Loading...
Res 215RESOLUTION NO. 215 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF POWAY, CALIFORNIA APPROVING BID INSTRUCTIONS AND CONDITIONS AND AUTHORIZING THE NOTICE INVITING SEALED BIDS FOR THE PURCHASE OF TRAFFIC SIGNAL CONTROLLERS AND APPURTENANCES (BID NO. 002-82) AND TRAFFIC SIGNAL POLES & APPURTENANCES (BID NO. 003-82) WHEREAS, bid instructions and conditions for the purchase of Traffic Signal Controllers and Appurtenances (Bid No. 002-82) and Traffic Signal Poles and Appurtenances (Bid No. 003-82) have been prepared and submitted by City Engineer; and WHEREAS, included as part of said bid instructions and conditions is a notice inviting sealed proposals. NOW, THEREFORE BE IT RESOLVED by the City Council of the City of Poway, California, as follows: 1. That the bid instructions and conditions for the purchase of traffic signal controllers and appurtenances (Exhibit "A") and traffic signal poles and appurtenances (Exhibit "B") are hereby approved; 2. That bids for purchase of same shall be received up to the hour of 2:00 P.M. on March 16, 1982, at the office of the Purchasing Manager, 13325 Civic Center Drive, P.O. Box 785, Poway, California 92064; 3. That the City Council determines that Section 3700 of the State Labor Code requires that every employer shall secure the payment of Worker's Compensation Insurance as required by Section 9 of the attached general specifications to the bid conditions and instructions. 4. That the City Clerk is hereby authorized and directed to give and publish the appropriate notice inviting sealed bids upon the work contemplated within the foregoing bid instructions and conditions. PASSED AND ADOPTED by the City Council of the City of Poway, California at a regular meeting thereof this 2nd day of March, 1982. Robert C. E ATTEST: Wahlsten, City Clerk COUNCIL MEMBERS: BOB EMERY, Mayor MARY SHEPARDSON, Deputy Mayor LINDA ORAVEC CLYDE REXRODE BRUCE TARZY CITY OF POWAY DATE: TO: RE: Prospective Bidder Notice Inviting Sealed Bids Bid Number 002-82 The City of Poway requests sealed bids to provide the Public Services Department with Traffic Signal Controllers and Appurtenances. Attached, please find the bid specifications and forms to be used in submitting a bid for this material. Please note that bids must be received in the Office of the Purchasing Manager, City of Poway, 13325 Civic Center Drive cr P. O. Box 785, Poway, CA 92064, no later than 2:00 PM, Tuesday, March 16, 1982. If you have any questions, please do not hesitate to contact me at the numbers listed below. Sincerely, CITY O~ POWAY Purchasing Manager DAM:cls Attachments Exhibit "A" to Resolution No. 215 Adopted 3/2/82 Administrative Offices Located at 13325 Civic Center Drive Maili~g Address: P.O. Box 785, Poway, California 92064 · (714) 748-6600, (714) 695-1400 CITY OF POWAY Bid Instructions and Conditions TRAFFIC SIGNAL CONTROLLER AND APPURTENANCES General Specifications GENERAL INFORMATION: The Purchasing Manager of the City of Poway will receive at his office at City Hall, 13325 Civic Center Drive, Poway, California, up to, but no later than 2:00 PM on Tuesday, March 16, 1982, proposals on this bid form only, for BID #002-82, covering the supply of Traffic Signal Controllers and Appurtenances described herein. 2. The bid instructions and conditions included herein are a part of the bid submitted and binding upon all bidders. Ail material furnished will be subject to inspection and approval of the Purchasing Manager after delivery. The ~ight is reserved to reject and return at the risk and expense of the supplier such portion of any shipment which may be defective or fail to comply with approved specifications without invalidating the remainder of the order. QUOTATIONS: 4. All prices and quotations must be in ink or typewritten. No pencil figures or erasures permitted. Mistakes may be crossed out and corrections inserted adjacent thereto and must be initialed in ink by the person signing the quotation. Prices must be as specified. TRANSPORTATION CHARGES: 5o It is understood that the bidder agrees to deliver with all transportation charges prepaid, all items on which bids are accepted to the site/sites indicated. All costs for delivery, drayage, or for freight, or for the packing of said articles are to be borne by the bidder. BID OPENINGS: 6. Each bid must be in a separate sealed envelope enclosed in a larger envelope~ Both envelopes must show the Bid Number and a description of the items for which the bid is being submitted. The bid must be delivered to the Purchasing Department of the City of Poway on or before the day and hour specified, at which time it will be publicly opened and read aloud. All bids received after the scheduled time of the opening will be returned unopened to the bidder. Bids should be verified before submission as bids cannot be withdrawn after opening. No bid can be corrected or altered or signed after being opened. The City of Poway will not be responsible for errors or omissions on the part of the bidder in making up their bids. AUTHORIZED SIGNATURE PAGE 1 OF 5 The right is reserved to reject any and all bids, to accept or reject any one or more items of a bid, or to waive any irregularities or informalities in the bids or in the bidding. The City of Poway will have a period of 30 calender days after opening of bids within which to accept or reject the bids. EXCUSE FOR NON PERFORMANCE: 7o The successful bidder shall be excused from performance hereunder during the time and to the extent that they are prevented from obtaining, delivering, or performing in the customary manner by Act of God, fire, strike, partial or total interruption of, or loss of transportation facilities, lockout, commandeering of raw materials, products, manufacturing plants or facilities by the government, when satisfactory evidence thereof is presented to the City of Poway, providing it is satisfactorily established that the non performance is not due to the fault or negligence of the party not performing. ASSIGNMENT OF CONTRACT: 8o The successful bidder shall agree not to assign, transfer, convey, sublet or otherwise dispose of the items and services appearing on this bid form, which he may be awarded, or any rights accruing thereunder, title or interest therein, funds to be received hereunder, or any power to execute the same without the consent in writing of the Purchasing Manager. Notice is hereby given that the City will not honor any assignment made by the contractor unless the consent is in writing, as indicated above, has been given. WORKMAN'S COMPENSATION CERTIFICATES: Section 3700 of the State Labor Code requires that every employer shall secure the payment of compensation by either being insured against liability to pay compensation with one or more insurers or by securing a certificate of consent to self-insure from the State Director of Industrial Relations. In accordance with this section and with Section 1861 of the State Labor Code, the contractor shall sign a Compensation Insurance Certificate, which is included within these specifications and submit same to City along with the other required contract documents, prior to performing any work. CLAYTON ACT AND CARTWRIGHT ACT: 10. Section 4551 of the State Government Code specifies that in executing a public works contract with the City to supply goods, services or materials, the contractor or Subcontractor offers and agrees to assign to the City all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professional Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the City of Poway tenders final payment to the Contractor without further acknowledgement by the parties. AUTHORIZED SIGNATURE PAGE 2 OF 5 BIDDER'S GUARANTEE: 11. Ail bids shall be accompanied by cash, cashier's check, certified check or bidder's bond, made payable to the City of Poway for an amount equal to at least ten percent (10%) of the amount of said bid; and no bid shall be considered unless such cash, cashier's check, certified check or bidder's bond is enclosed therewith. DELIVERY: 12. Delivery shall be within 60 days after receipt of order to the location stated herein. Specify best delivery date after receipt of order if unable to comply with above. A) Best delivery date if unable to meet 60 day ARO fill in if applicable. TRAFFIC SIGNAL CONTROLLER Ail traffic signal controller equipment, materials and components shall conform to the California Department of Transportation Standard Plans and Standard Specifi- cations, Section 86, "Signals and Lighting," dated January, 1981, except as noted in these Special Provisions. Copies of these documents are available from the State of California, Department of Transportation, Central Publication Distribu- tion Unit, 6002 Folsom Boulevard, Sacramento, California, 95819. The following subsection numbers coincide with those of the specifications set forth above. Only those sections requiring amendment or elaboration, or specify- ing options are called out. 86-1 GENERAL 86-1.03 A maintenance manual shall be furnished for all controller units, auxiliary equipment, and vehicle detector sensor units, control units, and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual, or combined maintenance and opera- tion manual, shall be submitted at the time the controllers are delivered for testing, or if ordered by the Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, the following items: (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Trouble shooting procedure (diagnostic routine) (f) Block circuit diagram (g) Geographical layout of components (h) Schematic diagrams (i) List of replaceable component parts with stock numbers 86-1.04 Warranties, Guarantees, and Instruction Sheets. The traffic signal control equipment shall be guaranteed for a period of not less than one year. AUTHORIZED SIGNATURE PAGE 3 OF 5 86-3 CONTROLLERS 86-3.01 Controller Assembly. The controller assembly shall be a Type 90 Duel Ring. 86-3.06 Type 90 Controller Assembly. The Type 90 Controller Assembly shall provide four phases with "DP" on Phase 2, "D" on Phase 6, "SP" on Phase 4 and "S" on Phase 1, six light control relays and Type B rack mounted loop sensing units, and flashing beacon circuit. The controller manufacturer shall arrange to have a signal technician present at the time the controller assembly is turned on. The technician shall be fully qualified to work on the controller assembly, and shall be employed by a controller manufacturer or his authorized representative. 86-3.07 Controller Cabinet. The controller cabinet shall be a Type P wired for four phases. The cabinet shall be equipped with a plastic envelope to hold wiring diagrams, signal timing instructions, and miscellaneous items. 86-3.08 Auxiliary Equipment. The controller cabinet convenience receptacle shall have ground-fault circuit interruption as defined by the National Electrical Code. Circuit interruption shall occur on 6 milliamperes of ground-fault current and shall not occur on less than 4 milliamperes of ground-fault current. 86-5 DETECTORS 86-5.01 Vehicle Detectors. Sensor units shall be Type B card rack mounted two or four channel with relay-fail call output option. All sensor units shall be Canoga Brand available from the 3M Company. The card racks shall be mounted under the upper controller cabinet shelf. DETECTOR SCHEDULE SENSOR CHANNEL DETECTOR OPTION 1 1 1-E-~i 1 2 1-E-~6 1 3 2-E-~6 1 4 Spare 2 1 1-W-~2 2 2 2-W-~2 3 1 3-E-~6 3 2 3-W-~2 3 3 1-S-~4 3 4 2-S-~4 Call Hold Call Hold Delay AUTHORIZED SIGNATURE PAGE 4 OF 5 86-2 MATERIALS AND INSTALLATION 86-2.14 Testing. Testing of traffic signal controller units, fully wired cabinets, and auxiliary equipment will be performed by the City's signal maintenance contractor (Southwest Signal Service of E1 Cajon, California) at the City's expense. Any testing subsequent to rejection of the equipment for failure to comply with specification requirements, and all scheduling, transportation of the units to be tested, and other constraints of Caltrans 86-2.14A shall be the responsibility of the controller manufacturer, and no additional compensation shall be allowed thereof. 86-8 PAYMENT 86-8.01 Payment. The lump sum price paid under this contract shall include all equipment, materials, incidentals, tools, labor, and items of work. AUTHORIZED SIGNATURE PAGE 5 OF 5 PROPOSAL TO THE CITY PURCHASING MANAGER CITY OF POWAY BID ITEMS IN COMPLIANCE WITH THE NOTICE TO CONTRACTORS AND ALL SPECIAL PROVISIONS PERTAINING TO THIS REQUEST, THE UNDERSIGNED HEREBY PROPOSES TO PROVIDE THE STIPULATED ITEMS FOR THE PRICES SET FORTH BELOW UPON WHICH AWARD OF CONTRACT IS MADE. 1. One type 90 Traffic Signal Controller and appurtenances. GRAND TOTAL $ TOTAL AMOUNT OF BID IN WORDS: AND DATED DOLLARS CENTS , 1982 BIDDER BY TITLE BIDDER'S POST OFFICE (Corporate Seal) COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate and shall submit same to the City of Poway prior to performing any work on the contract. "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workmen's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract." Contractor Title Date BY Section 3700 of the State Labor Code reads as follows: "Every employe~ except the State and all politicol subdivisio~ or i~titutions th~eof, sh~ secure the payment of compe~a~on in one or more of the following ways: "(a) By b~ng i~u~ed agai~t liabild~y to pay compensation in one or more i~e~.,.~uly authorized to write compe~u~ion in- surance in t/~ sto~e. "(b) By secw~ing from the D~e~or of Ind~tri~ Rel~ions a co~L~icate oa~ conse~It to self-insure, which may be given upon fu/~J~g proof scu~ac~ory to the Director of Indus.~ic~ Relatio~ o~ ability to s~-insure and to pay ai~y compensation that may become due to f~s emp~oye~s." TO BE SUBMITTED WITH EXECUTED CONTRACT COMPENSATION r~c~-~ ~ ~,~.~,mm CERTIFICATE COUNCIL MEMBERS: BOB EMERY, Mayor MARY SHEPARDSON, Deputy Mayor LINDA ORAVEC CkYDE REXRODE BRUCE TARZY CITY OF POWAY DATE: TO: RE: Prospective Bidder Notice Inviting Sealed Bids Bid Number 003-82 The City of Poway requests sealed bids to provide the Public Services Department with Traffic Signal Poles and Appurtenances. Attached, please find the bid specifications and forms to be used in submitting a bid for this material. Please note that bids must be received in the Office of the Purchasing Manager, City of Poway, 13325 Civic Center Drive or P. O. Box 785, Poway, CA 92064, no later than 2:00 PM, Tuesday, March 16, 1982. If you have any questions, please do not hesitate to contact me at the numbers listed below. Sincerely, CITY OF POWAY DAM:cls Attachments Exhibit "B" to Resolution No. 215 Adopted 3/2/82 Administrative Offices Located at 13325 Civic Center Drive Mailing Address: P.O. Box 785, Poway, California 92064 · (714) 748-6600, (714) 695-I400 CITY OF POWAY Bid Instructions and Conditions TRAFFIC SIGNAL POLES AND APPURTENANCES General Specifications GENERAL INFORMATION: The Purchasing Manager of the City of Poway will receive at his office at City Hall, 13325 Civic Center Drive, Poway, California, up to, but no later than 2:00 PM on Tuesday, March 16, 1982, proposals on this bid form only, for BID #003-82, covering the supply of Traffic Signal Poles and Appurtenances described herein. 2. The bid instructions and conditions included herein are a part of the bid submitted and binding upon all bidders. Ail material furnished will be subject to inspection and approval of the Purchasing Manager after delivery. The ~ight is reserved to reject and return at the risk and expense of the supplier such portion of any shipment which may be defective or fail to comply with approved specifications without invalidating the remainder of the order. QUOTATIONS: Ail prices and quotations must' be in ink or typewritten. No pencil figures or erasures permitted. Mistakes may be crossed out and corrections inserted adjacent thereto and must be initialed in ink by the person signing the quotation. Prices must be as specified. TRANSPORTATION CHARGES: 5o It is understood that the bidder agrees to deliver with all transportation charges prepaid, all items on which bids are accepted to the site/sites indicated. All costs for delivery, drayage, or for freight, or for the packing of said articles are to be borne by the bidder. BID OPENINGS: Each bid must be in a separate sealed envelope enclosed in a larger envelope. Both envelopes must show the Bid Number and a description of the items for which the bid is being submitted. The bid must be delivered to the Purchasing Department of the City of Poway on or before the day and hour specified, at which time it will be publicly opened and read aloud. Ail bids received after the scheduled time of the opening will be returned unopened to the bidder. Bids should be verified before submission as bids cannot be withdrawn after opening. No bid can be corrected or altered or signed after being opened. The City of Poway will not be responsible for errors or omissions on the part of the bidder in making up their bids. AUTHORIZED SIGNATURE PAGE 1 OF 4 The right is reserved to reject any and all bids, to accept or reject any one or more items of a bid, or to waive any irregularities or informalities in the bids or in the bidding. The City of Poway will have a period of 30 calender days after opening of bids within which to accept or reject the bids. EXCUSE FOR NON PERFORMANCE: The successful bidder shall be excused from performance hereunder during the time and to the extent that they are prevented from obtaining, delivering, or performing in the customary manner by Act of God, fire, strike, partial or total interruption of, or loss of transportation facilities, lockout, commandeering of raw materials, products, manufacturing plants or facilities by the government, when satisfactory evidence thereof is presented to the City of Poway, providing it is satisfactorily established that the non performance is not due to the fault or negligence of the party not performing. ASSIGNMENT OF CONTRACT: 8o The successful bidder shall agree not to assign, transfer, convey, sublet or otherwise dispose of the items and services appearing on this bid form, which he may be awarded, or any rights accruing thereunder, title or interest therein, funds to be received hereunder, or any power to execute the same without the consent in writing of the Purchasing Manager. Notice is hereby given that the City will not honor any assignment made by the contractor unless the consent is in writing, as indicated above, has been given. WORK/~AN'S COMPENSATION CERTIFICATES: Section 3700 of the State Labor Code requires that every employer shall secure the payment of compensation by either being insured against liability to pay compensation with one or more insurers or by securing a certificate of consent to self-insure from the State Director of Industrial Relations. In accordance with this section and with Section 1861 of the State Labor Code, the contractor shall sign a Compensation Insurance Certificate, which is included within these specifications and submit same to City along with the other required contract documents, prior to performing any work. CLAYTON ACT AND CARTWRIGHT ACT: 10. Section 4551 of the State Government Code specifie§ that in executing a public works contract with the City to supply goods, services or materials, the contractor or Subcontractor offers and agrees to assign to the City all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professional Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the City of Poway tenders final payment to the Contractor without further acknowledgement by the parties. AUTHORIZED SIGNATURE PAGE 2 OF 4 BIDDER'S GUARANTEE: 11. Ail bids shall be accompanied by cash, cashier's check, certified check or bidder's bond, made payable to the City of Poway for an amount equal to at least ten percent (10%) of the amount of said bid; and no bid shall be considered unless such cash, cashier's check, certified check or bidder' bond is enclosed therewith. DELIVERY: 12. Delivery shall be within 60 days after receipt of order to the location stated herein. Specify best delivery date after receipt of order if unable to comply with above. A) Best delivery date if unable to meet 60 day ARO fill in if applicable. TRAFFIC SIGNAL POLES Ail traffic signal poles shall conform to the California Department of Transporta- tion Standard Plans and Standard Specifications, Section 86, "Signals and Lighting," dated January, 1981, except as noted in these Special Provisions and on the Plans. Copies of these documents are available from the State of California, Department of Transportation, Central Publication Distribution Unit, 6002 Folsom Boulevard, Sacramento, California, 95819. The following subsection numbers coincide with those of the specifications set forth above. Only those sections requiring amendment or elaboration, or specify- ing options are called out. 86-1.04 Warranties, Guarantees, and Instruction Sheets. The traffic signal materials furnished for this project shall be guaranteed for a period of not less than one year. 86-2 MATERIALS AND INSTALLATION 86-2.04 Standards, Steel Pedestals, and Posts. The pipe tenons at the ends of signal mast arms shall conform to Caltrans Standard Plan ES-6S, Detail TL, Tip Tenon. The following standards shall be supplied: TYPE QUANTITY 26-4-70 with 45' signal arm and 15 ' luminaire arm 19-2-70 with 25' signal arm and 15' luminaire arm 15 with 12' luminaire arm Poles shall be delivered to the City's service yard at 14445 Lake Poway Road. AUTHORIZED SIGNATURE PAGE 3 OF 4 86-8 PAYMENT 86-8.01 Payment. The lump sum prices paid under this contract shall include all equipment, materials, incidentals, tools, labor and items of work. AUTHORIZED SIGNATURE PAGE 4 OF 4 PROPOSAL TO THE CITY PURCHASING MANAGER CITY OF POWAY BID ITEMS IN COMPLIANCE WITH THE NOTICE TO CONTRACTORS AND ALL SPECIAL PROVISIONS PERTAINING TO THIS REQUEST, THE UNDERSIGNED HEREBY PROPOSES TO PROVIDE THE STIPULATED ITEMS FOR THE PRICES SET FORTH BELOW UPON WHICH AWARD OF CONTRACT IS MADE. QUANTITY TYPE COST 26-4-70 with 45' signal arm Figures $ and 15 ' luminaire arm Words 19-2-70 with 25' signal arm and 15' luminaire arm 15' with 12' luminaire arm Figures $ Words Figures $ Words GRAND TOTAL $ Dollars Cents Dollars Cents Dollars Cents TOTAL AMOUNT OF BID IN WORDS: AND DATED DOLLARS CENTS , 1982 BIDDER BY. TITLE Bidder's Post Office (Corporate Seal) COMPENSATION iNSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate and shall submit same to the City of Poway prior to performing any work on the contract. "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workmen's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract." Contractor Title Date BY Section 3700 of the State Labor Code reads as follows: "Every employer except the State and all politicalsubdivd~ions or institutions thereof, shall sec~e the payment of compensation in one or more of the following ways: "(a) By being insured against liability to pay compensation in one or more insurers duly a~thorized to write compensation in- surance in th~s stat~'. "(b) By securing from the Director of Industrial Relations a certificate of consent to self-i~ure, which may be given upon fur~shing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees." TO BE SUBMITTED WITH EXECUTED CONTRACT COMPENSATION INSURANCE CERTIFICATE