No preview available
HomeMy WebLinkAboutRESPONSE - BID - 5692 TRAFFIC SIGNAL CONTROLLER CABINETSMAR-29-2002 09:30 FROM TRAFFIC CORP TO 5 !02216707 P.05 ' BID SCHEDULE :' y? ,`'e•' City of Fort Collins Streets D epartment - Traffic Engineering Division 1. Model 332 Controller Cabinets meeting the requirements in the attached specifications 332 controller cabinets S�445 00 ea X 55 = Total 2-444-75� t,; ' ^ "`• $ .0©` ?.;c': J 'N 2. Model 336S controller cabinets meeting the requirements in the attached spermcation¢.•• 336S controller cabinets $ 6 $.ODea. X 55 = Total $ 200 0g0, 00 Days for completed Delivery after Receipt of Order 60-90 DAYS An ' FIRM NAME: (Are you - oror gA, Partners ip, LLC, or PC) ADDRESS: Q U )7 � S�e TELEPHONE # :JIOa(• AkL&ax #, J` ` Signature MAR-29-2002 09:31 FROM l TRAFFIC CORP TO 5 .'02216707 TRAFFIC SIGNAL CONTROLLER CABINETS MODEL 332 OR 336S P.06 ly, Model 332 or 336S traffic signal controller cabinets shall meet or exceed the r equillemertiS of Colorado Department of Transportation Standard Specifications for Road and Bridge' Construction, 1999 and State of California Department of Transportation, Transportation• Electrical Equipment Specifications (TEES), November 19. 1999. Vender shall have a service center located within the State of Colorado. Such w8orvI ;centeri must be capable of performing any required warranty repairs or replacement Repair pr replacement of warranted items shall be completed and item delivered to requesting location within 5 working days. The controller cabinet shall be either a Model 332 or 336S as specified in the indh jdual Purchase Orders. The 336S cabinet shall include a bass extension assembly. Each cabinet shall be natural aluminum with anchor bolts in accordance with the FHWA-IP-78-16 specification. The input files shall meet the requirements of the split input fit below. Unless Otherwise specified in the Contract, the cabinet shall include the following: Quantity Itern 2 Internal (front/back) fluorescent lamps 4 Model 430 Transfer Relays 2 Model 204 2-Circuit Flasher (cube type, 25 AMP output) 8 Model 200 Load Switches (cube type, 25 AMP output) 3 Model 242 DC Isolators 6 Model 222 Loop Amplifiers 1 Model 210 Monitor with absence of red monitoring L YRfi ' '�.5•y:w:'�4'ii. a 1 New York 330 Pull-out Drawer Assembly 1 Auxiliary Detector Termination Panel Assembly. 1 Transient Voltage Surge Suppression System 1 Output file with Ph oenix connectors The power distribution assembly shall be the Ppq No. 2. The PDq No. 2 shall have frrld'cl oit; ' , ;..;� u;,?;;'��,"•;:�"I, breakers 1-6 to provide 15 amperes of operating AC current to the field toad switches_ If ogef W 'y.:'a''^ ; the field breakers is set off, the indicatlng switch shall place power on the MC coil and •FTR.coils,;':;i,,'',';'., causing a flashing operation. A 20 conductor cable assembly for monitoring the red outputs of all signal load switches stiaq Provided and mounted to the back panel assembly. The cable shall be routed to the front Cf the ':.. ',' ,, .h'• `, f;;; assembly and be plugged into the connector on the front of the conflict monitor. r f = A means of selecting the active red monitor channel shall be provided on the rear of the'monitor Panel. Selection shall be accomplished by means of a two position jumper (shunt) witb'the center position wired to a red monitor input and select of 115V AC to the right and red rlpad j- switch output to the left. Moving the jumper to the right will provide continuous red I 'uu hd override, while moving a jumper to the left will attach the monitor channel to the comes ontlin load switch output. p p e ''NI'i';r✓:94�f Tt�tis'um i3,SS��S1bi Sh811be2C�>=ssib5t?Wriile�rtelnterseclionls'mo eration.Means'shan',•, provided to prevent shock to personnel operating jumper selection devices. MAR-29-2002 09:32 FROM t TRAFFIC CORP TO : .02216707 P.O? . rron m•'.4. A minimum of 12 selections are required, eight phase selections and four overlap selec Shall be provided with jumper selections. Red monitoring disable control shall be provided within the red monitor cable assembly: on T802 shall connect to a 24V DC relay coil. This relay is designated RM conGnl•rel$y, normally closed contacts shall provide 115V AC to the red monitor select line and pin' 17 monitor cable. When a logic ground signal is applied to TB02-6 the RM relay shall ener5 open the cable. The relay power will be derived from the cabinet 24V DC cabinet power Electrical characteristics of the device that will be used for series transient protection on and 336S cabinet system shall include tests run using a Velonex 587 surge generator ar,_ Tektronix oscilloscope type 2430 or equivalent hardware. Using ANSI/IEEE 082.41-1980 ' waveforms for normal mode and common mode ring wave and impulse tests, each unit shall comply to the following minimum characteristics; (1) Clamping level 400V peak normal mode and 500V peak common mode. Trace photos other test related information will be available upon request. ., (2) EMI/EFI noise rejection derived via standardized 50 ohm insertion los9 tests shalPirdve i amplitude of le least -20db over a minimum spectrum from 50 kHz with a .40db beingthe" ;•..v..; most desirable. O Diagnostics 3 indicators shall clearly display the status of the suppression circuit. 'Me- (4) t: ;',,, ;,•,Y; indication shall warn of the lass of protection. Transient energy suppression shall be in excess of 250 Joules. ^-^;,�'.';3�r'.'•;�, �'' (5) Rated voltage is 120V AC with rated output current minimum 10 amperes single phase operation. All of the above components provided on the project, excluding the signal monitar'unit, shall be ,. on the Colorado Qualified Products listing. Z Split input file shall bean 8F 170 that will operate in the 332t336S cabinets. The Split Input File shall use the same form factors as the present (older) input file,and shall be ` completely interchangeable with these older input files except as follows. The input file shall use a split 22 pin connector (2 rows of 22 pins) which provide for 44un1que contacts, rather than the 22 double contacts as provided by the former input file. is, design shall interface electrically with the older 2 and 4 channel devices available under the 170 and NEMfied A TS1 specification as well as the newer 2 and 4 channel devices as speciin the TS2 NEMA specification_ The input file shall be divided into two partitions. The first partition shall include.the first eight i, r slots from the left; the second partition shall include the next six slots. All 14slots shall be ablI to be tied to one common communication drop if desired. e MAR-29-2002 09:33 FROM l TRAFFIC CORD TO S 02216707 P.08 Qlen The serial/TTL Transmit and receive pairs shall be wired across the back panel, s?XO, sok plawDXO,'andu; round0 serve the first eight slots; TX1, DX1 and Gros undl serve the next ix lots, Blte ; „'= addressing is automatically assigned in the rear of the input file, such that: ;,:;', •,, . " 0. slot 1 = Address 0 Slot 2 = Address 1.... Slot 8 = Address 7 (all three line low) Addressing from the front of any input device shall override the back plane addressing: SenaF connections shall use a standard quick lock connection. • "�;•YI .,d1 f. o it 14 .4 I U•1i1 ,f,� t,y a, ..Rr�j�,• -. ,.., TnTRI �• :P. RR ,.'M jR , ,;;; MAR-29-2002 09:27 FROM L TRAFFIC CORP TO S .'02216707 P.01 Adallinistraijive Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. I 8110 #5992 TRAFFIC -SIGNAL CONTROLLER CABINETS SPECIFICATIONS AND CONTRACT DOCUMENTS Description Of Bid #5692 Traffic Signal Controller Cabinets OPENING DATE: March 29,2002.3:OOP.M, (OurC[ccjc) To all Prospective bidders under the specifications and contract documents des following changes are hereby aftled above, the made. All Cabinets shall have a power coating base TCI WHEEL SILVER #9811-ol10 PolysaltarTdl�&,, Powder Coating and top coaling shall be TCI ANTI GRAFFITI Power paint applied 24mils. All cabinets shall have a Protective shield over the Circuit Breakers to prevent them from bei ng: accidentally turned off. The shield shall be mounted in such away that the switches are Stilltaadily' visible to the technician and can be easily turned on or off. All cabinets shall be supplied with Model 200 110 Load Switches (cube type, 25 AMP Qlutput) The Switch compartment located on the outside of the cabinet shall have an auto/flesh and sigirlall lights ordoff switch, The Police Panel auto flash switch shall re=rt a n ller when switiched,from: the flash to auto Position. A switch for auto/manual control enable and a 2 Position torminal,block, , button al advance, the hand are required. held'oord and If you have any questions please Contact John Stephen, CPP8, Senior Buyer, at 970-22j-6777,.:4:,, 14 at RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN 5TAIFEINENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEW C415WED llplt';� 215 North NLUoli Street • 2nd Floor • P.O. Box $80 • Fort Collins, co w522.0.5so • (970) 221.6775 - FAX (51170) 2ZW07 MAR-29-2002 09:2e FROM l TRAFFIC CORP TO 5 .'02216707 P.02 AdmirdStrative Services purchasing Division CITY OF FORT COLLINS INVITATION TO BID BID #5892 TRAFFIC SIGNAL CONTROLLER CABINETS Sealed bids will be received and publicly opened at the office of the Director of Purchasing, anq Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524 at the time and date noted on the bid proposal and/or contract documents. If delivered, they a" to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. re Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), MARCH 29, 2002. Bids submissions may be faxed to the Purchasing Office at 970-221-6707: Special Instructions All bids must be properly signed byan authorized representative of the companywith the legal Bids may be withdrawn up to the•dat nt. e and hour capacity to bind the company to the agreeme set for closing. Once bids have been accepted by the City and closing has occurred, failure to : enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening, The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of thirty-six (36) months after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the' subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on, a total reject any aid nd whichever bids,and to waive any irregularities City. r inforThe mali es.ty N� the right to acceptor Sales Prohibited/conflict of interest: no officer, employee, or member of City Council• shall have. a financial interest in the sale to the City of any real or personal property, equipment material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts With the City. So4ci 0 or accepting any gift gratuity, favor, entertainment, kickback or any items of monetary value from any person who• has or is seeking to do business with the City of Fort Collins is prohibited. 215 North ,Masan Street • 2nd Floor • P.O, Box 580 - Fort Collins, co 8057,7r0580 - ('970) 221.677$ , FAJ( (970) 711.6707 MAR-29-2002 09:29 FROM I TRAFFIC CORP TO S 02216707 P.03 Freight terms: unless otherwise noted. all freight is F.O.B. Destination, Freight freight charges must be included in prices submitted on proposal. 0 t Prepaid. All' Discounts: any discounts allowed for prompt payment, not entered as separate pricing on the proposal form. etc., must be reflected in bid figures and Purchasing restrictions, Your authorized signature of this bid assures your firin's Compile nee with; the City's Purchasing restrictions. A COPY Of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91.121 for cement restrictions. Collusive or sham bids: any bid deemed to be Collusive or a sham bid will be rejectedand reported to authOr1tiQS as such. Your authorized signature of this bid assures that suc genuine and is not a Collusive or sham bid- h bid Is Bid results: for information regarding results for individual bids send a self-addressed, self.' stamped envelope and a bid tally will be malted to you. Bid re days after the bid opening. Suits will be posted in Out Office, 7. 'Jam0'�Nelll H, CPPO,FNIGP ireara Purchasing and Risk Management .7 j :P1 MAR-29-2002 09:30 FROM L TRAFFIC CORP TO 5 0221670? P.04 Y CITY OF FORT COLLINS BID PROPOSAL z•'',\;,`x:r':; BID # 5692 TRAFFIC SIGNAL CONTROLLER CABINETS BID OPENING: March 29, 2002 3:00 p.m. (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS TRAFFIC SIGNAL CONTROLLER CABINETS PER THE BID INVITATION A REFERENCED SPECIFICATIONS' NO ANY The City of Fort Collins is requesting bids to furnish to the City Model 332 or 336S controller cabinets. The City will purchase a minimum Of 55 controller cabinets from the succesefd, bidder, (See Schedule below). Up to 100 controller cabinets may be Purchased by the City, Bids for controller cabinets (Model 332 or 336S) will be evaluated on an average Oast basis as i. described below. Technical specifications for controller cabinets are included in the bid package. Succassful 41" bidders shall guarantee Pricing for a period of three (3) years from the date of award. ,All 61ds' shall be F.C.B. City of Fort Collins Street Department. For technical questions, please Call Eric Bracke, Project Manager at 970-224-60'' For purchasing questions, please Call John Stephen, CPPB, Senior Buyer at'970-221,-8775, Delivery Schedule: 10 - Controller Cabinet May 1, 2002 45 - Controller Cabinets June 1, 2002 I