shall be as follows: Labor and equipment will be paid by the hourly rates established BL092-21 Page 14 in the bid schedule. Any equipment not covered under the hourly rates will be paid at the Blue Book Rental Rate. Material not supplied by Gwinnett County will be provided at cost plus the markup percentage on your bid schedule. 5. Contractor shall submit 3 copies of equipment and material specifications to Gwinnett County DOT for review and approval by the Traffic Signal and ATMS Engineer. 6. Contractor shall submit daily an itemized list per location of material, labor and equipment used and work completed. Additional substantiation shall be submitted upon request. 7. Poles shall be erected or guyed to provide a plumb position when all signal equipment has been installed. Curved washers or other hardware conforming to the shape of the pole shall be used on both sides of bolt through timber and concrete poles. 8. Signal support span shall be attached to maintain a signal height of 17 to 19 feet from top of pavement to the bottom of the signal head. Sight level shall be used where necessary to properly determine attachment height. Junctions of 3 or more span wires shall be made with a galvanized “bull” ring. Support span and messenger strand shall extend 2' past termination to facilitate bonding connection between wires. 9. Dead end wraps only shall be used for support span and messenger strand connections to poles or “bull” rings. 10. Lashing wire only shall be used to attach cables to support span and messenger strand. 11. Signal head cable splices shall be made inside signal head. Wire entrances shall face the same direction per approach. The cable jacket shall extend 4” into the wire entrance of the signal head. A 12" diameter loop with approximately 4' of signal cable shall be provided at each signal. Cable shall pass down from wire entrance before entering loop to prevent water from dripping into wire entrance. 12. Connections in signal heads and control box shall be made with insulated spade terminals crimped with Klein 1006 or equivalent tool. Tug on wires to check crimp terminals for good mechanical connection. Connections below ground level shall be watertight. Contractor shall furnish as-built drawing of cable runs with color code listings. 13. Traffic signals that are installed but not in use shall be bagged to clearly indicate that they are not in operation. Traffic signals shall be positioned in symmetry with the exit lanes of the intersection, unless otherwise directed. Signals shall be balanced and aimed at a point upstream from the stopline corresponding to the posted speed limit: 25 mph - 175', 30 mph - 250', 35 mph - 325', 40 mph - 400', 45 mph - 475', 50 mph - 550', 55 mph - 625'. 14. Power Service entrance to control box shall be in separate 1" conduit. Power service weatherhead shall be placed within 12" below neutral on a joint use pole; other weatherheads at height of messenger strand. All conduits should be attached to backside of pole to minimize conspicuousness and maintain neat appearance. Minimum spacing for conduit clamps: 1" conduit - 3', 2" conduit - 5', 3" conduit - 6'. 15. Power service disconnects shall be installed on the cabinet corner. 16. Control box shall be attached via #6 solid copper wire to an 8' driven ground rod system. As many rods as necessary will be installed to achieve a 10 ohm to ground resistance reading using a AEMC 3711 ground tester or equivalent. No rods shall be under the cabinet base or footpad and shall not be installed closer than 10’ to any pole ground or other grounding system. All poles shall be attached via #6 solid copper wire to an 8’ ground rod. All ground rods shall be driven 6” below ground level and all wires will be connected to ground rods using a ground rod clap or welded connection. 17. Pole mounted control boxes shall be securely attached to pole with top of cabinet 6-1/2’ above ground. All conduit entrance shall be from bottom of box. LB or similar conduit fitting shall be used to connect conduit run to pole to provide neat appearance and secure attachment. LB fitting shall be installed horizontally with PVC box adapter so that LB fitting is flush against bottom of box. Conduit shall not be installed directly from BL092-21 Page 15 cabinet to ground. Contractor shall level ground and install a precast foot pad 3” in front of the cabinet. The foot pad shall be approximately the width of the cabinet and be made of quazite type material. 18. Base mounted control boxes shall be installed on a precast base embedded 12” deep. Base shall be level. Care should be taken that all required conduit is capped and in place, including stubs for future use. Separate conduit shall be provided for ground wire. Contractor shall level ground and install a precast footpad directly in front and in back of all traffic signal and battery backup cabinet installations. All foot pads shall be approximately the width of the cabinet base and shall be made of quazite type material. There shall be 18” of gravel below cabinet base and 6” around the outside. 19. A battery base mount extension will be installed for all battery backup cabinets, with prefabricated controller bases. 20. There will be a 30 day burn in period after completion of the signal. A retainage of no greater than five percent (5%) of the total installation cost will be held until burn in period has been completed. J. Section 5 – ATMS/ITS Installation, Maintenance and Repair 1. Summary a) This section covers work related to the complete installation, maintenance, and repair of ATMS/ITS components. i. Installation includes, but is not limited to CCTV cameras, network electronics and fiber optic cables. ii. Preventative maintenance activities include cleaning ATMS/ITS Hub cabinets, CCTVs and CCTV cabinets and ensuring all components are in working order at existing installations. iii. Repair activities include troubleshooting and repair of existing installations. b) Specifications for the work under this section may be described in one of the other following categories: Pole Installation and Removal, Traffic Signal Maintenance or Traffic Signal Installation. 2. Emergency Work a) Contractor will be required to furnish emergency fiber optic cable repair services as part of this section. b) Contractor shall have one (1) certified fiber splicer and equipment available at all times for emergency work. c) Contractor shall arrive at the job site within three (3) hours the initial contact by Gwinnett County DOT staff. d) In the event that there is a known deficiency in providing such contact and response, contractor shall set up alternative means, with approval of Gwinnett County DOT staff, to fulfill this requirement. Ability to meet the required response times will be a determining factor in award of this section. 3. Bid Schedule Item Details 5-1. Install CCTV System a) The bid unit rate shall include the following components: i. Installation of all CCTV System components on existing infrastructure. ii. Installation of 30’ of conduit via trenching. iii. All labor, traffic control, and miscellaneous equipment necessary to perform the work and provide an operational CCTV camera system. b) The County shall provide the following components: i. POE HD CCTV ii. POE injector iii. Cat 6 shielded cable iv. Standard CCTV bracket or luminaire arm c) Other requirements/information. i. Upon request , Contractor shal l submit 1 electronic copy and 1 hard copy of equipment and material specifications to Gwinnett County DOT for review and approval by the ATMS/TCC Engineer. 5-2. Replace CCTV System a) The bid unit rate shall include the following components: i. Removal of existing CCTV system and cabling. ii. Disposal of removed equipment, unless otherwise specified in the work order. iii. All labor, traffic control, and miscellaneous equipment necessary to perform the work and BL092-21 Page 16 provide an operational CCTV camera system. b) The County shall provide the following components: i. POE HD CCTV ii. POE injector iii. Cat 6 shielded cable iv. Standard CCTV bracket or luminaire arm c) Other requirements/information. i. Upon request, Contractor shall submit 1 electronic copy and 1 hard copy of equipment and material specifications to Gwinnett County DOT for review and approval by the ATMS/TCC Engineer. 5-3. Maintenance of CCTV System With Camera Cabinet a) The bid unit rate shall include the following components: i. Labor to perform maintenance activities of CCTV System and associated camera cabinet, as listed on the Gwinnett County CCTV Maintenance Form (see Appendix A.) ii. Materials (equipment, supplies, filters, etc.) needed to complete the maintenance activities. iii. Traffic control. iv. Electronic submittal of completed CCTV Maintenance Forms. b) The County shall provide the following components: i. Electronic files (pdf format) or paper copies of CCTV Maintenance Forms, one per camera. ii. Verification of operation at the completion of each camera and cabinet maintenance. c) Other requirements/information: i. Contractor shall immediately notify Gwinnett County DOT of any observed problems with the operation of the CCTV system or any deficiencies requiring immediate attention. ii. CCTV systems may be given as one group of approximately 250 locations encompassing all areas of Gwinnett County. The total number of cameras will increase during the term of this contract. The timeframe for camera maintenance to be completed shall be as follows: Total number of cameras divided by 20 = total number of weeks allowed. iii. Obtain approval of the following materials prior to starting maintenance activities: • Cleaner used on domes. • Cabinet filters. • Tape used to seal cabinet filters. • Graffiti remover. iv. Prior to leaving each location, complete the CCTV Maintenance Form, documenting the services provided. v. Contractor supervisor shall personally perform cabinet and aerial spot inspections and confirm satisfactory performance. 5-4. Maintenance of CCTV System Without Camera Cabinet a) The bid unit rate shall include the following components: i. Labor to perform maintenance activities of CCTV System, as listed on the Gwinnett County CCTV Maintenance Form (see Appendix A.) ii. Materials (equipment, supplies, cleaners, etc.) needed to complete the maintenance activities. iii. Traffic control. iv. Electronic submittal of completed CCTV Maintenance Forms. b) The County shall provide the following components: i. Electronic files (pdf format) or paper copies of CCTV Maintenance Forms, one per camera. ii. Verification of operation at the completion of each camera maintenance. c) Other requirements/information: i. Contractor shall immediately notify Gwinnett County DOT of any observed problems with the operation of the CCTV system or any deficiencies requiring immediate attention. ii. CCTV systems may be given as one group. See Item 5-3. BL092-21 Page 17 iii. Obtain approval of the following material prior to starting maintenance activities: • Cleaner used on domes. iv. Prior to leaving each location, complete the CCTV Maintenance Form, documenting the services provided. v. Contractor supervisor shall personally perform aerial spot inspections and confirm satisfactory performance. 5-5. Maintenance of ATMS Hub Cabinet a) The bid unit rate shall include the following components: i. Labor to perform maintenance activities of the ATMS Hub Cabinet, as listed on the Gwinnett County CCTV Maintenance Form (see Appendix A.) ii. Materials (equipment, supplies, filters, etc.) needed to complete the maintenance activities. iii. Electronic submittal of completed ATMS Hub Maintenance Forms. b) The County shall provide the following components: i. Electronic files (pdf format) or paper copies of CCTV Maintenance Forms, one per camera. ii. Verification of operation at the completion of each cabinet maintenance. c) Other requirements/information: i. Contractor shall immediately notify Gwinnett County DOT of any observed problems with the operation or any deficiencies requiring immediate attention. ii. ATMS Hub Cabinets will be given as one group of approximately 30 locations encompassing all areas of Gwinnett County. The total number of Hub Cabinets will increase during the term of this contract. The timeframe for ATMS Hub Cabinet maintenance will be defined in the work order. iii. Obtain approval of the following materials prior to starting maintenance activities: • Cabinet filters. • Tape used to seal cabinet filters. • Graffiti remover. iv. Prior to leaving each location, complete the ATMS Hub Maintenance Form, documenting the services provided. v. Contractor supervisor shall personally perform cabinet spot inspections and confirm satisfactory performance. 5-6. Furnish and Install Fiber Patch Panel, Wall Mount, 12 Port: a) The bid unit rate shall include the following components. i. Fiber Patch Panel wall mount box. ii. Bulkhead with fiber interconnect cable. iv. Splicing of the fiber interconnect cable to the fiber optic cable. v. Testing of each termination. vi. All labor and miscellaneous equipment necessary to perform the work and provide an operational FPP. b) The County shall provide the following components: N/A. c) Other requirements/information: i. All components shall be per GDOT standard specification 935 and applicable Gwinnett County DOT special provision. 5-7. Furnish and Install Fiber Interconnect Cable, 12 Fiber: a) The bid unit rate shall include the following components. i. Fiber Interconnect Cable (duplex LC connectors or single ST connectors) ii. Splicing of the fiber interconnect cable to the fiber optic cable. ii. Testing of each termination. BL092-21 Page 18 iii. All labor and miscellaneous equipment necessary to perform the work and provide an operational Fiber Interconnect Cable. b) The County shall provide the following components: N/A. c) Other requirements/information: i. All components shall be per GDOT standard specification 935 and applicable Gwinnett County DOT special provision. 5-8. Fusion Splice: a) The bid unit rate shall include the following components. i. Fiber splice. ii. Testing of the Fiber Splice. iii. All labor and miscellaneous equipment necessary to perform the work and provide an operational Fiber Connection. b) The County shall provide the following components: N/A. c) Other requirements/information: i. All components shall be per GDOT standard specification 935 and applicable Gwinnett County DOT special provision. ii. All underground splices shall be made in an approved locking pull box that meets or exceeds the GDOT standard specification 647 Type 7 pull box and applicable Gwinnett County DOT special provision. iii. Underground fiber optic cable splices shall be also encased in a re-enterable encapsulating splice closure per GDOT standard specification 935 and applicable Gwinnett County DOT special provision and connections made with fusion splices. iv. Cable splices shall be minimized. Where possible, branch splices shall be made without severing the through conductors. v. Fiber color codes shall be maintained through splice. 5-9. Mobilization for Fusion Splice: a) The bid unit rate shall include the following components. i. Any equipment or vehicle needed to access to the fiber splice can. ii. Traffic control. b) This bid item may be used with the following restrictions. i. For a trip made specifically to perform primarily Fiber Splices. ii. Once per day. 5-10. Furnish and Install Tracer Wire: a) The bid unit rate shall include the following components. i. Tracer Wire. ii. Testing of the Tracer Wire. iii. All labor and miscellaneous equipment necessary to perform the work and provide an operational Tracer Wire. b) The County shall provide the following components: N/A. c) Other requirements/information: i. All components shall be per GDOT standard specification 682 and applicable Gwinnett County DOT special provision. ii. Contractor shall run tracer wire in unbroken runs, unless otherwise indicated by Gwinnett County DOT. iii. Tracer wire connections must be made in a pull box. 5-11. Mobilization for Tracer Wire Installation: a) The bid unit rate shall include the following components. i. Any equipment or vehicle needed to access to the conduit path. ii. Traffic control. b) This bid item may be used with the following restrictions. i. For a trip made specifically to perform primarily Tracer Wire Installation. ii. Once per day. 5-12. Furnish and Install Pull Box, PB-7 (Split Lid): a) The bid unit rate shall include the following components. i. Type 7 pull box with split lid labeled Gwinnett DOT. BL092-21 Page 19 ii. Removal of existing pull box, if needed. iii. Rerouting of existing conduit into new pull box, as appropriate. iv. All labor and miscellaneous equipment necessary to perform the work. b) The County shall provide the following components: N/A. c) Other requirements/information: i. All components shall be per GDOT standard specification 682 and applicable Gwinnett County DOT special provision. ii. Box shall be level and 1" above ground or flush with concrete surface. iii. A ground rod shall be installed in pull box if directed by the Engineer. 5-13. Furnish and Install 2” Rigid Riser: a) The bid unit rate shall include the following components. i. 2” Rigid Riser conduit. ii. Attachment materials. iii. Weather head. iv. All labor and miscellaneous equipment necessary to perform the work. b) The County shall provide the following components: N/A. c) Other requirements/information: i. All components shall be per GDOT standard specification 682 and applicable Gwinnett County DOT special provision. 5-14. Directional Bore, 1- 2” HPDE, 5-15. Directional Bore, 2- 2” HPDE, 5-16. Directional Bore, 3- 1 ¼ ” HPDE: a) The bid unit rate shall include the following components. i. Conduit. ii. Pull tape in every conduit. iii. Tracer wire in at least 1 conduit. iv. Mobilization. v. All labor and miscellaneous equipment necessary to perform the work and provide a continuous conduit system. b) The County shall provide the following components: N/A. c) Other requirements/information: i. Conduit installation, including encasement and boring, shall be performed per GDOT specification 682 and applicable Gwinnett County DOT special provision, except as modified herein. ii. Any hand trench locations (like at couplings) shall be backfilled and compacted to original compaction and the surface dressed to the condition of the original landscaping. Trench shall not be backfilled until it is inspected by Gwinnett County DOT. 5-17 through 5-21. Furnish and Install UNDERGROUND OSP Fiber Optic Cable, Loose Tube, SM, Any Size Fiber: a) The bid unit rate shall include the following components. i. Fiber cable. ii. All labor and miscellaneous equipment necessary to perform the work. b) The County shall provide the following components: N/A. c) Other requirements/information: i. All components shall be per GDOT standard specification 935 and applicable Gwinnett County DOT special provision. ii. Contractor shall run cables in unbroken runs, unless otherwise indicated by Gwinnett County DOT. All breaks in the cable must be specifically approved by the ATMS/TCC Engineer. Sufficient cable shall be provided for 10’ drop cable within signal or CCTV cabinet. Cables that are incorrectly cut shall be replaced at contractor’s expense, including cost of cables. iii. Cable shall be secured against damage or theft until installation is completed. Vehicles shall not be permitted to run over cable. Cable ends shall be sealed against moisture infiltration. Damaged or lost cables shall be replaced at the contractor’s expense. 5-22 through 5-26. Furnish and Install AERIAL OSP Fiber Optic Cable, Drop, SM, Any Size Fiber: a) The bid unit rate shall include the following components. i. Fiber cable. ii. Traffic control BL092-21 Page 20 iii. All labor, vehicles, and miscellaneous equipment necessary to perform the work. b) The County shall provide the following components: N/A. c) Other requirements/information: i. All components shall be per GDOT standard specification 935 and applicable Gwinnett County DOT special provision. 5-27. Furnish and Install AERIAL or UNDERGROUND Shielded CAT6 Cable: a) The bid unit rate shall include the following components. i. Outdoor rated, shielded CAT6 cable. ii. Appropriate RJ45 connectors. iii. Traffic control. iv. All labor, vehicles, and miscellaneous equipment necessary to perform the work. b) The County shall provide the following components: N/A. c) Other requirements/information: i. All components shall be per GDOT standard specifications and applicable Gwinnett County DOT special provisions. 5-28. Furnish and Install ¼” Strand: a) The bid unit rate shall include the following components. i. ¼” Strand. ii. Appropriate pole attachments. iii. Traffic control. iv. All labor, vehicles, and miscellaneous equipment necessary to perform the work. b) The County shall provide the following components: N/A. c) Other requirements/information: i. All components shall be per GDOT standard specifications and applicable Gwinnett County DOT special provisions. 5-29. Remove Abandoned Communication Cables: a) The bid unit rate shall include the following components. i. Removal of aerial or underground communications cable (fiber or copper) and other associated unused equipment (splice cans, etc.) ii. Disposal of cables and equipment, unless otherwise directed. iii. Traffic control. iv. All labor, vehicles, and miscellaneous equipment necessary to perform the work. b) The County shall provide the following components: N/A. c) Other requirements/information: i. Must keep all existing communications intact. 5-30. Traffic Control: a) The bid unit rate shall include the following components. i. Submittal of TIR and any other required permits. ii. All labor and miscellaneous equipment necessary to perform the work. b) The County shall provide the following components: N/A. c) Other requirements/information: i. All components shall be per GDOT standard specification and applicable Gwinnett County DOT special provision. 4. ATMS Equipment Installation: Network electronics installation shall be per GDOT standard specification 939 and applicable Gwinnett County DOT special provision. The bid unit rates shall include the cost of all materials supplied by the contractor and all labor or equipment necessary to perform the work. Contractor shall submit 3 copies of equipment and material specifications to Gwinnett County DOT for review and approval by the Traffic Signal Engineer. 5. ATMS Troubleshooting and Repair This section involves the diagnosing, troubleshooting and repair of malfunctions or failures in the County’s ATMS network. This includes but is not limited to CCTV systems, camera lowering systems, field switches and fiber optic cables. The Contractor will provide all materials to perform and complete the tasks as described. BL092-21 Page 21 a) Contractor will be furnished with a scope of work by the County. Adequate lead-time to order the necessary equipment to complete the work will be provided. Prior to ordering any equipment contractor shall provide an estimate of the proposed expenditures, vehicles at stated hourly rate; materials and other equipment at cost plus a markup for handling; labor at the stated hourly rate. Estimate shall be approved by the ATMS/TCC Engineer before placing equipment order or beginning work. b) The bid unit rates shall include the cost of all materials supplied by the contractor and all labor or equipment necessary to perform the work. c) Method of payment shall be as follows: Items in the Bid schedule will be paid at the bid unit rate. Labor and equipment outside the Bid schedule will be paid by the hourly rates established in the bid schedule. Any equipment not covered under the hourly rates will be paid at the Blue Book Rental Rate. Material not supplied by Gwinnett County or outside the Bid schedule will be provided at cost plus the markup percentage on your bid schedule. d) Contractor shall daily submit an itemized list per location of material, labor and equipment used and work completed. Additional substantiation shall be submitted upon request. BL092-21 Page 22 Appendix A: Maintenance Forms GWINNETT COUNTY TRAFFIC SIGNAL PREVENTIVE MAINTENANCE INTERSECTION #: SECTION #: MAIN STREET: DATE: SIDE STREET: NUMBER OF L.E.D. SIGNAL MODULES CLEANED. NUMBER OF L.E.D. SIGNAL MODULES REPLACED. NOTIFY SIGNAL FOREMAN THE NEXT BUSINESS DAY. NUMBER OF L.E.D. PEDESTRIAN SIGNAL MODULES CLEANED. NUMBER OF L.E.D. PEDESTRIAN MODULES REPLACED. CABINET MAINTENANCE CONTROL BATTERY REMOVE AND DISPOSE OF DEBRIS ON TOP OF CABINET AND BASE. REMOVE ALL GRAFFITI AND SIGNS. CHECK LOCKS ON POLICE PANEL & CABINET DOORS. LUBRICATE WITH GRAPHITE. CLEAN CABINET INSIDE AND OUT. REPLACE CABINET FILTER. CHECK FAN OPERATION. CHECK VOLTAGE ON BATTERIES: CHECK BY-PASS SWITCH. CHECK PEDESTRIAN BUTTONS AND SIGNS FOR PROPER ORIENTATION, CONDITION, & OPERATION. IF PROBLEM FOUND, BAG AFFECTED PED SIGNALS AND BUTTONS AND PULL THE LOAD SWITCH. NOTIFY TECH SHOP THE NEXT BUSINESS DAY. CHECK VEHICLE DETECTORS FOR PROPER OPERATION. IF PROBLEM FOUND, NOTIFY TECH SHOP THE NEXT BUSINESS DAY. CHECK VIDEO DETECTION HARDWARE AND CLEAN LENSES. CUT WEEDS, DISTRIBUTE WEED KILLER, ANT AND MOUSE POISON AS NEEDED. CUT WEEDS, GRASS, AND LIMBS THAT OBSCURE PED HEADS AND BUTTONS. RAISE, LEVEL AND REMOVE DEBRIS FROM FOOT PADS. TEST AND RECORD SIGNAL CABINET SYSTEM GROUND: CHECK CONDITION OF ALL OVERHEAD SIGNS; NOTE ANY ISSUES. LOG PREVENTATIVE MAINTENANCE (DATE, TIME, AND INITIALS) IN THE CABINET LOG. PERFORMED BY INSPECTED BY NOTES: ver 07/06/15 BL092-21 Page 23 GWINNETT COUNTY CCTV MAINTENANCE CAMERA #: CORRIDOR: MAIN STREET: DATE: / / 2019 SIDE STREET: MILE MARKER: POLE, M OUNTING, AND CAM ERA CHECK MOUNTING DEVICE CONNECTION TO POLE. ROTATE MOUNTING DEVICE ON POLE, IF NEEDED AND IF POSSIBLE. CHECK MOUNTING DEVICE CONNECTION TO CAMERA. CLEAN CAMERA HOUSING AND MOUNTING. YES | NO CHECK CAMERA DOME FOR INTERNAL MOISTURE. PRESENT? YES | NO | NA IF YES, REMOVE DOME, CLEAN, DRY, REINSTALL AND PRESSURIZE, IF APPROPRIATE. COMPLETE? CLEAN DOME USING NON-ABRASIVE, SOLVENT-FREE NEUTRAL SOAP OR DETERGENT WITH WATER AND A SOFT CLOTH. RINSE WELL WITH CLEAN LUKEWARM WATER. DRY WITH A SOFT CLOTH. DO NOT USE WINDEX. CHECK DOME FOR SCRATCHES AND DAMAGE. CONTACT TCC (678-639-8839) TO VERIFY VIDEO, PTZ, VIEW, AND CLEANLINESS. CAM ERA CAB INET (Not Applicable if camera devices in signal cabinet) CUT WEEDS, DISTRIBUTE WEED KILLER, ANT AND MOUSE POISON AS NEEDED. REMOVE AND DISPOSE OF DEBRIS ON TOP OF CABINET. REMOVE ALL GRAFFITI AND SIGNS FROM CABINET AND POLE. CHECK LOCKS ON CABINET DOORS. LUBRICATE WITH GRAPHITE. CLEAN CABINET INSIDE AND OUT. REMOVE ALL DIRT, DUST AND DEBRIS USING SHOP VAC AND BRUSH. REPLACE CABINET FILTER (TYP SIZE = 10 x 16 x 1). SEAL IN PLACE WITH TAPE. CHECK LIGHT(S). REPLACE AS NEEDED. CHECK FAN OPERATION USING HAIR DRYER. SET THERMOSTAT TO 90 WHEN DONE. REPLACE IF NEEDED. TEST AND RECORD SYSTEM GROUND: CABINET BUS BAR POWER HAND HOLE LIGHTNING HAND HOLE TEST AND RECORD CABINET POWER: VOLTS: AMPS: CHECK CONNECTIONS BETWEEN ALL DEVICES. LOG PREVENTATIVE MAINTENANCE (DATE, TIME, AND INITIALS) IN THE CABINET LOG. CONTACT TCC (678-639-8839) TO VERIFY CONNECTIVITY AND REPORT ANY ISSUES. PERFORMED BY INSPECTED BY NOTES: rev 09/25/19 BL092-21 Page 24 GWINNETT COUNTY HUB CABINET PREVENTIVE MAINTENANCE HUB ID: SECTION #: MAIN STREET: DATE: SIDE STREET: CABINET MAINTENANCE HUB BATTERY REMOVE AND DISPOSE OF DEBRIS ON TOP OF CABINET AND BASE. REMOVE ALL GRAFFITI AND SIGNS. CHECK LOCKS CABINET DOORS. LUBRICATE WITH GRAPHITE. CLEAN CABINET INSIDE AND OUT. REMOVE ALL DIRT, DUST AND DEBRIS USING SHOP VAC AND BRUSH. REPLACE CABINET FILTER (TYP SIZE = 10 x 16 x 1). SEAL IN PLACE WITH TAPE. CHECK FAN OPERATION USING HAIR DRYER. SET THERMOSTAT TO 90 WHEN DONE. REPLACE IF NEEDED. CHECK VOLTAGE ON BATTERIES: CHECK BY-PASS SWITCH. TEST AND RECORD HUB CABINET SYSTEM GROUND: CHECK LIGHT(S). REPLACE AS NEEDED. CUT WEEDS, DISTRIBUTE WEED KILLER, ANT AND MOUSE POISON AS NEEDED. RAISE, LEVEL AND REMOVE DEBRIS FROM FOOT PADS. LOG PREVENTATIVE MAINTENANCE (DATE, TIME, AND INITIALS) IN THE CABINET LOG. CONTACT TCC (678-639-8839) TO VERIFY CONNECTIVITY AND REPORT ANY ISSUES. PERFORMED BY INSPECTED BY NOTES: ver 09/25/19 BL092-21 Page 25 Gwinnett County, Georgia BID BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual) hereinafter called Principal, and (Name of Surety) (Address of Surety) a Corporation of the State of , and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto Gwinnett County Board of Commissioners (Name of Obligee) 75 Langley Drive, Lawrenceville, Georgia 30046 (Address of Obligee) Thereinafter referred to as Obligee: in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. WHEREAS, the Principal is about to submit, or has submitted, to Gwinnett County, Georgia, a proposal for furnishing materials, labor, and equipment for: WHEREAS, the Principal desires to file this Bond in accordance with law in lieu of a certified Bidder's check otherwise required to accompany this Proposal. NOW, THEREFORE, the conditions of this obligation are such that if the proposal be accepted, the Principal shall within ten days after receipt of notification of the acceptance, execute a Contract in accordance with the Proposal and upon the terms, conditions, and prices set forth in the form and manner required by Gwinnett County, Georgia, and execute a sufficient and satisfactory Performance Bond and Payment Bond payable to Gwinnett County, Georgia, each in the amount of 100% of the total Contract Price, in form and with security satisfactory to said Gwinnett County, Georgia, and otherwise, to be and remain in full force and virtue in law, and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to Gwinnett County, Georgia, upon demand, the amount hereof in good and lawful money of the United States of America, not as a penalty, but as liquidated damages. BL092-21 Page 26 Gwinnett County, Georgia PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A. § 36-91-1 et seq., and is intended to be and shall be constructed as a bond in compliance with the requirements thereof. Signed, sealed and dated this day of , A.D., 20 . ATTEST: (Principal) (Principal Secretary) By: (SEAL) (Address) (Witness as to Principal) (Address) (Surety) ATTEST: By: (Attorney-in-Fact) Resident or Nonresident Agent (Address) (SEAL) (Witness as to Surety) (Address) NOTE: If Contractor is Partnership, all partners should execute Bond. Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. Principal Secretary, Principal and Witness as to Principal signature lines must be signed by three different individuals. Additionally, Resident or Nonresident Agent, Witness as to Surety, and Attorney-in-fact must be signed by three different individuals. BL092-21 Page 27 STANDARD INSURANCE REQUIREMENTS (For projects less than $1,000,000) 1. Statutory Workers' Compensation Insurance (a) Employers Liability:  Bodily Injury by Accident - $100,000 each accident  Bodily Injury by Disease - $500,000 policy limit  Bodily Injury by Disease - $100,000 each employee 2. Commercial General Liability Insurance (a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) The following additional coverage must apply:  1986 (or later) ISO Commercial General Liability Form  Dedicated Limits per Project Site or Location (CG 25 03 or CG 25 04)  Additional Insured Endorsement (Form B CG 20 10 with a modification for completed operations or a separate endorsement covering Completed Operations)  Blanket Contractual Liability  Broad Form Property Damage  Severability of Interest  Underground, explosion, and collapse coverage  Personal Injury (deleting both contractual and employee exclusions)  Incidental Medical Malpractice  Hostile Fire Pollution Wording 3. Auto Liability Insurance (a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) Comprehensive form covering all owned, non-owned, leased, hired, and borrowed vehicles (c) Additional Insured Endorsement (d) Contractual Liability 4. Umbrella Liability Insurance - $1,000,000 limit of liability (a) The following additional coverage must apply  Additional Insured Endorsement  Concurrency of Effective Dates with Primary  Blanket Contractual Liability  Drop Down Feature  Care, Custody, and Control - Follow Form Primary  Aggregates: Apply Where Applicable in Primary  Umbrella Policy must be as broad as the primary policy 5. Gwinnett County Board of Commissioners (and any applicable Authority) should be shown as an additional insured on General Liability, Auto Liability and Umbrella Liability policies. 6. The cancellation should provide 10 days notice for nonpayment and 30 days notice of cancellation. 7. Certificate Holder should read: Gwinnett County Board of Commissioners 75 Langley Drive Lawrenceville, GA 30046-6935 8. Insurance Company, except Worker' Compensation carrier, must have an A.M. Best Rating of A-5 or higher. Certain Workers' Comp funds may be acceptable by the approval of the Insurance Unit. European markets including those based in London and domestic surplus lines markets that operate on a non-admitted basis are exempt from this requirement provided that the contractor’s broker/agent can provide financial data to establish that a market is equal to or exceeds the financial strengths associated with the A.M. Best’s rating of A-5 or better. 9. Insurance Company should be licensed to do business by the Georgia Department of Insurance. BL092-21 Page 28 10. Certificates of Insurance, and any subsequent renewals, must reference specific bid/contract by project name and project/bid number. 11. The Contractor shall agree to provide complete certified copies of current insurance policy (ies) or a certified letter from the insurance company (ies) if requested by the County to verify the compliance with these insurance requirements. 12 All insurance coverages required to be provided by the Contractor will be primary over any insurance program carried by the County. 13. Contractor shall incorporate a copy of the insurance requirements as herein provided in each and every subcontract with each and every Subcontractor in any tier, and shall require each and every Subcontractor of any tier to comply with all such requirements. Contractor agrees that if for any reason Subcontractor fails to procure and maintain insurance as required, all such required Insurance shall be procured and maintained by Contractor at Contractor's expense. 14. No Contractor or Subcontractor shall commence any work of any kind under this Contract until all insurance requirements contained in this Contract have been complied with and until evidence of such compliance satisfactory to Gwinnett County as to form and content has been filed with Gwinnett County. The Acord Certificate of Insurance or a preapproved substitute is the required form in all cases where reference is made to a Certificate of Insurance or an approved substitute. 15. The Contractor shall agree to waive all rights of subrogation against the County, the Board of Commissioners, its officers, officials, employees, and volunteers from losses arising from work performed by the contractor for the County. 16. Special Form Contractors’ Equipment and Contents Insurance covering owned, used, and leased equipment, tools, supplies, and contents required to perform the services called for in the Contract. The coverage must be on a replacement cost basis. The County will be included as a Loss Payee in this coverage for County owned equipment, tools, supplies, and contents. 17. The Contractor shall make available to the County, through its records or records of their insurer, information regarding a specific claim related to any County project. Any loss run information available from the contractor or their insurer relating to a County project will be made available to the County upon their request. 18. Compliance by the Contractor and all subcontractors with the foregoing requirements as to carrying insurance shall not relieve the Contractor and all Subcontractors of their liability provisions of the Contract. 19. The Contractor and all Subcontractors are to comply with the Occupational Safety and Health Act of 1970, Public Law 91-956, and any other laws that may apply to this Contract. 20. The Contractor shall at a minimum apply risk management practices accepted by the contractors’ industry. Rev. 5/19 BL092-21 Page 29 GWINNETT COUNTY, GEORGIA BOND # PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual) hereinafter called Principal, and (Name of Surety) (Address of Surety) a Corporation of the State of , and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto Gwinnett County Board of Commissioners (Name of Obligee) 75 Langley Drive, Lawrenceville, Georgia 30046 (Address of Obligee) hereinafter referred to as Obligee, are held and firmly bound unto said Obligee and all persons doing work or furnishing skill, tools, machinery, supplies, or material under or for the purpose of the Contract hereinafter referred to, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The condition of this obligation is such, as whereas the Principal entered into a certain contract, hereto attached, with the Obligee. NOW, THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall well, truly, fully and faithfully perform said contract according to its terms, covenants, conditions, and agreements of said contract during the original term of said contract and any extensions thereof that may be granted by the Obligee, with or without notice to the Surety, and during the life of any guaranty required under the contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreement of any and all duly authorized modifications of said contract that may hereafter be made, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, that said Surety to this Bond, for value received, hereby stipulates and agrees that no change, extension of time, alterations, or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alterations, or additions to the terms of the Contract or to the work to be performed thereunder. PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A. § 36-91-1 et seq., and is intended to be and shall be construed as a bond in compliance with the requirements thereof. BL092-21 Page 30 (Signatures Next Page) BL092-21 Page 31 ATTEST: (Principal) (Principal Secretary) By: (SEAL) (Address) (Witness as to Principal) (Address) (Surety) ATTEST: By: (Attorney-in-Fact) Resident or Nonresident Agent (SEAL) (Address) (Witness as to Surety) (Address) NOTE: If Contractor is Partnership, all partners should execute Bond. Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. Principal Secretary, Principal and Witness as to Principal signature lines must be signed by three different individuals. Additionally, Resident or Nonresident Agent, Witness as to Surety, and Attorney-in-fact must be signed by three different individuals. BONDING AGENT CONTACT INFO Print Name Company Name E-Mail BL092-21 Page 32 GWINNETT COUNTY, GEORGIA BOND # PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual) hereinafter called Principal, and (Name of Surety) (Address of Surety) a Corporation of the State of , and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto Gwinnett County Board of Commissioners (Name of Obligee) 75 Langley Drive, Lawrenceville, Georgia 30046 (Address of Obligee) hereinafter called Obligee; for the use and protection of all subcontractors and all persons supplying labor, services, skill, tools, machinery, materials and/or equipment in the prosecution of the work provided for in the contract hereinafter referred to in the full and just sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum, will and truly to be made, the Principal and Surety bind themselves, their, and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of this obligation is such, as whereas the Principal entered into a certain contract, hereto attached, with the Obligee. NOW, THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall well, truly, and faithfully perform said Contract according to its terms, covenants, and conditions, and shall promptly pay all persons furnishing labor, materials services, skill, tools, machinery and/or equipment for use in the performance of said Contract, then this obligation shall be void; otherwise it shall remain in full force and effect. ALL persons who have furnished labor, materials, services, skill, tools, machinery and/or equipment for use in the performance of said Contract shall have a direct right of action on this Bond, provided payment has not been made in full within ninety (90) days after the last day on which labor was performed, materials, services, skill, tools, machinery, and equipment furnished or the subcontract completed. PROVIDED FURTHER, that said Surety to this Bond, for value received, hereby stipulates and agrees that no change, extension of time, alterations, or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect BL092-21 Page 33 its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alterations, or additions to the terms of the Contract or to the work to be performed thereunder. PROVIDED, HOWEVER, that no suit or action shall be commenced hereunder by any person furnishing labor, materials, services, skill, tools, machinery, and/or equipment having a direct contractual relationship with a subcontractor, but no contractual relationship express or implied with the Principal: Unless such person shall have given notice to the Principal within ninety (90) days after such person did, or performed the last of the work or labor, or furnished the last of the materials, services, skill, tools, machinery and/or equipment for which claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials, services, skill, tools, machinery and/or equipment were furnished, or for whom the work or labor was done or performed. Such a notice shall be served by mailing the same by registered mail, postage prepaid, in an envelope addressed to the Principal, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the State in which the aforesaid project is located, save that such service need not be made by a public officer, and a copy of such notice shall be delivered to the Obligee, to the person and at the address provided for in the Contract, within five (5) days of the mailing of the notice to the Principal. PROVIDED, FURTHER, that any suit under this bond must be instituted before the expiration of one (1) year after the acceptance of the public works covered by the Contract by the proper authorities. PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A. § 36-91-1 et seq., and is intended to be and shall be construed as a bond in compliance with the requirements thereof. [Signatures Next Page] BL092-21 Page 34 ATTEST: (Principal) (Principal Secretary) By: (SEAL) (Address) (Witness as to Principal) (Address) (Surety) ATTEST: By: (Attorney-in-Fact) Resident or Nonresident Agent (SEAL) (Address) (Witness as to Surety) (Address) NOTE: If Contractor is Partnership, all partners should execute Bond. Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. Principal Secretary, Principal and Witness as to Principal signature lines must be signed by three different individuals. Additionally, Resident or Nonresident Agent, Witness as to Surety, and Attorney-in-fact must be signed by three different individuals. BONDING AGENT CONTACT INFO Print Name Company Name E-Mail BL092-21 Page 35 BL092-21: Traffic Signal and Intelligent Transportation System (ITS) Demand Services on an Annual Contract Page 35 CONTRACTOR AFFIDAVIT AND AGREEMENT (THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL) By executing this affidavit, the undersigned contractor verifies its compliance with The Illegal Immigration Reform Enhancements for 2013, stating affirmatively that the individual, firm, or corporation which is contracting with the Gwinnett County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security] to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act, in accordance with the applicability provisions and deadlines established therein. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services or the performance of labor pursuant to this contract with the Gwinnett County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with the Illegal Immigration Reform and Enforcement Act on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Gwinnett County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. _________________________________________ _____________________________________ E-Verify * User Identification Number Date Registered _________________________________________ Legal Company Name _________________________________________ Street Address _________________________________________ City/State/Zip Code _____________________________________ _____________________________________ BY: Authorized Officer or Agent Date (Contractor Signature) __________________________________________ Title of Authorized Officer or Agent of Contractor ___________________________________________ Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _______ DAY OF ______________________, 20_______ ________________________________________________ Notary Public My Commission Expires: ___________________________ * As of the effective date of O.C.G.A. 13-10-91, the applicable federal work authorization program is “E-Verify” operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). For Gwinnett County Use Only: Document ID #________________ Issue Date: ___________________ Initials: ______________________ BL092-21 Page 36 BL092-21: Traffic Signal and Intelligent Transportation System (ITS) Demand Services on an Annual Contract Page 36 CODE OF ETHICS AFFIDAVIT (THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL AND WILL BE REQUIRED PRIOR TO EVALUATION) In accordance with Section 54-33 of the Gwinnett County Code of Ordinances the undersigned bidder/proposer makes the following full and complete disclosure under oath, to the best of his/her knowledge, of the name(s) of all elected officials whom it employs or who have a direct or indirect pecuniary interest in or with the bidder/proposer, its affiliates or its subcontractors: 1. (Company Submitting Bid/Proposal) 2. (Please check one box below)  No information to disclose (complete only section 4 below)  Disclosed information below (complete section 3 & section 4 below) 3. (if additional space is required, please attach list) Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name 4. Sworn to and subscribed before me this BY: day of , 20 Authorized Officer or Agent Signature Printed Name of Authorized Officer or Agent Notary Public Title of Authorized Officer or Agent of Contractor (seal) Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec. 54-33. The ordinance will be available to view in its’ entirety at www.gwinnettcounty.com http://www.gwinnettcounty.com/ BL092-21 Page 37 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. APPLICATION FOR QUALIFICATION TRAFFIC SIGNAL INSTALLATION AND MAINTENANCE (SECTIONS 1-4) Each bidder shall fully, completely, and accurately complete and submit an Application for Qualification with their bid package and shall furnish other additional information the County may require. Each bidder must complete all sections of the Application and provide all documents/information requested in duplicate with bid. Incomplete applications may result in rejection of bid. In determining the Contractor’s qualifications, the following factors will be considered: The Contractor: a. has previously completed work of like nature, b. maintains a permanent place of business, c. has adequate equipment and personnel to do the work properly and expeditiously, d. has the financial resources to meet all obligations incident to this work, e. has the appropriate technical experience. INSTRUCTIONS: All questions are to be answered in full, without exception. If copies of other documents will answer the question completely, they may be attached and clearly labeled with the section, name, item number and page number. If additional space is needed, additional pages may be attached and clearly labeled with the section, name, item number and page number. 1. Company Name: Mailing Address: City: State: Zip: Business Location Address: City: State Zip: Telephone: Fax: 2. Company is: Sole Proprietorship Corporation Partnership Company is licensed to conduct business in the State of Georgia: yes no State of Georgia Utility Contractors License Number B. Current President or Chief Executive Officer: Years in this position: C. How many years has company been in continuous business: D. Number of Permanent Employees: Names of Full Time Employees: Names of Part Time Employees: Company Name BL092-21 Page 38 Failure to return this page as part of your bid document may result in bid being deemed non-responsive. E. Information on other Principals/Officers and the length of time with the company: Name Title Years *Indicate those authorized to sign contracts. F. Supervisory/Foreman Information: Name Title Years G. Equipment Inventory Major and specialized equipment available for service you are bidding: (attach computer inventory listing if available), Attach additional sheets if necessary. NOTE: Company should own aerial equipment with a working height of fifty (50) feet for "Traffic Signal Installation". Company Owned Equipment Model # of Units Leased Equipment Model # of Units State maximum lifting capacity of boom (12,000 lb. min. required) H. Complete the following list for each sub-contractor normally used for the service you are providing: Sub-Contractor Type of Work Company Name BL092-21 Page 39 Failure to return this page as part of your bid document may result in bid being deemed non-responsive. I. IMPORTANT REQUIRED INFORMATION To be attached to completed application: • Biographical/Experience summary for each of the company’s principals, supervisors, and foreman. • Include any certification employees possess (IMSA, Work Zone Safety, Flagging, etc.) • Experiences/References; list a minimum of three traffic signal installation and maintenance services projects completed by your firm in the last three (3) years. Projects should include minimal pre-qualification requirements and be equal to work proposed under this bid. Describe projects in terms of degree of difficulty, traffic control requirements, problems encountered, similarities with proposed bid projects, etc., indicate experience with type 170 vs NEMA equipment, etc. or any pertinent information that might be used to evaluate your request for pre-qualification. 1. Project Name Location Project Owner Contact Person Phone # Project Engineer Contact Person Phone # E-Mail Address Contract Bid Amount $ Final Contract Amount $ Completion days Contract Actual Date project completed Project description Company Name BL092-21 Page 40 Failure to return this page as part of your bid document may result in bid being deemed non-responsive. 2. Project Name Location Project Owner Contact Person Phone # Project Engineer Contact Person Phone # E-Mail Address Contract Bid Amount $ Final Contract Amount $ Completion days Contract Actual Date project complet...

Gwinnett County GA 30024Location

Address: Gwinnett County GA 30024

Country : United StatesState : Georgia

You may also like

Traffic Signal Control Services

Due: 24 Oct, 2025 (in 18 months)Agency: Department of Transportation

ILLUMINATION, TRAFFIC SIGNAL & INTELLIGENT TRANSPORTATION SYSTEMS EQUIPMENT

Due: 31 Jan, 2025 (in 9 months)Agency: Department of Enterprise Services

CENTRAL TRAFFIC SIGNAL CONTROL SYSTEMS - CTSCS

Due: 31 May, 2026 (in about 2 years)Agency: Minnesota Department of Administration

Please Sign In to see more like these.

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