B-3727 LED Traffic Signal Heads City of Aurora Internal Services Department Purchasing Services, Suite 4400 15151 E. Alameda Parkway Aurora, Colorado 80012 Phone: 303-739-7100 Fax: 303-739-7509 www.auroragov.org INVITATION FOR BIDS: B-3727 CLASS/ITEM: 55081, 55088, 55089 DATE: June 13, 2005 BID DEADLINE: 2:00 P.M. JUNE 28, 2005 TO THE OFFICE OF PURCHASING SERVICES INVITATION FOR BIDS The City of Aurora, Colorado, will accept sealed bids at the Office of Purchasing Services, 15151 E. Alameda Pkwy. Suite 4400, Aurora, Colorado 80012, until 2:00 p.m. on June 28, 2005. Immediately thereafter, all bids will be publicly opened and read aloud in the presence of the bidders in the Office of Purchasing Services. Bidders are invited, but not required to attend the bid opening. Bids received later than the above referenced time shall not be considered for award. PROPOSALS SHALL BE PREPARED ON FORMS SUPPLIED BY THE CITY OF AURORA, COLORADO. Bids shall consist of: LED TRAFFIC SIGNAL HEADS FOR THE PERIOD COVERED: DATE OF AWARD THROUGH THE FIRM PRICE PERIOD. PERIOD OF AWARD The term of the contract to be from the date of award through the firm price period, and upon the expiration of said period, the contract will terminate automatically, without notice, written or oral. The award period will not exceed a total of twenty-four (24) months, including extensions as appropriate. CONSIDERATION WILL BE GIVEN TO VENDORS OFFERING FIRM PRICES THROUGH THE MAXIMUM CONTRACT PERIOD. RELEASES SHALL BE MADE, AS REQUIRED, THROUGH THE PERIOD COVERED. EXTENSIONS The City shall have the option to award the contract for a two-year period or award for one year with an option to extend for one additional year with the same terms and conditions. If firm pricing is only given for the initial twelve months and the City desires to extend the contract, Purchasing shall send a notice in writing to the vendor requesting firm pricing for the next twelve-month period, not later than thirty days prior to expiration. After the City receives the firm pricing proposal from the vendor, it will determine whether to extend the contract. All awards and extensions are subject to annual appropriation of funds. The provisions of the foregoing paragraphs with respect to extension of the term of the contract shall be null and void if the contract has been terminated or revoked during the initial term or any extension thereof. B-3727 LED Traffic Signal Heads All decisions to extend the contract are at the option of the City. CONDITIONS OF AWARD It is the intent of the City to award to the lowest responsible Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents, judged to be fair and reasonable, and does not exceed the appropriated funds available. The City shall be the sole judge of the Bidder's qualifications, and whether the Bid is in the best interests of the City. The City may conduct such investigations, as the City considers necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the Bidders and award in accordance with the Bidding Documents to the City's satisfaction within the prescribed time. The City may consider, but not be limited to operating costs, maintenance requirements, performance data, and guarantees of materials and equipment as part of its evaluation. The City shall have the right in its sole discretion to terminate the award with or without cause. This Invitation for Bid shall be incorporated in the award by reference. No other documents, agreements, contracts or addendum will be a part of this bid and/or award, unless authorized through the Purchasing and Contract Services Division. In determining the lowest dollar bid, the City will consider all acceptable bids on a basis of the net price to be paid after deduction of the discount specified by the bids. THE CITY OF AURORA IS EXEMPT FROM STATE AND FEDERAL TAXES AND WILL EXECUTE THE REQUIRED EXEMPTION CERTIFICATES. Prompt payment discounts allowing less than 20 days for discount to apply shall not be considered as a cost factor in the evaluation of bids. In connection with any prompt payment discount offered, time will be computed from date of receipt of correct invoice or receipt and acceptance of shipment. ESTIMATE OF QUANTITIES/AMOUNTS The estimates of quantities/amounts noted on the proposal are based on past procurement records and/or projection for the next twelve (12) month period. These quantities/amounts are given solely as a basis for the computation of the not-to-exceed amount of award. Quantities/amounts are not to be considered a commitment for delivery. The successful vendor(s) shall be obligated to honor all individual releases of orders from the City for the commodities/services noted on the award, through the firm price period. Quantities/amounts shown on the proposal are for bid evaluation only and constitute no guarantee what quantities/amounts if any may actually be ordered. The City estimates may increase or decrease according to the City's actual needs during the award period. Any additional requirements in excess of these quantities/amounts may be subject to rebid. AVAILABILITY OF FUNDS FOR NEXT CALENDAR YEAR Funds are currently not available for the award beyond this current calendar year. Therefore, the City is not obligated under this bid beyond this current calendar year. This provision is notwithstanding any other provisions of the Invitation for Bid addressing or affecting the contract period. ADDENDUMS The City reserves the right to amend this IFB by addendum at any time prior to the date set for receipt of bids. Addenda will be posted at http://www.govbids.com/scripts/co1/member/login/Default.ASP as soon as available and shall be the responsibility of the vendor to obtain all addendums. Vendors registered for the paid service shall be notified either by fax or email depending on the service that they have subscribed to. If revisions are of such a magnitude to warrant, in City of Aurora’s opinion, the postponement of the date for receipt of proposals, an addendum will be issued announcing the new date. B-3727 LED Traffic Signal Heads SPECIAL CONDITIONS Please refer to enclosed “Special Conditions” for any/all additional terms and conditions relevant to this “Invitation for Bids” as appropriate to the City’s specific requirements and/or application. PLEASE CLEARLY MARK YOUR BID ENVELOPE WITH THE FOLLOWING INFORMATION: BID/PROJECT NUMBER BID/PROJECT TITLE BID OPENING DATE AND TIME BIDDER’S NAME AND ADDRESS The City of Aurora reserves the right to reject any and all bids, to waive any informalities in the bids received, and to accept the proposal deemed most advantageous to the City of Aurora. Any questions regarding this bid should be directed to Barbara Calloway (303) 739-7343, or by email at [email protected]. CITY OF AURORA, COLORADO Original Signed BARBARA A. CALLOWAY SENIOR PROCUREMENT AGENT NOTE: IN THE EVENT VENDORS WOULD LIKE A RECAP OF THIS BID, IT IS IMPERATIVE YOU INCLUDE A SELF-ADDRESSED STAMPED ENVELOPE WITH YOUR BID, AND THE CITY WILL FURNISH YOU A COPY OF THE BID SUMMARY, OR VENDORS MAY RECEIVE A COPY IN THE OFFICE OF THE PURCHASING SERVICES, 15151 E ALAMEDA DR. AURORA, CO 80012. BID TABULATIONS WILL ALSO BE AVAILABLE FOR VIEWING BY LOGGING INTO THE ROCKY MOUNTAIN E-PURCHASING SYSTEM AT http://www.govbids.com/scripts/co1/member/login/Default.ASP BID RESULTS WILL NOT BE FURNISHED OVER THE TELEPHONE ALL PAGES IN THIS DOCUMENT ARE NUMBERED AND IT IS THE BIDDERS RESPONSIBILITY TO VERIFY THAT ALL PAGES ARE INCLUDED IN DOCUMENT PRIOR TO SUBMITTING A BID. B-3727 LED Traffic Signal Heads SPECIAL CONDITIONS PURPOSE: The purpose of this "Invitation for Bid " is to solicit formal bids from qualified suppliers, as a result of which an award may be established allowing the City of Aurora to order as and when needed during the designated period of award. EVALUATION CRITERIA: Award evaluation criteria shall be, but is not limited to; adherence to specifications, price, firm price period, delivery, minimum release requirements, and payment terms. Pricing shall remain firm for a minimum of 12 months, firm pricing for less than a twelve month period shall be declared non-responsive and removed from further evaluation. All other conditions not specifically mentioned, which are necessary in order to provide supplies and services, shall be included in the bid and shall conform in strength, quality of materials and workmanship to what is provided the trade in general. REJECTION: Any item, which fails to meet our requirements as to quality of materials, workmanship, measurements, or other variable factors, may be subject to rejection and cause for termination of award. COOPERATIVE PURCHASING EFFORTS: The City of Aurora is a member of the Multiple Assembly of Procurement Officials (MAPO). The geography of MAPO lies along the Front Range of the Rocky Mountains from the Fort Collins/Greeley area in the north, to Colorado Springs in the south. This membership of public Purchasing Divisions represents approximately seventy percent (70%) of the public purchasing officials in the State of Colorado. We hereby request that any member of MAPO be permitted to avail itself of this contract and purchase any and all items specified herein from the successful vendor(s) at the contract price(s) established herein. Each MAPO member that uses our contract(s) would issue its own orders, be invoiced directly, and render its own payments, as well as issue its own exemption certificates as required by the vendor. Finally, it is understood and agreed that the City of Aurora is not legally bound to either party on any order issued by the MAPO member, and accepted by the vendor as a result of this contract. MISCELLANEOUS: Open Purchase Orders are issued with a general description of the commodity or service required, the vendor's terms, conditions, other relevant information necessary to satisfy the procurement process, and an estimate of quantities for the calendar year. It is to be understood that the City reserves the right to increase/decrease the estimated amounts of award or cancel in its entirety based on our actual needs. In determining the lowest responsible bid, the City will consider all acceptable bids on a basis of the net price paid after deduction of any payment discount specified by the bids. Prices bid shall be F.O.B. delivered to: Streets/Traffic Division, 15700 East 32nd Avenue, Aurora, CO 80012. Any questions pertaining to this Invitation for Bid, shall be directed to Barbara Calloway, Procurement Agent, Phone: (303) 739-7343. B-3727 LED Traffic Signal Heads SPECIFICATION, TRAFFIC SIGNALS w/ LED MODULES INTENT These specifications describe the requirements of the City of Aurora Colorado for polycarbonate traffic signal heads complete with Red, Yellow and Green LED modules and matching backplates. STANDARDS Equipment furnished under these specifications shall conform to the standards of NEMA, ITE, NEC, and UL as applicable. GENERAL Signal indications shall be arranged in a straight line and shall be assembled in accordance with the latest revision of the Manual on Uniform traffic Control Devices. Each signal shall consist of an assembly of signal sections to provide the required number of indications. The sections shall be joined together in a manner that provides both mechanical integrity and maximum protection against the intrusion of dust and weather. Each signal section shall consist of a housing, door, and an optical assembly together with the necessary gaskets. HOUSING: The signal housing shall be composed of ultraviolet and heat stabilized, flame retardant polycarbonate plastic. The assembled unit shall be provided with round openings in the top and bottom to accommodate 1-1/2” pipe. The signal shall be capable of being rotated 360 degrees about its vertical axis, and shall be capable of being locked at 5-degree intervals. Locking shall be accomplished by the engagement of serrations in the end signal sections engaging with similar serrations in the mounting bracket assembly. Serrations shall be integral with the signal section and designed to permit interlocking of adjacent sections. The signal housing shall be yellow in color. The color must be completely impregnated in the plastic material so that scratches will not expose any other color. A suitable terminal block for connecting the wires from the signal circuits shall be provided in the signal housing. DOOR & VISOR: The door of each signal housing shall be hinged to the housing to permit access to the section for servicing. The lens opening in the door shall provide for a nominal 12 inch round lens. Each signal section shall be provided with a tunnel type (bottom open) visor. Full circle visors will not be acceptable. The visor shall be mounted on its door in a manner that will prevent its removal by wind but must be removable for purposes of replacement in case of damage. The door and visor shall be constructed of a material meeting the same requirements and the signal housing. The door and visor shall be shall be black in color. All exterior metal fasteners, including hinge pins, shall be made from stainless steel. OPTICS: The optical unit of each indication shall consist of an LED module meeting the following requirements: The light intensity and distribution from the LED signal modules shall, as a minimum, meet the July, 1998 ITE standards and measurement criteria for LED traffic signal modules after a 30 minute warm up of continuous operation. LED modules shall fit in all standard, incandescent vehicle traffic signal housings. The signal lamps shall approximate to the motorist the appearance of an incandescent traffic signal. This means that the face of the ball LED lamp shall appear to the motorist as nearly totally uniform in illumination, and have a wide viewing angle that makes it suitable for installation on wide boulevards or single-tethered span wire. This also means that it shall not be apparent that LEDs are used as the light source for the traffic signal. The external lens surface shall be smooth, with no raised features, so as to minimize the collection of dirt, smoke, and other particulate contaminates, and to facilitate periodic cleaning. The LED signal module shall be watertight when properly installed in a signal housing. The housing of the LED signal module shall be marked ‘TOP’ to designate the proper orientation of the module in the traffic signal housing. Manufacturers part number, date code, and electrical characteristics of the LED signal module shall be visible on the rear of the assembly. The lens shall be keyed to the housing of the LED signal module to insure the proper orientation and to avoid possible rotation during handling. B-3727 LED Traffic Signal Heads Electrical The failure of a single LED shall cause loss of light from only that single LED. No more than 1% of the total luminosity of the entire signal module may be lost in the event of a single string failure. The control circuitry shall prevent current flow through the LEDs in the off state to avoid any false indication as may be perceived by the human eye, during daylight and evening hours. The LED traffic signal module shall be operationally compatible with NEMA TS - 1 and NEMA TS - 2 conflict monitoring parameters. The intensity of the LED signal module shall not vary by more than 10% over the allowable voltage range as specified below. The LED signal module shall operate over the temperature range of -40C (-40F) to +74C (+165F). Power factor shall be 90% or greater, at nominal rated voltage, at 25C, after 60 minutes of operation. Total harmonic distortion (THD) shall be less than 20% at rated voltage, at 25C. All LED traffic signal modules shall be in compliance with FCC noise regulations. The LED signal modules shall be connected directly to line voltage, 120 Volts AC nominal, and shall be able to operate over the voltage range of 80 VAC to 135 VAC. Each module shall be provided with colorcoded leads with sufficient length to reach the terminal block with the signal door fully open. Each lead shall have a terminal attached to its end for connection to the terminal block in the signal housing. Transient voltage suppression rated at 1500 watts for 1 millisecond and fusing with a maximum rating of 2 amps shall be provided to minimize the effect and repair cost of a over voltage situation or other failure mode. Warranty All LED traffic signal modules shall be warranted for a period of five (5) years against manufacturing defects. All LED traffic signal modules shall be performance warranted to be in compliance with July 1998 ITE and CAL TRANS minimum intensity standards for LED traffic signal modules for a period of five (5) years. All warranty related measurements will be made at an applied voltage of 120 volts AC, within one-minute of signal module turn-on. Product Approval LED signal modules supplied to the City of Aurora must be approved by the Traffic Engineer. To obtain approval, the supplier must submit the following items to the City of Aurora Traffic Engineer: One sample unit for 60 days testing and evaluation. Each type, color and style of unit must be individually approved for use. The City of Aurora shall not be held responsible for damage or failure of the unit during the test period. Certification from an independent lab that the unit complies with these specifications including all applicable NEMA and ITE standards. Two copies of schematics and parts lists for any user serviceable parts. A list of all single-source electrical or electronic components shall be provided including the manufacturer of the component, manufacturer’s number, and approximate replacement cost to the City of Aurora. In lieu of parts information, the supplier may submit a fixed price repair policy for consideration. Two copies of operation and maintenance manuals. B-3727 LED Traffic Signal Heads Manufacturer’s written guarantee. Minimum acceptable guarantee is five years for intensity standards and five years for defects. Approved Products The following LED modules are currently approved for use in the City of Aurora: Red Ball Indication - Dialight: P.N. 433-1210-003 and 433-1110-003 Gelcore: P.N. DR6-RTFB-20A and DR4-RTFB-20A Yellow Ball Indication - Dialight: P.N. 433-3230-001 and 433-3130-001 Gelcore: P.N. DR6-YTFB-20A and DR4-YTFB-20A Green Ball Indication - Dialight: P.N. 433-2270-001 and 433-2170-001 Gelcore: P.N. DR6-GCFB-20A and DR4-GCFB-20A Red Arrow Indication - Dialight: P.N. 435-1314-001 Gelcore: P.N. DR6-RTAAN-21A Yellow Arrow Indication - Dialight: P.N. 435-3334-001 Gelcore: P.N. DR6-YTAAN-21A Green Arrow Indication - Dialight: P.N. 435-2324-001 Gelcore: P.N. DR6-GTAAN-21A BLACKPLATES: Traffic signal backplates shall be of sufficient size to provide for a 5-inch border around a side-by-side arrangement of two signal heads. The backplate shall be one single piece and shall be constructed from a plastic material meeting the same requirements as the signal housing. The backplate shall be black in color. When installed on the signal head, the backplate must not in any way interfere with the free movement of the signal doors. COMPATIBILITY: Signal heads and associated backplates used for overhead mounting must be interchangeable with existing signal heads and backplates currently in place in the City of Aurora. A sample unit may be required to determine compatibility with existing equipment. SAMPLE: Prior to award of bid, the apparent low bidder may be required to submit a production run sample of his product for evaluation by the Traffic Engineer. The manufacturer shall bear all costs of shipping and handling of this sample. B-3727 LED Traffic Signal Heads PROPOSAL TO: CITY OF AURORA PURCHASING SERVICES 15151 E. ALAMEDA PKWY, SUITE 4400 AURORA, COLORADO 80012 The undersigned, having familiarized (himself) (themselves) with the requirements of Bid Request B3727, issued by the City of Aurora, Colorado, hereby proposed to furnish the following LED TRAFFIC SIGNAL HEADS to the City of Aurora in accordance with the requirements of said bid request: ITEM ESTIMATED QUANTITY DESCRIPTION UNIT PRICE 1. 100 EACH $ $ $ $ $ $ TRAFFIC SIGNAL, 3 SECTION 12 TOTAL MFG: MODEL NO. WARRANTY: 2. 50 EACH BACK PLATE, 3 SECTION 12 MFG: MODEL NO. WARRANTY 3. 40 EACH TRAFFIC SIGNAL, 5 SECTION 12 MFG: MODEL NO. WARRANTY 4. 30 EACH BACK PLATE, 5 SECTION 12 CLUSTER MFG: MODEL: WARRANTY $ $ B-3727 LED Traffic Signal Heads 5. 15 EACH TRAFFIC SIGNAL, 3 SECTION 8 $ $ MFG: MODEL: WARRANTY: TOTAL $ CONSIDERATION WILL BE GIVEN TO BIDDERS OFFERING FIRM PRICING THROUGH THE MAXIMUM PERIOD OF CONTRACT. PRICES AND DISCOUNTS FIRM THROUGH: , 2006, (MONTH) , 2007 (MONTH) MINIMUM RELEASE REQUIREMENTS BEST DELIVERY UPON RECEIPT OF ORDER: TERMS OF INVOICE: VENDOR COMMENTS: % DAYS DAYS B-3727 LED Traffic Signal Heads In submitting this bid, it is understood that the right is reserved by the City of Aurora to reject any and all bids, and to waive any informalities in bidding. The undersigned further states that this proposal is made in good faith and is not founded on, or in consequence of, any collusion, agreement or understanding between himself or any other interested party. The undersigned further states that this proposal is made in good faith and is not founded on, or in consequence of, any collusion, agreement or understanding between himself or any other interested party. OFFICIAL ADDRESS: ________________________________________ ________________________________________ ________________________________________ _______________________________________ (FIRM NAME) _______________________________________ (TYPE/PRINT PRINCIPAL’S NAME) ________________________________________ _______________________________________ (SIGNATURE OF PRINCIPAL) PHONE:_________________________________ _______________________________________ (TITLE) FAX NO.:________________________________ _______________________________________ (DATE) NOTE: IF REMITTANCE ADDRESS IS OTHER THAN THAT STATED ABOVE, PLEASE FURNISH THE REMITTANCE ADDRESS: Please provide us with responses to the following two (2) questions to help us do a better job of soliciting City of Aurora requirements: Identify if your firm is in one of the following categories: Minority-owned vendor Woman-owned vendor Minority/woman-owned vendor; or Not applicable. From what source did you learn about his solicitation to which you are now responding? Website; Newspaper (please name the paper); Fax; Automatic notice by E-mail; Telephone call from buyer; Bulletin board outside the Purchasing Office; or Other (please describe):________________________________________.
© Copyright 2026 Paperzz