STATE OF WASHINGTON



[pic]

State of Washington

DEPARTMENT OF GENERAL ADMINISTRATION

Office of State Procurement

Rm. 201 General Administration Building, P.O. Box 41017 ( Olympia, Washington 98504-1017 ( (360) 902-7400



INVITATION FOR BID (IFB) (Revised )

TRANSPORATION MANAGEMENT SYSTEM EQUIPMENT,

PER WAC 296.46A.104

|Contract Number |Prebid Meeting Date & Time |Bid Opening Date & Time |

|03502 (Revised) |December 10, 2002 – 10:30 A.M. |December 19, 2002- 2:00 P.M. |

| |

|Note: Bid information, including price sheets, will not be available for public disclosure until after award of the contract. At the time of bid opening, |

|only the name of the bidder and time of bid receipt will be read aloud. |

Please return bids to above address

Marie Holm

State Procurement Officer

Phone (360) 902-7436

Fax (360) 586-2426

E-mail: mholm@ga.

ANNOUNCEMENT AND SPECIAL INFORMATION

This invitation includes two separate parts. This document, entitled Invitation for Bid, is Part 1. Part 1, when completed signed and submitted becomes your official bid document. Part 2, entitled Competitive Procurement Standards contains the Standard Terms and Conditions, Instructions to Bidders, and Standard Definitions applicable to the bid document. You do not need to return Part 2; however, the version in effect on the opening date of the bid shall apply to contracts awarded herein and should be retained for future reference. See our Internet site for a current version at .

For a site map to the Capitol Campus, click . Driving directions and parking information

1 PRE-BID CONFERENCE

A pre-bid conference to address contractual requirements will be held at the time and location indicated below. Prospective bidders are encouraged to be present. If changes are required as a result of the conference, written bid amendments will be issued. This is the 2nd Prebid Conference. During the first Prebid conference, the IFB was postponed, changes were made to the IFB, and the IFB has been reissued.

Note: Assistance for disabled, blind or hearing-impaired persons who wish to attend is available with pre-arrangement with the Office of State Procurement (OSP). Contact the State Procurement Officer identified on the face page of this document.

|Pre Bid Date: |December 10, 2002 |

|Pre Bid Time: |10:30 A.M. |

|Pre Bid Location: |Office of State Procurement |

| |210 11th AVE SW GA Building Room 201 |

| |Corner of 11th and Columbia |

| |Olympia Washington 98504-1017 |

2 SCOPE

The purpose of this IFB is to establish a convenience contract for the purchase of Transportation Management System Equipment per WAC 296.46A.104. Parts may be purchased for replacement or for system standardization purposes. The manufacturer lines specified in this document are those product lines found to perform well, and are compatible with existing industry standard products and current Washington State Department of Transportation (WSDOT) equipment. This IFB is a reissue of the original IFB that was previously advertised.

This contract replaces contract 03097.

A. Estimated Usage: We estimate that purchases over the two-year initial term of the contract will approximate $4,000,000.00. Estimates are based on past usage. The State does not guarantee any minimum purchase. Orders will be placed on an as needed basis.

B. Purchasers: The primary purchaser will be the Washington State Department of Transportation (WSDOT). Based upon contractor’s agreement, the contract will be made available to political subdivisions which are members of the State of Washington Purchasing Cooperative (WSPC) and/or State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP). A list of Washington members is available on the Internet . A list of Oregon members is available through at Contractors shall not process state contract orders from unauthorized purchasers.

C. While use of the contract by members of the WSPC and DASCPP/ORCPP is optional, the state encourages them to use state contracts. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies. The state accepts no responsibility for payment by WSPC or DASCPP/ORCPP members.

D. Term: 24 months from date of award with the option to extend for additional terms or portions. Extensions will be subject to mutual agreement. The total contract term may not exceed six (6) years unless an emergency exists and/or special circumstances require a partial term extension.

SPECIAL TERMS AND CONDITIONS

1 PRICING METHOD/ PRICE ADJUSTMENTS

PRICING METHOD: For Section A Price Sheet, contract pricing shall be the percentage discount off the manufacturer’s most current price list that is used for the purpose of establishing a selling price for parts and equipment. The percentage discount that the bidder offers will be used for all line items they can provide. After award, contractors may offer higher discount levels than specified in the contract to meet a competitive price or in response to a volume purchase.

Once a percentage discount off the manufacturer’s most current price list has been established, it shall remain firm (not subject to change) during the initial term of the contract.

For Section B Price Sheet, an individual price will be given for each item listed in each line category.

PRICE ADJUSTMENT:

All bid pricing is to be FOB Destination, freight prepaid and included, for any destination within the State of Washington. If bidder agrees to extend contract pricing to State of Oregon ORCCP members, a percent increase to bid pricing to accommodate additional freight costs to Oregon locations may be indicated in Section IV, Bid Submittals.

All bid/contract pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements.

During the contract period, any price declines at the manufacturer’s level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date and the State Procurement Officer shall be notified of the decrease.

For Section A Price List items, the manufacturer’s price list may be changed during the term of the contract whenever the manufacturer publishes a new price list. However, the discount percentage shall remain unchanged.

For Price Sheet B items, contract period pricing shall remain firm and fixed for at least one year after effective date of contract. After the first year, the pricing may be increased provided the Contractor has notified the State Procurement Officer of the change a minimum of sixty (60) calendar days prior to the change. The written notice must be accompanied by sufficient documentation as to why the manufacturer is issuing a new change in pricing. Approved price adjustments shall remain unchanged for at least one year thereafter.

2 MANUFACTURER’S published parts and equipment CATALOG AND PRICE LIST

The manufacturer’s published catalog must identify individual parts and equipment. The manufacturer’s most recent price list must reflect the pricing for those items listed in the manufacturer’s published catalog. The percentage discount offered by the bidder for this contract for Price Sheet A shall then be applied to the prices listed in the manufacturer’s most current price list. Bidder shall submit their most current released copy of their referenced manufacturer’s published catalog and price list with their bid response. This catalog and price list must be dated.

3 SERVICE EXPECTATION

1. Contractors will review the impact of this award and take the necessary steps to ensure adequate coverage and contract compliance. We expect the State to be designated as a preferred customer as a result of this contract. The Contractor will assist purchasers in making cost effective purchases. This assistance should include, in part, suggesting alternate product and new methods, advance notification when the delivery lead-time increases for typically used contract items, and economic order quantities.

2. Contractor is encouraged to contact participating purchasers, within the first 90 days and a minimum of annually thereafter. Continual monitoring of their required service expectations is vital to contract success

4 PROCUREMENT OF RECOVERED MATERIALS

This Invitation for Bid has been determined EXEMPT from the provisions of WAC 236-48-096 regarding preference for products with recovered material content for reasons including inadequate competition, economics, environmental constraints, quality or availability.

5 FREIGHT CHARGES

Orders less than $75.00 in value may be shipped freight prepaid and the freight charges may be added as a separate line item on the invoice. Orders larger than $75.00 shall be shipped freight prepaid with freight changes included in the price of the items. Contractor bears risks of loss, injury or destruction of goods and materials ordered herein which may occur prior to delivery and acceptance. Such loss, injury or destruction shall not release Contractor from any contract obligations.

6 MANUFACTURERS

The following manufacturers for transportation management system equipment are needed to support the current equipment used at WSDOT and it is anticipated that an award will be made for each of the manufacturers listed below.

|MANUFACTURERS 3M Safety and Security Systems Division |

|3M |

|American Pole Structures |

|Brownfield Manufacturing |

|Cylink Corporation |

|Cohu |

|Demco Manufacturing |

|De-Tech Manufacturing |

|Dialight LED Products |

|Eagle Traffic Control Systems |

|Eberle Design Inc. (E.D.I.) |

|Ecolux Inc. |

|Econolite Control Products |

|Edco Incorporated of Florida |

|Electro Tech’s |

|Eltec Corp. |

|Encomn |

|Fogtite Meter Seal Co. |

|Approved WSDOT J-11a Concrete Junction Box Types 1,2 & 3 |

|GDI Traffic Management Systems Inc. |

|GRE America |

|H2 Precast |

|Approved WSDOT J-11a Concrete Junction Box Types 1,2 & 3 |

|US Traffic Corp for IDC |

|Iteris Inc., Its |

|Jamar Technologies, Inc. |

|Kar-Gore |

|McCain Traffic Supply |

|Microwave Sensors Inc. |

|Peek Traffic-/Sarasota |

|Pelco Products Inc. |

|Philips, CSI |

|Power Distribution & Control (PDC) |

|Precision Solor Control |

|Reno A&E |

|Safetran Traffic Systems |

|Shope Concrete Products |

|Approved WSDOT J-11a Concrete Junction Box Types 1,2 & 3 |

|Skyline Electric |

|Synchronex |

|TCT Corp |

|TimeMark, Inc. |

|Traffic Fiber Systems, Inc. |

|Traffic Parts Inc. (TPI) |

|Traffic Signal Hardware, Inc. |

|Traficon |

|Utility Vault Co. |

|Approved WSDOT J-11a Concrete Junction Box Types 1,2 & 3 |

|Wells Signs & Manufacturing |

|Western Concrete Products |

|Approved WSDOT J-11a Concrete Junction Box Types 1,2 & 3 |

7 BID EVALUATION AND AWARD

To support traffic signal equipment already owned by various highway departments located throughout the state, this contract will be awarded by sections.

To facilitate timely contract award, this contract may be awarded in stages by section, manufacturer or by Section B line item as in the states best interest.

PRICE SHEETS FOR SECTION A

For those line items listed in Price Sheet A, we anticipate making multi awards by brand/manufacturer to the lowest responsive responsible bidder.

Bidders are to complete a separate bid form for each manufacturer they bid. Bidders must be authorized distributors of the manufacturer whose products they are bidding.

For bid evaluation purposes, and for each manufacturer’s product lines, the bidder who offers the highest fixed single percentage discount off the most recent manufacturer catalog price list for traffic signal parts will be considered the low bidder.

PRICE SHEETS FOR SECTION B

For Price Sheet B Line Items 1-7, as directed by the State Procurement Officer, bidders may be required to supply a sample, at no cost to the State, of the item they are bidding. To be considered responsive, all bidders must also be able to bid both line items in a group. (Example Line Item 1 A & B or 2 A & B).

WSDOT will test and evaluate these products as to compliance with bids specifications. Award will be made by line item group or aggregate total to the bidder who passes WSDOT inspection and who is the lowest responsive responsible bidder.

Line items 10, 11 and 12 may be awarded by lowest cost per item and per region and may be awarded at the same time with those items in Price Sheet A.

Line items 13, 14 and 15 may be awarded at the same time with those items in Price Sheet A.

8 delivery

A. Time: The delivery lead-time will be 30 days for all items other than the cabinets in Price Sheet B. For those cabinets, delivery will be 60 days or as mutually agreed at the time of order placement. Delivery must be made during normal work hours and within time frames proposed by Bidder herein and subsequently accepted by the state. Failure to comply may subject Contractor to non-delivery assessment charges and/or liquidated damages as appropriate. The purchaser reserves the right to refuse shipment when delivered after normal working hours. Contractor shall verify specific working hours of individual purchaser and so instruct carrier(s) to deliver accordingly. The acceptance by the purchaser of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor.

B. Location: All deliveries are to be made to the applicable delivery location in accordance with ICC rules or as indicated in purchase order. When applicable, Contractor shall take necessary actions to safeguard items during inclement weather.

C. Unauthorized: In no case shall Contractor initiate performance prior to receipt of written or verbal authorization from authorized purchasers. Expenses incurred otherwise shall be borne solely by the Contractor.

9 WARRANTY, INSPECTION AND REJECTION

All product purchased under this contract will be covered under warranty for a minimum period of one (1) year full parts and labor warranty. All materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture.

In the event of conflict between contract terms and conditions and warranty submitted, to afford the state maximum benefits, the contract terms and conditions shall prevail. The Purchaser's inspection of all materials and equipment upon delivery is for the sole purpose of identification. Such inspection shall not be construed as final acceptance or as acceptance of the materials or equipment if materials or equipment do not conform to contractual requirements. If there are any apparent defects in the materials or equipment at the time of delivery, the Purchaser will promptly notify the Contractor thereof. Without limiting any other rights, the Purchaser, may require the Contractor to:

1. Repair or replace, at Contractor's expense, any or all of the damaged goods,

2. Refund the price of any or all of the damaged goods, or

3. Accept the return of any or all of the damaged goods, without penalty.

10 PAYMENT For Cabinets

The following is the payment procedure for controller cabinets with plugables. This supersedes part III, STANDARD TERMS AND CONDITIONS (T’s & C’s), Paragraph 25 Payment.

For those cabinets that do not require supplier representative’s presence at “turn on”, partial payment of 100% of purchase order price will be paid net 30 days after acceptance. For those cabinets which require supplier representative’s presence, 90 % partial payment shall be paid net 30 days after acceptance. The balance held shall be paid net 30 days after cabinet “turn on” with supplier's representative present when specified on the order. If supplier's representative fails to be present during “turn on”, the balance being held will be forfeited as liquidated damages.

For all other items listed in the contract, payment will be net 30 days or as specified for prompt payment discount.

11 INSURANCE

A. General Requirements: Contractor shall, at their own expense, obtain and keep in force insurance as follows until completion of the contract. Within fifteen (15) calendar days of receipt of notice of award, the Contractor shall furnish evidence in the form of a Certificate of Insurance satisfactory to the state that insurance, in the following kinds and minimum amounts has been secured. Failure to provide proof of insurance, as required, will result in contract cancellation.

Contractor shall include all subcontractors as insureds under all required insurance policies, or shall furnish separate Certificates of Insurance and endorsements for each subcontractor. Subcontractor(s) must comply fully with all insurance requirements stated herein. Failure of subcontractor(s) to comply with insurance requirements does not limit Contractor’s liability or responsibility.

All insurance provided in compliance with this contract shall be primary as to any other insurance or self-insurance programs afforded to or maintained by State.

B. Specific Requirements:

1. Employers Liability (Stop Gap): The Contractor will at all times comply with all applicable workers’ compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable and will maintain Employers Liability insurance with a limit of no less than $1,000,000.00. The state will not be held responsible in any way for claims filed by the Contractor or their employees for services performed under the terms of this contract.

2. Commercial General Liability Insurance: The Contractor shall at all times during the term of this contract, carry and maintain commercial general liability insurance and if necessary, commercial umbrella insurance for bodily injury and property damage arising out of services provided under this contract. This insurance shall cover such claims as may be caused by any act, omission, or negligence of the Contractor or its officers, agents, representatives, assigns, or servants.

The insurance shall also cover bodily injury, including disease, illness, and death and property damage arising out of the Contractor’s premises/operations, independent contractors, products/completed operations, personal injury and advertising injury, and contractual liability (including the tort liability of another assumed in a business contract), and contain separation of insureds (cross liability) conditions.

Contractor waives all rights against the State for the recovery of damages to the extent they are covered by general liability or umbrella insurance.

The limits of liability insurance shall not be less than as follows:

|General Aggregate Limits (other than products-completed operations) |$2,000,000 |

|Products-Completed Operations Aggregate |$2,000,000 |

|Personal and Advertising Injury Aggregate |$1,000,000 |

|Each Occurrence (applies to all of the above) |$1,000,000 |

|Fire Damage Limit (per occurrence) |$ 50,000 |

|Medical Expense Limit (any one person) |$ 5,000 |

3. Business Auto Policy (BAP): In the event that services delivered pursuant to this contract involve the use of vehicles, or the transportation of clients, automobile liability insurance shall be required. The coverage provided shall protect against claims for bodily injury, including illness, disease and death; and property damage caused by an occurrence arising out of or in consequence of the performance of this service by the Contractor, subcontractor, or anyone employed by either.

Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a combined single limit not less than $1,000,000 per occurrence. The business auto liability shall include Hired and Non-Owned coverage.

Contractor waives all rights against the State for the recovery of damages to the extent they are covered by business auto liability or commercial umbrella liability insurance.

4. Additional Provisions: Above insurance policies shall include the following provisions:

a. Additional Insured: The State of Washington and all authorized contract users shall be named as an additional insured on all general liability, umbrella, excess, and property insurance policies. All policies shall be primary over any other valid and collectable insurance.

Notice of policy(ies) cancellation/non-renewal: For insurers subject to RCW 48.18 (Admitted and regulated by the Washington State Insurance Commissioner) a written notice shall be given to the State forty-five (45) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract.

For insurers subject to RCW 48.15 (Surplus Lines) a written notice shall be given to the State twenty (20) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract.

If cancellation on any policy is due to non-payment of premium, the State shall be given a written notice ten (10) calendar days prior to cancellation.

b. Identification: Policy(ies) and Certificates of Insurance must reference the state’s bid/contract number.

c. Insurance Carrier Rating: The insurance required above shall be issued by an insurance company authorized to do business within the State of Washington. Insurance is to be placed with a carrier that has a rating of A- Class VII or better in the most recently published edition of Best’s Reports. Any exception must be reviewed and approved by General Administration’s Risk Manager, or the Risk Manager for the State of Washington, by submitting a copy of the contract and evidence of insurance before contract commencement. If an insurer is not admitted, all insurance policies and procedures for issuing the insurance policies must comply with Chapter 48.15 RCW and 284-15 WAC.

d. Excess Coverage: The limits of all insurance required to be provided by the Contractor shall be no less than the minimum amounts specified. However, coverage in the amounts of these minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits.

12 REPAIR FACILITIES

Bidder shall provide a list of authorized factory repair facilities located within the states of Washington, Oregon, Idaho and Montana, which will honor the warranty of items on contract. The list will include the facility (ies) name, address, telephone number, and contact person.

13 SAMPLES

A. Requests and Disposition: The State Procurement Officer reserves the right to request samples, at bidder’s expense. Samples of items bid shall be received within 30 calendar days after request. If not destroyed in testing or required for quality control, bidders may request return of samples at their expense. If bidder does not request return within sixty (60) calendar days of contract award, samples will be considered property of the state.

B. Labeling and Warranty: All samples provided to the state shall be identical to products quoted by bidder and shall be labeled with bidder’s name and applicable Contract Bid number. All samples are an express warranty, which shall also apply to all future supplies provided under this contract. Bidders failing to comply with this requirement will have their bid rejected or contract terminated.

14 MATERIALS AND WORKMANSHIP

The Contractor shall be required to furnish all materials, equipment and/or services necessary to perform contractual requirements. Materials and workmanship in the construction of equipment for this contract shall conform to all codes, regulations and requirements for such equipment, specifications contained herein, and the normal uses for which intended. Materials shall be manufactured in accordance with the best commercial practices and standards for this type of equipment.

15 CONTRACTOR PERFORMANCE

A. General Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

B. Damages: The purchaser has an immediate requirement for the materials, equipment or services specified herein. Bidders are urged to give careful consideration to the purchaser’s requirements and to the manufacturer’s production capabilities when establishing a delivery date(s). Damages will be assessed in the amount of actual damages incurred by the purchaser as a result of Contractor’s failure to perform herein.

C. Liquidated Damages: Failure to deliver (including replacement) within the 30/60 day period or as mutually agreed upon between customer and contractor, will result in the assessment of 1% of the purchase order value per calendar day as a delivery default to cover the purchaser’s anticipated administrative expense caused by the late delivery.

D. Cost of Remedying Defects: All defects, indirect and consequential costs of correcting, removing or replacing any or all of the defective materials or equipment will be charged against the Contractor.

16 EVALUATION CONFERENCE

To aid in the evaluation process, after bid opening, the State Procurement Officer may require individual bidders to appear at a date, time and place determined by the state for the purpose of conducting discussions to determine whether both parties have a full and complete understanding of the nature and scope of contractual requirements. In no manner shall such action be construed as negotiations or an indication of the state’s intention to award.

17 PROPRIETARY DATA

Any document(s) or information which the bidder believes is exempt from public disclosure under The Public Disclosure Act (RCW 42.17.310), or under The Uniform Trade Secrets Act (RCW 19.108.010) shall be clearly identified by bidder and placed in a separate envelope marked with bid number, bidder’s name, and the words “Proprietary Data” along with a statement of the basis for such claim of exemption. The state’s sole responsibility shall be limited to maintaining the above data in a secure area and to notify bidder of any request(s) for disclosure within a period of five (5) years from date of award. Failure to so label such materials or failure to provide a timely response after notice of request for public disclosure has been given shall be deemed a waiver by the bidder of any claim that such materials are, in fact, so exempt.

18 RETENTION OF RECORDS

The contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. It shall also include information necessary to document the level of utilization of MWBE’s and other businesses as subcontractors and suppliers in this contract as well as any efforts the contractor makes to increase the participation of MWBE’s. The contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

19 OSHA AND WISHA REQUIREMENTS

Contractor agrees to comply with conditions of the Federal Occupational Safety and Health Acts of 1970 (OSHA), as may be amended, and, if it has a workplace within the State of Washington, the Washington Industrial Safety and Health Act of 1973 (WISHA), as may be amended, and the standards and regulations issued thereunder and certifies that all items furnished and purchased under this order will conform to and comply with said standards and regulations. Contractor further agrees to indemnify and hold harmless purchaser from all damages assessed against purchaser as a result of Contractor’s failure to comply with the acts and standards thereunder and for the failure of the items furnished under this order to so comply.

20 REPORTS

The contractor(s) must provide the following report(s) to Office of State Procurement.

Sales and Subcontractor Report

A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at . Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B).

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

SPO Specialized Required Report (Reference Page 33)

The contractor will provide the state procurement officer a report by category for total dollars spent by WSDOT. This will be a report that is required annually and submitted 30 days after the end of the calendar year. This report will help obtain data for future information needed for IFB design, contract negotiation, or any other SPO determined need.

21 CONTRACTOR’S REPRESENTATIVE

A. Designation: Bidder shall provide name, address, and phone number of contractor(s) representative as required in bid documents.

B. Responsibility: Contractor’s representative shall function as the primary point of contact, shall ensure supervision and coordination and shall take corrective action as necessary to meet contractual requirements.

C. Availability: Contractor’s representative, or designee, shall be available at all times during normal working hours throughout the term of the contract.

22 PURCHASING CARD ACCEPTANCE

In an effort to streamline the purchasing and payment process, the State is encouraging agencies to use the state contracted purchasing card to facilitate small dollar purchases. While at the present time, it is not mandatory that contractors accept credit card purchases; we encourage all state contractors to consider this alternate payment process. Please indicate in Bid Submittals which card(s) you presently accept and payment discount you may offer the state. The current card available for state agency use is a VISA product.

23 DEALER AUTHORIZATION

The Bidder, if other than the manufacturer, shall provide a current, dated, and signed authorization form from the manufacturer that the bidder is an authorized distributor, dealer or service representative and is authorized to sell the manufacturer's products. Failure to comply with this requirement may result in bid rejection.

24 Voluntary MWBE Goals

Voluntary numerical MWBE participation goals have been established for this bid.

Minority Business Enterprises: (MBE’s): 10% and Woman’s Business Enterprises (WBE’s): 8%

These goals are voluntary, but achievement of the goals is encouraged. However, unless required by federal statutes, regulations, grants, or contract terms referenced in the contract documents, no preference will be included in the evaluation of bids/proposals, no minimum level of MWBE participation shall be required as a condition for receiving an award or completion of the contract work, and bids/proposals will not be rejected or considered non-responsive if they do not include MWBE participation. Bidders may contact OMWBE at 360-753-9693 to obtain information on certified firms for potential subcontracting arrangements.

25 Bidder Compliance

The State reserves the right to consider the actual level of bidder’s compliance with the requirements specified in this IFB, and to consider a bid responsive if it substantially complies with the state’s intent relative to overall bid requirements and specifications.

26. NEW CONTRACTORS ADDED TO CONTRACT

During the term of the contract, at the request of a contract user and at the discretion of the State Procurement Officer, additional approved companies may be added to this contract to assure availability of transportation management system equipment at the best available price.

SPECIFICATIONS

General

Equipment shall conform to applicable sections of the Washington State Department of Transportation Standard Specifications for Road, Bridge and Municipal Construction 2002 and the Standard Plans for Road, Bridge and Municipal Construction. These documents are available from the following site: - S. Sections 8-20 and 9-29 of the Standard Specifications have been amended and revised in their entirety with an effective date of August 5, 2002. These and other amendments are available from - S.

WSDOT Standard Traffic Signal Cabinets for Olympic Region

Traffic Signal Controllers shall conform to the current Washington State Standard Specifications for Road, Bridge, and Municipal Construction, Section 9-29 (Illumination, Signals, Electrical) and the information listed below. For specification drawing and detailed wiring diagram, contact the Olympic Region at 360-357-2616.

Type “P” Aluminum Controller Cabinet (Double Door). Controller cabinets shall be finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, light gray or aluminum I color, with front and rear doors. Provision for temporary installation of lifting eyes. The cabinet shall include two shelves. Each shelf shall have additional support welded down the center. The bottom shelf shall contain a slide out with lid for a laptop computer and drawing storage:

• 16 Position Load Bay

• Fully wired

• 12 channel conflict monitor cables

• Controller special function cable

• TMM 500 “A” and “E” cables

• Fused load switch outputs, KTK-10 or equal, with 9” clearance from field output terminals to cabinet floor. Fuse blocks shall be screw terminal type with No. 10 post capable of accepting no less than 2 No. 12 wires fitted with spade lugs. Phase amber or red flash sequence shall be changeable without the use of tools. All 8 Phase Walk (CMU inputs shall be made available on the back panel front. Phase Walk (CMU input to load switch shall be selectable with one jumper per phase.

• 16 Type SP 4301 Dual Indicating Load Switches

• Eberle Design Inc. Model SSM-112LE Data Logging or equal Conflict Monitor. CMU must display time, fault(s), and all load switch output conditions simultaneously.

• Stop Time Switch

Cabinets shall be equipped with a three-position toggle switch that will provide Stop Time true inputs as follows:

• Auto –Stop timing applied by CMU during an abnormal condition or by the flash position of the police panel Flash-Auto switch.

• Off – Stop timing not true any time.

• On – Stop timing always true.

• 12 Two Channel Rack mounted Digital Loop Detectors (Timing type)

• 14 Position Loop Detector/Opticom Card Rack

• 2 Positions wired for Opticom M752 Discriminators

• 12 Positions wired for 2-channel loop detectors with respective phase green inputs as follows:

L11

L21, L22, L23, L24

L31

L41, L42

L51

L61, L62, L63, L64

L71

L81, L82

Aux 1 Through Aux 8

• External Logic Stop Bar Interrupt

Loops 21, 22, 61 and 62

Display Panel

Detection switches shall be ¼” mount ALCO MTA106H (or equal)

On-Off –On (Momentary) miniature toggle type.

24 vehicle detection displays (PSB-28 LAMPS)

4 pedestrian detection displays (PSB-28 LAMPS)

Lamps shall be protected by Sylvania Osram 3016S series or equal lenses. Lamp caps are not acceptable.

Communications: 4 wire interconnect and Hayes smart type dialup modem

Traconex TMP-390 8 Phase Controller (J8Software)

Special Function Module

Traconex Type-390 Multi-Comm Communications Module

GDI 212

PC programmable “S” Registers

PC programmable “AT” Command Set

Shall maintain programming for 2 months while unpowered

Field Wiring Terminal Labels

501 Ac+ 516-520 Railroad Pre-empt

502 AC- 5A1-5D3 Emergency Pre-empt

503 GND 541-580 Coordination

504-510 Control Display 581-599 Spare

511-515 Sign Lights

|Movement |1 |2 |3 |4 |5 |6 |7 |8 |

|Vehicle Head | | | | | | | | |

|Red |611 |621 |631 |641 |651 |661 |671 |681 |

|Yellow |612 |622 |632 |642 |652 |662 |672 |682 |

|Green |613 |623 |633 |643 |653 |663 |673 |683 |

|Spare |614 |624 |634 |644 |654 |664 |674 |684 |

|Spare |615 |625 |635 |645 |655 |665 |675 |685 |

|Ac- |616 |626 |636 |646 |656 |666 |676 |686 |

|Red Aux 617 |627 |637 |647 |657 |667 |677 |687 | |

|Yellow Aux |618 |628 |638 |648 |658 |668 |678 |688 |

|Green Aux |619 |629 |639 |649 |659 |669 |679 |689 |

|Pedestrian Heads & Detection | | | | | | | | |

|Hand (D/W) |711 |721 |731 |741 |751 |761 |771 |781 |

|Man (Walk) |712 |722 |32 |742 |752 |762 |772 |782 |

|Ac- |713 |723 |733 |743 |753 |763 |773 |783 |

|Detection |714 |724 |734 |744 |745 |764 |774 |784 |

|Det. Common |715 |725 |735 |745 |755 |765 |775 |785 |

|Spare |716 |726 |736 |746 |756 |766 |776 |786 |

|Spare |717 |727 |737 |747 |757 |767 |777 |787 |

|Spare |718 |728 |738 |748 |758 |768 |778 |788 |

|Spare |719 |729 |739 |749 |759 |769 |779 |789 |

|Vehicle Detection | | | | | | | | |

|Ac+ |811 |821 |831 |841 |851 |861 |871 |881 |

|AC- |812 |822 |832 |842 |852 |862 |842 |882 |

|Det. Common |813 |823 |833 |843 |853 |863 |873 |883 |

|Det. A Out |814 |824 |834 |844 |854 |864 |874 |884 |

|Det. B Out |815 |825 |835 |845 |855 |865 |875 |885 |

|Loop 1 Out |816 |826 |836 |846 |856 |866 |876 |886 |

|Loop 1 In |817 |827 |837 |847 |857 |867 |877 |887 |

|Loop 2 Out |818 |828 |838 |848 |858 |868 |878 |888 |

|Loop 2 In |819 |829 |839 |849 |859 |869 |879 |889 |

|Loop 3 Out |911 |921 |931 |941 |951 |961 |971 |981 |

|Loop 3 In |912 |922 |932 |942 |952 |962 |972 |982 |

|Loop 4 Out |913 |923 |933 |943 |953 |963 |973 |983 |

|Loop 4 In |914 |924 |934 |944 |954 |964 |974 |984 |

|Loop 5 Out |915 |925 |935 |945 |955 |965 |975 |985 |

|Loop 5 In |916 |926 |936 |946 |956 |966 |976 |986 |

|Loop 6 Out |917 |927 |937 |947 |957 |967 |977 |987 |

|Loop 6 In |918 |928 |938 |948 |958 |968 |978 |988 |

NOTE: FOR SPECIFICATION DRAWINGS AND DETAILED WIRING DIAGRAM, CONTACT THE OLYMPIC REGION AT 360-357-2616.

WSDOT Standard Traffic Signal Cabinets For All Regions Except Olympic

Traffic Signal Controllers shall conform to the current Washington State Standard Specifications for Road, Bridge, and Municipal Construction, Section 9-29 (Illumination, Signals, Electrical) and the information listed below. In addition to the above requirements, cabinets shall have the following:

2 Door (Front & Rear) P44 Cabinet, 16 position loadbay, power panel, power supply, auxiliary panel, cabinet light, detector panel, cabinet shell, all cables, 4 flash transfer relays, and a Type 3 NEMA flasher.

The detector panel shall include 20 vehicle detection switches and 4 pedestrian detection switches (phase 2, 4, 6, and 8).

The controller shall be installed on the top shelf.

One or more vehicle detection / discriminator card rack(s) shall be installed in each controller cabinet, with and without plugables. The first 20 slots shall be assigned beginning with phase one and progressing sequentially. All detection channels shall be wired for presence/ pulse detection. The slots shall be labeled with an engraved identification strip as follows:

|Slots 1 &2 |Phase 1 |Slots 11 & 12 |Phase 5 |

|Slots 3, 4 & 5 |Phase 2 |Slots 13, 14 & 15 |Phase 6 |

|Slots 6 & 7 |Phase 3 |Slots 16 & 17 |Phase 7 |

|Slots 8, 9 & 10 |Phase 4 |Slots 18, 19 & 20 |Phase 8 |

The last three slots on the right end of the rack shall be identified and wired for 1 four phase and 2 two phase discriminators as follows:

Slot 1 Phase A, B, C, & D

Slot 2 Phase A & C

Slot 3 Phase B & D

If an external power supply is required for detection/ discriminator racks, it shall be provided.

|Controller Cabinet Acceptance |

|Acceptance of controller cabinet assemblies delivered under this purchase shall consist of, but not be limited to the following 25 Day Test |

|Plan: |

|A. Demonstration (10 Working Days) |

|A demonstration shall be conducted at the point of delivery defined in the purchase order. Delivery of the equipment will be accepted only|

|if all required materials are on hand. All equipment shall be assembled complete and ready for demonstration within three working days of |

|delivery. |

| |

|The Contractor shall demonstrate that: |

| |

|1. Each and every component of the traffic signal system are in proper working conditions; and |

| |

|2. The traffic signal control system performs as specified in this contract. |

|B. Hardware and Software Test (15 working days) |

|This stage involves actual testing of the equipment by WSDOT, the contractor need not be present for this testing but can elect to at their |

|option. |

| |

|These tests may include but not be limited to WSDOT test Methods T 421, T 422, T 423, T 424, T 425 from the Materials Manual. |

| |

|The test will be declared complete if no failure to the system occurs for a minimum of five consecutive working days. |

Service Cabinets

Special Design Type B Modified, Type D and Type E Service cabinets shall be in accordance with Service Cabinet Detail Drawing no’s 7.20E, 7.21E, 7.32E and 7.03E available at and the following:

The circuit panel board for the main breaker shall accept a 100, 125, 175, or 200-amp breaker.

The busswork shall be rated at 250 amps.

Furnish breakers in accordance with the Service Cabinet Drawings and the following Breaker Schedules.

|BREAKER SCHEDULE |

|TYPE B MODIFIED SERVICE |120/240 VOLT |

|CIRCUIT |DESCRIPTION |BREAKER RATING |CONTACTOR RATING |VOLTAGE |

|--- |MAIN |200 AMP |N/A |240 |

|A |ILLUMINATION A |20 |30 |240 |

|B |ILLUMINATION B |20 |30 |240 |

|C |SPARE |20 |N/A |240 |

|D |SIGNAL |50 |N/A |120 |

|E |PHOTOCELL |15 |N/A |120 |

|F |RECEPTICAL |20 |N/A |120 |

|BREAKER SCHEDULE |

|TYPE D SERVICE |120/240 VOLT |

|CIRCUIT |DESCRIPTION |BREAKER RATING |CONTACTOR RATING |VOLTAGE |

|--- |MAIN |200 AMP |N/A |240 |

|A |ILLUMINATION A |20 |30 |240 |

|B |ILLUMINATION B |20 |30 |240 |

|C |ILLUMINATION C |30 |30 |240 |

|D |ILLUMINATION D |30 |30 |240 |

|E |ILLUMINATION E |30 |30 |240 |

|F |SPARE |20 |N/A |240 |

|G |SPARE |20 |N/A |240 |

|H |SIGNAL |50 |N/A |120 |

|I |PHOTOCELL |15 |N/A |120 |

|J |RECEPTICAL |20 |N/A |120 |

|K |HEATER |15 |N/A |120 |

| | | | | |

| |

|BREAKER SCHEDULE |

|TYPE E SERVICE |240/480 VOLT |

|CIRCUIT |DESCRIPTION |BREAKER RATING |CONTACTOR RATING |VOLTAGE |

|--- |MAIN |200 AMP |N/A |480 |

|A |ILLUMINATION A |20 |30 |480 |

|B |ILLUMINATION B |20 |30 |480 |

|C |ILLUMINATION C |30 |30 |480 |

|D |ILLUMINATION D |30 |30 |480 |

|E |ILLUMINATION E |30 |30 |480 |

|F |SPARE |20 |N/A |480 |

|G |SPARE |20 |N/A |480 |

|H |SIGNAL TRANSFORMER |20 |N/A |480 |

|I |PHOTOCELL |15 |N/A |120 |

|J |RECEPTICAL |20 |N/A |120 |

|K |HEATER |15 |N/A |120 |

BID SUBMITTALS

1 BID INFORMATION

Bidder shall complete the following:

1. Shipping for this contract shall be: Free On Board (FOB) destination, freight prepaid and included in price bid for orders over $75.00. Orders less than $75.00 in value may be shipped freight prepaid and the freight charges may be added as a separate line item on the invoice.

2. Prompt Payment Discount % 30 days. Note: Prompt payment discount periods equal to (or greater than) 30 calendar days will receive consideration and bid pricing will be reduced (for evaluation purposes only) by the amount of that discount(s).

1. Purchasing (Credit) Cards accepted Yes ______________ No ______________

(Washington State Purchasing card is VISA)

If yes, please list major brands below:

| | | |

| | | |

| | | |

3. Prompt Payment Discount ________% for Purchasing (Credit) Cards.

2. Purchasers other than Washington State Agencies:

A. Bidder agrees to sell the goods and services on this contract to political subdivisions which are members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No_____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by political subdivisions).

B. Bidder agrees to sell the goods and services on this contract to political subdivisions which are members of the State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP ): Yes____ No____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by these members)

If required, indicate percent increase to bid pricing for delivery to State of Oregon DASCPP/ORCPP Members: ____%

3. Authorized Representative:

|Primary Contact-Contract Administration |Alternate Contact - Contract Administration |

|Name: | |Name: | |

|Telephone: | |Telephone: | |

|Fax: | |Fax: | |

|Email: | |Email: | |

|Customer Service/Order Placement |

|Name | |

|Telephone: | |

|Fax: | |

4. Addresses:

|Orders to be sent to: |Billing will be from: |Payment to be sent to: |

| | | | | |

| | | | | |

| | | | | |

5. Federal Tax Identification Number:

6. Firms bidding from California only: Is your firm currently certified as a small business under California Code, Title 2, Section 1896.12? Yes No .

7. D & B DUNS number: Provide the DUNS number for your company below (additional information to obtain a DUNS number is located or call 1-888-814-1435)

D & B DUNS Number:

8. State your company’s returned goods policy for Price Sheet A items that will be applicable to this contract. Be sure to address restock charges if any and inbound/outbound freight.

_________________________________________________________________________________

_________________________________________________________________________________

12. Repair Facilities Information (If you have more than one location, submit on separate sheet of paper.

|Name of Facility |Contact Person |

| |Name: | |

|Address | |Telephone: | |

|City | |Fax: | |

|State/Zip | |Email: | |

2. PRICE SHEETS Section a

Bidders are to provide the following information:

Manufacturer of the traffic signal parts you are offering: ___________________________________. (Submit a separate page for each manufacturer.)

Effective date: ________________________ of above manufacturer’s catalog price list. (Enclose with your bid a copy of this catalog price list. Reference Section II, Item #2.) Is the manufacturer’s catalog available on the Internet? ___ No, If yes, what is the internet address: ________________________________.

Percentage_____ discount offered off the most recent catalog price sheet for the manufacturer listed above.

|TRAFFIC PARTS GROUPINGS |

|For general information use only, please place an “X” identifying those categories you can provide. |

|1. |CONTROLLER (Complete Units) | |19. |VEHICLE HEAD MOUNTING HARDWARE | |

|2. |CONTROLLER PARTS | |20. |PEDESTRIAN HEAD MOUNTING | |

| | | | |HARDWARE | |

|3. |CABINET ACCESSORIES | |21. |OPTICALLY PROGRAMMED SIGNAL HEADS | |

|4. |LOAD SWITCHES (Complete Units) | |22. |OPTICALLY PROGRAMMED SIGNAL HEADS PARTS | |

|5. |LOAD SWITCHES PARTS | |23. |OPTICAL PREEMPTION EQUIPMENT | |

|6. |FLASHERS | |24. |OPTICAL PREEMPTION EQUIPMENT PARTS | |

|7. |CONFLICT MONITORS | |25. |LED | |

|8. |VOLTAGE REGULATORS | |26. |VEHICLE DETECTION VIDEO | |

|9. |MAGNETOMETER DETECTOR | |27. |TRAFFIC COUNTERS | |

|10. |MAGNETOMETER DETECTOR PARTS | |28. |TRANSPORTATION MANAGEMENT SYSTEM TEST EQUIPMENT | |

|11. |LOOP DETECTOR | |29. |PEDESTRAIN PUSHBUTTON COMPONENTS | |

|12. |LOOP DETECTOR PARTS | |30. |2070 CONTROLLERS SOFTWARE | |

|13. |VEHICLE SIGNAL HEAD (Complete Unit) | |31. |ROADWAY WEATHER INFORMATION SYSTEMS (RWIS) SENSORS | |

|14. |VEHICLE SIGNAL HEAD PARTS | |32. |INTERNAL LIGHTED SIGNS | |

|15. |PEDESTRIAN SIGNAL HEAD (Complete Unit) | |33. |CCTV CAMERAS, COMPONENTS, ZOOM, TILT (PTZ) | |

|16. |PEDESTRIAN SIGNAL HEAD PARTS | |34. |WIRELESS INTERCONNECTS | |

|17. |PEDESTRIAN SIGNAL HEAD MODIFICATION KITS | |35. |MISC. PARTS NOT INCLUDED IN ABOVE GROUPINGS | |

|18. |TIME CLOCKS | | | | |

SECTION B

PRICE SHEETS

|Item |Comm. Code |Description |Estimated Usage |Unit |Unit Price |Extended |

| | | | | | |Price |

| |Cabinet WSDOT |WSDOT Standard Traffic Signal Cabinet |8 |EA |$ |$ |

|1A. |Standard for |Traffic Signal Controllers shall conform to the current Washington| | | | |

| |Olympic Region |State Standard Specifications for Road, Bridge, and Municipal | | | | |

| | |Construction, Section 9-29 (Illumination, Signals, Electrical). | | | | |

| | |See Section III, Specifications and wiring detail for complete | | | | |

| | |description. | | | | |

| | | | | | | |

| | |Wired for Traconex controller. | | | | |

|1B. |Cabinet WSDOT |WSDOT Standard Traffic Signal Cabinet without plugables. Cabinet |3 |EA |$ |$ |

| |Standard for |shall conform to the current Washington State Standard | | | | |

| |Olympic Region |Specifications for Road, Bridge and Municipal Construction, | | | | |

| | |Section 9-29 (Illumination, Signals, Electrical). See Section | | | | |

| | |III, Specifications and wiring detail for complete description. | | | | |

| | | | | | | |

| | |Wired for Traconex controller. | | | | |

|Subtotal: |$________ |

|Item |Comm. Code |Description |Estimated Usage |Unit |Unit Price |Extended |

| | | | | | |Price |

| | | | | | | |

|2A. |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |with all plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and the Specifications listed in Section III.| | | | |

| | |Wired for Eagle | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |4 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |$______ |$_________ |

|2B. | | | | | | |

| |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |wired without plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and the Specifications listed in Section III.| | | | |

| | |Wired for Eagle | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |4 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |$______ |$_________ |

| | |

|Subtotal |$ |

|Item |Comm. Code |Description |Estimated Usage |Unit |Unit Price |Extended |

| | | | | | |Price |

| | | | | | | |

|3A. |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |with all plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and auxiliary NEMA controller equipment and | | | | |

| | |the Specifications listed in Section III. | | | | |

| | |Wired for Traconex. | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |4 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |$______ |$_________ |

|3B. | | | | | | |

| |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |without plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and auxiliary NEMA controller equipment and | | | | |

| | |the specifications listed in Section III. | | | | |

| | |Wired for Traconex. | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |4 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |$______ |$_________ |

| | |

|Subtotal |$ |

|Item |Comm. Code |Description |Estimated Usage |Unit |Unit Price |Extended |

| | | | | | |Price |

| | | | | | | |

|4A. |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |with all plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and auxiliary NEMA controller equipment and | | | | |

| | |the Specifications listed in Section III. | | | | |

| | |Wired for Enconolite. | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |$______ |$_________ |

|4B. | | | | | | |

| |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |without plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and auxiliary NEMA controller equipment and | | | | |

| | |the Specifications listed in Section III. | | | | |

| | |Wired for Enconolite. | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |$______ |$_________ |

| | |

|Subtotal |$ |

|Item |Comm. Code |Description |Estimated Usage |Unit |Unit Price |Extended |

| | | | | | |Price |

| | | | | | | |

|5A. |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |with all plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and auxiliary NEMA controller equipment and | | | | |

| | |the specifications listed in Section III. | | | | |

| | |Wired for TCT. | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |_______ |$_________ |

|5B. | | | | | | |

| |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |without plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and auxiliary NEMA controller equipment and | | | | |

| | |the Specifications listed in Section III. | | | | |

| | |Wired for TCT. | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |_______ |$_________ |

| | |

|Subtotal |$ |

|Item |Comm. Code |Description |Estimated Usage |Unit |Unit Price |Extended |

| | | | | | |Price |

| | | | | | | |

|6A. |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |with all plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and auxiliary NEMA controller equipment and | | | | |

| | |the Specifications listed in Section III. | | | | |

| | |Wired for Multisonics. | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |$______ |$_________ |

|6B. | | | | | | |

| |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |without plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and auxiliary NEMA controller equipment and | | | | |

| | |the Specifications listed in Section III. | | | | |

| | |Wired for Multisonics. | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |$______ |$__________ |

| | |

|Subtotal |$ |

|Item |Comm. Code |Description |Estimated Usage |Unit |Unit Price |Extended |

| | | | | | |Price |

| | | | | | | |

|7A. |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |with all plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and auxiliary NEMA controller equipment and | | | | |

| | |the Specifications listed in Section III. | | | | |

| | |Wired for 2070N | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |$______ |$_________ |

|7B. | | | | | | |

| |P44 Cabinet |WSDOT NEMA P44 Controller Cabinet | | | | |

| |WSDOT Standard |without plugables. | | | | |

| |for all regions|Per current WSDOT STD Specs and STD Plans for NEMA traffic signal | | | | |

| |but Olympic |controller equipment and auxiliary NEMA controller equipment and | | | | |

| | |the Specifications listed in Section III. | | | | |

| | |Wired for 2070N | | | | |

| | | | | | | |

| | |(Natural Mill Finish) | | | | |

| | | | | | | |

| | |(Anodized Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Powder Coated Finish) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Painted Finish Al) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |(Stainless Steel) |1 |EA |$______ |$_________ |

| | | | | | | |

| | |Additional detector test switch |1 |EA |$______ |$_________ |

| | | | | | | |

| | | |1 |EA |$______ |$_________ |

|Subtotal: |$________ |

|8. | |Contractor Fee to be present at time of turn on |$___________ per each |

|9. | |Contractor charge for set up of testing at WSDOT Mats Lab |$___________ per each |

|These concrete junction boxes must be manufactured in accordance with the Standard Specifications and Standard Plan J-11a. |

|10. | | | | | | |

| | |WSDOT J-11a Concrete Junction Box | | | | |

| | |Type 1 | | | | |

| | | | | | | |

| | |See WSDOT Region Map Attachment A for identifying region | | | | |

| | |locations. | | | | |

| | | | | | | |

| | |For Product Bid State: | | | | |

| | |Mfg.: | | | | |

| | |Brand/Model: | | | | |

| | | | | | | |

| | |Olympic Region | | | | |

| | | |70 |EA |$______ |$_________ |

| | |Northwest Region | | | | |

| | | |100 |EA |$______ |$_________ |

| | |North Central Region | | | | |

| | | |1 |EA |$______ |$_________ |

| | |Southwest Region | | | | |

| | | |1 |EA |$______ |$_________ |

| | |South Central Region | | | | |

| | | |1 |EA |$______ |$_________ |

| | |Eastern Region | | | | |

| | | |1 |EA |$______ |$__________ |

|Subtotal |$_________ |

| | | | | | | |

|11. | |WSDOT J-11a Concrete Junction Box | | | | |

| | |Type 2 | | | | |

| | | | | | | |

| | |See WSDOT Region Map Attachment A for identifying region | | | | |

| | |locations. | | | | |

| | | | | | | |

| | |For Product Bid State: | | | | |

| | |Mfg.: | | | | |

| | |Brand/Model: | | | | |

| | |Olympic Region | | | | |

| | | |20 |EA |$______ |$_________ |

| | |Northwest Region | | | | |

| | | |25 |EA |$______ |$_________ |

| | |North Central Region | | | | |

| | | |1 |EA |$______ |$_________ |

| | |Southwest Region | | | | |

| | | |1 |EA |$______ |$_________ |

| | |South Central Region | | | | |

| | | |1 |EA |$______ |$_________ |

| | |Eastern Region | | | | |

| | | |1 |EA |$______ |$__________ |

|Subtotal: |$________ |

| | | | | | | |

|12. | |WSDOT J-11a Concrete Junction Box | | | | |

| | |Type 3 | | | | |

| | | | | | | |

| | |See WSDOT Region Map Attachment A for identifying region | | | | |

| | |locations. | | | | |

| | | | | | | |

| | |For Product Bid State: | | | | |

| | |Mfg.: | | | | |

| | |Brand/Model: | | | | |

| | |Olympic Region | | | | |

| | | |10 |EA |$______ |$_________ |

| | |Northwest Region | | | | |

| | | |10 |EA |$______ |$_________ |

| | |North Central Region | | | | |

| | | |1 |EA |$______ |$_________ |

| | |Southwest Region | | | | |

| | | |1 |EA |$______ |$_________ |

| | |South Central Region | | | | |

| | | |1 |EA |$______ |$__________ |

| | |Eastern Region | | | | |

| | | |1 |EA |$______ |$__________ |

|Subtotal: |$________ |

|Item |Comm. Code |Description |Estimated Usage |Unit |Unit Price |Extended |

| | | | | | |Price |

|13. | |WSDOT Service Cabinet - Type B Modified, See Section III for |5 |EA |$_______ |$_________ |

| | |Specifications | | | | |

|14. | |WSDOT Service Cabinet - Type D |10 |EA |$_______ |$_________ |

| | |See Section III for Specifications | | | | |

|15. | |WSDOT Service Cabinet - Type E |10 |EA |$_______ |$_________ |

| | |See Section III for Specifications | | | | |

4. REFERENCES

Names of references for which contracts were/are held in the furnishing of bid commodity

Identify at least three references your firm has supplied products like those being offered in response to this bid. Provide the name of the customer, their address and the name and telephone number of a contact person who may be contacted to verify the quality of products and services provided by your firm.

|1. |Company Name: | |

| |Address: | |

| |Contact Person: | |

| |Title: | |

| |Telephone: | |

| |Email: | |

Brief description of the products and services provided:

|2. |Company Name: | |

| |Address: | |

| |Contact Person: | |

| |Title: | |

| |Telephone: | |

| |Email: | |

Brief description of the products and services provided:

|3. |Company Name: | |

| |Address: | |

| |Contact Person: | |

| |Title: | |

| |Telephone: | |

| |Email: | |

Brief description of the products and services provided:

5. SPECIALISED USAGE REPORT

Annual Usage Report by Line Item for Transportation Management System Equipment, Contract 03502

Contractor: _________________________________

*This report is due thirty (30) days after the end of the calendar year, i.e. January 31. This report may be obtained electronically by contacting the State Procurement Officer listed on the contract. You may submit this form via fax at (360-586-2426) email mholm@ga. or mail to the Office of State Procurement, PO Box 41017, Olympia, WA 98504-1017.

|# |Traffic Part Description |Total Dollars Spent by WSDOT |

| |Section A | |

|1. |Controller (Complete Units) |$ |

|2. |Controller Parts |$ |

|3 |Cabinet Accessories |$ |

|4. |Load Switches (Complete Units) |$ |

|5. |Load Switches Parts |$ |

|6. |Flashers |$ |

|7. |Conflict Monitors |$ |

|8. |Conflict Monitors |$ |

|9. |Magnetometer Detector |$ |

|10. |Magnetometer Detector Parts |$ |

|11. |Loop Detector |$ |

|12. |Loop Detector Parts |$ |

|13. |Vehicle Signal Head (Complete Unit) |$ |

|14. |Vehicle Signal Head Parts |$ |

|15. |Pedestrian Signal Head (Complete Unit) |$ |

|16. |Pedestrian Signal Head Parts |$ |

|17. |Pedestrian Signal Head Modification Kits |$ |

|18. |Time Clocks |$ |

|19. |Vehicle Head Mounting Hardware |$ |

|20. |Pedestrian Head Mounting Hardware |$ |

|21. |Optically Programmed Signal Heads |$ |

|22. |Optically Programmed Signal Heads Parts |$ |

|23. |Optical Preemption Equipment |$ |

|24. |Optical Preemption Equipment Parts |$ |

|25. |LED |$ |

|26. |Vehicle Detection Video |$ |

|27. |Traffic Counters |$ |

|28. |Transportation Management System Test Equipment |$ |

|29. |Pedestrian Pushbutton Components |$ |

|30. |2070 Controllers Software |$ |

|31. |Roadway Weather Information Systems (RWIS)Sensors |$ |

|32. |Internal Lighted Signs |$ |

|33. |CCTV Cameras Components, Zoom, Tilt (PTZ) |$ |

|34. |Wireless Interconnects |$ |

|35. |MISC. Parts Not Included In Above Groups |$ |

| |Section B | |

|1. |WSDOT Standard Traffic Signal Cabinet |$ |

| |Traffic Signal Controllers | |

|2. |WSDOT Standard Traffic Signal Cabinet only with no plugables |$ |

|3. |P44 NEMA Controller Cabinet with plugables. Wired for Eagle |$ |

|4. |WSDOT NEMA P44 Controller Cabinet only with no plugables. Wired for Eagle |$ |

|5. |WSDOT NEMA P44 Controller Cabinet with all plugables. |$ |

| |Wired for Traconex. | |

|6. |WSDOT NEMA P44 Controller Cabinet only with no plugables. Wired for Traconex. |$ |

|7. |WSDOT NEMA P44 Controller Cabinet with all plugables. Wired for Eagle. |$ |

|8. |WSDOT NEMA P44 Controller Cabinet only with no plugable. Wired for Eagle. |$ |

|9. |WSDOT NEMA P44 Controller Cabinet with all plugables. |$ |

| |Wired for Enconolite | |

|10. |WSDOT NEMA P44 Controller Cabinet only with no plugables. |$ |

| |Wired for Enconolite | |

|11. |WSDOT NEMA P44 Controller Cabinet with all plugables. |$ |

| |Wired for Multisonics | |

|12. |WSDOT NEMA P44 Controller Cabinet only with no plugables. |$ |

| |Wired for Multisonics | |

|13. |WSDOT NEMA P44 Controller Cabinet with all plugables. |$ |

| |Wired for 2070N | |

|14. |WSDOT NEMA P44 Controller Cabinet only with no plugables. Wired for 2070N. |$ |

|15. |Contractor charge to be on site for turn on |$ |

|16. |Contractor charge for set up of testing at WSDOT MATS Lab |$ |

|17. |WSDOT J-11a Concrete Junction Box, Type 1 |$ |

|18. |WSDOT J-11a Concrete Junction Box Type 2 |$ |

|19. |WSDOT J-11a Concrete Junction Box Type 3 |$ |

|20. |WSDOT Service Cabinet Type B Modified |$ |

|21. |WSDO Service Cabinet Type D |$ |

|22. |WSDOT Service Cabinet Type E |$ |

|Annual Total Dollars |$ |

6. SALES/SERVICE AND SUBCONTRACTOR REPORT

For each contract held, you have agreed to fill out a quarterly sales and MWBE report, providing the information requested below. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st. This report may be obtained electronically at our website and click Sales and Subcontractor Report. You may submit this form via fax at (360) 586-4944, email pcamail@ga., or mail to Office of State Procurement PO BOX 41017 Olympia WA 98504-1017.

| |

SECTION A (Sales by contractor)

|Contract No: |03502 | |Contractor Name: | |

|Contract Title: |Transportation Management System Equipment. | |Vendor Registration No.: | |

|Procurement Officer: | | |Contact Person: | |

| |See | | | |

|Reporting Year: |2003 |2004 |2005 |2006 | |Phone: | |

| |(Please circle one) | |Fax: | |

|Reporting Period: |Qtr 1 |Qtr 2 |Qtr 3 |Qtr 4 | |Email: | |

|(Should agree with the total sales reported in Sections B & C) TOTAL SALES THIS QUARTER: |$ | |

|Check here if sales equal zero this quarter: | |

| |

SECTION B (Subcontracts)

Please provide breakdown of amounts paid to subcontractors below (if applicable).

|Subcontractor | |OMWBE Certification # (when | |$ | |Subcontractor | |

|name: | |applicable) | | | |Signature: | |

|Subcontractor | |OMWBE Certification # (when | |$ | |Subcontractor | |

|name: | |applicable) | | | |Signature: | |

|Subcontractor | |OMWBE Certification # (when | |$ | |Subcontractor | |

|name: | |applicable) | | | |Signature: | |

|Contractor: | |$ | |Contractor | |

| | | | |Signature: | |

|(Should equal total sales reported in Sections A ) TOTAL SALES THIS QUARTER: |$ | | | |

| |

SECTION C

Distribution of total sales or services by purchaser. Please list all revenue collected (before taxes if possible) for each of the following agencies for the reporting period indicated above. The State Procurement Officer may require additional contract usage information. Purchasers with reporting requirements are identified as:

• State Agencies (this list is attached)

• Political Subdivisions – Report a combined total sales for all public agencies of the State of Washington (cities, counties, school districts, fire districts, etc.); (for a complete list check our website at )

• Oregon and Other States – Report a combined total for all jurisdictions. (for a complete list check our website at )

OFFER AND AWARD

Bidders are required to read and understand all information contained within this entire bid package. There are some standard documents, which are referred to in this bid package that are not automatically printed or sent out with this bid. For example, Competitive Procurement Standards (Standard Terms and Conditions, Instructions to Bidders, Definitions), Sales/Service & Subcontractor Report are binding terms of this contract. It is important that you read and understand these documents. These documents are available on our website at If you do not have Internet access, you may contact the State Procurement Officer to obtain copies of any and all documents contained in this bid package.

STANDARD DEFINITIONS revised 06/17/02

STANDARD INSTRUCTIONS FOR BIDDERS revised 07/08/02

STANDARD TERMS AND CONDITIONS revised 06/17/02

Bidder further offers to furnish materials, equipment or services in compliance with all terms, conditions, and specifications herein including all amendments. Submitting this document with an authorized signature constitutes complete understanding and compliance with the terms and conditions and certifies that all-necessary facilities or personnel are available and established at the time of bid submittal.

|(Company Name) | |(Typed or Printed Name) |

| | | |

|(Address) | |(Title) |

| | | |

|(City) (State) (Zip) | |(Phone No. Fax No.) |

| | | |

|(Federal Tax Identification Number) | |(Bidder’s Signature) (Date) |

| | |Email Address: |

CONTRACT AWARD

(For State of Washington Use Only)

A contract is hereby awarded between the above company and the State of Washington, Office of State Procurement, Purchasing and Contract Administration, to be effective , Year . This is a Partial award for Transportation Management System Equipment per WAC 296.46A.104.

Authorized Signatures

| | | | | | | |

|(State Procurement Officer) | |(Date) | |(Purchasing Manager) | |(Date) |

CHECK LIST

This checklist is provided for bidder's convenience only and identifies the bid documents that must be submitted with each package. Any bid packages received without these documents may be deemed non-responsive and may not be considered for award.

|Bid Submittals to be returned with bid: |Completed |

|Bid submittal entitled: Offer and Award | |

|Bid submittal entitled: Bid Information | |

|Bid submittal entitled: Price Sheets | |

|Bid submittal entitled: References | |

|Dealer Authorization Form | |

|Warranty Information | |

|Bid submittals to be returned after award: | |

|The following documents need not be returned with bid submission. However, contractor will be required to submit such | |

|documents at a later date as required by contract terms or as requested by the Procurement Officer. | |

|Certificate of Insurance | |

|Sales and Subcontractor Report | |

|Annual Usage Report for Transportation Management System Equipment | |

[pic]

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download