B-3723 LED Pedestrian Traffic Signals With and Without Countdown Timers

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
/

INVITATION FOR BIDS: B-3723

CLASS/ITEM: 55081, 55088, 55089 DATE: March 11, 2005

BID DEADLINE: 2:00 P.M. March 25, 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 March 25, 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 Pedestrian Traffic Signals With and Without Countdown Timers

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.

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.

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 .

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

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.

SPECIAL CONDITIONS

Award

Award will be made to the responsive, responsible offeror whose offer, conforming to the Invitation for Bids, will be most advantageous to the City of Aurora, price and other factors considered.

Award Period

The award period shall be for one year from date of award.

Factors of Evaluation

The factors of evaluation for this bid shall be, but not be limited to: price, firm price period, conformance to requirements in the bid, delivery time, proposed equipment, payment terms and conformance to published specifications. Note: Pricing must remain firm for a minimum of 12 Months.

The bidder’s ability to meet the specifications herein shall be judged by, but not limited to, the commercial availability of equipment, the bidder’s current literature, pricing, and past performance.

Criteria for Award

The City reserves the right to accept the lowest and best bid item, groups of items or all items combined.

Delivery Instructions:

Delivery to be F.O.B.: Traffic Services Division, 15740 East 32nd Avenue, Aurora, CO 80011.

The word "delivery" as used above encompasses the actual unit as specified, complete with all necessary papers such as invoice, warranty, appropriate shop schematics or any part(s) pertaining to the actual unit at time of invoicing.

Quality Control

The contractor shall be responsible for performing or having performed all inspections and tests necessary to substantiate that the equipment furnished under the award contract conforms to contract requirements, including any applicable technical requirements for specified manufacturer’s parts.

Approved/Acceptable Brands

The City of Aurora has listed in each specification and in the price proposal sheet the manufacturer and part numbers that are acceptable for this procurement.

NO OTHER TRAFFIC CONTROL DEVICES, EXCEPT FOR THOSE STATED, SHALL BE CONSIDERED FOR AWARD, UNDER THIS BID.

Approval of New Products

It is to be understood that the City reserves the right to test any/all products (NOT PREVIOUSLY APPROVED BY OUR TRAFFIC DIVISION) over a period of sixty (60) days. These products may not be considered for award under this bid; however, any/all approved products will be included in our published specifications on all future requirements.

ARRANGEMENTS TO PROVIDE ACTUAL

SAMPLE UNITS FOR TEST AND EVALUATION:

CITY OF AURORA

PUBLIC WORKS DEPARTMENT/TRAFFIC SERVICES DIVISION

15740 EAST 32ND AVENUE

AURORA, CO 80011

CONTACT: CHRIS CARNAHAN, TRAFFIC ENGINEER PHONE NUMBER: (303) 326-8227

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.

SPECIFICATIONS

TRAFFIC SIGNAL (PEDESTRIAN - LED)

TRAFFIC SIGNAL (PEDESTRIAN – LED WITH COUNTDOWN TIMER)

INTENT

These specifications describe the requirements of the City of Aurora Colorado for traffic signal heads designed to direct the movement of pedestrian traffic.

STANDARDS

Equipment furnished under these specifications shall conform to the standards of NEMA, ITE, IEEE, and UL as applicable.

GENERAL

Pedestrian signals shall consist of a single piece cast aluminum housing, a single piece cast aluminum door frame, a “egg crate” sun visor, a LED signal module, and other appropriate hardware. The subject pedestrian signal shall be capable of displaying, brightly and uniformly, the alternate symbol messages, "HAND" in Portland orange and "WALKING PERSON" in lunar white. The messages shall be full figure (not outline).

CASE

The case shall be one piece corrosion resistant aluminum alloy casting compete with integrally cast top, bottom, sides and back. The case when properly mated to other pedestrian signal components and mounting hardware shall provide a weatherproof enclosure and shall provide for easy access to and replacement of all components. The case shall contain upper and lower openings suitable for bracket mounting. The openings shall accommodate standard 1-1/2" pipe brackets at the top and bottom of the case. Positive positioning to eliminate rotation or misalignment of the signal shall be accomplished by the use of a serrated 72-tooth mounting ring integrally cast into the mounting hole in the case.

DOOR FRAME

The door frame shall be a one piece corrosion resistant aluminum alloy die casting, complete with two hinge lugs cast at the bottom and two latch slots cast at the top of each door. The door shall be attached to the case by means of two stainless steel pins. Stainless steel hinged bolts with captive stainless steel wingnuts and washers shall be attached to the case with the use of stainless steel pins. Hence, latching or unlatching of the door shall require no tools.

VISOR

Each signal shall be provided with a visor designed to eliminate sun phantom. The “egg crate” type visor assembly shall be held in place by the use of stainless steel screws or lens clips. The visor must be removable for cleaning and maintenance purposes.

PAINTING

Prior to final assembly the aluminum pieces shall be thoroughly cleaned, etched and powder coated to provide a low luster flat black finish on the door and visor and a Federal Yellow finish on the housing.

LED MESSAGE MODULE

Each pedestrian signal assembly shall be equipped with a LED signal module. The LED modules shall be weather tight, fit securely in the housing and shall be wired to respective terminals of a three pair screw-type terminal block located inside the pedestrian signal housing. The message-bearing surface of the module shall display fully populated “HAND” and “MAN” side by side symbols. When provided with a countdown timer, the symbols shall be fully populated “HAND” and “MAN” overlapped symbols. Illumination shall be provided by an array of LED lamps behind a rigid lens.

The LED pedestrian signal module shall be a single, self-contained device requiring no additional assembly for installation into existing housings. The lens of the LED pedestrian signal module shall be fabricated from UV stabilized polycarbonate plastic and shall be a minimum of 3/16 ” thick. The “Hand” symbol shall be Portland Orange. The “Man” symbol shall be Lunar White. All Portland Orange LEDs shall be “AlInGaP” technology or equal, and rated for 100,000 hours or more at 25ºC and 20 mA. “ALGaAS ” technology is not acceptable. White LEDs must be InGaN technology. Each individual LED traffic module shall be identified for warranty purposes with the manufacturer’s trade name, serial number and operating characteristics, i.e. rated voltage and power consumption.

ENVIRONMENTAL REQUIREMENTS

LED pedestrian signal modules shall be rated for use in the ambient operating temperature range of -40ºC to +60ºC. LED pedestrian signal modules shall be protected against dust and moisture intrusion per requirements of NEMA Standard 250-1991, sections 4.7.2.1 and 4.7.3.2, for type 4 enclosures.

ELECTRICAL

LED pedestrian modules shall be operationally compatible with current NEMA (TS-1, TS-2) controller assemblies and conflict monitors. LED pedestrian signal modules shall operate from a 60 ±3 Hz AC line over a voltage range of 80 to 135 VAC. The LED circuitry shall prevent perceptible flicker over the voltage range specified above. The LED pedestrian signal module circuitry shall include voltage surge protection against both high and low-repetition noise transients as stated in Section 2.1.6, NEMA Standard TS-2, 1992. Failure of one LED light source shall not result in the loss of more than three LEDs or 5% of the signal light output. LED pedestrian modules must meet Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning electrical noise emission. The LED pedestrian module shall provide a power factor of .90 or greater over the operating voltage and temperature range specified above. Total harmonic distortion (current and voltage) induced into an AC power line by an LED pedestrian module shall not exceed 20% over the specified operating voltage and temperature range.

Message configuration shall be the "HAND" symbol on the left half of the message surface and a "WALKING PERSON" symbol on the right half. The "HAND" and "WALKING PERSON" symbols shall each be a minimum of 11" in height and 7" in width. Message configuration, color and size shall be Class 3 as defined by the I.T.E. Equipment Standard "Pedestrian Traffic Signal Control Signal Indications" dated March 1985.

COUNTDOWN TIMER

LED pedestrian modules equipped with countdown timers shall meet the following requirements:

The countdown module shall be operationally compatible with current NEMA (TS-1, TS-2) controller assemblies and conflict monitors. The countdown timer control module shall be of the “smart” type having a processor capable of setting it’s own time when connected to the pedestrian signal field wires. The timer module shall continuously monitor the pedestrian signal operation for any changes in the timing and shall re-program itself in response to any changes. The module shall blank out the display during the initial cycle while it learns the pedestrian signal timing. The module shall operate in the “Clearance Cycle” or “Coordinated” mode, with the countdown timing only the flashing “Don’t Walk” interval. In the case of recycling pedestrian phases, the countdown signal shall operate normally. When the pedestrian phase is recycled, the countdown signal shall display the correct time and terminate the count even if the solid hand indication is replaced by a walking person indication.

WARRANTY

The pedestrian signal shall be warranted for a minimum of two (2) years from the date of original shipment against defects in workmanship and/or materials. The LED module shall be repaired or replaced by its’ manufacturer if it exhibits a failure due to workmanship or material defect within the first 60 months of delivery. The unit shall be repaired or replaced if the intensity of either symbol falls below 50% of the original values within 60 months of delivery.

APPROVED PRODUCTS
The following LED Pedestrian Message Modules are currently approved for use in Aurora:

Without countdown

Gelcore Model No. PS7-CFC1-01A

Dialight Model No. 430-6473-001

With countdown

Gelcore Model No. PS7-CFF1-01A

To obtain approval for products not currently on the approved list, the supplier must submit the following items to the City of Aurora:

  • One sample unit for 60 days testing and evaluation. The City of Aurora, Traffic Services Division will test and evaluate the sample unit in actual operation under field conditions. The City of Aurora will be the sole judge of the adequacy and suitability of the product. The City of Aurora will not be responsible for damages or failure of the unit during this period.
  • Certification that the unit complies with NEMA standard TS-2.
  • Manufacturer’s written guarantee in accordance with the specifications.
  • Two copies of operation/maintenance manuals.
  • A repair agreement detailing repair request processes and typical repair rates. A flat rate repair agreement is preferred and will be given preference in the selection of product suppliers.
  • Two copies of parts list. The parts list shall show the manufacturer of the part and the manufacturer’s part number. The parts list is not required if the flat rate repair agreement is acceptable to the City.

PROPOSAL

TO:CITY OF AURORA

PURCHASING SERVICES

15151 E ALAMEDA PKWY, SUITE 4400

AURORA, CO 80012

The undersigned, having familiarized (himself) (themselves) with the requirements of Bid Request B-3723issued by the City of Aurora, Colorado, hereby proposed to furnish the followingLED Pedestrian Traffic Signals With and Without Countdown Timersto the City of Aurora in accordance with the requirements of said bid request:

ITEMQUANTITYDESCRIPTIONUNIT PRICE TOTAL

1. 200 EAPedestrian Signal with $ $

LED Message Module

Dialight Model No. 430-6473-001

or

Gelcore Model No. PS7-CFC1-01A

Mfg.:

Stock No.:

Warranty:

2. 100 EAPedestrian Signal with countdown$ $

type LED message module

Gelcore Model No. PS7-CFF1-01A

Mfg.:

Stock No.:

Warranty:

Grand Total$

VENDOR COMMENTS:

BEST DELIVERY UPON RECEIPT OF AWARD:

ITEM #1: DAYS, ITEM #2:

TERMS OF INVOICE: % DAYS

OFFICIAL ADDRESS: / ______
______ / (FIRM NAME)
______ / ______
______ / (TYPE/PRINT PRINCIPAL’S NAME)
______ / ______
(SIGNATURE OF PRINCIPAL)
PHONE:______ / ______
(TITLE)
FAX NO.:______ / ______
(DATE)
EMAIL Address:______ / ______
(PHONE)

NOTE:

IF REMITTANCE ADDRESS IS OTHER THAN

THAT SHOWN 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):______.

1