Furniture for New Central Complex (Addenda #1 & 2 Issued)

expired opportunity(Expired)
From: Kent County Road Commission(County)
22-47

Basic Details

started - 30 May, 2022 (22 months ago)

Start Date

30 May, 2022 (22 months ago)
due - 14 Jun, 2022 (21 months ago)

Due Date

14 Jun, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
22-47

Identifier

22-47
Kent County Road Commission

Customer / Agency

Kent County Road Commission
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.

INVITATION TO BID Bids will be received by the Board of County Road Commissioners of the County of Kent, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Tuesday, July 19, 2022, 8:30 AM deadline, at which time they will be publicly opened and read. Contract #22-58: Rental of Traffic Control Devices - MDOT All bids are to be emailed to bids@kentcountyroads.net, with the subject “Contract #22-03: Trucking of Various Materials”, and must be received prior to 8:30 AM on Tuesday, July 19, 2022. If email is not accessible for you to send us your bid, and you require accommodations, please contact purchasing@kentcountyroads.net or (616) 242-6928. KCRC will work with you to make sure you have the opportunity to submit your bid. The Board reserves the right to reject any and all Proposals or to waive irregularities therein, and to accept any Proposals
which, in the opinion of the Board, may be most advantageous and to the best interest of the County. This contract will be considered for award on July 26, 2022. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF KENT By: Mark E. Rambo, Chair If you plan to submit a bid, please acknowledge the receipt of this invitation to bid by emailing purchasing@kentcountyroads.net. This allows for KCRC to be in contact with you for any future communication throughout the bid process. Page 1 of 20 mailto:bids@kentcountyroads.net mailto:purchasing@kentcountyroads.net mailto:purchasing@kentcountyroads.net INSTRUCTION TO RESPONDENTS Proposals will be opened at the offices of the Board of County Road Commissioners of the County of Kent, State of Michigan located at 1500 Scribner Avenue NW, Grand Rapids, MI 49504. Refer to the INVITATION TO BID for the exact timing and for the identification of the bid as related to furnishing materials, services, equipment, work and/or supplies with the terms, conditions, specifications, drawings, plans, and special provisions as stated herein and hereto attached. The Kent County Road Commission’s process is to open and read the proposals, and then refer the bids to Staff for tabulation and analysis. During this period, the files are closed until this action is complete. Copies of the bid tabulations are made available only once the review is complete, upon the request to Purchasing, by email at purchasing@kentcountyroads.net. 1. All bids must be submitted on the Board's bid form that was provided. The bid shall be legibly prepared in ink or typed out. Erasures or alterations must be initialed by the respondent. 2. Specifications and plans should not be returned with bid, unless otherwise stated herein. 3. Proposals shall be sent to KCRC by email to bids@kentcountyroads.net. If the email is not applicable for the respondent to submit their bid, please contact Purchasing for assistance. 4. Proposals will not be accepted after the time designated for the opening of the bids. The respondent shall assume full responsibility for delivery of proposals prior to the appointed time for opening same and shall assume the risk of late delivery or non-delivery regardless of the manner he/she employs for the transmission thereof. 5. No responsibility shall attach to the Road Commission or their representatives for premature opening or non-receipt of any proposal which is not properly addressed, delivered, or identified. A confirmation of receipt of emailed proposals received will be sent. 6. It is understood the Board is a governmental unit, and as such, is exempt from the payment of all state and federal taxes, except as allowed by the regulatory agencies to be included in the cost of materials and services. 7. The respondent, by submission of a proposal, declares the proposal is made without collusion with any other person or entity, and agrees to furnish all items and services in strict adherence with all applicable federal, date and local laws, regulations, codes and ordinances. 8. The Board reserves the right to reject any and all proposals, to waive any irregularities therein, and to accept any proposal which, in the opinion of the Board, may be most advantageous and to the best interest of the Kent County Road Commission. In case of error, in the extension of prices in the proposal or other arithmetical error, the unit prices will govern. Page 2 of 20 mailto:purchasing@kentcountyroads.net mailto:bids@kentcountyroads.net Specifications for Contract #22-58: Rental of Traffic Control Devices - MDOT It is the intent of the Kent County Road Commission (KCRC) to contract on behalf of Michigan Department of Transportation (MDOT) Grand Region for the rental of traffic control devices for road projects, as required, for two years – July 26, 2022 thru July 26, 2024. General Specifications A. Specification: 1. The Contractor shall comply with the Michigan Department of Transportation's 2020 Standard Specifications for Construction where applicable. B. Quantity: 1. Quantity estimated - not to be construed as a minimum or maximum. 2. Scheduling will be arranged by MDOTs Grand Region Sr. Operations Technician. 3. Contractor must always have available equipment and labor to respond twenty-four hours a day, seven days a week, and to maintenance and emergency requests within two hours of notification. C. Locations: 1. State Trunklines 2. Primary Roads 3. Local Roads D. Traffic Control Equipment: 1. Traffic control shall follow the minimum requirements set forth in Part VI of the current Michigan Manual of Uniform Traffic Control Devices (MMUTCD). 2. Traffic Control condition shall meet American Traffic Safety Services Association (ATSSA) quality standards for acceptance. Any equipment found to not meeting ATSSA quality standards shall be removed and replaced with compliant equipment. 3. Any questions should be directed MDOTs Grand Region Sr. Operations Technician. E. Pricing Structure: 1. The minimum charge for each traffic control device shall be for rental of device for up to twelve days of rental, whether rental is for one day, two days or twelve days, unless otherwise specified. 2. A daily rental rate for each device will take effect on the thirteenth day. 3. An annual rental fee for 12 months shall be included for the minimum units required. Page 3 of 20 Specifications for Contract #22-58: Rental of Traffic Control Devices – MDOT 4. Included in the minimum and daily rental charge is the maintenance of traffic control devices within a construction site as required for an ongoing road project. Maintenance of devices shall be performed in accordance with Section 812 of the 2020 MDOT Standard Specifications for Construction. 5. A mobilization fee for delivery/placing/picking up the traffic control devices shall be allowed to the contractor if they perform this work. The mobilization charge will be paid as a percentage of the rental bill. The mobilization charge is to be figured on the rental portion of the bill and will not include any damaged or missing equipment charges. 6. Unit prices or hourly rates as bid must apply for two years regardless of the final quantities. 7. No additional compensation will be allowed for changes in the contract quantities. F. Sub-contractors: No subcontracting shall be allowed without prior authorization from the Kent County Road Commission. G. Inspection: Traffic control devices and equipment shall be inspected prior to award and over the life of the of the contract to ensure compliance with contract specifications. If at any time the devices are found not to meet contract requirements the contractor shall correct or provide a replacement that conforms with the contact requirements. H. Award of Bid: Bids will be evaluated, but not limited to, the following: 1. Pricing 2. Responsiveness to the bid 3. Equipment list 4. Traffic control inventory/location 5. References/experience I. Insurance Requirements: 1. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Kent County Road Commission and The Michigan Department of Transportation and its agents and employees from and against all claims, damages, losses and expenses including, but not limited to, attorneys’ fees arising out of or resulting from the performance of this Contract including claims, damages, losses and expenses attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, but only to the extent caused by the fault, negligent acts, or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage loss or expense is caused in part by the parties indemnified hereunder. This Page 4 of 20 Specifications for Contract #22-58: Rental of Traffic Control Devices – MDOT obligation does not include an obligation to indemnify the parties, indemnified hereunder for their sole negligence and shall not be construed to negate or modify other rights or obligations of indemnity that otherwise exist as to the parties or persons described herein, arising out of and during the progress and to the completion of work all in accordance with Public Act 468 of 2012 and the 2020 Michigan Department of Transportation’s Standard Specifications for Construction, Division 1, paragraph 1.07.10 with the following minimum requirements: Workman’s Disability Compensation Bodily Injury and Property Damage Other Than Automobile: Each Occurrence $1,000,000 Aggregate $2,000,000 Bodily Injury Liability and Property Damage Liability Automobile: Bodily Injury Liability $500,000 Each Person, Each Occurrence $1,000,000 Property Damage Liability $1,000,000 Each Occurrence Combined Single Limit for Bodily Injury and Property Damage Liability Each Occurrence $2,000,000 Insurance Certificate declaring Kent County Road Commission and the Michigan Department of Transportation as additional insured, not certificate holder, must be issued and shall become part of the contract. 2. Contractor shall maintain current up-to-date insurance coverage during the term of the contract and failure to do so shall result in termination of said contract. 3. Certificate must be submitted within fifteen days upon notification of award of Contract and prior to Contract signing. J. Cancellation of Contract Provisions: The Board shall have the right to cancel the Contract for non-performance: Should an inspection by the Board's designated representative reveal that the Contractor's work results in any non- acceptable condition of one or all specified areas: The designated representative at the time of the first circumstance shall call for a meeting with the Contractor and/or issue a written warning of possible Contract termination should the condition continue. If the condition should repeat itself a second time, written notice of termination shall be sent. K. Submission of bid will be construed as a conclusive presumption that the Contractor is thoroughly familiar with the bid requirements and specifications and that he/she understands and agrees to abide by each, and all of the stipulations and requirements contained therein. L. “The KCRC, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 USC 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Federally- assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to Page 5 of 20 Specifications for Contract #22-58: Rental of Traffic Control Devices – MDOT this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of gender, disability, race, color, or national origin in consideration for an award.” During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the regulations relative to non-discrimination in Federally assisted programs of the Department of Transportation, Title 49, code of Federal Regulations, Part 21 as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulation, including employment. practices when the contractor covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contactor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor’s obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the Kent County Road Commission to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the State highway department, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance: In the event of the contractor’s non-compliance with the non-discrimination provisions of this contract, the Kent County Road Commission shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (a) Withholding of payments to the contractor under the contract until the contractor complies, and/or (b) Cancellation, termination, or suspension of the contract, in whole or in part. Page 6 of 20 Specifications for Contract #22-58: Rental of Traffic Control Devices – MDOT Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Kent County Road Commission may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Kent County Road Commission to enter into such litigation to protect the interests of the County, and, in addition, the contractor may request the State highway department to enter into such litigation to protect the interests of the State and/or the United States to enter into such litigation to protect the interests of the United States. M. Neither the Contractor nor his/her subcontractors shall discriminate against any employee or applicant for employment, to be employed in the performance of this Contract, with respect to his/her hire, tenure, terms, conditions, or privileges of employment, of any matter directly or indirectly related to employment because of his/her race, color, religion, national origin, or ancestry. Breach of this covenant may be regarded as a material breach of this Contract. Page 7 of 20 Specifications for Contract #22-58: Rental of Traffic Control Devices - MDOT Technical Specifications A. Traffic Control Devices: 1. All Devices shall comply with the Michigan Manual of Uniform Traffic Control Devices, MDOT's 2020 Standard Specifications for Construction, and any attached appendices to this contact. 2. Devices Minimum Quantity Available a. Channelizing Device, 42-inch, Fluorescent 18ea b. Portable Changeable Message Sign, 6ea NTCIP Complaint w/ Secure ATMS connection c. Lighted Arrow, Type C 3ea d. Automated Flagging Assistance Device As-Needed e. Temporary Portable Pedestal-Mounted Traffic As-Needed Signal System 3. Each Portable Changeable Message Sign (PCMS) unit delivered shall have three 42-inch channelizing devices delivered with each unit for compliant delineation. 4. All traffic control items shall meet National Cooperative Highway Research Program (NCHRP 350) and Manual for Assessing Safety Hardware (MASH) crash specifications. The contractor shall self-certify applicable devices to be crash compliant. 5. The contractor shall assume and perform all maintenance, repairs, and provide towing service that may be required for the contractor's equipment to ensure that all traffic control devices comply with contract requirements. Traffic control quality and compliance shall follow section 812.03.C.1.C. of the 2020 MDOT Standard Specifications for Construction. 6. During the life of this contract the contractor’s equipment will regularly be transported by MDOT and contracted local government staff. Documentation of an annual trailer inspection shall be required for each trailer provided. 7. The minimum PCMS and arrow board quantity specified in the contract may be retained for the life of the contact. Additional units may be ordered as needed. 8. AFADs will not be retained for the life of the contact but will be used on an as-needed basis over the life of the contract. 9. Temporary Portable Pedestal-Mounted Traffic Signal Systems will not be retained for the life of the contact but will be used on an as-needed Page 8 of 20 Specifications for Contract #22-58: Rental of Traffic Control Devices - MDOT basis over the life of the contact. B. Equipment Details: 1. Portable Changeable Message Signs (PCMS) a. PCMS shall comply with subsection 812.17 and 922.07.C of the 2020 Standard Specification for Construction. b. PCMS shall be NTCIP complaint with the ability to connect to MDOTs Automated Traffic Management System (ATMS) traffic management software. c. A trailer safety inspection shall be completed at the beginning of the contract and at least once per calendar year for each PCMS provided to ensure that each trailer is safe for operation on public roads and meets all Michigan Motor Vehicle Code requirements. This includes, but is not limited to, inspection of tires, axles, electrical systems, braking systems, hitch components, safety chains, etc. The contractor shall submit in writing a dated statement of inspection listing the unit’s serial number and the trailer components that were inspected. The letter shall include a statement indicating that the trailer meets Michigan Motor Vehicle code and is acceptable for use on public roads. The letter shall be signed by the contractor’s representative. If at any time a PCMS unit is found not to be compliant while in service, the contractor shall make all necessary repairs to bring the PCMS into compliance or replace the PCMS with a compliant PCMS. d. PCMS shall be locked with a contractor’s lock to ensure security of the cabinet/control panel with a hide-a-key installed in a non- visible location on the trailer to allow lowering of the mast for transport by MDOT operations and maintenance staff. e. A magnetic MDOT logo (provided by the department) will be placed on the unit while in service to indicate operational use by MDOT. The contactor’s logo will remain visible to indicate ownership of the PCMS. 2. PCMS Modems a. Provide open modems that are capable of providing a secure, tamper free, internet connection to MDOT’s Automated Traffic Management System. Provide modems that maintain continuous connections allowing remote messaging and locating by MDOT’s West Michigan Traffic Operations Center. b. The contractor is expected to provide the required cellular connection for each PCMS to ensure continuous connection with each PCMS. c. PCMS modems and ATMS connections shall conform to appendix A (included with this contact). Page 9 of 20 Specifications for Contract #22-58: Rental of Traffic Control Devices - MDOT 3. Arrow Board, Type C a. Provide arrow boards meeting the requirements of section 922.07.A of the 2020 MDOT Standard Specifications for Construction. b. A trailer safety inspection shall be completed at the beginning of the contract and at least once per calendar year for each arrow board provided to ensure that each trailer is safe for operation on public roads and meets all Michigan Motor Vehicle Code requirements. This includes, but is not limited to, inspection of tires, wheels, axles, electrical systems, braking systems, hitch components, safety chains, etc. The contractor shall submit in writing a dated statement of inspection listing the unit’s serial number, unit number, and the trailer components that were inspected. The letter shall include a statement indicating that the trailer meets Michigan Motor Vehicle code and is acceptable for use on public roads. The letter shall be signed by the contractor’s representative. If at any time an arrow board unit is found not to be compliant while in service, the contractor shall make all necessary repairs to bring the arrow board into compliance or replace the arrow board with a compliant arrow board. c. A magnetic MDOT logo (provided by the department) will be placed on the unit while in service to indicate operational use by MDOT. The contactor’s logo will remain visible to indicate ownership of the arrow board. 4. Automated Flagging Assistance Device (AFAD) a. AFAD device shall be suppled as a pair to allow flagging of two- way traffic. b. AFAD devices shall meet the requirements set forth in Appendix B of this contact. c. A trailer safety inspection shall be completed at the beginning of the contract and at least once per calendar year for each AFAD provided to ensure that each trailer is safe for operation on public roads and meets all Michigan Motor Vehicle Code requirements. This includes, but is not limited to, inspection of tires, wheels, axles, electrical systems, braking systems, hitch components, safety chains, etc. The contractor shall submit in writing a dated statement of inspection listing the unit’s serial number, unit number, and the trailer components that were inspected. The letter shall include a statement indicating that the trailer meets Michigan Motor Vehicle code and is acceptable for use on public roads. The letter shall be signed by the contractor’s representative. If at any time an AFAD unit is found not to be compliant while in service, the contractor shall make all necessary repairs to bring the AFAD into compliance or replace the AFAD Page 10 of 20 Specifications for Contract #22-58: Rental of Traffic Control Devices - MDOT with a compliant AFAD. d. The contactor shall provide training to MDOT or local government staff upon delivery of the device. 5. Temporary Portable Pedestal-Mounted Traffic Signal System a. Temporary Portable Pedestal-Mounted Traffic Signal Systems shall be supplied as a system with all needed temporary Type B signing to meet MDOT standards signing for a temporary sign per 121-TS-Single-Sign and associated signal devices. Type B signs and sign support shall meet NCHRP and MASH crash standards and comply with the 2020 MDOT Standard Specification for Construction. b. The Temporary Pedestal-Mounted Traffic Signal System shall meet the requirements set forth in Appendix C of this contact. c. If the Temporary Portable Pedestal-Mounted Traffic Signal System is to be delivered in the trailer the contractor shall ensure that the trailer has had a safety inspection within the previous 12 months to ensure the trailer is safe for operation on public roads and meetings all Michigan Motor Vehicle Code requirements. This includes, but is not limited to, inspection of tires, wheels, axles, electrical systems, braking systems, hitch components, safety chains, etc. The contractor shall submit in writing a dated statement of inspection listing the unit’s serial number, unit number, and the trailer components that were inspected. The letter shall include a statement indicating that the trailer meets Michigan Motor Vehicle code and is acceptable for use on public roads. The letter shall be signed by the contractor’s representative. If at any time the trailer is found not to be compliant while in service, the contractor shall make all necessary repairs to bring the trailer into compliance or replace the trailer with a compliant trailer. 6. Delivery of Equipment a. The contractor shall provide a company representative or point of contact for the delivery of equipment. b. Vehicles used in placing/removing traffic control devices must have an operational rotating or flashing amber light. c. Workers delivering devices to the field shall wear an ANSI Class II vest while in the MDOT right-of-way. NOTE: Questions concerning technical specifications or equipment delivery can be directed to Jason Guikema, MDOT Grand Region Sr. Operations Technician, (616) 293-1916, Guikemaj@michigan.gov Page 11 of 20 mailto:Guikemaj@michigan.gov Bid Pricing Sheet for Contract #22-58: Rental of Traffic Control Devices - MDOT Bid Pricing Sheet for Contact #22-58: Rental of Traffic Control Devices - MDOT Traffic Control Devices Minimum Charge Daily Rental Yearly Rental Each (1-12 days) Each (13+ Days) Each (Annual) a. Channelizing Device, 42-inch, Florescent $__________ $__________ $_________ b. Portable Changeable Message Sign, NTCIP $__________ $__________ $_________ Compliant w/ Secure ATMS Connection c. Arrow Board, Type C $__________ $__________ $_________ d. Automated Flagging Assistance Device (AFAD) $__________ $__________ $_________ e. Temporary Portable Pedestal-Mounted $__________ $__________ $_________ Traffic Signal System Mobilization Charge % Charges for Damaged/Missing Damaged Each Missing Each a. Channelizing Device, 42-Inch, Florescent $___________ $__________ b. Portable Changeable Message Sign, NTCIP $___________ $___________ Compliant w/ Secure ATMS Connection c. Arrow Board, Type C $___________ $___________ d. Automated Flagging Assistance Device (AFAD) $___________ $___________ e. Temporary Portable Pedestal-Mounted $___________ $___________ Traffic Signal System Company name _________________ Appointed Company Contract Representative________________________________ Appointed Company Representative Contact: Phone:__________________________ Email:___________________________ Company certifies it can meet minimum quantity specification? ☐ YES ☐ NO Company can respond to maint. /Emergency request within 2 hours? ☐ YES ☐ NO Yard location: ________________________________________________________ Page 12 of 20 Bid Pricing Sheet for Contract #22-58: Rental of Traffic Control Devices - MDOT References of contracts for this type of service in 2020 & 2021: Personal Contact: Name __________________________________________ Company Name _____________________________________________________ Address _____________________________________________________ Telephone Number: _____________________________________________________ Email: _____________________________________________________ Authorized Signature: ____________________________________________________ Federal Employer ID#: ____________________________________________________ Agency/Contractor Contact Person Telephone # Agency/Contractor Contact Person Telephone # Page 13 of 20 Appendix A – PCMS Operation/Modem/ATMS Integration Requirements A. PCMS Hardware Requirements Controller The PCMS must utilize a controller in accordance with subsection 922.07.C.3 of the 2020 Standard Specification for Construction. Power Supply The PCMS must utilize a power source in accordance with subsection 922.07.C.5 of the 2020 Standard Specifications for Construction and that is pre-approved by the MDOT Grand Region Sr. Operations Technician. The power source must be able to continuously display a message of at least 24 characters, 24 hours per day, 7 days per week, for the duration that the PCMS is deployed in the field. Electrical/Electronics The PCMS must utilize a control cabinet in accordance with subsection 922.07.C.4 of the 2020 Standard Specification for Construction. Cellular Modem Provide an environmentally hardened cellular modem that provides Ethernet connectivity from the PCMS(s) to the MDOT West Michigan Transportation Operations Center (WMTOC). Provide a cellular modem with a publicly static addressable IP address and cellular service with a minimum data plan of 1 gigabit per month (GB/mo.), It is the Contractor’s responsibility to determine the optimal equipment configuration to be used at the proposed location(s) for each PCMS deployed. Coordinate with MDOT Grand Region Sr. Operations Technician and provide all information required to obtain cellular data service for cellular modems including cell service types; long term evolution (LTE), code division multiple access (CDMA) or global system for mobile communications (GSM) high speed uplink packet access (HSUPA). LTE modems must support fallback to CDMA and/or GSM HSUPA. Coordinate all final equipment selection, procurement, and provisioning with MDOT Grand Region Sr. Operations Technician. Materials. Furnish equipment that meets the following requirements. 1. Functional and Performance Requirements. A. Support Virtual Private Network (VPN) connections. B. Support firewall capabilities, including IP address based block/allow listings. C. Provide an “always-on” connection, without dialing. D. Support local and remote management. Page 14 of 20 Appendix A – PCMS Operation/Modem/ATMS Integration Requirements E. Domain name addressable. F. Port Filtering. G. Full duplex transceiver. H. Generic Routing Encapsulation (GRE) Tunneling. I. IP Filtering. J. Media Access Control (MAC) Address Filtering. K. Support Network Mobility as specified by Internet Engineering Task Force (IETF) Request for Comments (RFC) 5177. 2. Frequency Band and Cellular Network Interface. A. Fourth Generation (4G) LTE models: (1) Tri-band support for 700/1900/2100 megahertz (MHz) or operating Tri-band 13/2/4. B. Ensure modem is capable of providing a broadband communications link between field location(s) and MDOT via: (1) The public cellular network, and (2) Carrier-based private cellular network. 3. Ethernet Interfaces. A. Support Transmission Control Protocol (TCP)/IP and User Datagram Protocol (UDP)/IP. B. Registered Jacks (RJ)-45, IEEE 802.3 standard 100 Base-TX Ethernet ports for 4G modems. C. Provide network cables that are Electronic Industries Alliance (EIA)/Telecommunications Industry Association (TIA)-568-A complaint. 4. Antenna. A. Modem mountable omnidirectional external antennas rated for outdoor usage and meet environmental requirements as defined in subsection b.7 of this special provision. Specific antenna type to be used at each site is to be determined by the Contractor to maximize cellular coverage. B. 50 Ohm SubMiniature version A (SMA) male connector. C. Provide an antenna cable with required adapters per the manufacturer’s recommendation. Minimize signal loss due to cable length in order to maximize throughput. D. Minimum Antenna gain of 5 decibels isotropic (dBi). E. Right-angle swivel connector that allows for the antenna to be upright when connected to the cellular modem. F. Operating Frequencies of 698-896 and 1700-2700 MHz or supplemental frequencies as indicated by manufacturer and/or the FCC. 5. Management, Security and Diagnostic. A. LED indicators for Ethernet, power, cellular link/activity and signal strength. B. Support signals for Transmit Data (TXD), Receive Data (RXD), Request To Send (RTS), Clear To Send (CTS), Data Terminal Ready (DTR), Data Set Page 15 of 20 Appendix A – PCMS Operation/Modem/ATMS Integration Requirements Ready (DSR), Data Carrier Detect (DCD), and hardware and software flow control. C. Provide compatibility with Hypertext Transfer Protocol (HTTP)/HTTP Secure (HTTPS), Dynamic Host Communications Protocol (DHCP), Simple Network Management Protocol (SNMP) v3, Simple Mail Transfer Protocol (SMTP), Secure Socket Layer (SSL), Secure Shell (SSH)-2. D. Web-based Graphical User Interface (GUI). E. Command Line Interface (CLI) access via SSH connection. F. SNMP Management Information Base (MIB)-II and SNMP Traps. 6. Power. Ensure required power supply is supplied with device. 7. Environment. A. Operating Temperature for Cellular Modem, Power Supply, Antenna, and all connectors. -22 oF to 158 oF. B. Storage Temperature for Cellular Modem, Power Supply, Antenna, and all connectors. -22 oF to 158 oF. C. Relative humidity for Cellular Modem, Power Supply, Antenna, and all connectors. Five percent to 95 percent non-condensing. 8. Mounting. Ensure all mounting hardware is supplied with device. 9. Use identical and completely interchangeable equipment at each field location. B. Integration within MDOT’s Automated Traffic Management System Software (ATMS) All new makes, models, manufacture, and firmware type must have an initial confirmation testing procedure, unit testing and software integration. 1. Confirmation Testing - The Contractor must coordinate with MDOT’s ITS Contractor (Delcan Corporation) as directed by the MDOT Grand Region Sr. Operations Technician to perform device confirmation testing, unit testing, and software integration. 2. Coordination with MDOT’s Intelligent Transportation Systems (ITS) Provider - The Contractor may have to coordinate with MDOT’s ITS contractor (Delcan Corporation) to ensure proper PCMS integration with ATMS. Delcan may have to test the equipment for the following: consistency with MDOT ATMS software control requirements and the ability to communicate continuously with the ATMS software. 3. Operations Plan - The Contractor must ensure the PCMS provided under this contract are able to be integrated into the MDOT ATMS with full functionality of the sign as called for in the contract documents. The Contractor must Page 16 of 20 Appendix A – PCMS Operation/Modem/ATMS Integration Requirements assist Delcan with testing and verification which includes but is not limited to: develop a detailed test plan for the PCMS equipment and make revisions as needed until it is approved by the MDOT Grand Region Sr. Operations Technician. The test procedure must demonstrate successful control of the PCMS from the MDOT West Michigan Transportation Operations Center (WMTOC). Tests that demonstrate properly functioning communications between the PCMS, and the MDOT ATMS software. Tests for defects in the PCMS, such as leaks, faulty wiring, faulty display modules, faulty batteries, firmware bugs, and other defects. Conduct all testing in the presence of MDOT staff or an approved representative. Any problems must be fixed, and testing repeated until all elements of the PCMS, and integration into the ATMS software are approved. 4. Unit testing and software integration. The Contractor will provide field personnel to confirm messaging from remote operations for the each PCMS during testing. Provide the configuration and possible software modifications to fully integrate the PCMS into the ATMS software, allowing all functions as called for in the contract documents to be used for the new signs including map icons, inclusion in the database, archive services, and inclusion in applications that use or refer to PCMS. Perform testing and any possible modifications in preparation for ATMS software server integration. Update any ATMS software documentation to include the new PCMS inventory data. C. Basic Cybersecurity Requirements - Ensure the PCMS board and its ancillary components are secure. Create unique usernames and passwords (not defaults) for access to the PCMS local controls. 1. Remove all literature (manuals, instructions, etc.) from the PCMS controller enclosure; Use a padlock, keyed lock, etc. to prevent access to the controller enclosure. Provide the Engineer with up to three keys, the lock combination, and/or the username and password needed to access the controller enclosure and software. D. Removal from ATMS Decommission and remove the PCMS from ATMS upon completion of the project or when PCMS are no longer needed over the life of the contract. Page 17 of 20 APPENDIX B REQUIREMENTS FOR AUTOMATED FLAGGER ASSISTANCE DEVICE a. Description. This work consists of furnishing and maintaining an Automated Flagger Assistance Devices (AFAD) that allows the operator to fully control the device from a safe location, outside of the lane of traffic. b. Materials. Ensure all hardware components of this system are crashworthy in accordance with the NCHRP 350 or MASH, in addition to the following requirements: 1. Provide an AFAD system composed of one of the following two options and as noted below: A. Provide an AFAD device meeting the requirements of MMUTCD section 6E.05 STOP/SLOW Automated Flagger Assistance Devices. B. Provide an AFAD device meeting the requirements of MMUTCD section 6E.06 Red/Yellow Lens Automated Flagger Assistance Devices. 2. Delineate the unit with conspicuity tape to increase nighttime visibility. 3. Provide a unit with an intrusion alarm system to alert workers when traffic has improperly entered the work zone. The alarm will sound when the operator activates the intrusion alarm using a wireless controller or when the gate arm is detached from the AFAD. 4. Provide the AFAD system to be equipped with a solar power supply and a battery backup with a built-in 110 VAC battery charger. When fully charged, the AFAD must be capable of operating for 24 hours. 5. The AFAD trailer must be painted highway orange. 6. Provide AFAD controllers to each traffic regulator located at the AFAD. The Control must be simple in nature and consist of buttons that can be pushed while wearing gloves. Controls with electronic screens will not be allowed unless approved by the engineer. c. Training 1. Provide up to 1 hour of training for applicable representatives from MDOT or contact counties if requested by the contact administrator. The training includes, at a minimum, installation, removal, and operation of the system and must take place prior to installation if required. Page 18 of 20 APPENDIX C REQUIREMENTS FOR TEMPORARY PORTABLE PEDESTAL-MOUNTED TRAFFIC SIGNAL SYSTEM a. Description. This work consists of furnishing and maintaining a pedestal mounted traffic signal system. One temporary portable pedestal mounted traffic signal system is defined as four connected pedestal-mounted traffic signal units designed to control two directions of traffic. Furnishing the system does not include operation. The unit will be operated by MDOT and contact county staff. b. Materials. Provide a pedestal mounted traffic signal system that is crashworthy in accordance with the National Cooperative Highway Research Program (NCHRP) Report 350 or Manual for Assessing Safety Hardware (MASH), in addition to meeting the following requirements: 1. Provide single mast traffic signal units mounted on a man-portable pedestal type platform. This may be a cart type design or other suitable configuration with a small footprint that includes a single mast capable of elevating a signal head at least eight feet measured from the ground to the bottom of the green indication. Ensure the signal unit has sufficient battery storage and/or solar energy collection to power the unit for a minimum of 5 days without an external charge. Ensure the cart includes security features to prevent unauthorized access to power sources and electronic controllers. Delineate the platform with conspicuity tape to increase nighttime visibility. Note the signal system may be used at night when active work is taking place. Active work will be as defined by the Engineer. Ensure the signal head includes three 12-inch diameter light emitting diode (LED) indications (red, amber, and green) that conform to all ITE, NEMA, and MMUTCD standards. Equip the signal head with visors that extend beyond the signal head a minimum of 10 inches and is able to accommodate an optional back plate. 2. Ensure all electronic features and components are in accordance with the NEC. Provide an integrated controller system capable of being operated in: A. Fixed Time Mode. When operating in fixed time mode the controller must have the ability to store and apply a minimum of five automatic signal-timing changes in a 24- hour period. Programmable green and red times include 1 second to 999 seconds in 1 second increments at a minimum. This timing function will interface with detection including red and green time extenders. B. Traffic Actuated Mode. Include design features allowing the signal units to be equipped with detection options including but not limited to: microwave motion sensors, video detection, and pavement loops. Ensure the system is capable of being operated with both a motion and true presence actuation system. Equip the signal system with actuation as directed by the Engineer or as detailed in the contract. When operating in Page 19 of 20 20RC812(A405) 03-18-21 COS:LLR 2 of 3 this mode the signal units must communicate via a hardware connection or a wireless link connection. C. Manual Control Mode. When manual control mode is required by the Engineer, provide a wireless handheld transmitter/receiver. Equip the signal system controller with transmit and receive capabilities as well. Conduct these wireless communications in a manner to ensure safe and secure transmissions at all times, without interfering with other nearby systems. Ensure the handheld unit is able to control a minimum of eight signal units. The handheld unit must have a minimum range of 1/2 mile along a clear line-of- sight. Following a request for green from the operator, through the handheld unit, the signal controller will complete the phase with the mandatory pre-programmed amber and red clearance interval. Ensure the system does not allow the operator to interrupt the red clearance times when operating in manual mode and allow the operator to return the signal to fixed time mode at any time. When operating in this mode the signal units must communicate via a hardware connection or a wireless link connection. Equip this controller with a conflict monitoring system in accordance with NEMA standards and be able to control a minimum of seven phases. Ensure the signal system includes standby modes including red, red flash, and amber flash. Ensure the system can record and identify malfunctions, including the date and time of the event which can be printed or transmitted electronically. Upon a system default, the signal system must revert to red, red flash, or amber flash at the discretion of the Engineer. Ensure the system alerts up to three responsible individuals upon default if required by the Engineer. 3. Provide technical support including fault monitoring, battery life monitoring, and system default monitoring as mentioned here in. Provide NEMA, phasing, and communication connection adjustments throughout the deployment. c. Training. 1. Upon delivery of the system, provide up to 2 hours of on-site training for applicable representatives from MDOT or contract agencies if requested by the contract administrator. This training includes, at a minimum, installation, removal, and operation of the signal system. Page 20 of 20

1500 Scribner Ave NW, Grand Rapids, MI 49504, United StatesLocation

Address: 1500 Scribner Ave NW, Grand Rapids, MI 49504, United States

Country : United StatesState : Michigan

You may also like

80 Avenue Widening between 132 Street to King George Boulevard (3 addenda)

Due: 04 Apr, 2024 (in 6 days)Agency: Government of Quebec

OFFICE FURNITURE - ACOUSTIC POD

Due: 12 Oct, 2024 (in 6 months)Agency: NATIONAL INSTITUTES OF HEALTH

FURNITURE ORDER FOR TRAINING BRANCH, 100 RIVERSIDE PARKWAY, FREDERICKSBURG, VA 22406

Due: 29 Mar, 2024 (Today)Agency: ANIMAL AND PLANT HEALTH INSPECTION SERVICE

Please Sign In to see more like these.

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