Protest 11-11

Transcription

Protest 11-11
STATE OF GEORGIA
DEPARTMENT OF ADMINISTRATIVE SERVICES
In the Matter of:
)
)
)
LUFFT USA, INC.,
)
)
Protestor,
)
)
vs.
)
DEPARTMENT OF ADMINISTRATIVE )
)
SERVICES,
)
Agency.
)
RFQ No. 48400-DOT0000407
PROTEST
Pursuant to Georgia Procurement Manual Rule 6.5, Lufft USA, Inc. (“Lufft” or
“Protestor”) files this Protest of the November 3, 2014 Notice of Intent to Award (the
“NOIA”) by the Department of Administrative Services (“DOAS”) of the Georgia
Department of Transportation’s (“GDOT”) Request for Quote No. 48400-DOT0000407
(Road Weather Information System or “RWIS”) (the “RFQ”) to Vaisala, Inc. (“Vaisala”),
as follows:
PROTESTOR:
Lufft USA, Inc.
REPRESENTATIVE:
J. Matthew Maguire, Jr.
Melissa A. Carpenter
PARKS, CHESIN AND WALBERT, P.C.
75 Fourteenth Street, Suite 2600
Atlanta, GA 30309
Phone: 404-873-8000
Fax:
404-873-8050
Email: [email protected]
[email protected]
RFQ:
RFQ No. 48400-DOT0000407 (Road Weather Information
System)
PROTEST SUMMARY:
The NOIA to Vaisala should be rescinded because GDOT
erred in determining that Lufft was non-responsive and that
Vaisala was responsive.
REQUESTED RELIEF:
Lufft seeks: (1) an immediate stay of the procurement; (2) a
determination that Lufft was responsive and Vaisala was nonresponsive; (3) cancellation and rescission of the NOIA
posted on November 3, 2014; (4) acceptance of new
responses to the RFQ; and (5) such other and further relief as
may be appropriate.
TIMELINESS:
This Protest is timely filed on or before November 13, 2014,
which is within ten calendar days of the date the NOIA was
posted.
I.
GROUNDS FOR PROTEST
The grounds for the protest are: (a) the evaluation team erred in determining that
Lufft was nonresponsive; and (b) Vaisala’s bid is nonresponsive. Each ground is
discussed in detail below.
A.
LUFFT SHOULD HAVE BEEN DEEMED RESPONSIVE.
According to GDOT, Lufft was deemed nonresponsive because it entered “n/a” as
the unit price for Pre-stressed Concrete Strain Pole, Type IV and Electrical Power Service
Assembly items in the Cost Proposal Sheet. See November 4-5, 2014 email exchange
between Erik Wright and Lynne S. Rhyss, attached as Exhibit A. As explained in the
Cost Proposal Sheet, these two items were not anticipated for the initial 27 RWIS
locations then under consideration. See Cost Proposal Sheet, attached as Exhibit B.
Accordingly, Lufft indicated that they were not available based upon the explicit
instructions in Section 5.2 of the RFQ, which directed bidders to “Enter ‘n/a’ to indicate
not available or ‘0’ if there is no charge” in the Cost Proposal Sheet.
Since these two items were not intended for installation by December 31, 2014, or
January 15, 2015, Lufft reasonably believed it was permitted to enter “n/a” in the “unit
price” space for these two items. It now appears, however, that the instructions in the
Cost Proposal Sheet conflicted with Section 5.2 by stating that “the Supplier must enter a
price for each line (except for installation by December 31, 2014 OR installation by
January 15, 2015).” Lufft was not alone in entering “n/a” as a unit price. Carlson
Construction Services, LLC and World Fiber Technologies, Inc. did the same thing for
“RWS Installation – Metro Atlanta & Macon 01/15/2015.” But unlike Lufft, these
bidders were deemed responsive.
When the terms of a solicitation are conflicting or otherwise deficient, it has
always been the policy of the State to either construe them in favor of the bidder or to
find that the bidder’s resulting non-compliance is an immaterial deviation from the
-2-
solicitation requirements. See August 14, 2014 Amended Decision by Commissioner
Johnson in the Georgia Commissary Suppliers, LLC matter, p. 5, attached as Exhibit C.
Lufft should not be penalized for following the explicit instructions contained in Section
5.2. Because Lufft complied with the explicit instructions of the RFQ, the solicitation
should be cancelled and rebid to enable an apples-to-apples comparison of all bids on all
items in the Cost Proposal Sheet. This is the only way to ensure that the citizens of
Georgia receive the best value for the lowest price.
B.
VAISALA’S BID IS NONRESPONSIVE.
The General Description section of the RFQ’s Scope of Work, provides:
The installed weather stations shall fully meet the
specifications contained in this document. All equipment to
be furnished for this project shall be new, state of the art and
of current manufacture at the time of purchase…. The RWIS
equipment and software supplied will meet or exceed the
specifications outlined in this document.
A true and correct copy of the Scope of Work is attached as Exhibit D, pp. 1-2.
As discussed in more detail below, because Vaisala is unable to meet the required
equipment specifications in the RFQ’s Scope of Work, it should be deemed nonresponsive.
1.
Vaisala cannot provide sensors as specified in the scope of work.
The specifications in the Scope of Work state that “[t]he sensor(s) will be able to
determine,” among other things, the surface temperature freeze point and the “friction
measurement (critical to dry)” of the surface condition. See Ex. D, pp. 5-6. It does not
appear that any of Vaisala’s currently available pavement sensors provide both freeze
point and friction measurements as required. True and correct copies of Vaisala’s
currently available DSC111, DST111, FP2000, and DRS511 sensor specifications are
attached as Exhibit E. Vaisala has only one sensor (DSC111) that calculates friction and
two other sensors (DRS511 and FP2000) that measure freeze point. In order to comply
with the specification, a combination of these sensors must be a part of each system.
Since the market price for a single DSC111 sensor is nearly equal to Vaisala’s bid for the
entire proposed GDOT RWIS system, it does not appear that Vaisala’s solution complies
with the specifications, which would require use of both the DSC111 and either the
DRS511 or the FP2000.
-3-
Additionally, it should be noted that Lufft owns the patent on the technology that
enables freeze point to be measured via a non-invasive sensor (i.e., a sensor that is not
embedded within the roadway). See U.S. Patent No. 8,838,407 B2, attached as Exhibit
F. In order to meet the specification requirements, Vaisala will be required to configure a
system that includes both the DSC111 sensor (measures friction) and the FP2000 sensor
or DRS511 sensor (measure freeze point) in order to partially comply with the
specifications. This is further evidence that Vaisala cannot offer a single sensor to
measure surface temperature freeze point and friction measurements
In summary, to the extent Vaisala proposes to meet the Scope of Work
specifications for measuring surface temperature freeze point and friction coefficient of
the surface condition, it must do so by using a combination of multiple pavement sensors
(i.e., Vaisala models DSC111 and DRS511 or FP2000), which is a material deviation
from the specifications. As the Vaisala data sheets reveal, this combination of sensors
deviates from the Scope of Work specification requirements. If two different sensors are
used to deliver friction and freeze point, then two different technologies are being used to
obtain the two outputs. It is important to note that these two outputs have a scientific
correlation with one another insofar as they are dependent upon one another. If the two
technologies are not consistent – as is likely the case here – the outputs will not be
consistent or accurate.
Vaisala cannot meet the specification requirements of providing both freeze point
and friction with the DSC111 pavement only sensor nor the DRS511 non-invasive sensor
only. The sensors must work together at each installation site in order to gain freeze
point and friction measurements, which does not meet the specification requirements for
accuracy and consistency with freeze point and friction measurements.
2.
Vaisala cannot provide sensors as specified in the scope of work
because its system does not offer remote firmware upgrades.
The specifications in the Scope of Work state that “The sensor(s) shall support remote
firmware upgrades without the need for personnel to be on-site.” Ex. D, p. 5. It is highly
unlikely that Vaisala can satisfy this specification with technology that is currently
available for production as required by the RFQ. Vaisala’s currently available RWIS
Remote Processing Unit (RPU) system does not offer remote firmware upgrades for all of
its sensors. This includes its pavement temperature and road surface sensors (DSC111 or
DRS511), as well as all atmospheric sensors listed as requirements by the GDOT
specifications.
3.
It is highly unlikely that Vaisala can provide GDOT QPL approved
cabinets at the price it quotes.
-4-
The Scope of Work requires that all proposed cabinets used as part of a vendor bid
meet minimum specifications outlined in the GDOT Qualified Products List (“QPL”), as
referenced in the section of the Scope of Work titled “Submittals.” A true and correct
copy of the QPL is attached as Exhibit G. It is highly unlikely that Vaisala can satisfy
this specification in light of the fact that Vaisala’s quoted price is well below the industry
standard pricing for QPL approved cabinets. Vaisala’s cabinet price is 82 percent lower
than the average of all of the other bidders and 57 percent lower than that of the next
lowest bidder (Carlson). A true and correct copy of the final cost sheet is attached as
Exhibit H. At an absolute minimum, this is a red flag that warrants further investigation
into whether Vaisala’s too-good-to-be-true prices comply with the specifications.
4.
Vaisala’s currently available system does not support DIN rail
mounting.
Section B “RWIS Remote Processing Unit (RPU)” of the Scope of Work states:
Atmospheric and Pavement sensors shall be integrated into
the RPU by plugging into a DIN rail. This shall provide:
1.
2.
3.
4.
5.
Surge protection
Color light indication of operation status
Communication and sensor power supply isolation
Power supply
Data transfer capabilities
Ex. D, p. 5. Upon information and belief, Vaisala’s current RWIS system does not
support DIN rail mounting for the electronic components required in the RWIS Scope of
Work specifications.
Similarly, the “Construction/Installation Requirements” of the Scope of Work
require that the vendor “Install RWIS power supply or transformer on a standard DIN rail
using standard mounting hardware and power conductors wired to terminal blocks in the
cabinet.” Ex. D, p. 8. Upon information and belief, Vaisala does not meet this
specification because its current RWIS system does not support mounting power supply
or transformer on a standard DIN rail as required.
At an absolute minimum, these allegations warrant further investigation by GDOT
to ensure that the citizens of Georgia are getting what has been promised.
-5-
C.
VAISALA HAS A HISTORY OF NON-COMPLIANCE RESULTING IN
FAILURE TO DELIVER AND CANCELLATION OF CONTRACT.
The Government of Manitoba awarded a similar contract to Vaisala on July 24,
2014. A true and correct copy of the award notice in Solicitation No. H050021618 is
attached as Exhibit I. The only material difference is that the Manitoba contract was
much smaller in scope and quantity of deliverables and yet allowed for a longer
installation and delivery period than this RFQ. Just one month after award, Manitoba
cancelled the contract with Vaisala and awarded the contract to the next low bidder. A
true and correct copy of the August 26, 2014 notice of award is attached as Exhibit J.
This action was necessitated because Vaisala failed to comply with the specifications and
was unable to deliver required equipment within the required timeframe.
Vaisala has promised the State of Georgia a solution that it does not appear
capable of delivering at all, much less at the bargain basement prices quoted. The State
of Georgia should give due consideration to Lufft’s protest so it can avoid the
inconvenience and delay that Vaisala’s irresponsibility inflicted upon Manitoba.
D.
LUFFT RESERVES THE RIGHT TO SUPPLEMENT THIS PROTEST AS
INFORMATION BECOMES AVAILABLE.
Lufft reserves the right to supplement this protest as additional, relevant
information becomes available.
II.
REQUESTED RELIEF
For the above stated reasons Lufft respectfully requests the following relief:
(a)
(b)
(c)
(d)
An immediate stay of the procurement pending the final resolution of this
protest;
A determination that Lufft was responsive;
A determination that Vaisala was non-responsive and;
An opportunity for all bidders to resubmit responses to the RFQ to facilitate
an apples-to-apples comparison of all bids on all items.
Additionally, Lufft respectfully requests that DOAS immediately confirm that the
procurement will be stayed pending resolution of this protest so that Lufft will not be
required to seek injunctive relief in the courts. See, e.g., Hilton Constr. Co. v. Rockdale
Cnty. Bd. of Educ., 245 Ga. 533, 537, 266 S.E.2d 157 (1980).
Respectfully submitted, this 11th day of November, 2014.
-6-
______________________________________
J. Matthew Maguire, Jr.
Georgia Bar No. 372670
Melissa A. Carpenter
Georgia Bar No. 385004
PARKS, CHESIN & WALBERT, P.C.
75 Fourteenth St., Suite 2600
Atlanta, GA 30309
Phone:
(404) 873-8000
Fax:
(404) 873-8050
Emails:
[email protected]
[email protected]
Attorneys for Lufft USA, Inc.
LUFFT USA, INC.
By:
_________________________________
Ann Pattison, President
Protestor’s Representative
-7-
A
From: Walker, Vanessa E [mailto:[email protected]]
Sent: Wednesday, November 5, 2014 2:06 PM
To: [email protected]
Cc: Rhys, Lynne S.
Subject: RE: open records request from Lufft USA ORR-1880
Hello Erik,
Please see response to your questions and comments below:
Thanks,
Vanessa
Vanessa E. Walker, GCPA
E-mail: [email protected]
From: Erik Wright [mailto:[email protected]]
Sent: Wednesday, November 05, 2014 1:38 PM
To: Rhys, Lynne S.
Cc: Walker, Vanessa E
Subject: RE: open records request from Lufft USA ORR-1880
Hello Lynn and Vanessa,
Thank you very much for supplying these documents.
We would like to point out that our reason for putting n/a in the line options for the concrete strain
pole and the electrical power service is due to our understanding of the rfq section 5.2 where it
clearly states.
“Enter n/a to indicate not available or “0” if there is no charge. Cells left blank will be interpreted as
no offer…” In review of Section 5.2 of the State Entity RFQ Document, it does
state “Enter “n/a” to indicate not available or “0” if there is no charge. Cells
left blank will be interpreted as no offer.” On your Cost Proposal Sheet, your
company indicated “N/A” for Prestressed Concrete Strain- Pole Type IV and
Electrical Power Service Assembly; thus, you indicated items are not available. The Cost Proposal Sheet stated “In submission of the bid, the Supplier must
enter a price for each line (except for installation by December 31,2014 OR
installation by January 15, 2015), fill out information at the bottom, sign and
upload this Cost Proposal Sheet as a PDF file.” The Cost Proposal Sheet
uploaded by Lufft did not submit pricing for Prestressed Concrete Strain Pole,
Type IV and Electrical Power Service Assembly. Columns with “N/A” indicated
the items are not available as no pricing was given.
Being that these two line items are not anticipated in the initial 27 sites that the bid entails we are
hoping that we can be changed to responsive as our response of n/a was pulled directly from the
Cost Structure and Additional Instructions portion of the RFQ. Your response of “N/A”
concludes the items are not available; however, your company did submit
pricing for other items that are not a part of the initial 16 RWIS to be
purchased and installed by December 31, 2014 and the 11 RWIS to be installed
by January 31, 2015.
Based on this we ask that our bid be accepted as responsive. Based upon the Cost Proposal
Sheet submitted, the document is still deemed non-responsive.
Thanks and Best Regards,
Erik
Erik Wright
Lufft USA, Inc.
820 E Mason St #A
Santa Barbara, CA 93103
[email protected]
Direct 805-335-8500 x3
Fax 805-845-4275
www.lufft.com
From: Rhys, Lynne S. [mailto:[email protected]]
Sent: Wednesday, November 5, 2014 9:49 AM
To: Erik Wright ([email protected])
Subject: open records request from Lufft USA ORR-1880
Good afternoon, Mr. Wright,
Attached are documents that we believe are responsive to your request, and below are comments
provided to me in response to your request. If you need anything else, please feel free to contact
me.
Kind regards,
Lynne
From: Erik Wright [mailto:[email protected]]
Sent: Tuesday, November 04, 2014 6:36 PM
To: Rhys, Lynne S.
Subject: open records request from Lufft USA
Hi Lynn,
Vanessa Walker told me to reach out to you to obtain open records for a bid that just announced the
NOIA.
In response to bid 48400-DOT0000407 we have a few questions we are hoping you can shed some
light on. What we would like to request is to…
1. Get a copy of all submitted bid totals for the other three companies who bid on this. Bid
Tabulation Document is attached.
2. Find out if the initial low bid took any exceptions to bid spec. No exceptions received to bid
spec.
3. Find out why we are listed as non-responsive after submitting everything as requested. As
indicated on the Cost Proposal Sheet, the directions stated “In submission of the bid, the
Supplier must enter a price for each line (except for installation by December 31,2014 OR
installation by January 15, 2015), fill out information at the bottom, sign and upload this Cost
Proposal Sheet as a PDF file.” The Cost Proposal Sheet uploaded by Lufft, did not submit
pricing for Prestressed Concrete Strain Pole, Type IV and Electrical Power Service Assembly. Columns indicated “N/A”. The Cost Proposal Sheet submitted is attached.
If you can send me all documentation that is available to us regarding this bid it would be greatly
appreciated.
Thanks,
Erik
Erik Wright
Lufft USA, Inc.
820 E Mason St #A
Santa Barbara, CA 93103
[email protected]
Direct 805-335-8500 x3
Fax 805-845-4275
www.lufft.com
The Georgia Department of Transportation (GDOT) has begun construction for the $834 million
Northwest Corridor (NWC) Express Lanes project. The 30 miles of managed lanes will create new
commute options for motorists along I-75 and I-575 and boost Georgia’s economic development efforts.
Visit us at http://www.dot.ga.gov; or follow us on http://www.facebook.com/GeorgiaDOT and
http://twitter.com/gadeptoftrans
The Georgia Department of Transportation (GDOT) has begun construction for the $834 million
Northwest Corridor (NWC) Express Lanes project. The 30 miles of managed lanes will create new
commute options for motorists along I-75 and I-575 and boost Georgia’s economic development efforts.
Visit us at http://www.dot.ga.gov; or follow us on http://www.facebook.com/GeorgiaDOT and
http://twitter.com/gadeptoftrans
The Georgia Department of Transportation (GDOT) has begun construction for the $834 million
Northwest Corridor (NWC) Express Lanes project. The 30 miles of managed lanes will create new
commute options for motorists along I-75 and I-575 and boost Georgia’s economic development efforts.
Visit us at http://www.dot.ga.gov; or follow us on http://www.facebook.com/GeorgiaDOT and
http://twitter.com/gadeptoftrans
Revised 10-24-2014
COST PROPOSAL SHEET
B
Road Weather Information System (RWIS)
RFQ #: 48400-DOT0000407
Supplier's Name: Lufft USA, Inc.
In submission of the bid, the Supplier must enter a price for each line (except for installation by December 31, 2014 OR
installation by January 15, 2015}, fill out information at the bottom, sign and upload this Cost Proposal Sheet as a PDF file.
ITEM
RWIS components
QUANTITY
27
UNIT
EA
16
EA
16
EA
UNIT PRICE
23115.95
RWIS Installation- Metro Atlanta & Macon
(December 31, 2014 by 12:00 noon)*
RWIS Installation- Metro Atlanta & Macon
(January 15, 2015} *
RWIS Installation- Northern Georgia
(January 31, 2015}
RWIS Installation- District 1 **
RWIS Installation- District 2 **
RWIS Installation- District 3 **
RWIS Installation- District 4 **
RWIS Installation- District 5 **
RWIS Installation- District 6 **
RWIS Installation- District 7 **
CCTV, Type C
RWIS Equipment Cabinet
Prestressed Concrete Strain Pole, Type IV**
Electrical Power Service Assembly **
4G Cellular Router
Training
RWIS Hosting Per Station Per Year
RWIS hosted data setup and configuration
RWIS hosted data setup and configuration **
Software Licensing (unlimited registered users) **
19240.75
18240.75
11
1
EA
1
1
EA
EA
EA
1
1
1
1
11
1
1
1
EA
EA
EA
EA
EA
EA
EA
EA
27
1
27
1
1
1
EA
LS
EA
LS
EA
LS
19240.75
19240.75
19240.75
19240.75
19240.75
19240.75
19240.75
19240.75
6975.00
4000.00
n/a
n/a
1400.00
13200.00
480.00
10800.00
400.00
10080.00
*Submit pricing for installation by December 31, 2014 OR installation by January 15, 2015 - Reference State Entity
eRFQ Document (Section 6.5} for Selection and Award Criteria
Print Name of Aut horized Representative
fles;J-JTitle
Signature of Authoriled Representative
/0-3/-If
Date
1
C
D
Road Weather Information Systems (RWIS)
Scope of Work
Project Description
After the crippling snow and ice event of January 2014, it became evident that the Georgia Department of
Transportation (GDOT) needed more Road Weather data available to them to help manage the treatment
and clearing of the roadways. This procurement is for the purpose of initially purchasing, installing and
commissioning twenty-seven (27) weather stations at key locations in metropolitan Atlanta, Macon, and
northern Georgia to supply needed atmospheric and pavement condition data to personnel at the
Transportation Management Center (TMC). All of the Remote Weather Information System (RWIS)
sites in this procurement are located at existing ITS and RWIS sites, negating the need to provide all-new
power modes to each site; as well as providing the opportunity to use existing poles on which to mount
the equipment.
General Description
This work shall initially consist of furnishing, installing, testing and making fully operational twentyseven (27) Road Weather Information System (RWIS). The RWIS shall be specifically designed for
monitoring, recording and displaying pavement surface temperature, rate and type of precipitation,
atmospheric temperature, wind speed, wind direction, relative humidity, visibility, subsurface conditions
and other conditions. The information from the RWIS sites shall be transmitted via wireless 4G
communications connections utilizing the Department’s current cellular Verizon telecommunication
provider to software hosted by the supplier for a period of no less than one year. After one year, the
Department may seek to renew the hosting contract on an annual basis for up to four additional years,
while arrangements are made to have the data transmitted to the Department’s NaviGAtor Advanced
Transportation Management System (ATMS), or other operating software.
The successful supplier shall install the weather stations in accordance with all applicable federal, state, or
local regulations. The installed weather stations shall fully meet the specifications contained in this
document. All equipment to be furnished for this project shall be new, state of the art and of current
manufacture at the time of purchase.
All of the new RWIS software and field devices shall provide full compliance with the latest National
Transportation Communications for ITS Protocol (NTCIP-ESS) Standards.
The successful supplier shall provide all equipment, materials, and work in accordance with all
manufacturers’ recommendations, including but not limited to all mounting, wiring and cabling, power
supply, surge suppression, and communications equipment and materials.
The successful supplier will assist GDOT in making the data from the twenty-seven (27) weather stations
available to outside parties, such as the National Weather Service for use by the Meteorological
Assimilation Data Ingest System (MADIS). The preferred method for doing this is “pushing” the data at
regular intervals from the host server out to a known site, such as a hosted FTP server. The data will be
formatted in a common manner (example: .csv or .xml) for ease of exporting into other systems. All data
previously collected by the RWIS equipment shall be available to GDOT once the Department has taken
over hosting responsibilities.
1
The RWIS equipment and software supplied will meet or exceed the specifications outlined in this
document. The initial twenty-seven (27) assemblies will be ready for installation along the roadway
within 30 calendar days of issuance of the Purchase Order.
Upon completion of each RWIS installation, the successful supplier will ensure the proper setup and
configuration of each system (“Commissioning”) in accordance with all of the manufacturer’s
requirements and recommendations. Commissioning will include verification that the installed
equipment is powered up, “online” and communicating with the host server. Commissioning will also
include verification that the unit is fully calibrated, properly and safely mounted/installed, and ready for
use. The successful supplier shall submit a signed affidavit for each site certifying the accuracy of the
information prior to final acceptance.
The successful supplier shall conform to all guidance outlined in the Georgia Department of
Transportation’s most current Standard Specification Book and Construction Standards and Details,
which can be found at the following hyperlink:
http://www.dot.ga.gov/doingbusiness/theSource/Pages/home.aspx
The successful supplier shall conform to all guidance outlined in the Manual on Uniform Traffic Control
Devices (MUTCD), which can be found at the following hyperlink:
http://mutcd.fhwa.dot.gov/
Submittals
For Closed Circuit Televisions (CCTV), cabinets, and poles use only equipment and components that
meet the requirements of the minimum specifications outlined in this document and the Department’s
Qualified Products Lists outlined below:
















5: Electrical Conduit
15: Epoxy Resin Adhesives
34: Work Zone Traffic Control Devices
48-1: CCTV-Closed Circuit Television
48-3: Optical Cables & Cordages
48-6: Equipment Cabinets & Accessories
48-7: Network Electronics
48-8: Pull/Communication Box & Hub Bldg
48-9: Conduit & Accessories
52: Overhead Signs supports, Strain Poles and Lighting Standards
75: Sealant for Inductive Loops
78: Junction Boxes
78-1: Traffic Signal Communication, Cabinets, & Accessories
78-3: Battery Backup Systems & Batteries
78-4: Signal Cabling, Wiring, & Accessories
82: Portable Changeable Message Signs
These lists can be found at the following link:
http://www.dot.ga.gov/doingbusiness/theSource/Pages/home.aspx
2
Provide submittal data for all equipment, materials, test procedures, sensor calibration, and routine
maintenance procedures required for these items as required in these Specifications.
For training, submit to the State ITS Engineer for consideration and approval a training schedule and all
training materials within thirty (30) calendar days from the issuance of the Purchase Order.
For each applicable RWIS, submit to the State ITS Engineer for approval, two (2) hard copies and one (1)
electronic copy of the manufacturer’s descriptive literature (catalog cuts), technical data, operational
documentation, service and maintenance documentation and all other materials required within these
specifications. Electronic documents shall be placed on a CD as Adobe® pdf documents and delivered to
the State ITS Engineer.
Provide as-built documentation of all RWIS installations after the completion of acceptance testing.
Provide a list of all RWIS components, including part number, description, and cost, used for each RWIS
installation.
Establish an installation schedule in cooperation with the GDOT State ITS Engineer within seven (7)
calendar days from the issuance of the Purchase Order. The schedule must be approved in writing by the
Department, and modifications will only be considered due to inclement weather. All 16 Metro Atlanta
and Macon sites must be completed by December 31, 2014. All 11 northern Georgia sites must be
completed by January 31, 2015.
Materials
RWIS types are as specified in the project documents, and may vary by location within project limits.
Ensure that the individual components and assemblies of the RWIS conform to the following technical
and functional requirements as following sections. Ensure that all equipment, materials, components and
assemblies of the RWIS conform to the RWIS manufacturer’s current requirements and
recommendations.
A. Software
Provide software and ensure access and updates to the software for 5 years from date of installation.
The software shall utilize visualization and data collection software for all NTCIP compliant Remote
Processing Units (RPU) in the field. The RWIS software used for operations shall be accessed
through a commonly used Internet Browser with the ability to monitor unlimited RWIS stations
across the entire state by an unlimited amount of users. The software shall collect data from unlimited
sources simultaneously. The software shall provide import and export capabilities in .csv or .xml
formats. The successful supplier shall provide the .csv or .xml format to GDOT and/or the National
Weather Service throughout the life of the contract. The software shall provide alerts to users by
electronic mail or text message. GDOT will supply a list of less than fifty (50) recipients. The
software integration into the existing TMC software is not part of this contract and will be done by
others; however, the necessary Application Programming Interface (API) documentation must be
made available to GDOT. Communications to the weather stations shall be established in a manner
that prevents unauthorized persons or computers from accessing the RWIS sites. All data shall be
transmitted from the local sites to the central server in a secure manner. There shall be no connections
to the GDOT “Navigator” network that runs alongside the roadways in metropolitan Atlanta and
Macon. Additionally, all persons using the supplier website to access or view the weather station data
shall be required to have an account with a unique User ID and password.
3
The software shall provide for customer configuration of the display information. This information
may be configured by end user personnel, or optionally will be configured at the time of installation
and setup. The Software shall have the following functions:
1. Administrative Abilities
a. Add and remove RWIS stations
b. Add or remove users
c. Alter user capabilities and groups
d. Alter and observe website configuration
e. Alter and observe station configuration
2. Import and Export
a. Automatic and manual importing and exporting functions
b. Customization of important and exporting parameters
c. Importing and exporting of .csv file type
d. Importing and exporting of .xml file type
e. Data mapping for importing and exporting
3. Data Visualizing
a. Static Map
i. Customizable
ii. Locations of all RWIS stations
iii. Status of each station
iv. Display window showing current weather values from all atmospheric and
pavement sensors when hovering mouse over station
b. RWIS Station Page
i. Customizable
ii. Status of station
iii. Current weather values from all atmospheric and pavement sensors
1. Graphically represented
iv. Snapshot or live video stream from camera
v. Selectable time interval for data to display current/historical data
vi. Automatic and manually scalable graphs
vii. Automatic and manually adjustable units for graphs and tables
viii. Graphs and tables provide sums and/or averages of weather values
c. Overview Data Page
i. Customizable
ii. Status of each station
iii. Current weather values from all RWIS Stations in table format
iv. Selectable time interval for data to display historical data from multiple RWIS
stations
v. Automatic and manually scalable graphs
vi. Automatic and manually adjustable units for graphs and tables
vii. Graphs and tables provide sums and/or averages of weather values
4. Alerts
a. Sent via electronic mail and text message
b. Capable of being sent from multiple RWIS stations
c. Repeatable at set time(s)
d. Adjustable time period in which to send alerts
e. Adjustable minimum time between alerts
f. Alert for determined weather condition
g. Alert for extreme weather values
h. Alert for unsuccessful communication with RWIS station
4
5. Transmit data from an unlimited number of RWIS stations
6. Data Archiving and Backup
a. Backup of full database at determined intervals
b. Backup restore
c. Removal of old data in database at determined intervals
7. Connections
a. Direct (RS232)
b. TCP/IP (Station with COM Server or CDMA/GPRS)
c. Modem with fixed IP address or DynDNS support
B. RWIS Remote Processing Unit (RPU)
Furnish and install a controller mounted RPU at locations as shown in the contract documents.
Primary power should be installed to the RPU and fused for 15 amps, with voltage surge protection.
The RPU will operate in a range of 100-130 VAC at 50-60 Hz and will use not more than
approximately 50 Watts of continuous power (excluding options).
The RPU will have the capability of being modified to utilize solar power or other power sources in
place of conventional commercial electric power. Solar powered RPU sites will operate a minimum
of 72 hours without sunlight or solar charging of the batteries.
The RPU shall be a personal computer utilizing a Windows based operating system. The unit shall
operate over the temperature range of -40°F to 140°F and a relative humidity < 90 % RH. The RPU
shall have a minimum of a 6” monitor screen and display resolution 800 x 480 pixel. The RPU shall
be fully NTCIP compliant. The RPU shall have a USB 2.0B, CDMA Modem, GPRS modem,
Ethernet connectivity and UMB bus interfaces. The RPU will incorporate “watch-dog” circuitry and
monitor its own operation and reset itself if the RPU software enters an indeterminate state and be
password protected The RPU shall be resettable via remote software command and be resettable in
the field.
Atmospheric and Pavement sensors shall be integrated into the RPU by plugging into a DIN rail.
This shall provide:
1.
2.
3.
4.
5.
Surge protection
Color light indication of operation status
Communication and sensor power supply isolation
Power supply
Data transfer capabilities
C. Atmospheric and Pavement Sensors
Furnish and install atmospheric and pavement sensor(s) at locations provided in the contract
documents. It is the Department’s desire to utilize nonintrusive sensors where possible. Exact sensor
placement will be determined by the State ITS Engineer with guidance from the equipment supplier.
The sensor(s) shall support remote firmware upgrades without the need for personnel to be on-site.
The sensor(s) shall provide stable operation over a temperature range from -40°F to 140°F a relative
humidity from 0% to 100%. The sensor(s) will be able to determine the following:
1. Surface Temperature
a. Measuring range: –40 to 140 ° F
b. Freeze point
c. Accuracy: ±0.5 ° F (–5 ° F to +120 ° F)
5
2. Surface Condition
a. Dry – Absence of moisture on the surface sensor.
b. Damp – Trace Pavement Moisture above freezing (no precipitation).
c. Wet – Precipitation has occurred and there is a continuous film of moisture on the
pavement.
d. Ice – Detection of ice formation on the pavement.
e. Snow – Detection of snow accumulation on the pavement.
f. Friction Measurement (critical to dry)
3. Sub-Surface Temperature
a. Measuring range: –40 to 140 ° F
b. Accuracy: ±0.5° F (–5 ° F to +120 ° F)
c. Shall be placed under the first full depth travel lane
d. Shall be placed 18” under the surface of the pavement
4. Air Temperature
a. Measuring range –40 to 140 ° F
b. Accuracy ±0.5° F (–5 ° F to +120 ° F)
5. Relative Humidity
a. Measuring range 0 to 100 % RH
b. Accuracy ±2 % RH
6. Air Pressure
a. Measuring range: 300 to 1200 hPa
b. Accuracy: ±1.5 hPa
7. Wind Speed
a. Measuring range: 0 to 125 mph
b. Resolution: 0.25 mph
c. Accuracy: ±1 mph or 3 % (0 to 125 mph) of reading, whichever is greater
d. Start-up Threshold: 2.0 mph
e. Measuring rate 60 partial measurements/15 measurements per second
f. Measurement output rate 1-10 seconds adjustable – default 10 s
g. Wind Gust Speed
h. Average Wind Speed
8. Wind Direction
a. Measuring range: 0 to 359.9 °
b. Resolution: 0.1 °
c. Accuracy: < 3 ° RMSE from 1.0 m/s
d. Start-up Threshold: 2.0 mph
e. Measuring rate 60 partial measurements/ 15 measurements per second
f. Wind Gust Direction
g. Average Wind Direction
9. Precipitation
a. Precipitation type
b. Precipitation Intensity and Rate
i. Measuring range: 0.01 in/hr to 5 in/hr
ii. Accuracy: ±0.1 in
c. Dew Point Temperature
d. Accumulation/Layer thickness
i. Measurement range: 0 to 0.1 in
ii. Accuracy: 0.005 in + 20% of measurement
10. Visibility
a. Measuring range 0 to 1.2 mi
b. Accuracy ±10 % RMSE
6
Site Specifics
A. Metro Atlanta and Macon
All Metro Atlanta and Macon RWIS shall be installed by December 31, 2014. The entire installation
will be performed by the successful supplier or their designee.
In Metro Atlanta and Macon, power for the proposed sixteen (16) RWIS sites will come from the
existing Navigator ITS cabinet located on the same pole. Communications connections will be made
to through wireless 4G communications utilizing the Department’s current cellular
telecommunication provider, where possible. Where possible, all equipment will be housed in the
existing Navigator cabinet. The supplier may elect to supply and utilize an additional cabinet. The
supplier will not be required to provide camera-picture on “station-page” if a proposed RWIS location
is not on an existing CCTV pole.
B. Northern Georgia
All northern Georgia RWIS shall be installed by January 31, 2015. The entire installation will be
performed by the successful supplier or their designee.
In northern Georgia, power for the eleven (11) RWIS sites will come from the existing RWIS cabinet
located on the same pole. Type C CCTVs, as specified in Section 936 of the Standard Specifications
Book, shall be installed at all eleven (11) northern Georgia locations and must follow current GDOT
Specifications. If the required height for the CCTV cannot be met, the supplier will notify the State
ITS Engineer and place the CCTV as high as possible on the pole. The Type C CCTVs will be
integrated into the NaviGAtor network and will not be required to be hosted by a third party.
Communications connections will be made through wireless 4G communications utilizing the
Department’s current cellular provider. Existing cabinets and poles will be used, where possible, at
the existing sites. The supplier may supply a new cabinet and/or pole if needed. Due to the location
of the existing poles, the supplier may use in-ground sensors to determine the road conditions
required by the Specification.
Construction/Installation Requirements
This section shall include typical construction requirements for installing and configuring the RWIS. This
specification only gives general requirements of installations. It is the Supplier’s responsibility to be
trained in the technology application and the required installation of such devices by the manufacturer.
All cable connections shall be manufacturer-rated and secured from outside elements. The Supplier shall
be experienced in proper cable/connector crimping and manufacturer sealing methods so as to ensure a
water-tight and corrosion resistant installation. Wrap all other exposed cable connections with self-sealing
tape for weatherproofing and moisture seal.
Refer to Subsection 107.07 of the current GDOT Specifications regarding proper conduct of this work.
A. Equipment
Use machinery such as trucks, derricks, bucket vehicles, saws, trenchers, and other equipment
necessary for the work and approved by the State ITS Engineer prior to installation operations.
B. Preparation
Utility Permits (if applicable)
1. Application
Apply for, obtain, and pay for utility services, and pole attachment permits required in the
contract documents.
7
2. Maintenance
Maintain these utility services until Final Acceptance of each installation. After Final Acceptance,
transfer these services and permits to the Department, local government or jurisdiction
responsible for maintenance and operation. Ensure that the transfer does not interrupt service.
3. Utility Location
When installing aerial cable of any type, ensure that overhead clearance and separation
requirements conform to local utility company standards, OSHA, the NEC and the NESC.
C. Construction
1. General Installation Requirements
a. Install all sensors, system processors, output expansion modules, and associated enclosures
and equipment at the locations specified in the contract documents and per manufacturer
recommendations. Make all necessary adjustments and modifications to the RWIS prior to
obtaining recommendation for system acceptance testing. For freeway applications install all
rack-mounted equipment with one rack unit space between adjacent equipment in the freeway
ITS cabinet.
b. Installation, surge protection and all cabling shall comply with manufacturer’s
recommendation, at a minimum, or as specified in these contract documents. All equipment,
cables, and hardware must be part of an engineered system that is designed by the
manufacturer to fully interoperate with all other system components and be fully protected
from all surge potential. Connectors installed outside the cabinets and enclosures shall be
manufacturer terminated and be corrosion resistant, weather proof, and watertight. Use
Underwriter Laboratories (UL) listed cable that is ozone and UV resistant and weather
resistant. Label cables with permanent cable labels at each end.
c. For in-pavement sensors, wiring and cables must be continuous (without splices), except for
surge protection connections between sensor and cabinet, so that RWIS is appropriately
protected. Coil a minimum of thirty (30) feet of slack in the bottom of the freeway cabinet.
Tape ends of unused and spare conductors to prevent accidental contact to other circuits.
Label all conductors inside the cabinet.
d. Furnish an as-built cabinet wiring diagram, identified by location, for each RWIS cabinet.
Include all wiring, cabling, connections, and detector mounting height. Place all
documentation in a weatherproof holder in the cabinet.
e. Install RWIS power supply or transformer on a standard DIN rail using standard mounting
hardware and power conductors wired to terminal blocks in the cabinet.
f. Mounting Bracket Assembly: Mount any devices on a mounting bracket such that its height
and position provide a clear view of the lanes. Mount the device(s) securely such that it is
stable and steady. The mounting bracket assembly includes a sensor mounting bracket, nipple
pipe, cable-mount nipple clamp, and all associated hardware and materials. Mount the video
camera sensor on a mounting bracket assembly which meets the following requirements
unless otherwise specified in the plans or contract documents:
i.
Use stainless steel fastening hardware with lock washers on threaded fasteners
ii.
Use a sensor enclosure mounting bracket that is non-rusting and is made from die cast
aluminum, extruded aluminum, powder-coated galvanized steel or hot dipped galvanized
steel. Provide a mounting bracket that permits vertical and horizontal adjustment of the
sensor. Provide a mounting bracket that securely fastens to the sensor enclosure and
mounts to the nipple pipe by threading onto the pipe or as a slip-fit, using a set-screw
fastener in either above method.
iii.
Use a 1 ½” (38 mm) aluminum nipple pipe that is threaded on both ends.
iv.
Fasten the nipple pipe to the mast arm using a cable mount nipple clamp with minimum 2
5/16” (58 mm) U bolts. Use aircraft grade galvanized steel cables with stainless steel
fastening hardware and that make at least two wraps around the mast arm.
8
2. Removal of Existing Requirements
a. Cabinets, cameras, controllers, and other electronic devices that are removed as part of this
project shall be returned to GDOT
b. The supplier shall contact the GDOT State ITS Engineer at least three business days in
advance to arrange delivery of the components.
3. Lane Closures
a. Weekdays
i.
Single lane closures are allowed between the hours of 9:00 am and 3:00 pm and between
the hours of 9:00 pm and 5:00 am.
ii.
Shoulder closures are allowed.
b. Weekends
i.
Single lane closures are allowed between the hours of 9:00 pm Friday evening and 5:00
am Monday morning.
ii.
Shoulder closures are allowed.
c. Liquidated Damages
i.
Lane Closures
Failure to re-open shoulders or travel lanes will result in the assessment of Liquidated
Damages in the amount of $2,000 per hour or portion thereof.
ii.
Installation and Implementation
Failure to install and implement the RWIS by the December 31, 2014 deadline for the 16
units in the Metro Atlanta and Macon areas and the 11 units in the North Georgia area by
January 31, 2015 will result in the assessment of Liquidated Damages based on the
SAMPLE unit price of the following components:
ITEM
RWIS components
RWIS Installation - Metro Atlanta &
Macon (December 31, 2014)
RWIS Installation - Northern Georgia
(January 31, 2015)
CCTV, Type C
Prestressed Concrete Strain Pole, Type
IV (if applicable based upon poles
needed)
Electrical Power Service Assembly*
4G Cellular Router
Training
RWIS Hosting Per Station Per Year
Software Licensing (unlimited
registered users) (Total price / 27
units)
QUANTITY
27
UNIT
EA
UNIT PRICE
$1,000
16
11
EA
EA
$1,500
$1,600
27
EA
$ 500
27
EA
$1,000
27
27
1
27
1
EA
EA
LS
EA
LS
$ 900
$ 100
$5,000
$ 50
$2,000
9
SAMPLE calculation of liquidated damages:
RWIS Component
RWIS Installation – Metro Atlanta
$ 27,000.00
$ 24,000.00
RWIS Installation – North Georgia
CCTV, Type C
Prestressed Concrete Strain Pole, Type IV (only 20 poles needed)
$ 17,600.00
$ 13,500.00
$ 20,000.00
Electrical Power Service Assembly
4G Router
$ 24,300.00
$ 2,700.00
Training
$ 5,000.00
RWIS Hosting Per Station per Year
Software Licensing
$ 1,350.00
$ 2,000.00
TOTAL
$134,450.00
$134,450.00 / 27 units = $ 4,979.63
Liquidated damages for the 27 units not fully installed and implemented by the deadlines, as directed,
will results in deduction amount of $4,979.63 per unit.
Quality Acceptance/Testing
The acceptance testing of the remote weather information system shall consist of two phases: 1) post
installation system site testing; and 2) burn-in period. Perform acceptance testing for all equipment,
hardware and work as provided under this Contract. Perform all testing in the presence of the State ITS
Engineer. Submit all testing plans and documents to the State ITS Engineer during the submittal phase.
A. Burn-in Period
1. General Requirements
a. Provide a 30-day burn-in period for all work and equipment included in the Contract and
associated with the RWIS equipment. The burn-in period shall consist of the field operation
of the specific RWIS in a manner that is in full accordance with the requirements of the
Plans, Specifications, and/or contract documents.
b. Conduct two (2) burn-in periods on the Contract for the RWIS. The first burn-in period shall
be conducted for the Metro Atlanta and Macon locations. The second burn-in period shall be
conducted for the northern Georgia locations. Commence with the burn-in period only after
meeting all of the following requirements:
1. All RWIS installation work required in the Contract documents has been completed and
inspected by the State ITS Engineer.
2. Successfully complete the Post-Installation RWIS Site Testing.
c. Commence with the burn-in period upon written authorization by the Department. Terminate
the burn-in period 30 consecutive days thereafter unless an equipment malfunction occurs.
10
Stop the burn-in period for the length of time any equipment is defective. After repairing the
equipment so that it functions properly, resume the burn-in period at the point it was stopped
d. Successful completion and acceptance of the burn-in period will be granted on the 31st day
unless any equipment has malfunctioned. If any equipment has failed during the burn-in
period, final acceptance will be withheld until all the equipment is functioning properly
e. When one specific piece of equipment has malfunctioned more than three times during the 30
day burn-in period, replace that unit with a new unit at no cost to the Department.
f. Multiple failures of weather information devices in different locations shall be determined as
a failure of the 30 day burn-in period. The Contractor shall investigate the detection system
failure and shall give a full report to the State ITS Engineer. The Contractor shall replace the
failed devices and shall restart the burn-in period at Day 1, once those devices have been
replaced and retested.
2. Contractor Responsibilities
During the burn-in period, maintain all work under this Contract in accordance with the
Specifications. Restore any work or equipment to proper operating condition within 24 hours
after written notification.
3. Department Responsibilities
Department responsibilities during the burn-in period will be as follows:
a. Expeditious notification of Contractor upon failure or malfunction of equipment will be given
within one (1) business day.
b. In the event that the Contractor does not provide the services enumerated within his Contract
responsibilities, the Department or its authorized agents may in the interest of public safety
take emergency action to repair equipment. The supplier shall pay actual costs incurred as a
result of these emergency actions. Such action by the Department will not void any guaranties
or warranties or other obligations set forth in the Contract.
4. Final Acceptance
The Department will make final acceptance after satisfactory completion of the required burn-in
period and on the basis of a comprehensive field inspection of the complete RWIS in accordance
with the contract.
Supplier Warranty and Maintenance
Provide all manufacturers’ warranties and guarantees for all equipment purchased and turned over to the
Department as part of this procurement. Ensure equipment provided under this specification shall be
warranted by the manufacturer to be free from defects in materials and workmanship for a period of a
minimum of three (3) years from Final Acceptance.
Ensure that manufacturer’s and supplier’s warranties and guarantees are transferable to the agency or user
that is responsible for maintenance, are continuous throughout their duration and state that they are
subject to such transfer.
Ensure the manufacturer will repair any faulty equipment during this period at no charge to the
Department for parts, labor or shipping to and from the factory.
During the warranty period, supply any firmware or software upgrades associated with the weather
system to the Department at no charge. In addition, provide phone consultation to the Department or user
that is responsible for maintenance as needed at no cost during the warranty period for operating
questions or problems that arise.
If the Department desires, it may enter into a separate agreement with the suppliers for technical support
and software upgrades.
11
Training
The supplier must provide a minimum of at least eight (8) hours of instruction to ten (10) designated
personnel in the operation and maintenance procedures of equipment and systems installed. The supplier
must provide the training during installation, testing, and integration. The supplier must provide the
training through practical demonstrations, seminars, and other related technical procedures.
The supplier must furnish a training session agenda, a complete set of training material (manuals and
schematics), and the names and qualifications of proposed instructors for approval thirty (30) days before
the training. The supplier must provide a location for holding the courses and pay all costs associated with
travel and accommodation of the trainees if training is conducted away from the GDOT TMC. The
supplier must provide a training notebook and one (1) hands-on unit to each trainee and an electronic
copy of the training notebook to the State ITS Engineer. The supplier must provide training in the
following areas of interest and as shown on the plans or contract documents:






Software usage and functions
The “Hands-on” operation for each type of equipment.
Explanation of all system commands, their function and usage.
Required preventative maintenance procedures.
All equipment servicing procedures.
System “troubleshooting”/problem identification procedures.
Notify the State ITS Engineer 20 days before training and agree on a time to conduct the training at the
Georgia DOT TMC.
Measurement for Payment
A. Remote Weather Information System
Unless otherwise specified in the contract documents furnish the following minimum items for a
RWIS:
 Pole-mounting hardware.
 Cabinet equipment, including but not limited to the cabinet interface assembly and all associated
wiring, conductors, terminal blocks, and surge suppression.
 All weather heads, vertical conduit risers and conduit hardware on the RWIS support pole for
power service, grounding, communications and control.
 All cables, connectors, hardware, interfaces, supplies, and any other items necessary for the
proper operation and function of any RWIS component with any other RWIS component.
B. Remote Weather Information System Installation (Metro Atlanta and Macon)
Remote Weather Information System Installation in Metro Atlanta and Macon is measured for
payment by the number of actually installed, complete, functional, and accepted. Installation shall be
paid for separately for each device.
C. Remote Weather Information System Installation (northern Georgia)
Remote Weather Information System Installation in northern Georgia is measured for payment by the
number of actually installed, complete, functional, and accepted. Installation shall be paid for
separately for each device.
12
D. CCTV
CCTV systems are measured for payment by the number actually installed, complete, functional, and
accepted. Unless otherwise specified in the Plans, furnish and install the following minimum items
for a CCTV system:
 Camera system assembly including the camera, lens, pan/tilt drive control electronics and
environmental enclosure.
 Pole-mounting hardware.
 Cabinet equipment, including but not limited to the cabinet interface assembly and all associated
wiring, conductors, terminal blocks, and surge suppression.
 All weather heads, vertical conduit risers and conduit hardware on the CCTV support pole for
power service, grounding, communications and control.
 All cables, connectors, hardware, interfaces, supplies, and any other items necessary for the
proper operation and function of any CCTV system component with any other CCTV system
component.
E. Prestressed Concrete Strain Poles
Prestressed concrete strain poles type IV, complete in place and accepted, including backfill, erection,
and necessary regrassing will be paid for at the Contract Unit Price bid for each pole.
F. Electrical Power Service Assembly
Electrical power service assemblies are measured for payment by the number actually installed per each,
complete, functional, and accepted. For each assembly installed, furnish all required items, including but
not limited to conduit; riser; wiring; hardware; disconnect; meter base; meter and Class 3, 30 ft. (9 m)
timber pole at no separate cost to the Department. Exceptions to the previous sentence include
horizontal conduit, wiring, Type 2 pull boxes, electrical junction boxes, and directional bores between
the electrical service pole to the equipment cabinet requiring power service which will be measured for
payment as conduit, nonmetal, type 2 – power service.
G. 4G Cellular Router
The price bid shall include furnishing, installing, system integration and testing of a wireless
communications system, including all radio chassis, antennas, antenna cables, modules, power cables,
power supplies, manufacturer software, licenses. Outdoor rated Cat 5e patch cords, programming
interface cables, media and power converters (if needed), surge protection devices, attachment
hardware, repeater cabinets (if needed) testing and training requirements, and all work, equipment and
appurtenances as required to provide a fully functional wireless communications system. The price bid
shall also include all configuration software, programming device cabling, and system documentation to
be turned over to the Engineer, including: shop drawings, operations and maintenance manuals, wiring
diagrams, block diagrams, and other material necessary to document the operation of the applicable
wireless radio system. This price shall be full compensation for all labor, tools, materials, equipment,
and incidentals necessary to complete the work.
H. Testing
Testing as described in the Quality Acceptance/Testing Section is considered incidental to the cost of
the RWIS installation and shall not be paid for separately.
I.
Training
Training is measured as a lump sum for all supplies, equipment, materials, handouts, travel, and
subsistence necessary to conduct the training. All expenses shall be reimbursed at the State of
Georgia’s prevailing rate.
13
J. RWIS Hosting
RWIS hosting shall be measured as annual expense per device.
K. Software
Fully populated software shall be measured as a lump sum.
Locations
Proposed Weather Locations for Metro Atlanta and Macon
Site
District
Location
County
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
7
3
7
7
7
7
7
7
7
7
7
7
7
1
1
3
I-85 @ SR 74/ Senoia Rd
I-75 @ Hudson Bridge Rd
I-285 @ Washington Rd
I-285 @ Moreland Ave.
I-20 @ Panola Rd
I-285 @ SR8/ D.L. Hollowell Pkwy
I-85 @ Marta Overpass
US 78 @ Mountain Industrial Blvd
I-75 @ SR 120 / South Marietta Pkwy
GA 400 @ Abernathy Rd
SR 85 @ Indian Trail Rd
I-75 @ SR 92
GA 400 @ SR 140/ Holcomb Bridge Rd
I-85 @ Old Peachtree Rd
GA 400 @ SR 20
I-475 @ Zebulon Rd
Fulton
Henry
Fulton
DeKalb
DeKalb
Fulton
Fulton
DeKalb
Cobb
Fulton
Gwinnett
Cobb
Fulton
Gwinnett
Forsyth
Bibb
14
Proposed Weather Locations – Metro Atlanta (15
Locations)
15
Proposed Weather Locations – Macon (1 Location)
16
Proposed Weather Locations – Northern Georgia (11 Locations)
17
18
6
6
19
20
21
22
23
24
25
26
27
6
1
1
6
6
6
6
1
1
I-59 @ SR 136
I-75 @ SR 2
SR 515/ US76 @ SR5/ Blue Ridge Dr/ W. 1st
St
US 76 @ SR 11/ US 19
US 76 @ U S23/ US 441
SR 515/ US76 @ SR5/ 1st Ave
SR 20 @ East of SR 100 S
I-75 @ SR 140
I-575 @ SR 100
US 19/ GA 400 @ SR 60
US 441/ SR 15 @ Level Grove Rd.
Dade
Catoosa
Fannin
Union
Rabun
Gilmer
Floyd
Bartow
Pickens
Lumpkin
Habersham
17
BID FORMAT
Suppliers desiring to submit a Bid for this Procurement shall submit costs on the Cost Proposal Sheet
that is a part of the solicitation.
ITEM
QUANTITY
1
16
UNIT
EA
EA
UNIT PRICE
RWIS components
RWIS Installation - Metro Atlanta & Macon
(December 31, 2014)
RWIS Installation - Northern Georgia
11
EA
(January 31, 2015)
RWIS Installation – District 1*
1
EA
RWIS Installation – District 2*
1
EA
RWIS Installation – District 3*
1
EA
RWIS Installation – District 4*
1
EA
RWIS Installation – District 5*
1
EA
RWIS Installation – District 6*
1
EA
RWIS Installation – District 7*
1
EA
CCTV, Type C
1
EA
Prestressed Concrete Strain Pole, Type IV*
1
EA
Electrical Power Service Assembly*
1
EA
4G Cellular Router
1
EA
Training
1
LS
RWIS Hosting Per Station Per Year
1
EA
Software Licensing (unlimited registered users)
1
LS
*this is for pricing purposes only and is not anticipated for the initial 27 RWIS locations.
18
www.vaisala.com
Vaisala Remote Road Surface
State Sensor DSC111
Features and Benefits
▪
▪
Remote surface state sensing
Spectroscopic measuring
principle, individually
identifying the presence of:
• Water
• Ice
• Slush
• Snow or Frost
▪
▪
Unique measurement of grip
▪
Accurate measurement even
with intense traffic
▪
▪
▪
▪
▪
Eye-safe laser technology
Cost effective visibility
measurement
Easy installation and service
Low maintenance costs
Weather-proof, durable design
Easy integration with Vaisala
ROSA Road Weather Station,or
can operate as a stand-alone
solution with solar/gsm options
The unique DSC111 sensor eliminates
the service disruption, which was
previously associated with the
installation of a road weather station.
Remote installation means that there
is no requirement to slot-cut the
surface or close the road. The sensor
may be installed in a remote location
on a pole adjacent to the road, or as
an addition to the Vaisala ROSA Road
Weather Station.
The spectroscopic measuring
principle enables accurate
measurement of the amounts of
water, ice, and snow. Water and ice
are measured independently of each
other, enabling DSC111 to accurately
report the surface state.
DSC111 provides an accurate measure
of the presence of ice crystals well
before they cause the road to become
slippery. The Winter Service engineer
is therefore able to carefully monitor
all of the weather elements which
create a hazardous driving surface
E
in order to take the appropriate
remedial action. As an additional
feature of DSC111, the visibility
measurement offers a useful, compact,
and extremely costeffective way
to measure the Meteorological
Optical Range (MOR). It extends the
capabilities of DSC111 to detect low
visibility conditions - without any
external hardware.
Additional sensors can be directly
connected to DSC111 to form a
versatile stand-alone weather station.
Measurements include:
• surface and air temperature
• surface depth temperature
• relative humidity
• present weather
• visibility
• wind speed and direction
• atmospheric pressure
DSC111 has proven its capabilities
during two years of intensive field
testing in collaboration with Vaisala
customers. DSC111 is now operational
at hundreds of sites throughout the
world.
Technical data
Electrical
Measuring Range
Power supply
Power consumption for operation
9 ... 30 VDC
1.2 W above -10°C
max 1.9 W below -10°C
Power consumption for lens heaters
0 ... 4 W user adjustable
Interfaces
RS-485 isolated, RS-232
Connectors
3 x M12 (5 pins)
1:
RS-485 and power, male
2:
RS-232, male
3:
RS-485 and power, female
Extension connector for
the DST111
Cables
3 ... 150 m
One end without connector
0,6 m extension cable to the DST111
Layer thickness
Water
Ice
Snow
Resolution
Level of Grip
Resolution
Surface states
Environmental
Mechanical
Sensor support
Operating temperature
Operating humidity
CE Compliant
Safety
Vibration
DST111, PWD10/12/20/22,
WXT510, WMT50, analog
sensors via DRA411
-40 ... +60 °C
0 ... 100 % RH
IEC(EN) 61326-1, For use
in industrial locations
Eye-safe, Laser class 1
IEC 60068-2-6, level 2g
0.1 ¡C
0.00 ... 2 mm
0.00 ... 2 mm
0.00 ... 10 mm
0.01 mm
0.01 ... 1.00
0.01 units
Dry, Moist, Wet, Snow/
Frost, Ice, Slush
Visibility (optional)
Measurement range
Resolution
Accuracy (fog and snowfall)
Response time
Dimensions (mm)
Weight
(MOR) 10 ... 2000 m
1m
±20 % (average)
60 s
448 x 210 x 133
3.7 kg
Installation
Measuring distance when the visibility
measurement is disabled
Measuring distance when the visibility
measurement is enabled
Measuring area
Installation angle from the horizontal line
Fits onto the standard sensor arm DM32ARM
with cross-section of 40 mm x 40 mm
2 ... 15 m
8 ... 15 m
Diam. 20 cm at 10 m
30 ... 85°
For more information, visit
www.vaisala.com or contact
us at [email protected]
DST111 Remote Road Surface Temperature presented with
the DSC111 Remote Road Surface State Sensor.
Ref. B210470EN-B ©Vaisala 2010
This material is subject to copyright protection, with all
copyrights retained by Vaisala and its individual partners. All
rights reserved. Any logos and/or product names are trademarks
of Vaisala or its individual partners. The reproduction, transfer,
distribution or storage of information contained in this brochure
in any form without the prior written consent of Vaisala is strictly
prohibited. All specifications — technical included — are subject
to change without notice.
www.vaisala.com
Vaisala Remote Road Surface
Temperature Sensor DST111
Features and Benefits
▪
Remote temperature
measurement
▪
Unique correction of the error
caused by the emissivity of
the road surface, negating the
need for emissivity adjustment
▪
▪
▪
▪
Easy installation and service
▪
▪
Weather-proof, durable design
▪
Easy integration with Vaisala
ROSA Road Weather Station
▪
Capability to act as stand-alone
device in remote locations with
solar/gsm options
Low maintenance costs
No internal moving parts
Stable measurement results
even with intense traffic
Reports air temperature and
humidity
The unique DST111 sensor provides a
remote alternative to measuring road
surface temperature. By measuring
the infrared radiation emitted by
the surface and applying intelligent
signal processing, DST111 provides a
reliable remote surface temperature
measurement.
Installation of DST111 is easy,
requiring no slot cutting or closure
of the road. Supplied with solar/gsm
options, the sensor is ideal for standalone operation in remote or in-fill
locations and on bridge decks. The
sensor is simply installed on a mast,
or existing structure beside the road.
DST111 provides reliable results
in conditions where most of the
commercially available infrared
sensors fail. At night time, when the
road surface is cooling under a clear
sky, conventional infrared sensors
provide an error of up to -3¡C due
to emissivity conditions of the road
surface. DST111 compensates for this
error by its unique design.
DST111 can also be installed
alongside an existing Vaisala
ROSA Road Weather Station.
Together with DSC111, which
measures surface state, DST111
forms a versatile stand-alone
weather station.
Technical data
Electrical
Power supply
Power consumption
Interface
DST111
DST111R
Connector
DST111
DST111R
Cables
Measuring Range
9 ... 30 VDC
33 mW
Isolated RS-485
RS-232
M12 (5 pins)
RS-485 and power, male
RS-232 and power, male
3 m, 10 m, 25 m
One end without connector
0.6 m extension cable to the DSC111
Resolution
Surface temperature
Time constant
Data refresh time
0.1 ¡C
-40 ... +60 ¡C
1 min
30 s
Mechanical
Dimensions (mm)
Weight
320 x 125 x 100
1.6 kg
Environmental
Operating temperature
Operating humidity
CE Compliant
For use in industrial locations
Vibration
-40 ... +60 ¡C
0 ... 100 %RH
IEC(EN) 61326-1,
IEC 60068-2-6, level 2g
Installation
Measuring distance
Measuring area
Installation angle from the horizontal line
Fits onto the standard sensor arm DM32ARM
(cross-section of 40 mm x 40 mm)
2 ... 15 m
Diam. 80 cm at 10 m
30 ... 85¡
DST111 Remote Road Surface Temperature presented with
the DSC111 Remote Road Surface State Sensor.
For more information, visit
www.vaisala.com or contact
us at [email protected]
Ref. B210471EN-B ©Vaisala 2010
This material is subject to copyright protection, with all
copyrights retained by Vaisala and its individual partners. All
rights reserved. Any logos and/or product names are trademarks
of Vaisala or its individual partners. The reproduction, transfer,
distribution or storage of information contained in this brochure
in any form without the prior written consent of Vaisala is strictly
prohibited. All specifications — technical included — are subject
to change without notice.
www.vaisala.com
Vaisala SSI Passive Pavement Sensor FP2000
Benefits
▪
Most accurate way to measure
pavement temperature
▪
Sensors can be placed at key
locations
▪
Cost-effective for maintenance
operations by reducing labor
operating costs and chemical
usage
Features
Overview
Knowing the condition of the
pavement results in more proactive
and efficient operations. Scheduling
winter storm crews, construction
projects or pavement resurfacing
is easier if you know the current
conditions. Vaisala SSI Passive
Pavement Sensor FP2000 monitors
pavement conditions on roadways
and runways, and determines if
water or a chemical solution is on
the pavement. Agencies around
the world are using the FP2000 to
monitor remote locations, such as
bridges or known problem areas.
The data is used for maintenance
operations during critical winter
periods and throughout the year.
The FP2000 is durable, reliable and
constructed to withstand heavy
traffic, tire chains, snowplows
and extreme weather conditions.
The in-pavement sensor utilizes
patented technology consisting
of a combination of temperature,
capacitance and two sets of fourpoint sensing nodes to measure
pavement conditions. A well on top
of the sensor collects moisture and
chemical information.
▪
Passive sensor with no
maintenance requirements
▪
Uses two sets of four-point
sensing nodes
▪
Durable electrodes withstand
tire compression, chains and
temperature fluctuations
▪
Flush mounting unaffected by
traffic and snowplows
▪
Operates at cable lengths up to
1524 meters (5000 feet)
▪
Durable construction, reliable
and long-lasting
Technical Data
Surface Temperature Range
-51 ºC to +80 ºC
Depth of Solution
0.03 cm to 1.27 cm
Operating Temperature Range
-40 ºC to +80 ºC
Applications
▪
▪
▪
▪
Remote locations
Bridge decks
Problem areas
Gather data for anti-icing operations and pavement
forecasts
Cable Length
46, 91 or 152 meters with Vaisala Type IIA;
1524 meters with splice
Mean Time Between Failures
40,000 hours
For more information, visit
www.vaisala.com or contact
us at [email protected]
Ref. B211032EN-B ©Vaisala 2011
This material is subject to copyright protection, with all
copyrights retained by Vaisala and its individual partners. All
rights reserved. Any logos and/or product names are trademarks
of Vaisala or its individual partners. The reproduction, transfer,
distribution or storage of information contained in this brochure
in any form without the prior written consent of Vaisala is strictly
prohibited. All specifications — technical included — are subject
to change without notice.
11/10/2014
Vaisala Road / Runway Surface and Depth Sensor DRS511
English
HOME
WEATHER
INDUSTRIAL
LIFE
MEASUREMENTS SCIENCE
PRODUCTS
AND
SERVICES
CAREERS
INVESTORS
ABOUT US
Product offering
Vaisala Road / Runway Surface and Depth Sensor DRS511
Overview
Related Services
Documents
Overview
Several measurements combined compactly in one sensor:
Surface Temperature Sensor
Ground Temperature Sensor at 60mm depth
Additional Depth Temperature Sensor at 300mm depth
Depression of Freezing Point / Chemical Amount
Black Ice Detection
Surface State; (water / ice layer thickness, presence of snow):
Dry
Moist
Wet
Frost
Ice
Snow
Trace (Moist & Treated)
Wet & Treated
Alarms and Warnings
Rain Warning
Frost Warning
Ice Warning
Ice Alarm
Thermally passive principle - does not disturb the measured surface
Thermal properties matched to road properties
3cm wide so thermal characteristics adjust to match the road very quickly - improved accuracy
Robust epoxy design; the sensor may wear down by as much as 35mm
Can be installed in wheel track
Spare Parts
Get rapid access to the spare parts you need to maximize the uptime of your equipment and ensure
reliable and accurate operation. In addition to standard spare part delivery, we also offer an express
service where parts are shipped within one business day.
Warranty
All Vaisala products and services are covered by a 12-month warranty as standard, with selected
products covered for up to 24 months. During this period you benefit from free repair or replacement
of faulty equipment.
Repair Services
Vaisala repair services include fault tracing and repair or replacement of failed components, as well
http://www.vaisala.com/en/products/surfacesensors/Pages/DRS511.aspx
1/2
11/10/2014
Vaisala Road / Runway Surface and Depth Sensor DRS511
as final testing to ensure your equipment is functioning properly. Repairs can be carried out on site
or at one of our service centers.
http://www.vaisala.com/en/products/surfacesensors/Pages/DRS511.aspx
2/2
F
The Director of the United States
Patent and Trademark Office
Has received an application for a patent for
a new and useful invention. The title and
description of the invention are enclosed.
The requirements of law have been com- /
plied with, and it has been determined that
a patent on the invention shall be granted
under the law.
Therefore, this
United States Patent
Grants to the person(s) having title to this
patent the right to exclude others from making, using, offering for sale, or selling the
invention throughout the United States of
America or importing the invention into the
United States ofAmerica, and if the invention is a process, of the right to exclude others from using, offering for sale or selling
throughout the United States ofAmerica, or
importing into the United States of
America, products made by that process,
for the term set forth in 35 US. C. l 54(a)(2)
or (c)(l), subject to the payment of maintenance fees as provided by 35 US.C. 41 (b) .
See the Maintenance Fee Notice on the
inside of the cover.
Deputy Director of the United States Patent and Trademark Office
, ,,-
Illlll llllllll Ill lllll lllll lllll lllll lllll 111111111111111111111111111111111
US008838407B2
02)
United States Patent
(1 O)
Schmitz-Hiibsch
(45)
(54)
NON-CONTACT FREEZING TEMPERATURE
DETERMINATION
(75)
Inventor:
(73)
Assignee: G. Lofft Mej3-Und Regeltechnik
GmbH, Fellbach-Schmiden (DE)
( *)
(21)
Appl. No.: 12/853,474
(22)
Filed:
(58)
5,619,193 A
5,774,070 A *
6,049,387 A *
4/1997 Doherty et al.
6/1998 Rendon ... ...... .. ... ..... ... ... 340/905
4/2000 Griesinger .. .................. 356/419
FOREIGN PATENT DOCUMENTS
4133359
0898147
DE
EP
4/1993
2/1999
(Continued)
ITTHER PUBLICATIONS
Turunen, "Measuring salt and freezing temperature on roads", 1997;
Meteorol, pp. 11-15.*
Feb. 17, 2011
(Continued)
Foreign Application Priority Data
Aug. 11 , 2009
(52)
U.S. PATENT DOCUMENTS
(Continued)
Prior Publication Data
US 2011/0040518 Al
(51)
References Cited
Aug. 10, 2010
(65)
(30)
(56)
Axel Schmitz-Hubsch, Remseck (DE)
Subject to any disclaimer, the term of this
patent is extended or adjusted under 35
U.S.C. 154(b) by 435 days.
Notice:
US 8,838,407 B2
Patent No.:
Sep.16,2014
Date of Patent:
(EP) ..................................... 09010350
Primary Examiner - Sujoy Kundu
Assistant Examiner - Ricky Ngon
(74) Attorney, Agent, or Firm - Michael Best & Friedrich
LLP
Int. Cl.
(2006.01)
GOIKll/30
(2006.01)
GOIN25/06
GOIN25/04
(2006.01)
G08B 19102
(2006.01)
U.S. Cl.
CPC ................ GOIN 25104 (2013.01); G08B 19102
(2013.01)
USPC ............. ................................ 702/135; 374/17
Field of Classification Search
CPC ............ B60T 2210/12; B60G 2400/82; B60G
2400/8424; GOl B 11/0625
USPC ....................... 702/135, 33, 40, 57, 130, 134;
250/493.1, 306, 307, 308; 324/92, 96,
324/105; 356/326; 374/100, 109, 159;
700/299
See application file for complete search history.
ABSTRACT
(57)
A method and device for determining the freezing temperature of an ice-water mixture on a road surface. Reference
measurements of ice-to-water ratios in dependence on road
temperatures for different salt contents of reference ice-water
mixtures are provided to the device. The thickness of a water
layer on the road surface is detected and the thickness of an ice
layer of the road surface is detected by the device and method.
From the detected thickness of the water layer and the
detected thickness of the ice layer, an ice-to-water ratio of the
ice-water mixture is determined. The temperature of the road
surface is also detected. The freezing temperature of the icewater mixture is determined by the device and method from
the determined ice-to-water ratio and the detected temperature by means of the provided reference measurements.
MEASURE ROAD
TEMPERATURE
17 Claims, 2 Drawing Sheets
10
20
MEASURE THICKNESS OF
THE WATER LA YER ANO THE
ICE LAYER
DETERMINE ICE
PERCENT
DETERMINE SALT
CONTENT
DETERMINE FREEZING
TEMPERATURE
30
40
50
Revised: March 18, 2014
G
Office of Materials and Research
Qualified Products List
The following is a list of Equipment Cabinets and
Accessories that have been evaluated by the Office
of Traffic Safety and Design and have proven their
capability of meeting the requirements of Section
936, 925 and SOP-42.
QPL # 48-6
Equipment Cabinets &
Accessories
Traffic Signal Electrical Facility (TSEF)
935 East Confederate Avenue
Atlanta, GA 30316
Office Phone (404) 635-2845
Office Fax (404) 635-2962
.
Source
Location
Address
Intelite
Arizona
McCain (Control Technologies)
Florida
McCain Traffic Supply
California
MultiLink
Ohio
5820 Ternes Ln
Elyria, OH 44035
PSI
Oregon
Safe Tran brand by Econolite
Control Products Inc
Southern Manufacturing Co.
California
Temple, Inc
Alabama
Florida
Contact
2341 Friebus Ave # 18
Tucson, AZ 85713
2776 S. Financial Court Sanford,
FL 32773
2365 Oak Ridge Way
www.intelite.com
520-795-8808
Product
332 Cabinet
www.mccaintraffic.com
706-727-8100
www.Gomultilink.com
332 Cabinet
43 Fairfiled Dr. SE
Salem, Or 97302
3360 E. LaPalma Ave
Anaheim, CA 92806
7050 SW 10th Street, Miami, FL
33144
www.PSI-Traffic.com
503-399-3517
www.safetran-traffic.com
714-630-3700
www.southernmanufacturing.com
305-267-7334
332 Cabinet
316 Bank St.
Decatur, AL 35602
www.temple-inc.com
800-633-3221
BBS, 332,334, 336S Cabinets
336S Cabinet
332 Cabinet
Cabinet, 336S
QPL # 48-6
Page 1 of 1
OMR-Traffic
Signal Electrical Facility (TSEF)
Variable
H
Award Abstract
I
REMOTE ROAD SURFACE CENSOR
Header
Contract Number 4500887944
Reference Number MB-MBPB-H05-03172
Solicitation Number H050021618
Dates
Closed 2014-07-17
Awarded 2014-07-24
Published 2014-07-25
Contract End Date
Details
Award Type Award Notice
GSIN N6310301
GSIN Description TRAFFIC AND TRANSIT SIGNAL SYSTEMS AND COUNTERS
Amount $285,234.04
Solicitation Method
Description
ISSUING DEPARTMENT: Infrastructure and Transportation- Highways
AWARDED TO:
VAISALA CANADA INC
DELIVERY LOCATION:
MANITOBA INFRASTRUCTURE AND TRANSPORTATION
OPERATIONAL SERVICES
1500 - 215 GARRY STREET
Award Abstract-Vaisala- Protest data.txt[11/10/2014 12:56:40 PM]
WINNIPEG MB
QTY
UNIT PRICE
EXT PRICE
========================================================
RFQ ITEM NO: 10
GSIN: N6310301 Comm: 41104
10.00 Each
13,060.59 /Each
130,605.90
REMOTE ROAD SURFACE CONDITION SENSOR
SENSOR SHALL BE SUPPLIED WITH THE FOLLOWING:
- ALL MATERIALS REQUIRED TO BE A/C POWERED
WITH OPTION FOR SOLAR POWER (SEE ITEM 30)
- A MODEM FOR CELLULAR CONNECTION
- CABINET TO HOUSE MATERIALS THAT NEED TO BE
PROTECTED FROM THE ELEMENTS
- MOUNTING BRACKETS REQUIRED TO BE POLE MOUNTED
BID PRODUCT TYPE: DSC111, DST111 &amp; MAWS50
MANUFACTURER: VAISALA
========================================================
RFQ ITEM NO: 20
GSIN: N6700 Comm: 99482010
20.00 Each
4,731.32 /Each
94,626.40
OUTDOOR NETWORK CAMERA AND ACCESSORIES AS DESCRIBED BELOW:
CAMERA SHALL BE SUPPLIED WITH THE FOLLOWING:
- ALL MATERIALS REQUIRED TO BE A/C POWERED WITH
OPTION FOR SOLAR POWER (SEE ITEM 30)
- A MODEM FOR CELLULAR CONNECTION
- CABINET TO HOUSE MATERIALS THAT NEED TO BE
PROTECTED FROM THE ELEMENTS
- MOUNTING BRACKETS REQUIRED TO BE POLE MOUNTED
- AS SPECIFIED IN THE SPECIAL TERMS AND CONITIONS
BID PRODUCT TYPE: M12
MANUFACTURER: MOBOTIX
========================================================
RFQ ITEM NO: 30
GSIN: AG714642 Comm: 48491
18.00 Each
3,333.43 /Each
60,001.74
SOLAR PANEL AND ACCESORIES TO POWER THE ABOVE
ROAD SURFACE CONDITION SENSOR AND CAMERA
(QUANTITY OF 18 NOT GUARANTEED. A MINIMUM
OF 10 SOLAR POWER SYSTEMS ARE REQUIRED)
BID PRODUCT TYPE: PR-140-12-170-FPAA-111-A
MANUFACTURER: SUNWIZE
========================================================
Award Abstract-Vaisala- Protest data.txt[11/10/2014 12:56:40 PM]
Supplier Information
VAISALA CANADA INC
100 13551 COMMERCE PARKWAY
RICHMOND, BC
V6V 2L1
Buyer Information
Rene Nolette
204 945-3633
MANITOBA INFRASTRUCTURE AND TRANSPORTATION
CONTRACT SERVICES
1630 - 215 GARRY STREET
WINNIPEG MB R3C 3P3
E-Mail: [email protected]
Award Abstract-Vaisala- Protest data.txt[11/10/2014 12:56:40 PM]
J
Award Abstract‐InterProvincial ‐ Protest data
Award Abstract
REMOTE ROAD SURFACE CENSOR
Header
Contract Number 4500892124
Reference Number MB‐MBPB‐H05‐03172
Solicitation Number H050021618
Dates
Closed 2014‐07‐17
Awarded 2014‐08‐26
Published 2014‐08‐27
Contract End Date
Details
Award Type Award Notice
GSIN N6310301
GSIN Description TRAFFIC AND TRANSIT SIGNAL SYSTEMS AND COUNTERS
Amount $292,649.36
Solicitation Method
Description
ISSUING DEPARTMENT: Infrastructure and Transportation‐ Highways
AWARDED TO: INTERPROVINCIAL TRAFFIC SERVICES
DELIVERY LOCATION:
MANITOBA INFRASTRUCTURE AND TRANSPORTATION
OPERATIONAL SERVICES
1500 ‐ 215 GARRY STREET
WINNIPEG MB
QTY UNIT PRICE EXT PRICE
========================================================
RFQ ITEM NO: 10 GSIN: N6310301 Comm: 41104
10.00 Each 14,357.52 /Each
Page 1
Award Abstract‐InterProvincial ‐ Protest data
143,575.20
REMOTE ROAD SURFACE CONDITION SENSOR
SENSOR SHALL BE SUPPLIED WITH THE FOLLOWING:
‐ ALL MATERIALS REQUIRED TO BE A/C POWERED
WITH OPTION FOR SOLAR POWER (SEE ITEM 30)
‐ A MODEM FOR CELLULAR CONNECTION
‐ CABINET TO HOUSE MATERIALS THAT NEED TO BE
PROTECTED FROM THE ELEMENTS
‐ MOUNTING BRACKETS REQUIRED TO BE POLE MOUNTED
BID PRODUCT TYPE: HSE 5433 ICESIGHT
MANUFACTURER: HIGH SIERRA ELECTRONICS
========================================================
RFQ ITEM NO: 20 GSIN: N6700 Comm: 99482010
20.00 Each 3,892.30 /Each
77,846.00
OUTDOOR NETWORK CAMERA AND ACCESSORIES AS DESCRIBED BELOW:
CAMERA SHALL BE SUPPLIED WITH THE FOLLOWING:
‐ ALL MATERIALS REQUIRED TO BE A/C POWERED WITH
OPTION FOR SOLAR POWER (SEE ITEM 30)
‐ A MODEM FOR CELLULAR CONNECTION
‐ CABINET TO HOUSE MATERIALS THAT NEED TO BE
PROTECTED FROM THE ELEMENTS
‐ MOUNTING BRACKETS REQUIRED TO BE POLE MOUNTED
‐ AS SPECIFIED IN THE SPECIAL TERMS AND CONITIONS
BID PRODUCT TYPE: MOBOTIX M12
MANUFACTURER: MOBOTIX
========================================================
RFQ ITEM NO: 30 GSIN: AG714642 Comm: 48491
18.00 Each 3,957.12 /Each
71,228.16
SOLAR PANEL AND ACCESORIES TO POWER THE ABOVE
ROAD SURFACE CONDITION SENSOR AND CAMERA
(QUANTITY OF 18 NOT GUARANTEED. A MINIMUM
OF 10 SOLAR POWER SYSTEMS ARE REQUIRED)
BID PRODUCT TYPE: SUNLVA MVX 250‐60‐5‐701
MANUFACTURER: AE SOLAR
========================================================
Supplier Information
Page 2
Award Abstract‐InterProvincial ‐ Protest data
INTERPROVINCIAL TRAFFIC SERVICES UNIT 1 2153 192 STREET SURREY, BC V3S 3X2
Buyer Information
Rene Nolette 204 945‐3633 MANITOBA INFRASTRUCTURE AND TRANSPORTATION CONTRACT SERVICES 1630 ‐ 215 GARRY STREET WINNIPEG MB R3C 3P3 E‐Mail: [email protected]
Page 3