Proposers are encouraged to view background information on the RICWS Design Build project at the following website:

Size: px
Start display at page:

Download "Proposers are encouraged to view background information on the RICWS Design Build project at the following website:"

Transcription

1 MnDOT Contract No RICWS Oversight The State of Minnesota, through its Department of Transportation (MnDOT), requests proposals to assist the Department with design, testing, and construction oversight for S.P Rural Intersection Conflict Warning System (RICWS) Design Build project (Project). This will consist of contract administration, design review, system testing, and construction inspection for the project. The selected Consultant (Consultant) must be experienced in the oversight of design and construction of traffic signal and highway lighting construction projects. RICWS is a statewide project that will install intersection conflict warning systems at rural intersections. The list of the first 20 intersections is shown in Appendix A. In addition to the listed 20 intersections, the Project provides for adding an additional 30 intersections at MnDOT s discretion via Indefinite Delivery/Indefinite Quantity (ID/IQ) procurement methodology based on available funding. MnDOT has prepared a series of four intersection conflict warning system Conceptual Layouts for the Project, which the Design Build Contractor (Contractor) will modify as they design and construct each intersection, shown in Appendix B. Proposers are encouraged to view background information on the RICWS Design Build project at the following website: Proposers to this Request for Proposals are advised that if they are successfully selected as any member of the Contractor s RICWS Design Build bidding team, they will be disqualified from being selected as the successful proposer of this Oversight RFP. Project Goal The goal of this contract is to receive design, testing, and construction oversight and assistance in the administration of all procedures associated with the Project. Project Schedule MnDOT has released the Design Build RFP November 9, The anticipated first notice to proceed for the Project is March 15, The Consultant assisting MnDOT in administering the Project must be prepared to fully staff the project no later than March 15, It is anticipated that the duration of design and construction for the RICWS Design Build project will extend into The Consultant providing service under this contract must have sufficient staff as determined by the MnDOT Design Build Project Manager assigned to this project for the duration of the Contract.

2 MnDOT Contract No General The Consultant will utilize efficient and cost effective control procedures that will assure that the construction of the Project is performed in reasonable conformity with the plans, specifications, and contract provisions for the Project. The Consultant will provide satisfactory technical and administrative personnel in a timely manner to meet the requirements set forth in this, to ensure that the responsibilities described in this RFP are effectively carried out. All services will be performed in accordance with the established standard procedures and practices of MnDOT. Prior to furnishing any service, the Consultant will become familiar with those departmental standard procedures and practices as set forth in the documents listed in the General Requirement section of this RFP. The Consultant will become familiar with informal procedures and practices for construction, engineering, and contract administration used by MnDOT. The Consultant will maintain close coordination with MnDOT and the design build Contractor in order to minimize rescheduling of the Consultant s activities due to construction delays or changes in scheduling of the design build Contractor s activities. Consultant Staffing Requirements Executive Team Ray Starr Jon Jackels Terry Ward MnDOT Project Manager FWHA Oversight Kevin Kliethermes Ken Hansen MnDOT Deputy Project Manager Oversight Consultant Dan Rowe MnDOT ITS Engineer Oversight Consultant Testing Engineer Oversight Consultant Design Engineer Oversight Consultant Construction Project Manager U of M Testing Project Manager Oversight Consultant Construction Inspection Team U of M Testing Technician Design Build Contractor's Project Manager Design Build Design Manager Design Build Construction Manager Design Build Traffic Engineer FHWA MnDOT Design Build Contractor Oversight Consultant University of Minnesota

3 MnDOT Contract No The Consultant will provide a satisfactory number of qualified personnel as necessary to effectively carry out its responsibilities as described in this RFP. There is potential for staffing requirements 6 days a week, excluding Sundays and State designated Holidays. The Consultant will provide the necessary staff during these hours. The personnel assigned will need to make independent decisions when MnDOT staff is not present. The tasks outlined in the described in this RFP will be performed under tight time constraints. The consultant will staff as required to prevent delays to the overall Project. The Department anticipates the design build Contractor to construct at multiple sites simultaneously, as allowed by the Design Build RFP. It is estimated that six (6) people will be necessary during peak activity to carry out the various tasks described in this. It is anticipated that the number of personnel in each discipline will change as the project progresses. These numbers are to be used as a guideline only. It will be the responsibility of the Consultant to staff the project as required and as directed by the MnDOT Project Management Team. Personal Qualifications: The Consultant will utilize only personnel to be considered for assignment to the project, together with detailed resumes with respect to salary, education, experience, and qualification of each individual. Minimum qualifications for the Consultant personnel are set forth in this RFP. MnDOT may require that a minimum qualification be altered in instances when the unique nature of the work requires specific specialized skills. Consultant will provide personnel with major traffic signal and highway lighting inspection experience. Staffing: The Consultant will adequately staff the job in advance of the beginning of work to be properly prepared to satisfy its responsibilities, and will maintain an appropriate staff after completion of construction to complete the Final Estimate. Responsible personnel, thoroughly familiar with all aspects of construction and final measurements of the various pay items, must be available to resolve disputed final pay quantities until the appropriate contract has been paid off. No personnel will be assigned to this project by the Consultant until the qualifications of each person proposed have been reviewed and approved in writing by the MnDOT Construction Project Management Team. The Consultant s personnel approval request will be submitted at least two weeks prior to the date an individual is scheduled to report to work. An individual previously approved by the MnDOT Construction Project Management Team whose performance is later determined by MnDOT to be unsatisfactory will be replaced by the Consultant. Personnel identified in the Consultant s technical proposal will be assigned to the Project as proposed by the Consultant and are to be considered by MnDOT and the Consultant to be committed to performing services for the Project. Any changes will require written approval from the MnDOT Project Management Team. When the design build Contractor s operations on the Project diminish, the Consultant will reduce the

4 MnDOT Contract No number of its personnel assigned to the Project as appropriate. Any adjustment of Consultant forces as recommended by the MnDOT Project Management Team will be accomplished within one week after notification. The MnDOT Project Management Team will provide said notification to the Consultant in writing, and the Consultant will provide confirmation of notification in writing. Licensing for Equipment Operation: When licenses are required, the Consultant will be responsible for obtaining proper licenses for equipment and personnel operating equipment. MnDOT Field Manual Training: All Consultant field staff will attend MnDOT Field Manual Training prior to the start date for the Project. The Consultant is encouraged to propose additional people that may supplement and strengthen the Construction Oversight Team. Quality Verification Inspection and Testing Personnel Required Training and Experience (6 Staff Projected) Before the Project begins, all Consultant staff must have a working knowledge of the current Contract Administration Manual and MnDOT s current Construction Specifications book, and must possess all the knowledge, skills and abilities required in obtaining the necessary certifications for performing the duties of the position they hold. The Consultant will ensure that MnDOT s current practices, policies and procedures are met throughout the course of the project. Cross training of the Consultant s staff is highly recommended to ensure a knowledgeable and versatile project team. The following training and experience standards are expected, as a minimum, for all Consultant personnel under each category. Design Engineer (1) This position will coordinate all design related activities and will report directly to State s Design Build Project Manager. Responsibilities include, but are not limited to, participating in plan review, reviewing design changes, participation in over the shoulder reviews, planning and organizing work of subordinate staff members, implementing internal quality procedures, coordinate construction oversight staff on design build related administration issues, addressing field design changes, consulting with State designbuild Project Manager and staff. Minimum qualifications include: A Civil Engineering degree and registration by the Minnesota Board of Architecture, Engineering, Land Surveying, Landscape Architecture, Geoscience and Interior Design (AELSLAGID) as a Professional Engineer, plus at least seven years of engineering experience in designing major road projects. Ability to communicate effectively (verbally and in writing) Experience designing highway projects as part of a design build team or experience with assisting an owner with design verification on a design build transportation project. Experience designing traffic signals and highway lighting Exercises initiative and independent judgment in the solution of work problems.

5 MnDOT Contract No Testing Engineer (1) This position will coordinate all testing related activities and will report directly to State s Design Build Project Manager. Responsibilities include, testing of the Contractor s designed system and evaluation detailed in this. A minimum of a Civil or Electrical Engineering degree plus registration by the Minnesota Board or AELSLAGID as a Professional Engineer with two years of experience in evaluating highway electrical and ITS systems, such as lighting, signals, and intersection warning systems. Construction Inspection Project Manager (1) This position will coordinate all construction related activities and will report directly to State s Design Build Project Manager. Responsibilities include, but are not limited to, provides oversight and assistance to Construction Inspectors and ultimately responsible for verifying that all construction is in accordance with approved plans, specifications and special provisions, that compliance with the State s construction standards and policies are maintained, as well as any other applicable laws. When field problems are encountered, this position will be responsible for assembling all relevant information in a concise and orderly manner, reviewing all information and circumstances, and reporting recommendations to the State s Project Manager. Other responsibilities include, but are not limited to, Consultant and Contractor contract administration, traffic control compliance, project certifications, and project finalization. A minimum of a Civil Engineering degree plus registration by the Minnesota Board or AELSLAGID as a Professional Engineer with five years of experience in construction at the field level with contract administration of traffic signal and highway lighting projects. This position requires the ability to lead inspection team members located at different locations simultaneously. Construction Inspector (3) This position will provide construction inspection and will report directly to the Construction Inspection Project Manager. Responsibilities include, but are not limited to, quality assurance material testing (including small quantities of concrete pours and bituminous paving) and inspecting construction work, including but not limited to ITS/electrical, signing, highway lighting, and directional boring. A minimum of five years of highway signal and lighting inspection and two years of roadway sign installation inspection. Inspector must hold all applicable MnDOT Technical Certifications MnDOT Certifications 1. Bituminous Street 1 2. Bituminous Street 2 3. Concrete Field 1 4. Concrete Field 2

6 MnDOT Contract No Signal and Lighting 2 Subconsultant Professional Services Materials Testing Staff, including concrete field testing Upon written approval by the MnDOT Construction Management Team, and prior to performance of work, the Consultant may subcontract for materials testing, or specialized professional services. Selection of a subconsultant for materials testing may be delayed until after the Letting for the Project. The Consultant will indicate at least two companies that could be selected as the subconsultant for materials testing in their proposal with final selection dependent on the results of the Letting for the Project and approval by the MnDOT Project Manager. Documents, Publications, and Reference Materials The most current printed documents and publications listed below must be obtained by the Consultant prior to beginning work. Compliance with these guides, manuals, procedures, and directives will be a requirement of this Project. The Consultant will review this list and obtain all applicable documents from the appropriate office. The following publications are available for purchase by the Consultant from the MnDOT Manual Sales Office (a) MnDOT Standard Specification for Construction (b) MnDOT Bituminous Manual (c) MnDOT Concrete Manual (d) MnDOT Contract Administration Manual (e) MnDOT Drainage Manual (f) MnDOT Geotechnical and Pavement Manual (g) MnDOT Laboratory Manual (h) MnDOT Standard Plans Manual (i) MnDOT Standard Plates Manual (j) MnDOT Standard Signs Manual (k) MnDOT State Aid Manual (l) MnDOT Technical Manual (m) MnDOT Traffic Engineering Manual (n) Minnesota Manual on Uniform Traffic Control Device (MN MUTCD) The MnDOT Labor Compliance Manual is available from the MnDOT Construction and Contract Administration Office. Consultant Construction and Materials Testing Equipment The Consultant will provide and properly calibrate all testing equipment and materials. Quantity and quality of the items must meet the MnDOT Construction Project Manager s approval.

7 MnDOT Contract No The Consultant will be responsible for providing the necessary safety equipment and training to its personnel before beginning work on the Project. The safety of the Consultant is the sole responsibility of the Consultant. All appropriate Occupational Safety and Health Administration (OSHA) and MnDOT safety standards must be followed at all times. MnDOT has the right to remove any personnel from the Project that MnDOT feels are not operating in a safe manner. Tasks, Budget Preparation and Activity Codes The Consultant shall use the following Tasks and their associated Activity Codes in the preparation of their budget and all vouchers submitted for the project: 1.0 Project Management (Activity Code 1010) Those tasks necessary of the Consultant Team to manage or monitor the overall progress of their staff assigned to the RICWS Project. 2.0 Contract Administration & Management 2.1 Progress and Final Estimate Reporting (Activity Code 1805) Those tasks of the Consultant s Inspection Team and Schedule Reviewer to review the Contractors work in the field and their critical path schedule and provide review comments to the MnDOT Project Manager, assuring overall contract compliance by the Contractor. 2.2 Quality Audits, Project Closeout, Claims Review (Activity Code 1742) Those tasks of the Consultant s Inspection Team and Schedule Reviewer to preform Quality Audits, Project Close Out, and Claims Review to provide review comments to the MnDOT Project Manager, assuring overall contract compliance by the Contractor. 3.0 Materials Testing & Inspection (Activity Code 1732) Those tasks of the Consultant s Materials Testing Team associated with testing and inspecting the materials for the project. 4.0 Design Build Design Oversight (Activity Code 5912) Those tasks of the Consultant s Design Review Team associated with the plan checks and review. 5.0 Design Build Construction Oversight (Activity Code 5917) Those tasks of the Consultant s Inspection Team associated with ITS intersection conflict warning systems, highway lighting, and electrical construction. 6.0 Design Build Project Support (Activity Code 5920) Those tasks of the Consultant s Testing Team associated with testing the Contractor s intersection warning system.

8 MnDOT Contract No Design Build Contract Warranty Management (Activity Code 5930) Those tasks to monitor the design build warranty compliance and reporting. ID/IQ Work Authorizations When additional intersections are identified by MnDOT, MnDOT will issue a Contract Amendment which identifies: 1. The intersection(s) of the proposed work 2. The timeline for completing the construction of each intersection 3. The region, conceptual layout, construction type of which the basis of payment will be made 4. Identify if additional components such as intersection lighting or boring under a railroad will be required. 5. Identify any other requirements specific to the intersection(s) Invoicing The Consultant shall show, on each invoice, all work and billing, including individuals labor hours, related to a specific ID/IQ intersection separate from other work. The Consultant will be fully responsible for carrying out all functions as described in this. All activities and decisions of Consultant relating to the Project will be subject to review by State s Design Build Project Manager. The Consultant will provide coordination of all activities, correspondence, reports, and other communications related to its responsibilities for this Project. The Consultant will use the RICWS requirements and specifications within the Design Build RFP. The Design Build RFP, Addendums, and Clarifications are posted at: The Consultant will be advised of the official notice of award of the design build contract and will be ready to fully staff for the project within one week after notification. No personnel will be assigned until written notification by the State s Design Build Project Manager has been issued. Cooperation and Performance of Consultant: During the life of the Project, the State s Design Build Project Manager will conduct reviews of the various phases of the Consultant s operations. Reviews will be conducted in accordance with established State policy on work phases to determine compliance and the sufficiency with which procedures are being effectively applied to assure that the design reviews, testing, construction work, administrative activities are being performed in substantial conformity with State policies, plans, specifications, and contract provisions. The Consultant will

9 MnDOT Contract No cooperate and assist the State s Design Build Project manager, or his representatives(s), in conduct of the reviews. When deficiencies are indicated in a review, remedial action will be immediately implemented by the Consultant in conformance with the State s Design Build Project Manager s recommendations. State s documented and Consultant s actions will be properly documented by the State s Design Build Project Manager. In general, remedial action will be required to commensurate with the degree and nature of deficiencies cited. Additional compensation will not be allowed for remedial action taken to correct deficiencies by the Consultant. Remedial actions may include any or all of, but are not necessarily limited to, the following actions: Further subdivide assigned design review or construction verification responsibilities, reassign design review or construction verification personnel or assign additional personnel. The Consultant will comply with this action within 24 hours of notification by the State s Design Build Project Manager. Replace personnel whose performance has been determined by the State s Design Build Project Manager to be inadequate. When directed by the State s Design Build Project Manager, any person whose performance has been determined to be unsatisfactory will be immediately removed. 1.0 Design In general, the selected Consultant will provide the following Design services: Design review will be required of the Consultant at all times while the Contractor is working on the Project. If the design build contract is suspended for any reason, the Consultant s forces will be adjusted to correspond with the type of cessation, either complete or partial suspension. When examining the plans from the Contractor, the Consultant shall use the following criteria to review and check the plans: Review A comparative analysis for agreement with standard practice, conformance to the contract requirements, agreement with similar structures, all with application of professional judgment. Mathematical analysis is not specifically required, but may be necessary where a discrepancy appears likely. Includes an analysis of the Contractor s methods, assumptions, and calculations. Check Mathematical computations provided by the Contractor and provide independent calculations when an issue occurs during the check. Design Review the Contractor will complete the final plans based on the contract. The Consultant will review the plans for conformance to the design concept. The Consultant will verify that the final plans will be prepared in accordance with the Design Build Request for Proposals including current State standards and practices. It is the responsibility of the Consultant to make sure that the plans coming

10 MnDOT Contract No from the Contractor are complete and correct. The Consultant will review, and check the Contractor s plans. These reviews will include over the shoulder plans, release for construction plans, and as built plans. Contract Administration The Consultant will perform all Contract Administration services necessary to assure that proper coordination of the activities of all parties involved in accomplishing completion of the project; to maintain complete, accurate records of all activities and events relating to the projects; to properly document all significant changes to the projects; to provide interpretations of the plans, specifications and contract provisions; to make recommendations to MnDOT to resolve disputes which arise in relation to the design contract; and to maintain an adequate level of surveillance of the Contractor s activities. The Consultant will also perform any other Contract Administration services that are required to fulfill its responsibilities as described in this. All record keeping and documentation will be in accordance with standard State procedures, formats and content. Design Administration Tasks 1. Attend any conferences or meetings necessary for close coordination during day to day progress of the work as required to carry out the Project. 2. Become familiar with the standard design practices of the State, the Design Build Request for Proposals, and the Contractor s proposed schedule of operations prior to beginning design review services under the Project. 3. Assign a sufficient number of technically qualified and experienced personnel to the Project to perform the services described in this in a timely manner to avoid delay to the Contractor. 4. Monitor and review the Contractor s Critical Path Management (CPM) schedule throughout the life of the Project. 5. Notify the State s Design Build Project manager immediately of any unanticipated project conditions. 6. Withdraw any personnel or halt any services no longer required, at the request of State, or within a reasonable time after the lack of need becomes apparent to the Consultant. 7. Provide for the Consultant personnel transportation, supplies, materials and incidentals as are needed to accomplish the services described in this. 8. Review the Contractor s schedule for design and construction. 9. Review, coordinate and process Contractor s Prepare Partial Estimate pay vouchers. Design Review Tasks 1. Provide design review services on a full time basis during all pertinent construction activities. 2. To prevent delays in the Contractor s operations, promptly check and review plans, calculations, and specifications, produce reports, and/or write communications. 3. Maintain a record of design submittals, approvals, changes, and modification using TRACS.

11 MnDOT Contract No Provide interpretations of the plans, specifications and contract provisions to the Contractor. The Consultant will consult with the State s Design Build Project Manager when an interpretation involves complex issues or may have an impact on the cost of performing the work. When warranted, the State s Design Build Project manager may request an interpretation of the Consultant. 5. Collect, properly label or identify, and deliver to State all original calculations, drawings and sketches, electronic design files, records, reports, and other documents prepared by the Consultant in the performance of the work as described in this upon completion or termination of the Project. 6. Prepare and submit such periodic, intermediate, and final data and records as may be required by the State and as are applicable to the Project. 7. Analyze changes to the plans, specifications or contract provisions, and extra work. Which appear to be necessary to carry out the intent of the Project. When it is determined that a change or extra work is necessary, the Consultant will make recommendations to the State s Design Build Project manager for approval. 8. Perform systematic and independent examinations to determine whether the Contractor s quality activities and related results comply with planned arrangements included in the Design Build Request for Proposals, are implemented effectively, and are suitable to achieve the project objectives. 9. Review the Contractor s as built plans. 2.0 Testing In general, the selected Consultant will provide the following Testing services: Testing Oversight will be required of Consultant at all times while the Contractor is conducting system tests on the Project. If the design build contract is suspended for any reason, Consultant s forces will be adjusted to correspond with the type of cessation, either complete or partial suspension. Consultant testing will follow the RICWS Test Plan shown in Appendix C, Contractor produced test procedure for Test Case 5, and with the following: Test Case 1 1. Review Contractor supplied product specifications and third party testing for verification of Contract requirements and RICWS System Requirements, shown in Appendix D. 2. Attend Contractor lead system test at the Contractor s specified location. Test Case 2 Attend the Contractor lead demonstration to the MnDOT Fort Snelling staff. Test Case 3 Assist Consultant Design Engineer in reviewing the Plan Set.

12 MnDOT Contract No Test Case 4 Conduct Functional Demonstration Testing. The testing will require two vehicles and a laptop. Test Case 5 1. Review and make recommendations/revisions to the Contractor s Reliability Demonstration procedure. 2. Review each 96 hour Summary Report produced by the University of Minnesota 3. Conduct Test Case 5a and 5b within the RICW Test Plan Test Case 6: Conduct Turn on Test at all RICWS locations including ID/IQ locations approved by the State s Project Manager. Test Case 7: Conduct Turn Over Test at all RICWS locations including ID/IQ locations approved by the State s Project Manager. 3.0 Construction In general, the selected Consultant will provide the following Construction services: Quality Verification Inspection and Testing It will be the responsibility of the Consultant to provide services as necessary to administer the Contract to assure the Project is constructed in substantial conformity with the contract provisions. Construction Oversight will be required of Consultant at all times while the design build contractor is working on the Project in the field. If the design build contract is suspended for any reason, Consultant s forces will be adjusted to correspond with the type of cessation, either complete or partial suspension. The Consultant will advise the MnDOT Construction Project Management Team in writing of any omissions, substitutions, defects and deficiencies noted in the work of the design build Contractor and the corrective action taken. Verification Testing and Inspection The Consultant will perform technical duties in verification testing and inspection to assure compliance with the contract, including the MnDOT Contract Administration Manual, Specification Book, Special Provisions, construction plans, policies and procedures, standards, OSHA Regulations, and Federal Highway Administration (FHWA) guidelines, as well as any other applicable laws. The Consultant will provide on site construction verification testing and inspection on a full time basis during all critical construction activities. The Consultant will provide full time quality control/quality assurance (QC/QA) testing and inspection service by ensuring that all construction is in

13 MnDOT Contract No accordance with approved plans, specifications, special provisions, and that compliance with MnDOT construction standards and policies is maintained. Quality Audits The Consultant will assist MnDOT in performing systematic and independent examinations to determine whether the design build Contractor s quality activities and related results comply with planned arrangements including the contract, are implemented effectively, and are suitable to achieve the project objectives. Contract Administration The Consultant will perform all Contract Administration services necessary to assure that proper coordination of the activities of all parties involved in accomplishing completion of the project; to maintain complete, accurate records of all activities and events relating to the projects; to properly document all significant changes to the projects; to provide interpretations of the plans, specifications and contract provisions; to make recommendations to MnDOT to resolve disputes which arise in relation to the construction contracts and to maintain an adequate level of surveillance of the Contractor s activities. The Consultant will also perform any other Contract Administration services that are required to fulfill its responsibilities under this Agreement. All record keeping and documentation will be in accordance with standard MnDOT procedures, formats and content. Services to be performed by the Consultant under Quality Audit and Verification Testing: Construction Administration Tasks 1. Attend any conferences or meeting necessary for close coordination during day to day progress of the work or as required to carry out the Project. Meetings will include a pre construction and close out meeting 2. Become familiar with the standard construction practices of MnDOT, the construction plans and the contracts for the Project, and the design build Contractor s proposed schedule of operations prior to beginning field services under the Project. 3. Assign a sufficient number of technically qualified and experienced personnel to the Project to perform the services as described in this RFP in a timely manner to avoid delay to the Contractor. 4. Schedule and attend a meeting with the MnDOT Project staff prior to the pre construction conference. This meeting will provide a review of the computation book, and Contract and requirements of the Project along with any other pertinent information necessary for the completion of the final voucher. At this meeting the person responsible for the completion of the final voucher will be in attendance. 5. Provide coordination between the Contractor, MnDOT staff, and utility companies to assure that conflicting utilities are protected in place in a timely manner to minimize delays to construction operations. Documentation will be maintained in accordance with MnDOT policies.

14 MnDOT Contract No As necessary, conduct utility meetings with the Contractor and/or utility companies to review plans, schedules, problems, or other areas of concern. The results of these meetings will be recorded with minutes distributed to all affected parties including the MnDOT Project Manager. 7. Review and monitoring of the design build Contractor s schedule for construction. 8. Notify the MnDOT Project Manager immediately of any unanticipated project conditions. 9. Withdraw any personnel or halt any services no longer required, at the request of MnDOT, or within a reasonable time after the lack of need becomes apparent to the Consultant. 10. Provide for Consultant personnel transportation, supplies, materials and incidentals as needed to accomplish the services described in this RFP. 11. Review the Contractor s submittals of records and reports including: weekly payroll; statement of wage compliance; requests for payment of materials on hand; or other reports and records as required for the Project by MnDOT. 12. At least once each month, prepare a comprehensive tabulation of the quantity of each major item of work (corresponding to the Project Work Breakdown Structure) satisfactorily (according to appropriate specifications) completed to date. Quantities will be based on daily records or calculations. Calculations will be retained. The tabulation will be used for preparation of the Monthly Pay Voucher. The Monthly Pay Voucher will be generated by the Consultant. 13. Monitor the Contractor s compliance with contract provisions in regard to payment of predetermined wage rates in accordance with MnDOT procedures. This includes Contractor compliance. 14. Work with the MnDOT Financial Office and Deputy Project Manager to assure correct funding splits on Monthly Pay Voucher. 15. Prepare Partial Estimate pay vouchers using a database and provide to the MnDOT Project Manager for approval. Partial pay vouchers will be generated at regular intervals not to exceed once a month. 16. Final Payment Voucher Generate a draft final voucher using CAARS and submit to MnDOT for review and approval. MnDOT will produce the Final Payment Voucher and Certificate of Final Acceptance. Prepare final project documentation in accordance with the MnDOT Construction Manual. 17. When it is determined that a modification to the original Contract for the Project is required due to a necessary change in the character of the work, prepare the fair cost estimate prior to receipt of the Contractor s estimate, negotiate prices with the Contractor, and with approval of MnDOT s Estimating Section, prepare and submit, for approval by the MnDOT Project Manager, all contract changes in accordance with applicable MnDOT Standard Specifications and policies. The Consultant will track the status of each contract change until executed. 18. In the event that the Contractor gives notice, either written or verbal, that it deems certain work to be performed is beyond the scope of the Contract and it intends to claim additional compensation, the Consultant will maintain accurate records of the costs involved in such work. These records will include manpower and equipment times and materials installed (temporary or permanent) in the portion of the work in dispute.

15 MnDOT Contract No In the event that the Contractor for the Project submits a claim for additional compensation, analyze the submittal and prepare a recommendation to the MnDOT Construction Management Team covering validity and reasonableness of charges and conduct negotiations leading to recommendations for settlement of the claim. Maintain complete and accurate records of work involved in claims. 20. In the event that the Contractor for the project submits a request for extension of the allowable contract time, analyze the request and prepare a recommendation to the MnDOT Construction Management Team covering accuracy of statements and the actual effect of delaying factors on completion of controlling work items. Construction Inspection Tasks 1. Make certain that test report records or certificates of compliance have been received, prior to the incorporation of materials in the work, for materials tested off the Project site. 2. Perform Consultant field operations in accordance with OSHA regulations and accepted safety practices. 3. Photograph the pre construction conditions at each project location. Provide a digital photo log of the Project activities, with heavy emphasis on potential claim items/issues and on areas of real/potential public controversy. 4. Provide on site construction verification testing and inspection on a full time basis during all pertinent construction activities. 5. The Consultant will perform sampling and testing of all component materials used on the project and will also obtain samples for submittal to MnDOT s District Laboratory. Field testing may include, but is not limited to, concrete (slump tests, cylinders, etc.) and bituminous (asphalt cement samples, temperatures, quantity weigh tickets, gradations, etc.) in accordance with the current Schedule of Materials Control. The Consultant will sample and test as appropriate, materials to be incorporated in the work, and will reject the Contractor s work and materials not meeting the designated criteria. The field reports for records of work and testing results will be submitted within one week. 6. Materials testing will be done in accordance with the current MnDOT s Schedule of Materials Control and the MnDOT s Standard Specifications or as modified by the Contract Special Provisions. Where the Schedule of Materials Control specifies laboratory/agency testing, those tests will be performed at the District Materials Laboratory. The Consultant will be responsible for delivering the samples to the District Materials Laboratory. 7. All testing equipment used by the Consultant will be calibrated at least once per year, or at the specified intervals, in accordance with MnDOT s Laboratory, Bituminous, Concrete and Grading and Base Manuals. 8. No provisional certifications will be allowed for these testing procedures. 9. Maintain a log of all materials entering into the work with proper indication of the basis of acceptance of each shipment of material.

16 MnDOT Contract No The Consultant will contact the District Independent Assurance Inspector and request an Independent Assurance review for the project. This review may be necessary for all testers and observers; at least one documented check of each tester and observer is required each year. The individual tester or observer may be required to perform the test(s) in either the field or the District Materials Laboratory. a. The tester is defined as the individual who actually runs the test. b. The observer is defined as the inspector who watches the Contractor run the test. 11. Prepare and submit such periodic, intermediate and final data and records as may be required by MnDOT and as are applicable to the Project. Necessary concrete, bituminous and grading and base reports will be prepared by the Consultant and submitted to responsible parties as required during the same week that the construction work is done or as otherwise directed by the MnDOT Construction Management Team. 12. Complete daily inspection reports, material certification and Project correspondence. Collect documentation, in accordance with the Contract Administration Manual, for work quantities completed. Measure and compute quantities of all materials incorporated in the work and items of work completed, and record date into a database. 13. Prepare all appropriate Contract Time Documents (Weekly Construction Diaries & Status Reports) in accordance with the Specifications, Special Provisions of the Contract Administration Manual, and submit to the MnDOT Construction Management Team for review. 14. Document changes in plans and specifications for as built plan preparation. 15. Collect, properly label or identify, and deliver to MnDOT all original diaries, logs, notebooks, accounts, records, reports, and other documents prepared by the Consultant in the performance of the work described in this RFP, upon completion or termination of the Project. Keep daily diaries, logs, and records consistent with MnDOT practices as are needed for a record of the design build Contractor s construction progress. 16. Conduct and document field reviews of the maintenance of traffic operations, including after normal working hours, weekends, and holidays. 17. During construction when traffic restrictions are in place, perform daily field reviews of workzone traffic control including signing, lane closures, and flagging operations. 18. Monitor the Project to the extent necessary to determine whether construction activities violate the requirements of the Project Categorical Exclusion. Notify the Contractor of any violations or potential violations and require its immediate resolution of the problem. Violations must be reported to the MnDOT Project Manager immediately. 19. Analyze changes to the plans, specifications or contract provisions and extra work, which appear to be necessary to carry out the intent of the Project. When it is determined that a change or extra work is necessary, the Consultant will make recommendations, negotiate prices with the Design Build Contractor and prepare and submit for approval by the MnDOT Construction Management Team all contract changes in accordance with applicable MnDOT policies. 20. Prepare final documentation of construction pay items, quantities, materials and other requirements as per the plans, specifications, special provisions and the Contract Administration Manual.

17 21. Final Inspection Conduct final inspection and recommend Project acceptance. 22. Review the Contractor s as built plans. MnDOT Contract No Evaluation In general, the selected Consultant will provide the following Evaluation services: 1. A brief summary of the system operations shall be prepared after the first 20 intersection conflict warning systems have been operational for 1 year (calendar year 2014). This summary shall document the performance of the first 20 systems using such measurements as: a. Mean time to system failure and failure frequency. b. Percent of time the system was operational. c. Amount of system warranty work (in hours of work performed providing warranty to the system). d. Material cost of equipment replacement 2. A brief summary of the Contractor warranty response shall be prepared monthly throughout the warranty period. The summary will document the Contractor s response time to a warranty call (was the 72 hour response time met) for that particular month. 3. A report that shall document the performance of all systems installed as part of the Project. The report shall include: a. Contractor warranty response summary and evaluation prepared following the warranty period. The summary shall document the performance of the Contractor s response time (was the 72 hour response time met) throughout the entire warranty period. b. System operations summary and evaluation prepared following the warranty period. This summary shall document the performance of all systems installed as part of the Project using such measurements as: i. Mean time to system failure and failure frequency. ii. Percent of time the system was operational. iii. Amount of system warranty work (in hours of work performed providing work to the system). iv. Material cost of equipment replacement. v. Benefit/cost analysis for MnDOT verses a contractor performing future maintenance based on the average material and labor hours (including travel time which can be an average travel time to all locations). 5. Other Services The Consultant, upon written authorization from MnDOT, will perform additional verification related services as may be required by MnDOT. The following items may be required by MnDOT to supplement the Consultant s services for the Project. Fees for such services will be negotiated.

18 MnDOT Contract No The Consultant will, upon review, approval, and written authorizations by MnDOT, make such changes and revisions to the plans and specifications as may be required in order to complete the activities. 2. The Consultant will, upon written request, assist MnDOT in preparing documents for arbitration hearings or litigation that occur after the basic Contract Administration services are complete, in connection with the Project. 3. The Consultant will, upon written request from MnDOT, provide qualified professionals to serve as engineering witnesses, provide exhibits, and otherwise assist MnDOT in any litigation or hearing in connection with the Contract. 4. The Consultant will, upon written request by MnDOT, provide on/off site Project related inspection services above those specified in this. Construction Claims Claim resolution and/or containment of exposure are most efficient at the time of occurrence. It is prudent policy that all discrepancies that have an impact on the Project and that are incurred by the design build Contractor be dealt with immediately. On an as needed basis, the Consultant will perform discovery of documentation involved in any claim filed by the design build Contractor providing claim defense strategy for MnDOT to use in resolution of the claim. If a discrepancy cannot be resolved and the design build Contractor files a claim, the Consultant will have complete documentation and schedule and planning data conclusive for counsel s use and defense procedures. If necessary the Consultant will act as an expert witness in defense of claims for MnDOT. Post Construction Claims Review In the event the design build Contractor for the Project submits a claim for additional compensation and/or time after the Consultant has completed it s contract, the Consultant will, at the written request from MnDOT, analyze the claim, prepare a recommendation to the MnDOT Construction Management Team covering validity and reasonableness of charges and/or assist in negotiations leading to settlement of the claim. Compensation will be negotiated and reimbursed by a separate contract.

19 MnDOT Contract No Appendix A RICWS 20 Site Locations County Major Road Minor Road Adding Street Lights Intersection Near Railroad Kanabec MNTH 23 CSAH 11 (West Jct) Yes No Rice MNTH 60 CSAH 13 T28 No No Kandiyohi MNTH 23 CSAH 5 No No Wright MNTH 55 CSAH 3 & CR 136 No Yes St. Louis MNTH 1 CSAH 77 No No Carver MNTH 7 CSAH 33 No No Olmsted MNTH 63 CSAH 21/CR121 No No Nicollet MNTH 15 CSAH 5 Yes No Kandiyohi MNTH 23 CSAH 1 No Yes Aitkin MNTH 210 CSAH 12 No Yes Blue Earth MNTH 60 CSAH 20 No No Kanabec MNTH23 CSAH 11 (East Jct) Yes No Wright MNTH 55 CSAH 37 No Yes Rice MNTH 3 CSAH 20 No No Lyon MNTH 23 CSAH 30 (North Jct) No No McLeod USTH 212 MNTH 22 (East Jct) No No Olmsted MNTH 42 CSAH 9 No No Rice MNTH 60 CSAH 16 No No St. Louis USTH 2 CSAH 98 No No Rice MNTH 60 CSAH 44 / CR72 No No

20 MnDOT Contract No Appendix B RICWS Conceptual Layouts

21 MnDOT Contract No

22 MnDOT Contract No

23 MnDOT Contract No

24 MnDOT Contract No Appendix C RICWS Test Plan The following RICWS Test Plan is taken from the Design Build RFP Book 2, Section 17 Exhibit C. Updates to the RICWS Test Plan may be posted via Addendums to the Design Build RFP as the State addresses Contractor Clarifications. Addendums are posted at: REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK

25 Rural Intersection Conflict Warning Systems Deployment Test Plan Prepared by Athey Creek Consultants Revised by MnDOT October 25, 2012

26 Test Plan Introduction The Minnesota Department of Transportation (MnDOT) has developed the Rural Intersection Conflict Warning Systems Deployment project to reduce crashes at stop controlled intersections. It is a statewide, Intelligent Transportation Systems project that will deploy intersection conflict warning systems (ICWS) at up to 150 rural, stop controlled intersections. These systems will address crashes at stop controlled intersections by providing drivers on both the major and minor road with a dynamic warning of other vehicles approaching the intersection. ICWS typically consist of static signing, detection and dynamic elements as illustrated in Figure 1. Figure 1 Intersection Conflict Warning System Concept N Minor Road CROSS TRAFFIC WHEN FLASHING ENTERING TRAFFIC WHEN FLASHING V1 Major Road ENTERING TRAFFIC CROSS TRAFFIC V2 WHEN FLASHING WHEN FLASHING Candidate intersections were initially identified by counties and MnDOT district traffic staff through the systematic development of localized road safety plans, which outline specific safety investment priorities and projects based on crash data. From the road safety plans, intersections were further selected for this project if poor sight distance or gap acceptance were believed to be strong contributing factors and if there was local support for the project. The primary goal of this project is to reduce crashes at stop controlled intersections by deploying intersection conflict warning systems throughout Minnesota. The project will also allow MnDOT and its partners to more conclusively evaluate the effectiveness these systems at reducing crashes under certain conditions (i.e., road types, traffic volumes, etc.), as well as their longer term operational and maintenance needs. A Concept of Operations was prepared for this project to identify fundamental stakeholder needs. Needs were then translated into high level and detailed requirements in the System Requirements document. This Test Plan presents test phases and a corresponding log which will be used to verify that the ICWS meets parameters specified in the System Requirements. Addendum No. 1 October 25December 3, 2012 Page 1

27 Test Plan Test Plan Testing is necessary to ensure that requirements, as specified in the System Requirements document and subsequent design documents, are met. For this project, testing will be done on two levels. First, validation testing will be conducted on system components as they are identified for procurement. Validation will confirm that a product meets its specified requirements and it will be performed primarily through inspection before the system is deployed. Once validated, the Contractor may proceed with system integration and installation. Acceptance testing is the second level of review for this project and it will take place after the first ICWS is installed at an installation site chosen by MnDOT. System acceptance will confirm that the products fulfill their intended use and it will be completed when the system is in its operational environment to allow for demonstration. Once accepted at the initial site, the Contractor may complete installation at the remaining sites. Under MnDOT supervision, the Contractor will initiate the validation and acceptance test cases presented in the next sections of this document. Five test cases are required for this project: Product Specification Review, Integration Demonstration (30 day), Plan Set Review, Functional Demonstration (1 Day) and Reliability Demonstration (30 day). For each test case, the accepted test environment is noted. Test processes and verification instructions then describe which ICWS features will be inspected or demonstrated to verify the correspondingly noted system requirements. The test processes also indicate who shall participate in the verification process. Some ICWS features will be verified at both phases of testing and are noted as such in the verification instructions. Test log details are also included to use during testing as formal documentation of whether the system passed or failed to meet requirements. Comments about each verification step should be entered in the log with enough detail for the Contractor to make product, design or installation modifications as needed. Test Phases Validation Testing There are six primary components that when combined form an intersection conflict warning system detection, warning, system communication, data management, system monitoring and power. These components will be procured off the shelf by the Contractor according to the System Requirements and final design specifications accepted by MnDOT. Validation testing will occur as the components are identified for procurement by the Contractor to ensure requirements are met. Any items failed during validation testing will be corrected by the Contractor and then presented again to MnDOT for final acceptance. Once this stage of testing is completed and accepted by MnDOT, the Contractor may proceed with procurement and each product should also be accompanied by manufacturer documentation of successful Factory Acceptance Testing prior to shipping. Table 1 below presents the three test cases, environment, processes, verification instructions, relevant system requirements and log that will be used for validation testing. October 25, 2012 Page 2

28 Test Plan Table 1 Validation Test Cases Test Case 1: Product Specification Review Environment: Office or Factory / Warehouse Process: As Contractor selects ICWS components for procurement, the Contractor will provide MnDOT product specifications for requirements verification and accepted. Once accepted, the Contractor may complete procurement and proceed with integration of the first ICWS that will be tested prior to installation and integration of remaining ICWS. Several steps described in the verification instructions below will be repeated during Test Case 5. The test log has been separated to reflect both instances of testing. Participants: Shall include the MnDOT Project Manager, Contractor and Oversight Consultant. Verification Instructions System Requirement Pass/ Fail Test Log Comments 1a. Verify that ICWS detection, warning, system communication, data management, system monitoring and power product specifications conform to NEMA TS environmental requirements b. Verify that ICWS alert product specifications conform to NEMA TS standards for the hardware and functional characteristics of electronically controlled dynamic message signs, if used c. Verify that ICWS system communication component product specifications comply with FCC emission requirements d. Verify that ICWS Control Cabinet meet the requirements of UL 508 Standard for Industrial Control Equipment, January 28th 1999 Edition e. Verify that ICWS detection, warning, system communication, data management, system monitoring and power product specifications conform to MN MUTCD and AASHTO requirements for crashworthiness October 25, 2012 Page 3

29 Test Plan 1f. Verify that ICWS detection product specification states capability to continuously detect presence of multiple vehicles in multiple lanes. Verify again during reliability demonstration in Test Case , , Test Case 1 Results Test Case 45 Results 1g. Verify that ICWS detection product specification states less than 0.05% error rate. Verify again during reliability demonstration in Test Case , Test Case 1 Results Test Case 45 Results 1h. Verify that ICWS alert product specification states lag time is userconfigurable without hardware or software changes. Verify again during reliability demonstration in Test Case , , , Test Case 1 Results Test Case 45 Results 1i. Verify that ICWS alert product specification states sign sheeting and lighting are within ranges specified by MN MUTCD Section 2A.7 Retroreflectivity and Illumination, MN MUTCD 2L.4 Design Characteristics of Changeable Message Signs, and TEM Retroreflective Sheeting Policy October 25, 2012 Page 4

30 Test Plan Test Case 2: Integration Demonstration Environment: MnDOT Fort Snelling Office Process: Once the Contractor has procured and integrated a complete set of ICWS components, the system integration will be demonstrated prior to installation at the first intersection site. The demonstration will take place at MnDOT s Fort Snelling Office to simulate the installation environment. All ICWS features (e.g., detection, alert, etc.) shall be integrated, constructed (intrusive detection shall be present however will not be installed in the pavement), activated and observed for requirements verification and acceptance during the demonstration. The entire system will remain at the MnDOT Fort Snelling Office for the 30 day environmental testing and other requirement testing. Once accepted, the Contractor will proceed with preparation of materials for the test plan review prior to the functional demonstration. The integration test system will remain at MnDOT s Fort Snelling Office through the end of the functional demonstration. Many of the steps described in the verification instructions below will be repeated in Test Case 4. The test log has been separated to reflect both instances of testing. Participants: Shall include, at a minimum, the MnDOT Project Manager, MnDOT Electrical Services personnel, Contractor and Oversight Consultant. Additional participants may include MnDOT Safety Unit, State Aid for Local Transportation, District Traffic Engineer, County Engineer (if relevant), or FHWA Division Safety Engineer. Verification Instructions 2a. Verify that ICWS alert is active on minor road whenever any vehicle a. is approaching less than the user configured lag time away from, and b. has not yet entered the intersection on the major road. 2b. Verify that ICWS alert is inactive on the minor road whenever no major road vehicle a. is approaching less than a userconfigurable lag time away from, and b. has not yet passed the intersection on the major road 2c. Verify that ICWS alert is active on the major road whenever any minor road vehicle is a. approaching less than time t away from the stop sign, or b. waiting at the stop sign on the minor road. System Requirement Pass/ Fail Test Log Comments Test Case 2 Results Test Case 4 Results Test Case 2 Results Test Case 4 Results Test Case 2 Results Test Case 4 Results 2d. Verify that ICWS alert is inactive Test Case 2 Results October 25, 2012 Page 5

31 Test Plan on the major road whenever NO minor road vehicle is a. approaching less than time t away from the stop sign, or b. waiting at the stop sign on the minor road. Time t is the major road vehicle lag time from 100 feet in advance of the major road warning sign to the intersection at the posted speed limit. Test Case 3: Plan Set Review Test Case 4 Results Environment: Office Process: After detailed design is complete, Contractor will present a completed plan set for the first ICWS installation site to MnDOT for requirements verification and acceptance. Once accepted, the Contractor may proceed with installation at the first intersection site. Several steps described in the verification instructions below will be repeated in Test Case 4. The test log has been separated to reflect both instances of testing. Participants: Shall include, at a minimum, the MnDOT Project Manager, District Traffic Engineer, Contractor and Oversight Consultant. Additional participants may include MnDOT Safety Unit, State Aid for Local Transportation, State Sign Engineer, County Engineer (if relevant), or FHWA Division Safety Engineer. Verification Instructions System Requirement Pass/ Fail Test Log Comments 3a. Verify that ICWS alert is visible from any approach lane and placed along major road according to MN MUTCD Table 2C 4. Guidelines for Advance Placement of Warning Signs for the posted speed and distance from the intersection. Verify again during functional demonstration in Test Case 4. 3b. Verify that ICWS detection is placed on major road to detect vehicles in all approach lanes and from both directions. Verify again during functional demonstration in Test Case , Test Case 3 Results Test Case 4 Results , Test Case 3 Results Test Case 4 Results 3c. Verify that ICWS alert is placed Test Case 3 Results October 25, 2012 Page 6

32 Test Plan along minor road on the far right corner of intersection, across from the stop sign, where intersection geometry permits. If geometry is restricted, ICWS alert should be on far left corner of intersection. Verify again during functional demonstration in Test Case 4. 3d. Verify that ICWS alert reflects the placement, sign combinations and messages described for ICWS4: Major and Minor Road Alert for 2 Lane/2 Lane (or Multi Lane) Intersection. 3e. Verify that all ICWS designs use standard static or blank out sign design for minor road alert and standard static for major road alert as specified in Book 2. 3f. Verify that ICWS alert functions as warning sign defined in MN MUTCD Sections 2C.1 2C.2 and does not replace or conflict with any regulatory signs. 3g. Verify that ICWS utility power source is identified and adequate for continuous operations 24x7, 365 days per year. Verify again during functional demonstration in Test Case 4. Test Case 4 Results Test Case 3 Results Test Case 4 Results 3h. Verify that ICWS component placement will not obstruct any drivers view of the road, other vehicles or regulatory signs. Verify again during functional demonstration in Test Case Test Case 3 Results Test Case 4 Results 3i. Verify that all ICWS materials conform to Section 2564 Traffic Signs and Devices and 2565 Traffic Control Signals of the MnDOT Standards Specifications for Construction October 25, 2012 Page 7

33 Test Plan 3j. Verify that ICWS indication on the major road alert consists of continuous activation of the flashing beacon, excluding utility power service failure. If utility power service fails, it is acceptable for beacon to just be off. 3k. Verify that ICWS indication on the minor road alert has a 72 hour minimum power backup or an indication different than any other active or inactive state Test Phases System Acceptance Part 1 This stage of testing will include a functional (1 day) test and a reliability (30 day) test to be conducted at the first ICWS installation site. For the purposes of warranty, the functional test of the installed ICWS will serve as an acceptance test. The Contractor will create a test plan and conduct the functional test to demonstrate that all system requirements are adequately met. The oversight Consultant will verify reliability test results every 96 hours for a minimum of 30 Days. The reliability test must be passed to proceed to system installation at all remaining sites. For all the remaining sites, the oversight Consultant will observe the Turn on Tests to verify that the systems are properly installed and function as required. For the initial 30 day reliability test, the Contractor will continue operation of the ICWS at the first installation site, with the system covered and unavailable for driver interaction until MnDOT accepts the system for full operation. Table 2 below presents further detail for the test cases, environment, processes, verification instructions, relevant system requirements and log that will be used for system acceptance testing. October 25, 2012 Page 8

34 Test Plan Table 2 System Acceptance Part 1 Test Cases Test Case 4: Functional Demonstration (1 Day) Environment: First ICWS Installation Site Process: Once the Contractor has installed an ICWS at the first installation site, the 1 day functional demonstration will be scheduled to allow for observation under dawn/dusk lighting and peak/off peak traffic conditions. The demonstration will require two vehicles (provided by the Oversight Consultant) to drive through the intersection while ICWS features (e.g., alert activation) are activated and observed for requirements verification and acceptance. The Oversight Consultant will also provide a laptop in order to download and observe data recorded by the ICWS. In addition to the verification instructions listed below, there are several verification steps in Test Case 1, Test Case 2 and Test Case 3 above that need to be repeated in this test case. Participants: Shall include, at a minimum, the MnDOT Project Manager, Contractor and Oversight Consultant. Additional participants may include MnDOT Safety Unit, State Aid for Local Transportation, State Sign Engineer, District Traffic Engineer, County Engineer (if relevant), or FHWA Division Safety Engineer. Verification Instructions System Requirement Pass/ Fail Test Log Comments 4a. Verify that ICWS minor road warning is active within the userconfigured lag time between 4 and 9 seconds, in increments of 0.1 seconds, for vehicles approaching the intersection on the major road b. Verify that ICWS is active within the user configured lag time whenever vehicle speeds are ±10 MPH of the posted speed c. Verify that ICWS detection malfunction is detected and indicated within 1 minute of the onset of the malfunction. This will require a force malfunction not related to power supply , d. Verify that ICWS malfunction is recorded and categorized in data management according to the malfunctioning component and time/date stamped according to when failure began/ended October 25, 2012 Page 9

35 Test Plan 4e. Verify that ICWS automatically returns to a fully operational state when power is restored after a power outage 4f. Verify that ICWS operates without dependence on external systems g. Verify that ICWS components are physically accessible for maintenance within the right of way with one Transportation Agency vehicle and a 1 2 person crew. Test Case 5: Reliability Demonstration (30 Day) Environment: First ICWS Installation Site Process: Following completion of Test Case 4, the Contractor will continue operation of the first ICWS site for another 30 days to demonstrate reliability and verify the associated requirements. During this period, the ICWS should be covered and unavailable for driver interaction. Because most requirements being reviewed in this test case revolve around data storage, the Contractor shall visit the site to confirm operation and download data once every 96 hours. The State, through a separate contract with the University of Minnesota, will deploy a portable IDS/CICAS system which shall be used to collect data, analyze data and compare results to that of the intersection warning system data provided by the Contractor. The University will write a summary report after each 96 hour interval and a final evaluation report after the test period. Participants: Shall include, at a minimum, the Contractor, the Oversight Consultant and the University of Minnesota. Additional participants may include MnDOT Project Manager, District Traffic Engineer or County Engineer (if relevant) and FHWA Division Safety Engineer. Verification Instructions System Requirement Pass/ Fail Test Log Comments 5a. Verify that ICWS operated continuously, with no service interruptions during 30 day test, excluding utility power service failure b. Verify that ICWS service interruption, if one occurs, does not last longer than 72 hours, excluding utility power service failure c. Verify that ICWS shall respond with an activation, to approaching vehicles on with less than 0.05% error October 25, 2012 Page 10

36 Test Plan 5d. Verify that ICWS data management records individual system and vehicle detection activations with time/date stamped over a 96 hour period. Test Case 6: Turn on test (1 Day) , Environment: All remaining ICWS Installation Sites Process: After the first installation passes the Reliability Demonstration, all subsequent installations shall be subject to the following Turn On Test. One hour observation of Major Road operation. One hour observation of Minor Road operation. The Contractor shall provide MnDOT with as built plan with GPS coordinates. Participants: Shall include, at a minimum, the Contractor and Oversight Consultant. Additional participants may include MnDOT Project Manager, District Traffic Engineer or County Engineer (if relevant), or FHWA Division Safety Engineer.. Verification Instructions System Requirement Pass/ Fail Test Log Comments 6a. Verify that ICWS minor road warning is active within the userconfigured lag time between 4 and 9 seconds, in increments of 0.1 seconds, for vehicles approaching the intersection on the major road b. Verify that ICWS is active within the user configured lag time whenever vehicle speeds are ±10 MPH of the posted speed c. Verify that ICWS detection malfunction is detected and indicated within 1 minute of the onset of the malfunction. This will require a force malfunction not related to power supply , d. Verify that ICWS malfunction is recorded and categorized in data management according to the malfunctioning component and time/date stamped according to when failure began/ended October 25, 2012 Page 11

37 Test Plan 6e. Verify that ICWS automatically returns to a fully operational state when power is restored after a power outage 6f. Verify that ICWS operates without dependence on external systems. 6g. Verify that ICWS components are physically accessible for maintenance within the right of way with one Transportation Agency vehicle and a 1 2 person crew Test Phases System Acceptance Part 2 MnDOT or the Oversight Consultant will observe the Turnover testing for all of the systems installed prior to concluding warranty work of the ICWS Systems. Table 3 below presents further detail for the test cases, environment, processes, verification instructions, relevant system requirements and log that will be used for system acceptance testing. Table 3 System Acceptance Part 2 Test Cases Test Case 7: Turn over test at all intersections Environment: All ICWS Installation Sites. Process: Prior to the conclusion of the warranty period, the Contractor shall conduct a 1 day turn over test. This testing shall confirm that the detection, warning, system communication, data management, system monitoring and power are all in working order. Participants: Should include, at a minimum, the Contractor and Oversight Consultant. Additional participants may include MnDOT Project Manager, District Traffic Engineer or County Engineer (if relevant), or FHWA Division Safety Engineer. Verification Instructions System Requirement Pass/ Fail Test Log Comments 7a. Verify that ICWS is active within the user configured lag time whenever vehicle speeds are ±10 MPH of the posted speed b. Verify that ICWS detection malfunction is detected and indicated within 1 minute of the onset of the malfunction. This will require a force malfunction not related to power supply , October 25, 2012 Page 12

38 Test Plan 7c. Verify that ICWS malfunction is recorded and categorized in data management according to the malfunctioning component and time/date stamped according to when failure began/ended. 7d. Verify that ICWS operates without dependence on external systems. 7e. Verify that ICWS components are physically accessible for maintenance within the right of way with one Transportation Agency vehicle and a 1 2 person crew October 25, 2012 Page 13

39 MnDOT Contract No Appendix D RICWS System Requirements The following RICWS System Requirements are taken from the Design Build RFP Book 2, Section 17 Exhibit B. Updates to the RICWS System Requirements may be posted via Addendums to the Design Build RFP as the State addresses Contractor Clarifications. Addendums are posted at: REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK

40 Rural Intersection Conflict Warning Systems Deployment System Requirements Prepared by Athey Creek Consultants Revised by MnDOT October 23, 2012

Exhibit A Mn/DOT Contract No SCOPE OF WORK AND DELIVERABLES

Exhibit A Mn/DOT Contract No SCOPE OF WORK AND DELIVERABLES SCOPE OF WORK AND DELIVERABLES Construction Oversight for US 52 & CSAH 9 Interchange Design-Build Project in Goodhue County State Project (SP) 2506-72 PROJECT OVERVIEW The State of Minnesota has identified

More information

Exhibit A Scope of Work

Exhibit A Scope of Work Exhibit A Scope of Work Mn/DOT Contract No. 05497 PROJECT OVERVIEW The Minnesota Department of Transportation (MnDOT) requires the services of a Contractor for construction lead inspection, materials testing

More information

Post Letting Services Master Contract Program Scope of Work Appendix A

Post Letting Services Master Contract Program Scope of Work Appendix A I. Construction Inspection Grading and Base, Bituminous and Concrete 1. For this Program, inspection work is intended to assure that grading and base, bituminous and concrete work performed on state construction

More information

Exhibit A Scope of Work

Exhibit A Scope of Work 1.0 Purpose: The purpose of the contract is to provide a Construction Project Engineer, Senior Inspector Roadway, and two certified G&B inspectors, as needed, to assist State staff on S.P. 0120-24 during

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

DRAFT SCOPE 1.0 General Requirements

DRAFT SCOPE 1.0 General Requirements DRAFT SCOPE 1.0 General Requirements This section outlines a general list of the responsibilities and requirements for the GEC. It is anticipated that the GEC will be used to support and supplement MnDOT

More information

SCOPE 1.0 General Requirements

SCOPE 1.0 General Requirements SCOPE 1.0 General Requirements This section outlines a general list of the responsibilities and requirements for the GEC. It is anticipated that the GEC will be used to support and supplement MnDOT staff

More information

EXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN

EXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN EXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN Financial Project ID: 417069-1-32-04 Work Program Item No.: N/A Federal Aid Project ID: County/Section No.:

More information

DRAFT ITEM GP-100 ITEM GP-100 CONTRACTOR QUALITY CONTROL PROGRAM 1.1 GENERAL

DRAFT ITEM GP-100 ITEM GP-100 CONTRACTOR QUALITY CONTROL PROGRAM 1.1 GENERAL 1.1 GENERAL When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility RFP Components CLIENT: TradePort International Corporation, Operators of John C. Munro

More information

Exhibit A DRAFT Scope of Work and Deliverables 11/21/2016

Exhibit A DRAFT Scope of Work and Deliverables 11/21/2016 Exhibit A DRAFT Scope of Work and Deliverables 11/21/2016 MnDOT Contract No. XXXXXX 1 Table of Contents 2 General Statement of Scope of Work... 4 2.1 Targeted Group Business and Vet Owned Business Cooperation

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

Maine Turnpike Authority Construction Resident Engineer/Inspector SCOPE OF WORK July 14, 2014

Maine Turnpike Authority Construction Resident Engineer/Inspector SCOPE OF WORK July 14, 2014 Maine Turnpike Authority Construction Resident Engineer/Inspector SCOPE OF WORK July 14, 2014 A. GENERAL DESCRIPTION The Consultant, acting as an independent contractor will serve to supplement the Authority

More information

Highway 12 SP , Willmar Wye Soils Borings, Soils Tests, and Reporting

Highway 12 SP , Willmar Wye Soils Borings, Soils Tests, and Reporting Highway 12 SP 3403-74, Willmar Wye Soils Borings, Soils Tests, and Reporting MnDOT Contract No. 1003246 General Project Overview This work is located along Trunk Highway (TH) 12, on the west side of Willmar.

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Architectural Services Consultant Exhibit A Scope of Services

Architectural Services Consultant Exhibit A Scope of Services Architectural Services Consultant Exhibit A Scope of Services I. Purpose The services to be provided under this Agreement will include a wide range of Architectural / Engineering services, including but

More information

Table of Contents. Project Agreement Schedule 14

Table of Contents. Project Agreement Schedule 14 Table of Contents PART 1 DEFINITIONS... 3 PART 2 INTEGRATED MANAGEMENT SYSTEM REQUIREMENTS... 6 2.1. Introduction... 6 2.2. Overview... 6 2.2.1 Management System Requirements... 7 2.2.2 Certification...

More information

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES 1 PURPOSE... 3 2 PROJECT DESCRIPTION... 5 3 PROJECT COMMON AND PROJECT GENERAL TASKS... 6 4 ROADWAY

More information

VIRGINIA DEPARTMENT OF TRANSPORTATION MATERIALS DIVISION MEMORANDUM. Charles A. Babish, PE State Materials Engineer Approved:

VIRGINIA DEPARTMENT OF TRANSPORTATION MATERIALS DIVISION MEMORANDUM. Charles A. Babish, PE State Materials Engineer Approved: VIRGINIA DEPARTMENT OF TRANSPORTATION MATERIALS DIVISION MEMORANDUM GENERAL SUBJECT: Revisions to Chapter VII of Manual of Instructions Materials Acceptance and Materials Notebook Program NUMBER: MD 407-17

More information

CITY OF MODESTO REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGEMENT SERVICES FOR STATE ROUTE 99 AND PELANDALE AVENUE INTERCHANGE RECONSTRUCTION PROJECT

CITY OF MODESTO REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGEMENT SERVICES FOR STATE ROUTE 99 AND PELANDALE AVENUE INTERCHANGE RECONSTRUCTION PROJECT CITY OF MODESTO REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGEMENT SERVICES FOR STATE ROUTE 99 AND PELANDALE AVENUE INTERCHANGE RECONSTRUCTION PROJECT September 2013 Page 1 of 39 REQUEST FOR PROPOSAL CONSTRUCTION

More information

Appendix 1 SCDOT Aggregate QC/QA Policy

Appendix 1 SCDOT Aggregate QC/QA Policy Appendix 1 SCDOT Aggregate QC/QA Policy 1. General SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION POLICY FOR QUALIFICATION OF COARSE AGGREGATE SOURCES (AGGREGATE QC/QA PROGRAM) AUGUST 30, 2012 Only coarse

More information

Design-Builder Peformance Evaluation (DBPE)

Design-Builder Peformance Evaluation (DBPE) Design-Builder Peformance Evaluation (DBPE) There are five (5) major components of the DBPE document. Each component has multiple categories to facilitate performance evaluation for the Design-Builder,

More information

TDOT PROPOSED SCOPE OF WORK CEI

TDOT PROPOSED SCOPE OF WORK CEI REVISED 12/14/09 TDOT PROPOSED SCOPE OF WORK CEI SCOPE OF SERVICES SUMMARY This document is to define as clearly as possible the duties of the consultant with regard to administration of the TDOT construction

More information

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) , Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) Request for Qualifications Construction Inspection and Testing Services Issued: January 3, 2017 Due: January 24, 2017 I. INTRODUCTION

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS Professional Construction Management Services Harrisburg International Airport Rehabilitate Runway 13-31 Susquehanna Area Regional

More information

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE DIVISION 1 GENERAL REQUIREMENTS SECTION 01 32 16 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. All drawings and technical specifications, Notice to Bidders, Instructions and Information to Bidders, Bid Proposal

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 Additional Fees Additional fees may be charged by PennDOT consistent with Sections 411 and 420 of the State Highway Law and Regulations 441.4(d)

More information

NAPA SANITATION DISTRICT

NAPA SANITATION DISTRICT NAPA SANITATION DISTRICT PSOMAS COMPANY - TASK ORDER No. 25 HEADWORKS EQUIPMENT REHAB-REPLACE PROJECT (CIP 17726) Date: July 25, 2018 Issued under Professional Services Agreement dated ---------, 2018.

More information

SCDOT QUALIFIED PRODUCTS POLICY 2

SCDOT QUALIFIED PRODUCTS POLICY 2 1. General SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION POLICY FOR QUALIFICATION OF COARSE AGGREGATE SOURCES (AGGREGATE QC/QA PROGRAM) AUGUST 30, 2012 Only coarse aggregates (including graded aggregate

More information

Quality Assurance Program for the Carolina Crossroads Project

Quality Assurance Program for the Carolina Crossroads Project Quality Assurance Program for the Carolina Crossroads Project 08/31/18 (Draft QAP) Contents Scope... 1 1.1 General... 1 1.2 Program Components... 1 1.3 Construction Quality Management Plan... 2 1.4 Owner

More information

Concept of Operations prepared for Minnesota Department of Transportation (MnDOT) for Rural Intersection Conflict Warning Systems II Deployment

Concept of Operations prepared for Minnesota Department of Transportation (MnDOT) for Rural Intersection Conflict Warning Systems II Deployment Concept of Operations prepared for Minnesota Department of (MnDOT) for Rural Intersection Conflict Warning Systems II Deployment December 22, 2014 Table of Contents 1. Introduction and Concept Overview...1

More information

Exhibit A Scope of Work and Deliverables

Exhibit A Scope of Work and Deliverables Table of Contents 1 Introduction and Background Information... 3 1.1 General Statement of Scope of Work 3 1.2 Co-location 3 1.3 Project Letting 4 1.4 File Transfer Protocol (FTP) Site 5 1.5 Project Scope

More information

CONSTRUCTION MANAGEMENT REQUEST FOR PROPOSAL EAST RUTHERFORD PUBLIC SCHOOLS

CONSTRUCTION MANAGEMENT REQUEST FOR PROPOSAL EAST RUTHERFORD PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT REQUEST FOR PROPOSAL EAST RUTHERFORD PUBLIC SCHOOLS I. INTRODUCTION The East Rutherford School District is planning to hold a referendum on December 12, 2017 that incorporates facility

More information

SECTION CONTRACTOR QUALITY CONTROL

SECTION CONTRACTOR QUALITY CONTROL SECTION 01 40 00 PART 1 - GENERAL 1.1 SUMMARY A. This section covers the establishment and operation of the Contractor s Quality Control (CQC) system as specified by the General Conditions of the Contract.

More information

EXHIBIT A SCOPE OF SERVICES MAINTENANCE PERSONNEL SUPPORT

EXHIBIT A SCOPE OF SERVICES MAINTENANCE PERSONNEL SUPPORT EXHIBIT A SCOPE OF SERVICES I. PURPOSE: MAINTENANCE PERSONNEL SUPPORT The Department is requesting Personnel Support Services to augment the Department s Maintenance personnel in the administration of

More information

REQUEST FOR PROPOSAL (RFP) AS NEEDED ENGINEERING DESIGN SERVICES FOR 2019, 2020 & 2021

REQUEST FOR PROPOSAL (RFP) AS NEEDED ENGINEERING DESIGN SERVICES FOR 2019, 2020 & 2021 REQUEST FOR PROPOSAL (RFP) AS NEEDED ENGINEERING DESIGN SERVICES FOR 2019, 2020 & 2021 The Washtenaw County Road Commission (WCRC) invites qualified firms to submit Proposals for As Needed Engineering

More information

APPENDIX D CONSTRUCTION PHASE CRITERIA

APPENDIX D CONSTRUCTION PHASE CRITERIA A. GENERAL REQUIREMENTS CONSTRUCTION PHASE CRITERIA For the Construction Phase of the Project, the Architect/Engineer (A/E) is responsible for providing project administration for the Owner in accordance

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS

SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS Delete this Section in its entirety and replace with the following: SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS 905-1 DESCRIPTION: This

More information

Department of Public Works Division of Engineering. Nassau County, New York

Department of Public Works Division of Engineering. Nassau County, New York TOWN OF OYSTER BAY Department of Public Works Division of Engineering Nassau County, New York REQUEST FOR PROPOSALS FOR CONSULTANT SERVICES SOLICITATION NO. 2017-12 NOTES: 1. ISSUANCE DATE: Thursday, October

More information

Attachment 1 Architectural Services

Attachment 1 Architectural Services A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

DISTRICTWIDE MODAL DEVELOPMENT OFFICE (MDO) RAIL CONSULTANT SERVICES SCOPE OF SERVICES FM# Ad # 19627

DISTRICTWIDE MODAL DEVELOPMENT OFFICE (MDO) RAIL CONSULTANT SERVICES SCOPE OF SERVICES FM# Ad # 19627 DISTRICTWIDE MODAL DEVELOPMENT OFFICE (MDO) RAIL CONSULTANT SERVICES SCOPE OF SERVICES FM# 433056-4-12-01 Ad # 19627 Qualification Requirements for Type of Work 99.0 I. Purpose II. Rail Services III. Administration

More information

Exhibit A Scope of Work and Deliverables

Exhibit A Scope of Work and Deliverables DRAFT SUBJECT TO CHANGE MnDOT Contract No. xxxx Exhibit A Scope of Work and Deliverables Table of Contents 1 General Statement of Scope of Work... 4 1.1 Co-location 4 2 Project Letting... 4 3 FTP Site...

More information

Exhibit A Scope of Work and Deliverables. 2 General Statement of Scope of Work Co-location... 3

Exhibit A Scope of Work and Deliverables. 2 General Statement of Scope of Work Co-location... 3 Exhibit A Scope of Work and Deliverables 1 Table of Contents 2 General Statement of Scope of Work... 3 2.1 Co-location... 3 3 Current Letting of the Design-Build Projects... 3 4 FTP Site... 3 5 Project

More information

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m.

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m. Request for Proposals Temporary Staffing Services North St. Louis Soil and Water Conservation District 307 First St S Ste 114 Virginia MN 55792 I. Introduction The North St. Louis Soil and Water Conservation

More information

ATLANTIC PROVINCES ASSOCIATION OF LANDSCAPE ARCHITECTS

ATLANTIC PROVINCES ASSOCIATION OF LANDSCAPE ARCHITECTS ATLANTIC PROVINCES ASSOCIATION OF LANDSCAPE ARCHITECTS CONSULTANT FEE SCHEDULE FOR LANDSCAPE ARCHITECTURAL CONSULTING SERVICES A GUIDELINE NOV 2008 TABLE OF CONTENTS Table Of Contents... 2 INTRODUCTION...

More information

13. Contract Changes General Change Order Process

13. Contract Changes General Change Order Process 13. Contract Changes 13.1. General 13.2. Change Order Process 13.3. Equitable Adjustments 13.4. Interim Work Authorization 13.5. Requirements for Professional Seals 13.6. Supplemental Agreements 13.1.

More information

Construction Management Plan

Construction Management Plan P.I.N. 1759.59 TITLE: Geyser Road Safe Routes to School Project LOCATION: City of Saratoga Springs COUNTY: Saratoga County I. Supervision of Project Construction Management Plan a. Roles and Responsibilities:

More information

Highway / Utility Guide

Highway / Utility Guide Oregon Department of Transportation Highway Division Right of Way Section Highway / Utility Guide Railroad & Utilities Unit Right of Way Section STATEMENT OF PURPOSE It is important to understand that

More information

SECTION CONTRACTOR QUALITY CONTROL

SECTION CONTRACTOR QUALITY CONTROL SECTION 01451 CONTRACTOR QUALITY CONTROL PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within

More information

Kerrville-Kerr County Airport Board Request for Design/Build Qualifications for Aircraft Hangar

Kerrville-Kerr County Airport Board Request for Design/Build Qualifications for Aircraft Hangar Kerrville-Kerr County Airport Board Request for Design/Build Qualifications for Aircraft Hangar The Kerrville-Kerr County Airport Board intends to engage qualified firms to provide designbuild services

More information

INVITATION TO BID ON TOWN PAVING PROJECTS

INVITATION TO BID ON TOWN PAVING PROJECTS INVITATION TO BID ON TOWN PAVING PROJECTS Offers shall be clearly labeled Paving Bid and submitted to: Town of Madison Paving Bid Attn: Tim Curtis, Town Manager 26 Weston Ave Madison, ME 04950 Bid opening:

More information

Florida Cleanroom Systems

Florida Cleanroom Systems Florida Cleanroom Systems Design Build Projects / Project Quality Control Plan (PQCP) Quality Control / Quality Assurance Manual May 2010 1 TABLE OF CONTENTS Section 1: Introduction 3 1.1 Defining Plan

More information

TOWN OF TRUCKEE STREET MAINTENANCE MANAGER

TOWN OF TRUCKEE STREET MAINTENANCE MANAGER TOWN OF TRUCKEE STREET MAINTENANCE MANAGER DEFINITION To plan, direct, manage, and participate in the work of staff in performing street maintenance and snow removal; to coordinate assigned activities

More information

UNIFIED FACILITIES GUIDE SPECIFICATIONS

UNIFIED FACILITIES GUIDE SPECIFICATIONS USACE / NAVFAC / AFCEC / NASA UFGS-01 45 00.10 20 (February 2010) Changed 1-08/17 ----------------------------------- Preparing Activity: NAVFAC Superseding UFGS-01 45 02.10 (November 2008) UNIFIED FACILITIES

More information

REQUEST FOR PROPOSALS FOR FULL CONSTRUCTION ENGINEERING FOR PETERSBURG ROAD

REQUEST FOR PROPOSALS FOR FULL CONSTRUCTION ENGINEERING FOR PETERSBURG ROAD 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 REQUEST FOR PROPOSALS FOR FULL CONSTRUCTION ENGINEERING FOR PETERSBURG ROAD PROPOSALS DUE BY: Tuesday, March 20, 2018

More information

Guidance for Rating Each Performance Category on Contractor Performance Evaluation

Guidance for Rating Each Performance Category on Contractor Performance Evaluation Guidance for Rating Each Performance Category on Contractor Performance Evaluation Section 1: KNOWLEDGE Knowledge of WSSC Standards (Details/Specifications) Extremely knowledgeable of WSSC standards. Contractor

More information

SECTION QUALITY CONTROL

SECTION QUALITY CONTROL SECTION 01 45 00 QUALITY CONTROL PART 1 - GENERAL 1.1 DESCRIPTION This section specifies requirements for Contractor Quality Control (CQC) for Design-Bid-Build (DBB) or Design-Build (DB) construction projects.

More information

FACILITIES MANAGEMENT

FACILITIES MANAGEMENT FACILITIES MANAGEMENT Design & Construction REQUEST FOR PROPOSAL Third Party Testing and Special Inspections Parking Lots and Ramps Arts Campus Parking Reconfiguration Phase 2 Project #0674501 Addendum

More information

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA This Agreement, made and entered into this day of, 2018,

More information

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE TO ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES The Secretary of the Maryland

More information

INNOVATIVE CONTRACTING GUIDELINES

INNOVATIVE CONTRACTING GUIDELINES Office of Construction and Innovative Contracting INNOVATIVE CONTRACTING GUIDELINES A+B Bidding Lane Rentals Incentives/ Disincentives Liquidated Savings Design-Build Warranties Pay for Performance No

More information

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Task Contract Design Services

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Task Contract Design Services Request for Qualifications Information Architectural / Engineering Task Contract Design Services At Ronald Reagan Washington National Airport Washington Dulles International Airport Dulles Toll Road System

More information

Town of Brandon, Vermont Brandon Union St. Sidewalk STP EH 05 (4) Request for Qualifications Construction Inspection and Testing Services

Town of Brandon, Vermont Brandon Union St. Sidewalk STP EH 05 (4) Request for Qualifications Construction Inspection and Testing Services , Vermont Brandon Union St. Sidewalk STP EH 05 (4) Request for Qualifications Construction Inspection and Testing Services Issued: March 13, 20192 Due: April 3, 2019 I. INTRODUCTION The, Vermont, herein

More information

SECTION 616 TEMPORARY TRAFFIC CONTROL

SECTION 616 TEMPORARY TRAFFIC CONTROL SECTION 616 TEMPORARY TRAFFIC CONTROL 616.1 Description. This work shall consist of furnishing, installing, operating, maintaining, cleaning, relocating and removing temporary traffic control devices and

More information

Chapter 4 State Requirements for Educational Facilities Section 4.1

Chapter 4 State Requirements for Educational Facilities Section 4.1 providential cause, other impending danger to life safety, or pursuant to Section 1013.46(1)(b), F.S., the board can declare an emergency, can negotiate a contract with a design-build firm, design professional,

More information

SAN FRANCISCO PUBLIC UTILITIES COMMISSION WATER SYSTEM IMPROVEMENT PROGRAM CONSTRUCTION MANAGEMENT PROCEDURES

SAN FRANCISCO PUBLIC UTILITIES COMMISSION WATER SYSTEM IMPROVEMENT PROGRAM CONSTRUCTION MANAGEMENT PROCEDURES SAN FRANCISCO PUBLIC UTILITIES COMMISSION WATER SYSTEM IMPROVEMENT PROGRAM CONSTRUCTION MANAGEMENT PROCEDURES SECTION: WSIP CONSTRUCTION MANAGEMENT PROCEDURE NO.: 010 TITLE: APPLICATIONS FOR PAYMENT APPROVED:

More information

House Bill 4086 Ordered by the House February 21 Including House Amendments dated February 21

House Bill 4086 Ordered by the House February 21 Including House Amendments dated February 21 th OREGON LEGISLATIVE ASSEMBLY--0 Regular Session A-Engrossed House Bill 0 Ordered by the House February Including House Amendments dated February Introduced and printed pursuant to House Rule.00. Presession

More information

Chapter 6, Construction

Chapter 6, Construction Chapter 6, Construction CHAPTER CONTENTS 6.1 OWNER-CONTRACTOR AGREEMENT A. Preparation B. Owner Signature C. Award 6.2 PRE-CONSTRUCTION CONFERENCE A. Administration B. Attendees C. Pre-Construction Conference

More information

DeFoe Corp. 800 South Columbus Ave. Mount Vernon, NY QUALITY ASSURANCE MEASUREMENT ANALYSIS AND IMPROVEMENT

DeFoe Corp. 800 South Columbus Ave. Mount Vernon, NY QUALITY ASSURANCE MEASUREMENT ANALYSIS AND IMPROVEMENT DeFoe Corp. 800 South Columbus Ave. Mount Vernon, NY 10550 QUALITY ASSURANCE TABLE OF CONTENTS SECTION I SECTION 2 SECTION 3 SECTION 4 SECTION 5 QUALITY MANAGEMENT SYSTEM MANAGEMENT RESPONSIBILITY RESOURCE

More information

DISTRICTWIDE MODAL INSPECTION CONSULTANT SERVICES SCOPE OF SERVICES FM# and Ad # and 19626

DISTRICTWIDE MODAL INSPECTION CONSULTANT SERVICES SCOPE OF SERVICES FM# and Ad # and 19626 DISTRICTWIDE MODAL INSPECTION CONSULTANT SERVICES SCOPE OF SERVICES FM# 435140-3-12-01 and 435140-3-12-02 Ad # 19625 and 19626 Major Work: 99.0 Other Professional Services Minor Work: 6.1 - Traffic Engineering

More information

PRINCIPAL ENGINEER. 4. Prepare plans and studies to forecast section and division needs; implement recommendations.

PRINCIPAL ENGINEER. 4. Prepare plans and studies to forecast section and division needs; implement recommendations. PRINCIPAL ENGINEER Class specifications are intended to present a descriptive list of the range of duties performed by employees in the class. Specifications are not intended to reflect all duties performed

More information

ATTACHMENT "A" SCOPE OF SERVICES FOR TRAFFIC ENGINEERING STUDIES AND ENGINEERING REVIEWS CONSULTANT

ATTACHMENT A SCOPE OF SERVICES FOR TRAFFIC ENGINEERING STUDIES AND ENGINEERING REVIEWS CONSULTANT ATTACHMENT "A" SCOPE OF SERVICES FOR TRAFFIC ENGINEERING STUDIES AND ENGINEERING REVIEWS CONSULTANT I. OBJECTIVE The objective of this contract is to provide professional and technical services to develop

More information

DESIGN CRITERIA PACKAGE FOR A DESIGN/BUILD OF THE CITY OF LYNN HAVEN SRF WATER AND WASTEWATER IMPROVEMENTS PROJECTS

DESIGN CRITERIA PACKAGE FOR A DESIGN/BUILD OF THE CITY OF LYNN HAVEN SRF WATER AND WASTEWATER IMPROVEMENTS PROJECTS DESIGN CRITERIA PACKAGE FOR A DESIGN/BUILD OF THE CITY OF LYNN HAVEN SRF WATER AND WASTEWATER IMPROVEMENTS PROJECTS PREPARED FOR: Margo Anderson, Mayor Antonius Barnes, Commissioner Judy Tinder, Commissioner

More information

Version 1.0. The Contract Management Standard Final Edition. Version 1.0

Version 1.0. The Contract Management Standard Final Edition. Version 1.0 The Management Standard Final Edition 1 Purpose of the Management Standard The purpose of the Management Standard is to describe the nature of contract management in terms of the contract management processes

More information

Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES

Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES Issued October 18, 2017 DEADLINE Noon Wednesday, November 15, 2017 CONTACT: KRISTINA HANDT CITY ADMINISTRATOR 3800 Laverne Ave N Lake Elmo,

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Quality Management Review. MoDOT Dave Ahlvers P.E. Dennis Brucks P.E. Josh Kincaid P.E.

Quality Management Review. MoDOT Dave Ahlvers P.E. Dennis Brucks P.E. Josh Kincaid P.E. Quality Management Review MoDOT Dave Ahlvers P.E. Dennis Brucks P.E. Josh Kincaid P.E. Quality Management Introduction to Quality Management Dave Ahlvers, P.E. Review of Job Special Provision & Terms Dennis

More information

RFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers

RFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers 1. Question Is pre-registration required for the pre-proposal conference on May 3? Answer Pre-registration is not required. Please refer to Section I-8 of the RFP for further information. 2. Question Please

More information

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

Document B105. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project TM Document B105 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

STATEMENT OF WORK Design Engineering Services On-Call

STATEMENT OF WORK Design Engineering Services On-Call Page 1 of 23 STATEMENT OF WORK Design Engineering Services On-Call A. Purpose of Work The Consultant will perform professional and technical services required for Design Engineering Services on an on-call

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL

REQUEST FOR QUALIFICATIONS ARCHITECTURAL REQUEST FOR QUALIFICATIONS ARCHITECTURAL and ENGINEERING CONSULTING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS SQ # 10565 MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE EDISON, NEW JERSEY 08818

More information

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products.

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. SECTION 01400 QUALITY CONTROL SERVICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification

More information

Request for Proposals. 42nd Avenue Pump Station Rehabilitation. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

Request for Proposals. 42nd Avenue Pump Station Rehabilitation. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 42nd Avenue Pump Station Rehabilitation Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 May 24, 2015 The City of San Mateo (City) is accepting proposals to select a qualified

More information

QUALIFICATION MATRIX ADDENDUM:

QUALIFICATION MATRIX ADDENDUM: QUALIFICATION MATRIX ADDENDUM: The following are just some examples of typical Responsible-in-Charge (RIC) functions for each of the fifteen specific areas identified in the experience matrix, Section

More information

Version 1.0. The Contract Management Standard Final Edition. Version 1.0

Version 1.0. The Contract Management Standard Final Edition. Version 1.0 The Management Standard Final Edition 1 Purpose of the Management Standard The purpose of the Management Standard is to describe the nature of contract management in terms of the contract management processes

More information

REALIGNMENT OF JOB DUTIES PUBLIC WORKS ENGINEERING AND ADMINISTRATION

REALIGNMENT OF JOB DUTIES PUBLIC WORKS ENGINEERING AND ADMINISTRATION STAFF REPORT MEETING DATE: June 14, 2016 TO: FROM: City Council Mike Fuson, Interim Assistant City Manager Gail Papworth, Principal Human Resources Analyst Russ Thompson, Public Works Director 922 Machin

More information

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).

More information

DRAFT Proposal to Provide Public Works Observation Services for the City of Calabasas Overlay Project

DRAFT Proposal to Provide Public Works Observation Services for the City of Calabasas Overlay Project Ms. Elaine Camia Project Manager City of Calabasas 26135 Mureau Road Calabasas, CA 91302 Subject: DRAFT Proposal to Provide Public Works Observation Services for the City of Calabasas Overlay Project Dear

More information