Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-090C C Temp. Reso. # 10970 May 18, 2006 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2006-S(2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE PURCHASE OF TWO (2) TRAILER -MOUNTED, BATTERY/SOLAR POWERED PORTABLE MESSAGE BOARDS FROM AMERICAN SIGNAL COMPANY, BASED ON CONTRACT ITB-DOT 03/04-9015-RR, PO400-PO402 AND PER SPECIFICATION FC 9274, AT A TOTAL COST NOT TO EXCEED $26,200.00; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac desires to maintain a high level of emergency services to its residents and visitors immediately before, during and after hurricanes and other such disasters; and WHEREAS, the City of Tamarac desires to enhance security to its residents and visitors by employing various techniques to provide directions and instructions to its residents and visitors during times of disaster; and WHEREAS, it is necessary to provide this helpful, safety and vital information to its residents and visitors in a timely manner; and WHEREAS, Trailer Mounted Battery/Solar Powered Portable Message Boards would have the capability to provide emergency information to our residents and visitors in more than one location at the same time; and WHEREAS, the State of Florida, Department of Transportation, solicited bids on several types of Trailer Mounted Battery/Solar Powered Portable Message Boards based on different specifications, a copy of said Bid is included herein as Exhibit "1 "; and Temp. Reso. # 10970 May 18, 2006 Page 2 WHEREAS the Invitation to Bid was renewed from December 15, 2005 — December 14, 2006, via memorandum from Renee Randall, a copy of said memo is included herein as Exhibit "2"; and WHEREAS, bids were received from several vendors based on various specifications, and WHEREAS, American Signal Company, was the lowest, most responsive and responsible bidder for Specification FC 9274, with a per unit cost of $13,100.00 for each Trailer Mounted Battery/Solar Powered Portable Message Board, at a total cost of $26,200.00 for two (2) units, a copy of said response is included herein as Exhibit "3", and WHEREAS, City Code §6-155 allows the Purchasing and Contracts Manager the authority to utilize contract prices from other governmental agencies; and WHEREAS, funding was appropriated by the City Commission in the FY 06 budget for said purpose; and WHEREAS, the Fire Rescue Chief and the Purchasing and Contracts Manager recommend that the City award the bid to American Signal Company, for the purchase of two (2) Trailer Mounted Battery/Solar Powered Portable Message Boards; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award the bid for two (2) Trailer Mounted Battery/Solar Powered Portable Message Boards to American Signal Company, for a total price not to exceed $26,200.00. 1 Temp. Reso. # 10970 May 18, 2006 Page 3 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to accept Bid Contract ITB-DOT 03/04-9015-RR, PO400-PO402 for the purchase of two (2) Trailer Mounted Battery/Solar Powered Portable Message Boards from American Signal Company, for a total cost not to exceed $26,200.00. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. Temp. Reso. # 10970 May 18, 2006 Page 4 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of , 2006. ATTEST: MARION SWEN ON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. 4 Off1. a Nm 4, F I -, I-M , 0, IV, e NO 0 A NSBAUM-TALABISCO ,14• RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM. ATKINS-GRAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER REN -j " CITY ATTORNEY C' TR 10970 - EXHIBIT 1 State of Florida Department of Transportation INVITATION TO BID ARROW & MESSAGE BOARDS ITB-DOT-03/04-9015-RR CONTRACT # P0400 - P0402 EFFECTIVE: DECEMBER 13, 2003 TO DECEMBER 14, 2005 PRICE SHEET IMPORTANT: Any product bid must be on the Department's Approved Products List priorto bid opening. Additionally, vendors shall supply Florida Department of Transportation Certification numbers for each item bid. Failure to supply this information shall result in bid rejection. NOTICE TO PROSPECTIVE OFFERERS: IF ASKED FOR SPECIFIC INFORMATION, YOU MUST GIVE THE INFORMATION REQUESTED. THE COMPLETED SPECIFICATION/COMPLIANCE SHEET(S), WITH ALL BLANKS FILLED IN AND PROPER RESPONSES SHALL BE RETURNED WITH YOUR BID. BIDDER SHALL SUBMIT ONE(1) ORIGINAL AND TWO(2) COPIES OF COMPLETE BID PACKAGE. EACH BID PACKAGE SHALL INCLUDE SIGNED "INVITATION TO BID" FORM, SPECIFICATION/COMPLIANCE SHEETIS), AND COPY OF MANUFACTURER'S SPECIFICATION/DATA SHEET(S). EACH PACKAGE SHALL BE MARKED "ORIGINAL". AND "COPY" FAILURE TO COMPLY WITH THIS NOTICE SHALL CAUSE YOUR BID TO BE REJECTED AS NON -RESPONSIVE. PRICE PER UNIT DELIVERED TO ANY FDOT LOCATION IN FLORIDA FOR ITEMS 1-5: ITEM 1: .ARROW BOARD, TRUCK MOUNTED, PER ATTACHED SPECIFICATION NH9270 MANUFACTURER AND MODEL # NO AWARD ITEM 1 - UNIT PRICE =$ NO AWARD ITEM 1 - OPTIONS: (May or may not be purchased at discretion of the FDOT. Option price will be considered in basis of bid award.) 4.1 $ NO AWARD 4.2 $ NO AWARD 4.3 $ NO AWARD ITEM 1 TOTAL OPTIONS = $ NO AWARD ITEM 1 UNIT PRICE + OPTIONS = $ NO AWARD DELIVERY: Delivery will be made within days after receipt of Purchase Order. Vendor # NO AWARD ITEM 4: CHANGEABLE MESSAGE SIGN, TRAILER MOUNTED, PER ATTACHED SPECIFICATION FC 9271 MANUFACTURER AND MODEL # NO AWARD ITEM 4 UNIT PRICE = $ NO AWARD ITEM 4 - OPTIONS: (May or may not be purchased at discretion of the FDOT. Option price will be considered in basis of bid award.) 4.1 $ NO AWARD ITEM 4 TOTAL OPTIONS = $ NO AWARD ITEM 4 UNIT PRICE + OPTION = $ NO AWARD DELIVERY: Delivery will be made within days after receipt of Purchase Order. Vendor # NO AWARD ITEM 5: CHANGEABLE MESSAGE SIGN, SOLAR POWERED, TRAILER MOUNTED, PER ATTACHED SPECIFICATION FC 9274 MANUFACTURER AND MODEL # American Signal / CMS-T3311 D ITEM 5 UNIT PRICE = $ 13,100.00 ITEM 5 - OPTIONS: (May or may not be purchased at discretion of the FDOT. Option price will be considered in basis of bid award.) 4.1 $ N/C 4.2 S N/C ITEM 5 TOTAL OPTIONS = $ N/C ITEM 5 UNIT PRICE + OPTION = $ 13,100.00 DELIVERY: Delivery will be made within 30 days after receipt of Purchase Order. Vendor #1, P0400 — American Signal ITEM 2: ARROW BOARD, DIESEL POWERED, TRAILER MOUNTED, PER ATTACHED SPECIFICATION FC 9270 MANUFACTURER AND MODEL # Wanco, Inc. / WT068-SAL ITEM 2 UNIT PRICE = $4440.00 ITEM 2 - OPTIONS: (May or may not be purchased at discretion of the FDOT. Option price will be considered in basis of bid award.) 4.1$ 51.00 ITEM 2 TOTAL OPTIONS = $ 51.00 ITEM 2 UNIT PRICE + OPTION = $ 4491.00 DELIVERY: Delivery will be made within 21 days after receipt of Purchase Order. Vendor #3, P0402 — Wanco, Inc. ITEM 3: ARROW BOARD, SOLAR POWERED, TRAILER MOUNTED, PER ATTACHED SPECIFICATION FC 9273 MANUFACTURER AND MODEL #Ver-Mac / VM-95SL ITEM 3 UNIT PRICE = $3,295.00 ITEM 3 - OPTIONS: (May or may not be purchased at discretion of the FDOT. Option price will be considered in basis of bid award.) 4.1 $ N/C 4.2 $150.00 ITEM 3 TOTAL OPTIONS = $ 150.00 ITEM 3 UNIT PRICE + OPTIONS = M"5.00 DELIVERY: Delivery will be made within 30 days after receipt of Purchase Order. Vendor #2, P0401 — Ver Mac. VENDOR #1— P0400 ORDERING INSTRUCTIONS Bid Number: ITB-DOT-03/04-9015-RR Title: ARROW & MESSAGE BOARDS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F581765732-001_ VENDOR: American Signal Company ADDRESS: 2755 Bankers Industrial Drive CITY, STATE, ZIP: Atlanta, GA 30360 TELEPHONE: 770/448-665 0 TOLL FREE NO.: (800) FAX NO.: 770 / 448-8970 DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Robert R. Faraon Regional Sales Manager ADDRESS: 2755 Bankers Industrial Drive CITY, STATE, ZIP: Atlanta GA 30360 TELEPHONE: 770 / 448-6650 x 14 TOLL FREE NO.: (800) -FAX NO.: 770 / 448-8970 INTERNET E-MAIL ADDRESS: _ Maraon _ amsig.com________ INTERNET WEBSITE URL: www.amsig.com Will you accept the State of Florida Purchasing Card (VISA)? _X Yes No VENDOR #2 — P0401 ORDERING INSTRUCTIONS Bid Number: ITB-DOT-03/04-9015-RR Title: ARROW & MESSAGE BOARDS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): _N1.33803668-001_ VENDOR: V ADDRESS: 1781 CITY, STATE, ZIP: Sainte -Foy, QC G2G 2V2 TELEPHONE: 418 / 654-1.303 TOLL FREE NO.: (888) 488-7446 T _ FAX NO.: 41.8 / 654-1303 DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Kimberly Jack Sales Coordinator ADDRESS: 1781 Bresse CITY, STATE, ZIP: Sainte -Foy, QC G2G 2V2 TELEPHONE: 418 / 654-1303 TOLL FREE NO.: (888) 488-7446 FAX NO.: 418 / 654-0517 INTERNET E-MAIL ADDRESS: kim.jack&ver-mac.com INTERNET WEBSITE URL: www.ver-mac.com Will you accept the State of Florida Purchasing Card (VISA)? . Yes X No VENDOR #3 — P0402 ORDERING INSTRUCTIONS Bid Number: ITB-DOT-03/04-9015-RR Title: ARROW & MESSAGE BOARDS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): F841051014-002 VENDOR: Wanco ADDRESS: 5870 Tennyson Street CITY, STATE, ZIP: Arvada, CO 80003 TELEPHONE: 3 03 /427 -5 700 TOLL FREE NO.: (800) 972-0755 FAX NO.: 303 / 427-5725 DELIVERY: DELIVERY WILL BE MADE WITHIN 21 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Jim McLemore, Sales Supervisor ADDRESS:_ 5870 Tennyson -Street_ CITY, STATE, ZIP: Arvada, CO 80003 TELEPHONE: 303 / 427-5700 TOLL FREE NO.: (800) 972-0755 FAX NO.: 303 / 427-5725 INTERNET E-MAIL ADDRESS: iimn.wanco.com INTERNET WEBSITE URL: www.wanco.com Will you accept the State of Florida Purchasing Card (VISA)? _X—Yes No SPECIAL CONDITIONS 1) INTRODUCTION ITB-DOT-03/04-9015-RR The purpose of this Invitation To Bid is to obtain competitive bids to establish a two (2) year contract for the purchase of ARROW & MESSAGE BOARDS by the Department of Transportation, hereafter referred to as the "Department". The contract will become effective on November 8, 2003 or the date the successful bidder(s) is approved for award, which comes last and will expire two 2 ears from that date. After the award, said bidder(s) will be referred to as the "Vendor(s)". All commodities identified in this Invitation to Bid will be subject to the availability of identical commodities as provided by mandatory Department of Management Services' State Contract(s) at such time these commodities become available. In the event of duplication(s) of commodities, the Department of Management Services' mandatory State Contract shall prevail. 2) CONTRACT USE Use of the contract resulting from this bid will be optional for the Department. The Department reserves the right to solicit separate bids for any unusual or abnormal quantity requirements that may arise during the term of the contract. 3) MINORITY BUSINESS UTILIZATION The Department encourages the recruitment and utilization of certified and non -certified minority businesses. The Department, its Vendors, suppliers, and consultants should take all necessary and reasonable steps to ensure that minority businesses have the opportunity to compete for and perform contract work for the Department in a nondiscriminatory environment. If two equal low bids are received and one response is from a certified Minority Business Enterprise (MBE), certified by the Department of Management Services' Office of Supplier Diversity, the Department will award the contract to the. certified MBE. The MBE's certification must be current at the time and date of bid opening. 4) PRICES/DELIVERY Prices quoted are to be firm, net, delivered prices, F.O.B. destination. Delivery must be made within thirty (30) calendar days or less upon receipt of a purchase order by the contract vendor at their designated ordering location. If more time is needed, the bidder should state the extra time required and the reasons why, in their bid response. Acceptance will be subject to the Department's approval. 5) PRICE ADJUSTMENTS Price(s) shall remain firm, delivered to Department of Transportation location(s) in Florida for the life of the contract. Price adjustments will not be allowed. 6) DELIVERY Delivery must be made within six 60 calendar days or less upon receipt of a purchase order by the contract supplier at his designated ordering location_ If more time is needed the bidder should state the extra time required and the reasons why in the bid. Acceptance will be subject to "DOT" approval. Refer to Section 6.1 of specification for additional delivery requirements. Contractor shall complete delivery to DOT within fourteen (14) calendar days from anticipated date stated in acknowledgment form. Contractor shall notify DOT personnel designated on purchase order no less than twenty-four (24) hours prior to delivery. Deliveries will be accepted only between 8:00 A.M. and 3:00 P.M. on DOT's normal work days. Deliveries not complying with these requirements may be rejected and will have to be redelivered at contractor's expense. A Manufacture's Statement of Origin and a copy of warranty(ies) shall be provided upon delivery. All service and operating manuals required shall be provided upon delivery. 7) VENDOR REGISTRATION All vendors that have not re -registered with the State of Florida since March 31, 2003, must go to https://vendor.iiivfloridamarketl2lace.com to complete on-line registration, or call 1-866-352-3776 for assisted registration. 8) MyFloridaMarketPlace TRANSACTION FEE This procurement is subject to the MyFloridaMarketPlace Transaction Fee, pursuant to Rule 60A-1.031, Florida Administrative Code, and Attachment 1 will be applicable. 9) CONTRACT RENEWAL This contract may be renewed for a period that may not exceed 3 years or the term of the original contract, whichever period is longer. Renewals shall be contingent upon satisfactory performance evaluations by the Department and subject to the availability of funds. Renewal of the contract shall be by mutual agreement in writing and shall be subject to the same terms and conditions set forth in the initial contract. 10) CANCELLATION All contract obligations shall prevail for at least one hundred and eighty (180) days after the effective date of the contract. For the protection of both parties, this contract may be cancelled in whole or in part after one hundred and eighty (180) days by either party giving thirty (30) days prior written notice to the other contract party. The contract may, also, be cancelled by the Department for nonperformance (default) in accordance with Rule 60A-1.006(3), F.A.C-. 11) BID QUESTIONS & ANSWERS Any technical questions arising from this Invitation to Bid must be forwarded, in writing, to the procurement agent identified below. The Department's written response to written inquiries submitted timely by bidders will be posted on the Florida Vendor Bid System at www.m florida.com (click on `BUSINESS", click on "Doing Business with the State", under "Everything for Vendors and Customers", click on "Vendor Bid System (VBS)", then click on "Search Advertisements"), under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting their bid. Only written inquiries from bidders, which are signed by persons authorized to contractually bind the bidders, will be recognized by the Department as duly authorized expressions on behalf of the bidders. WRITTEN TECHNICAL QUESTIONS should be submitted to: Renee Randall, renee.randallndot.state.fl.uss 605 _wa , _.. 50/4,14-4481., & Fax number: Suwannee Street Roam 481 Tallahassee, Florida 32399-0450, Telephone number: 8 850/41.4-4952. Telephone calls for clarification about the specifications, product testing, or delivery should be directed to: Ken Kimsey, Mechanical Equipment Engineer, and Telephone number: 850/410-5757. Telephone calls for Questions regarding administrative aspects of the bid process should be directed to: Renee Randall, 4 481,& Fax number: 850/414-4952. renee.randall(a�dnt.state.fl.us, Telephone number: 850/41, , 4,,,_ _ 1.2) ORAL INSTRUCTIONS / CHANGES TO THE .INVITATION TO BID (ADDENDA No negotiations, decisions, or actions will be initiated or executed by a bidder as a result of any oral discussions with a State employee. Only those communications which are in writing from the Department will be considered as a duly authorized expression on behalf of the Department. Notices of changes (addenda) will be posted on the Florida Vendor Bid System at www.myforida.com (click on "BUSINESS", click on "Doing Business with the State", under "Everything for Vendors and Customers", click on "Vendor Bid System (VBS)", then click on "Search Advertisements") under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. All addenda will be acknowledged by signature and subsequent submission of addenda with bid when so stated in the addenda. 13) .ORDERING INSTRUCTIONS Manufacturers are encouraged to bid direct naming dealers who will accept orders and complete deliveries. Bidders must include complete ordering instructions, including FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID), for invoicing dealers, with the bid on a separate sheet. 14) ORDER QUANTITIES The Department will, at its discretion, place orders with the Vendor(s) for various quantities of the items, as needed, during the contract period. Bidders are encouraged to identify the standard packaging quantity and minimum order quantity acceptable for each item or group of items bid. Excessive minimum order quantities will not be accepted. 15) BLANKET PURCHASE ORDERS The Department may, at its discretion, establish a blanket (open) purchase order with the successful bidder(s) to facilitate the purchasing of materials. The purchase of materials may be placed by; (1) written purchase order, (2) telephone orders by authorized Department personnel, or (3) an itemized order in writing. The Department will supply the successful bidder(s) with a list of personnel authorized to order. Delivery of items on these blanket purchase orders shall not exceed the contract effective period. 16) INVOICING Invoices must match units specified on the Purchase Order. 17) ESTIMATED PURCHASES It is anticipated that the Department will purchase approximately $150,000.00 under any contract resulting from this bid. This estimated amount is given only as a guideline for preparing your bid and should not be construed as representing an actual amount to be purchased under this contract. The Vendor(s) shall supply, at bid prices, the actual amounts ordered regardless of whether the total of such amounts is more or less than anticipated. This bid and the resulting contract will be subject to annual appropriated funding. 18) ALTERNATES ALTERNATE BRANDS WILL, NOT BE CONSIDERED FOR THIS BID. BID AS SPECIFIED. 19) WARRANTY A warranty is required on all items purchased against defective materials, workmanship, and failure to perform in accordance with required industry performance criteria, for a period of not less than ninety (90) days from the date of acceptance by the purchaser. Any deviation from this criteria must be documented in the bid response or the above statement shall prevail. 20) REPLACEMENT Replacement of all materials found defective within the warranty period shall be made without cost to the purchaser, including transportation and/or restocking fees if applicable.. 21) PRODUCT REQUIREMENTS/SPECIFICATIONS Items furnished shall be standard products of the manufacturer or their suppliers, shall be new, unused, clean, and free from any defects or features affecting appearance, serviceability, or the safety of the user in normal intended use. Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items offered are in strict compliance with these specifications, and successful bidder will be held responsible therefore. Deviations must be explained in detail on separate attached sheet(s). 22) ACCEPTANCE All items listed in the specifications, delivered to the Department not meeting specifications or found to be poorly manufactured will not be accepted, but returned to the Vendor, at their expense, for replacement. Replacement of all items found defective shall be made, without cost to the Department, including transportation, if applicable. As it may be impossible for each facility to inspect all items upon arrival, a reasonable opportunity must be given to these facilities for inspection of the items, and returning those that are defective. 23) REQUIRED DOCUMENTS Bidders are required to complete and return the State of Florida "Bidder Acknowledgement" form as well as the bid sheet(s). These forms must be signed by a representative who is authorized to contractually bind the bidder. All bid sheets and the "Bidder Acknowledgement" form must be executed and submitted in a sealed envelope. Indicate the bid number, with the time and date of the bid oyenine, on the envelope used to return the bid. 24) PROTEST OF INVITATION TO BID SPECIFICATIONS Any person who is adversely affected by the contents of this Invitation to Bid must file the following with the Department of Transportation, Clerk of Agency Proceedings, 605 Suwannee Street Room 550 Mail Station 58 Tallahassee Florida 32399- 0450: 1. A written notice of protest within seventy-two (72) hours after the posting of the solicitation, and 2. A formal written protest in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written Notice of Intent to Protest is filed. Failure to file a notice of protest or failure to file a formal written protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 25) PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 26) UNAUTHORIZED ALIENS The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. 27) DISCRIMINATION An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases or real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 28) RESERVATIONS The Department reserves the right to accept or reject any or all bids received and reserves the right to make an award without further discussion of the bids submitted. Therefore, the bidder should make sure that the bid package submitted is complete and accurate and submitted to ensure delivery on or before the bid opening time and date specified in this solicitation. It is understood that the bid will become a part of the Department's official file, without obligation to the Department. 29) ADDITIONAL TERMS & CONDITIONS No conditions may be applied to any aspect of the ITB by the prospective bidder. Any conditions placed on any aspect of the bid documents by the prospective bidder may result in the bid being rejected as a conditional bid (see "RESPONSIVENESS OF BIDS"). DO NOT WRITE IN CHANGES ON ANY ITB SHEET. The only recognized changes to the ITB prior to bid opening will be a written addenda issued by the Department. 30) RESPONSIVENESS OF BIDS Bids will not be considered if not received by the Department on or before the date and time specified as the due date for submission. All bids must be typed or printed in ink. A responsive bid is an offer to provide the items specified in this Invitation to Bid in accordance with all requirements of this Invitation to Bid. Bids found to be non -responsive will not be considered. Bids may be rejected if found to be irregular or not in conformance with the specifications and instructions herein contained. A bid may be found to be irregular or non -responsive by reasons that include, but are not limited to, failure to utilize or complete prescribed forms, modifying the bid specifications, submitting conditional bids or incomplete bids, submitting indefinite or ambiguous bids, or executing forms or the bid sheet with improper and/or undated signatures. Other conditions which may cause rejection of bids include evidence of collusion among bidders, obvious lack of experience or expertise to provide the required items, and failure to perform or meet financial obligations on previous contracts. 31) MODIFICATIONS, RESUBMITTAL AND WITHDRAWAL Bidders may modify submitted bids at any time prior to the bid due date. Requests for modification of a submitted bid shall be in writing and must be signed by an authorized signatory of the bidder. Upon receipt and acceptance of such a request, the entire bid will be returned to the bidder and not considered unless resubmitted by the due date and time. Bidders may also send a change in a sealed envelope to be opened at the same time as the bid. The ITB number, opening date and time should appear on the envelope of the modified bid. 32) WAIVERS The Department may waive minor informalities or irregularities in bids received where such is merely a matter of form and not substance, and the correction or waiver of which is not prejudicial to other bidders. Minor irregularities are defined as those that do not have an adverse effect on the Department's interest and do not affect the price of the bid by giving a bidder an advantage or benefit not enjoyed by other bidders. 33) COPYRIGHTED MATERIAL Copyrighted material will be accepted as part of a bid response only if accompanied by a waiver that will allow the Department to make paper and electronic copies necessary for the use of Department staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public. 34) ATTACHMENT TO ITB SUBMITTAL - CONFIDENTIAL MATERIAL The Bidder must include any materials it asserts to be exempted from public disclosure under Chapter 119, Florida Statutes, in a separate bound document labeled "Attachment to Invitation to Bid, Number ITB-DOT- (bid #) - Confidential Material". The Bidder must identify the specific Statute that authorizes exemption from the Public Records Law. Any claim of confidentiality on materials the Bidder asserts to be exempt from public disclosure and placed elsewhere in the proposal will be considered waived by the Bidder upon submission, effective after opening. 35) SPECIAL ACCOMMODATIONS Any person with a qualified disability requiring special accommodations at the pre -bid conference and/or bid/proposal opening shall contact the procurement office at the phone number on the above Invitation To Bid cover sheet at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using Florida Relay Services at (800) 955-8771 (TDD). 36) REVIEW OF BIDDER'S FACILITIES & QUALIFICATIONS After the bid due date and prior to contract execution, the Department reserves the right to perform or to have performed, an on -site review of the bidder's facilities and qualifications. This review will serve to verify data and representations submitted by the bidder and may be used to determine whether the bidder has adequate facilities, equipment, qualified and experienced staff, and overall management capabilities to provide the required items. The review may also serve to verify whether the bidder has financial capabilities adequate to meet the contract requirements. Should the Department determine that the bid package has material misrepresentations or that the size or nature of the bidder's facilities, equipment, management capabilities, or the number of experienced personnel (including technical staff) are not adequate to ensure satisfactory contract performance, the Department has the right to reject the bid. 37) OPTIONAL CONTRACT USAGE In addition to use by the Department, and with the consent of the Vendor(s), purchases may be made by other governmental entities under the terms and conditions of this contract. The applicable purchasing laws, rules, and regulations of those governmental entities shall apply to their use of this contract. 38) MAIL OR DELIVER BIDS TO: (DO NOT FAX) Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Room 481 Tallahassee, Florida 32399-0450 Phone # 850/414-4477 39) BID OPENING The sealed bids will be opened by the Department's Procurement Office personnel at Department of Transportation, Procurement Office, Haydon Burns Building, 605 Suwannee Street, Room 481, Tallahassee, Florida, 32399-0450, on OCTOBER 28, 2003 at 3:00 PM. All bid openings are open to the public. 40) "DRUG -FREE WORK PLACE" PREFERENCE Whenever two or more bids which are equal with respect to price, quality, and service are received, a bid received from a business that certified that it has implemented a drug -free work place program in accordance with Section 287.087, F.S., will be given preference in the award process. The "Drug -Free Workplace Program Certification" must be completed and submitted with the bid response for this preference. 41) POSTING OF INTENDED AWARD 41.1) - General: The Department's intended award will be posted on the Florida Vendor Bid System at www.myflorida.com, (click on "BUSINESS", click on "Doing Business with the State", under "Everything for Vendors and Customers", click on "Vendor Bid System (VBS)", on NOVEMBER 4, 2003 at 10:00 AM, and will remain posted for a period of seventy-two (72) hours. Any bidder who is adversely affected by the Department's recommended award or intended decision must file the following with the Department of Transportation, Clerk of Agency Proceedings, 605 Suwannee Street, Room 550,_Mail Station 58 Tallahassee, Florida 32399-0450: 1. A written notice of protest within seventy-two (72) hours after posting of the intended award, and 2. A formal written protest and protest bond in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. At the time of filing the formal written protest, a bond (a cashier's check or money order may be accepted) payable to the Department must also be submitted in an amount equal to one percent (1%) of the estimated contract amount based on the contract price submitted by the protestor. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. If the notice advises of the bond requirement but a bond or statutorily authorized alternate is not posted when required, the agency shall summarily dismiss the petition. 41.2) - Inability to Post: If the Department is unable to post as defined above, the Department will notify all bidders by electronic notification on the Florida Vendor Bid System (see special condition 41.1, above) or by mail, fax, and/or telephone. The Department will provide notification of any future posting in a timely manner. 41.3) - Request to Withdraw Bid: Requests for withdrawal will be considered if received by the Department, in writing, within seventy-two (72) hours after the bid opening time and date. Requests received in accordance with this provision will be granted by the Department upon proof of the impossibility to perform based upon obvious error on the part of the bidder. Bidders that do not withdraw as stated above will forfeit their bid bond, if applicable. 42) RECYCLED MATERIAL The Department encourages the use of products and materials with recycled content and postconsumer recovered materials. If the item(s) specified herein is available with recycled content, we request that you provide product information to help in our search for recycled products. However, this bid request is for the product as specified herein and does not require prices for recycled product unless specified. This information should be sent separately and not as a part of vour bid response. 43) FORMS The Bidder must complete all required items below and submit them as part of the Bid package. Any Bid in which these forms are not used or in which these forms are improperly executed may be considered non -responsive and the bid may be subject to rejection. State of Florida "Bidder Acknowledgement" and General. Conditions Bid Sheet(s) Drug -Free Workplace Program Certification (if applicable) Certification of Recycled. Content (if applicable) Ordering Instructions 44) LIQUIDATED DAMAGES As timely delivery is of importance to the functioning of the agency, the Department reserves the right to cancel such items of the contract which are not delivered within the required time for such items. Failure by the Vendor(s) to deliver items as specified within the stated time may subject the Vendor(s) to liquidated damages in the amount of one percent (1%) of the bid price of the items for each day beyond the stated time. 45) ACKNOWLEDGMENT The "Acknowledgment of Order Form" (see attached form), must be mailed to the purchaser within fourteen (14) calendar days from the date the contractor receives the purchase order. Acknowledgment of receipt of order shall constitute an agreement by the contractor to deliver the equipment listed on the purchase order under the terms and conditions of this contract. Failure of the contractor to acknowledge receipt of a purchase order shall be considered acceptance by default and the contractor will be held responsible for delivering the equipment requested. 46) APPROVED PRODUCTS LIST Any product bid must be on the Department's Approved Products List prior to bid opening. Additionally, vendors shall supply Florida Department of Transportation Certification numbers for each item bid. Failure to supply this information can result in bid rejection. Bid Number: ITB-DOT-03/04-9015-RR FLORIDA DEPARTMENT OF TRANSPORTATION EQUIPMENT SPECIFICATION Specification Number: NH9270 Oct. 3, 2003 Unit of Equipment: Arrow Board, Truck Mounted ATTENTION PROSPECTIVE SUPPLIERS: In order for your bid on this equipment to be considered, all questions in this specification must be answered and all information asked for must be supplied. Incomplete or inappropriate (i.e., responding "yes" or "no" when specific information is asked for) responses may result in your bid being rejected. 1.0 INTENT: The intent of this specification is to provide minimum procurement requirements for an all-weather, truck mounted, arrow board. The device will alert, signal, control and direct vehicular traffic in and around Florida Department of Transportation (FDOT) maintenance activities. The model bid must be one that is pre - qualified by FDOT and meets all requirements of the Federal Highway Administration's Manual on Uniform Traffic Control Devices. NO AWARD FDOT Qualified Product # Understand and Acknowledge? (Yes/No) The unit required and covered by this specification shall be the manufacturer's latest basic production model and shall be equipped with all standard equipment in accordance with the manufacturer's latest literature, a copy of which must accompany the bid. No prototypes are allowed. The unit bid must have basically been in production for a minimum of one year. Understand and Acknowledge? (Yes/No) This contract will not be awarded until the FDOT State Maintenance Office is satisfied that the equipment proposed will meet the specification in every way. This may require interviews, documentary evidence, an equipment demonstration and inspection at an FDOT location of our choosing, or any combination of the above. Prospective suppliers will be expected to be fully cooperative with providing any reasonable evidence of specification compliance by the above methods. A maximum of 30 days between bid opening and contract award may be required for this process. After contract award, specification, compliance will be reconfirmed by inspection, documentation, and demonstration when the first and subsequent items are delivered, prior to acceptance. (See Section 6.0) Understand and Acknowledge? (Yes/No) 1.1 DEFINITIONS: "Approved Equivalent". Bidders may substitute components for those listed only if written approval (FAX is permitted) is granted by the Mechanical Equipment Engineer prior to bid opening. If this has not been accomplished by bid opening time, your bid will be rejected. The FDOT assumes no responsibility for responding to requests for approval of alternates in time for bid opening, as a technical evaluation frequently must be performed. Therefore, bidders are cautioned that quoting of the components listed may be advisable if lead time is short. Note: Inadvertent acceptance of previous bids with alternate components shall not be construed as FDOT approval of such alternate components. Understand and Acknowledge? (Yes/No) Manufacturer's model numbers: when a manufacturer's model number is stated, it is understood that design changes to the stated model by the manufacturer are not subject to the control of the FDOT and that the intent is to procure an item substantially identical to that version last procured by, demonstrated to, or otherwise brought to the attention of the FDOT. It is explicitly understood that it is the responsibility of the bidder to notify the FDOT of any changes of consequence. Please contact the person named on the bid documents for information regarding the last model for which information is on record with the FDOT bid evaluators. Understand and Acknowledge? (Yes/No) "Heavy Duty". This term means that the design and construction of the item is sufficiently rugged and has adequate safety factor to stand up to the sort of use typically expected to be experienced by FDOT drivers/operators without structural or functional failure or other consequences such that the item causes or will probably cause excessive down time. The Mechanical Equipment Engineer may accept or reject items bid based on his judgment of compliance with this provision without the necessity for a field trial, or may require testing and verification at his discretion. Understand and Acknowledge? (Yes/No) "Per (spec)". Whenever a specification such as SAE, OSHA, or FED -STD (but not limited to those) is referred to, the latest version as of the date of bid opening is the version to be used. If an update takes place between the time of bid opening and equipment delivery, the successful bidder and the FDOT will mutually agree in writing on which version shall prevail unless there are statutory requirements that the new version be used. Understand and Acknowledge? (Yes/No) 2.0 This section not used. 3.0 GENERAL REQUIREMENTS: 3.1 LIGHT SYSTEM: 3.1.1 The unit shall have a minimum of 13 lamps. Number of Lamps? 3.1.2 The lamps shall have a minimum diameter of 5-3/4" inches and be yellow in color. Lamp Diameter?/Color? 3.1.3 The unit shall be capable of displaying the following symbols: 1. Right Arrow - Flashing. 2. Left Arrow - Flashing. 3. Double Arrow - Flashing. 4. Caution (4 Light) - Flashing. Comply? (Yes/No) 3.1.4 The lamps shall be hooded a full 360 degrees. Hoods shall be painted flat black. Comply? (Yes/No) 3,1.5 The minimum legibility distance of the displayed symbols shall be 3/4 mile. Minimum Legibility Dist.? 3.2 SIGN PANEL: 3.2.1 The overall dimensions of the sign panel shall be a minimum of 30" high by 60" wide nominal. Panel Dimensions? 3.2.2 The sign panel shall be constructed of aluminum and painted flat black. Comply? (Yes/No) 3.2.3 Access panels shall be provided to service the interior of the sign panel. Comply? (Yes/No) 3.2.4 The sign panel shall be secured in both travel and erected positions by a heavy-duty locking mechanism. Comply? (Yes/No) 3.2.5 The sign panel shall be capable of being erected by one person with minimum effort. Comply? (Yes/No) 3.2.6 The sign panel shall be supported by a heavy-duty mounting frame that will allow mounting to horizontal and vertical surfaces. Comply? (Yes/No) 3.3 POWER SUPPLY: 3.3.1 The unit shall be powered by the 12 volt truck electrical system. Comply? (Yes/No) 3.4 CONTROL SYSTEM: 3.4.1 The unit shall be equipped with a automatic dimming feature to adjust the lamp intensity according to ambient light conditions. Comply? (Yes/No) 3.4.2 All controls shall be housed in a weatherproof control box which shall be pre -drilled for mounting inside the truck cab. A weatherproof control cable and wiring harness with a minimum of 10' in length shall be provided to connect the control box to the arrow board. Comply? (Yes/No) 3.4.3 Lamps shall flash at a rate within the range of 25 to 40 times per minute. Flash Rate? Comply? (Yes/No) 3.4.4 Lamp dwell time shall be 50 %. Dwell Time? Comply? (Yes/No) 3.4.5 A manual dim and manual bright switch shall be provided. Comply? (Yes/No) 4.0 OPTIONS: (Mayor may not be purchased at the discretion of the FDOT. Option price will be considered in the basis of award.) 4.1 Provide mounting brackets and hardware for mounting arrow board on top of truck cab. 4.2 Increase overall size of arrow board to 3' high by 6' long. Cost? Cost Above Base Unit Bid? 4.3 Increase minimum number of lamps to 25 to produce sequential chevron patterns with 25% dwell time. Cost Above Base Unit Bid? 5.0 CONDITIONS: Terms and conditions set forth in the bid documents will overrule this specification when there is disagreement between the specification and bid documents. 5.1 In addition to equipment specified, unit shall be equipped with all standard equipment as specified by the manufacturer for commercial equipment of this model, and shall comply with all Motor Vehicle Safety Standards as established by the U. S. Department of Transportation, all safety requirements of the latest issues of ANSI Standards and OSHA Standards, and all other required Federal and State of Florida legal requirements and safety standards. Comply? (Yes/No) 5.2 Bidders must submit two (2) copies of current manufacturer's data to substantiate compliance with the specifications, and a list of dealers in or near Florida. Comply? (Yes/No) 6.0 This section not used. 7..0 TRAINING AND MANUALS: 7.1 Two (2) manufacturers' operator manuals and two (2) maintenance manuals will be delivered with each unit. Comply? (Yes/No) 7.2 The supplier will provide a checklist for periodic preventive maintenance suitable for reproduction on 8 1/:by 11 paper. Comply? (Yes/No) 7.3 The supplier shall ensure that all service bulletins, recall notices, and/or other service or maintenance information for the reasonable life of the unit supplied are sent to the original delivery location. Comply? (Yes/No) 8.0 WARRANTY: 8.1 The manufacturer shall warrant all components, including those not of his manufacture, for a minimum of one year, paint rust -through for a minimum of two years. Date of warranty is to be the date of acceptance by FDOT. The successful bidder shall act as FDOT's agent regarding any warranty claim on sub contractor warranted components. In the event of a warranty claim of this nature, the FDOT will deal only with the prime supplier of this item. Any negotiations with sub -contractors will be handled by the prime supplier. Comply? (Yes/No) NOTE: Specification problems, questions, or comment: Problems, questions, or comments regarding this specification must be directed to Equipment Engineering at 850/410- 5757 a minimum of 10 days prior to bid opening, and must be immediately confirmed in writing to: Kenneth Kimsey, P.E., Mechanical Equipment Engineer Florida Department of Transportation 605 Suwannee Street, MS 52 Tallahassee, Florida 32399-0450 Understand and Acknowledge? (Yes/No) FLORIDA DEPARTMENT OF TRANSPORTATION EQUIPMENT SPECIFICATION Specification Number: FC 9270 Oct. 3, 2003 Unit of Equipment: Arrow Board, Diesel Powered, Trailer Mounted ATTENTION PROSPECTIVE SUPPLIERS: In order for your bid on this equipment to be considered, all questions in this specification must be answered and all information asked for must be supplied. Incomplete or inappropriate (i.e., responding "yes" or "no" when specific information is asked for) responses may result in your bid beinq rejected. 1.0 INTENT: The intent of this specification is to provide minimum procurement requirements for an all-weather, self- contained, trailer mounted, diesel powered arrow board. The device will alert, signal, control and direct high speed vehicular traffic in and around Florida Department of Transportation (FDOT) maintenance activities. The model bid must be one that is pre -qualified by FDOT and meets all requirements of the Federal Highway Administration's Manual on Uniform Traffic Control Devices and FDOT's Minimum Specifications For Traffic Control Signals and Devices. S102-1002 YES FDOT Qualified Product # Understand and Acknowledge? (Yes/No) The unit required and covered by this specification shall be the manufacturer's latest basic production model and shall be equipped with all standard equipment in accordance with the manufacturer's latest literature, a copy of which must accompany the bid. No prototypes are allowed, The unit bid must have basically been in production for a minimum of one year. YES Understand and Acknowledge? (Yes/No) This contract will not be awarded until the FDOT State Maintenance Office is satisfied that the equipment proposed will meet the specification in every way. This may require interviews, documentary evidence, an equipment demonstration and inspection at an FDOT location of our choosing, or any combination of the above, Prospective suppliers will be expected to be fully cooperative with providing any reasonable evidence of specification compliance by the above methods. A maximum of 30 days between bid opening and contract award may be required for this process. After contract award, specification compliance will be reconfirmed by inspection, documentation, and demonstration when the first and subsequent items are delivered, prior to acceptance. (See Section 6.0) YES Understand and Accept? (Yes/No) 1.1 DEFINITIONS: "Approved Equivalent". Bidders may substitute components for those listed pUl if written approval (FAX is permitted) is granted by Mechanical Equipment Engineer prior to bid opening. If this has not been accomplished by bid opening time, your bid will be rejected. The FDOT assumes no responsibility for responding to requests for approval of alternates in time for bid opening, as a technical evaluation frequently must be performed. Therefore, bidders are cautioned that quoting of the components listed may be advisable if lead time is short. Note: Inadvertent acceptance of previous bids with alternate components shall not be construed as FDOT approval of such alternate components. 1d:e Understand and Acknowledge? (Yes/No) Manufacturer's model numbers: when a manufacturer's model number is stated, it is understood that design changes to the stated model by the manufacturer are not subject to the control of the FDOT and that the intent is to procure an item substantially identical to that version last procured by, demonstrated to, or otherwise brought to the attention of the FDOT. It is explicitly understood that it is the responsibility of the bidder to notify the FDOT of any changes of consequence. Please contact the person named on the bid documents for information regarding the last model for which information is on record with the FDOT bid evaluators. YES Understand and Acknowledge? (Yes/No) "Heavy Duty". This term means that the design and construction of the item is sufficiently rugged and has adequate safety factor to stand up to the sort of use typically expected to be experienced by FDOT drivers/operators without structural or functional failure or other consequences such that the item causes or will probably cause excessive down time. The Mechanical Equipment Engineer may accept or reject items bid based on his judgment of compliance with this provision without the necessity for a field trial, or may require testing and verification at his discretion. YES Understand and Acknowledge? (Yes/No) "Per (spec)". Whenever a specification such as SAE, OSHA, or FED -STD (but not limited to those) is referred to, the latest version as of the date of bid opening is the version to be used. If an update takes place between the time. of bid opening and equipment delivery, the successful bidder and the FDOT will mutually agree in writing on which version shall prevail unless there are statutory requirements that the new version be used. 2.0 This section not used. 3.0 GENERAL REQUIREMENTS: 3.1 LIGHT SYSTEM: 3.1.1 The unit shall have a minimum of 25 lamps. YES Understand and Acknowledge? (Yes/No) 25 Number of Lamps? 3.1.2 The lamps shall have a minimum diameter of 5-3/4" inches and be yellow in color. 5 9/" / YELLOW Lamp Diameter?/Color? 3.1.3 The unit shall be capable of displaying the following symbols: 1. Right Arrow - Sequential. 2. Left Arrow - Sequential. 3. Double Arrow - Flashing. 4. Right Chevron - Sequential. 5. Left Chevron - Sequential. 6. Caution (4 Light) - Flashing. YES Comply? (Yes/No) 3.1.4 The lamps shall be hooded a full 360 degrees. Hoods shall be painted flat black. YES Comply? (Yes/No) 3.1.5 The minimum legibility distance of the displayed symbols shall be 1 mile. 1 MILE Minimum Legibility Dist.? 3.1.6 The unit shall have indicator lights on the rear of the sign panel to allow personnel to verify that the desired signal is being displayed to oncoming traffic. YES Comply? (Yes/No) 3.2 SIGN PANEL: 3.2.1 The overall dimensions of the sign panel shall be 4' high by 8' wide nominal. 4'X8' Panel Dimensions? 3.2.2 The sign panel shall be constructed of aluminum and painted flat black. YES Comply? (Yes/No) 3.2.3 Access panels shall be provided to service the interior of the sign panel. N/A NO ELECTRONICS INSIDE BOARD Comply? (Yes/No) 3.2.4 The sign panel shall be secured in both travel and erected positions by a heavy-duty locking mechanism. 3.2.5 YES Comply? (Yes/No) 3.2.5 The sign panel shall be capable of being erected by one person with minimum effort. YES Comply? (Yes/No) 3.2.6 The bottom of the sign panel, in the raised position, shall be a minimum of 7' above ground level. YES Comply? (Yes/No) 3.3 POWER SUPPLY: 3.3.1 The unit shall be powered by an electric start, air-cooled diesel engine rated at 4 hp minimum. LEMBARDIN / 6LD-260 / 4HP YES Engine Make/Model/hp? Comply? (Yes/No) 3.3.2 Electric power shall be provided by a weatherproof alternator driven by the engine. 61 AMPS YES Amperage Output? Comply? (Yes/No) 3.3.3 Storage batteries shall be provided for starting the engine and providing emergency power. The batteries must be able to operate the light system for a minimum of three hours without the engine and must automatically operate the lights if the engine fails. 70 A H YES Battery Amp -hour Rating? Comply? (Yes/No) 3.3.4 The batteries shall be housed in a ventilated, weatherproof enclosure. The enclosure shall be lockable to prevent vandalism or theft. YES Comply? (Yes/No) 3.3.5 A minimum 26.5 gal. capacity fuel tank shall be provided and include a fuel -water separator. A fuel level indicator shall be provided on the outside of the tank to allow the operator to visually check the fuel level. YES Tank Capacity? 3.4 CONTROL SYSTEM: 3.4.1 The unit shall be equipped with an automatic dimming feature to adjust the lamp intensity according to ambient light conditions. YES Comply? (Yes/No) 3.4.2 A control panel shall be provided and include message select switches, an hour meter, ammeter or voltmeter and a key start for the engine. The controls shall be housed in a weatherproof enclosure and lockable to prevent unauthorized access. YES Comply? (Yes/No) 3.4.3 Lamps shall flash at a rate within the range of 25 to 40 times per minute. 25 - 40 Flash Rate? YES Comply? (Yes/No) 3.4.4 Lamp dwell time shall be 50 % for flashing mode and 25% for sequential chevron. 50% - 25% YES ©well Time? Comply? (Yes/No) 3.4.5 A manual dim and manual bright switch shall be provided. YES Comply? (Yes/No) 3.4.6 Wiring harnesses shall be enclosed in weatherproof conduit and shall be routed around pinch points and any moving parts. Connectors shall be corrosion resistant and waterproof. YES Comply? (Yes/No) 3.5 TRAILER: 3.5.1 The frame and tongue shall be all -welded steel construction with protective fenders over the wheels. YES Comply? (Yes/No) 3.5.2 A 2" ball type hitch and heavy-duty rust resistant safety chains shall be provided. YES Comply? (Yes/No) 3.5.3 The trailer axle shall be rated to safely support the sprung weight of the unit while being transported at 65 mph. The trailer shall come equipped with leaf springs, roller bearings and grease fittings on the hubs. 2000 LB YES Axle GAWK? Comply? (Yes/No) 3.5.4 Two (2) 14 inch, minimum load rated "B" tires mounted on one-piece steel wheels shall be provided. 151, Tire Size? YES Comply? (Yes/No) 3.5.5 The trailer shall be equipped with four adjustable jackstands, one mounted on each corner of the unit. YES Comply? (Yes/No) 3.5.6 Electric brakes capable of performing in compliance with federal standards shall be provided. Brakes shall be a well known brand. Brake wiring shall be through pin #7 of the SAE j560 connector called for in paragraph 3.5.9 YES Comply? (Yes/No) 3.5.8 Trailer lights and reflectors shall be in accordance with Federal Motor Vehicle Safety Standards, YES Comply? (Yes/No) 3.5.9 A trailer light "pigtail" with wiring and a 7 pin connector plug per SAE J560 shall be provided. Wiring circuit shall be per Table 1 of SAE J560. YES Comply? (Yes/No) 4.0 OPTIONS:(May or may not be purchased at discretion of the FDOT. Option price will be considered as basis of award.) 4.1 Supply pintle hitch instead of 2" ball hitch. �51.00 Cost? 5.0 PAINTING: The paint system for the trailer frame and fabricated metal enclosures (except for the sign panel) should include the following steps, as a minimum: 1. All surfaces shall be smooth with welding slag, burrs and sharp edges removed. 2. All surfaces shall be primed with a rust inhibitive primer compatible with the finish paint. 3. All primed surfaces shall receive two (2) coats of premium grade automotive enamel to match Orange # 12243 of Federal Standard 595. 4. All painted components shall be warranted for two years against rust -through except where paint has been scratched or removed. YES Comply? (Yes/No) 6.0 CONDITIONS: Terms and conditions set forth in the bid documents will overrule this specification when there is disagreement between the specification and bid documents. 6.1 Regardless of the destination specified on the Purchase Order, the first item procured under this specification shall be delivered to the FDOT Midway Maintenance yard, 0.1 mile north of 1.10 and Highway 90 west, Tallahassee, Florida. The person(s) named at the end of this specification shall be notified of this delivery 7- 10 calendar days in advance. Following delivery, the unit will be thoroughly inspected for compliance with these specifications. Items found to not be in compliance will be corrected by supplier and brought into compliance before final acceptance. The unit will then be taken by the supplier to the Purchase Order destination. All subsequent units will be inspected under the same terms at their Purchase Order destinations. YES Comply? (Yes/No) 6.2 In addition to equipment specified, unit shall be equipped with all standard equipment as specified by the manufacturer for commercial equipment of this model, and shall comply with all Motor Vehicle Safety Standards as established by the U. S. Department of Transportation, all safety requirements of the latest issues of ANSI Standards and OSHA Standards, and all other required Federal and State of Florida legal requirements and safety standards. Comply? (Yes/No) 6.3 Bidders must submit with their bid, two (2) copies of current manufacturer's data to substantiate compliance with the specifications, and a list of dealers in or near Florida. YES Comply? (Yes/No) 7.0 TRAINING AND MANUALS: 7.1 Two (2) manufacturer's operator manuals and two (2) maintenance manuals to be delivered with each unit. YES Comply? (Yes/No) 7.2 The supplier will provide a checklist for periodic preventive maintenance suitable for reproduction on 81/2 by 11 paper. YES Comply? (Yes/No) 7.3 The supplier shall ensure that all service bulletins, recall notices, and/or other service or maintenance information for the reasonable life of the machines supplied are sent to the FDOT shop to which the machines are assigned. YES Comply? (Yes/No) 7.4 The services of a factory technician, thoroughly trained in the use and operation of the unit, shall be furnished for a period of up to one (1) day, if requested by FOOT, to instruct personnel in the use, operation and maintenance of the unit after delivery. This is to be done at the delivery location. YES Comply? (Yes/No) 8.0 WARRANTY: 8.1 The manufacturer shall warrant all components, including those not of his manufacture, for a minimum of one year, paint rust -through for a minimum of two years. Date of warranty is to be the date of acceptance by FDOT. The successful bidder shall act as FDOT's agent regarding any warranty claim on sub contractor warranted components. In the event of a warranty claim of this nature, the FDOT will deal only with the prime supplier of this item. Any negotiations with sub -contractors will be handled by the prime supplier. YES Comply? (Yes/No) NOTE: Specification problems, questions, or comment: Problems, questions, or comments regarding this specification must be directed to Equipment Engineering at (850/410- 5757 a minimum of 10 days prior to bid opening, and must be immediately confirmed in writing to: Kenneth Kimsey, P.E., Mechanical Equipment Engineer Florida Department of Transportation 605 Suwannee Street, MS 52 Tallahassee, Florida 32399-0450 YES Understand and Acknowledge? (Yes/No) FLORIDA DEPARTMENT OF TRANSPORTATION EQUIPMENT SPECIFICATION Specification Number: FC 9271 Oct. 3, 2003 Unit of Equipment: Changeable Message Sign, Trailer Mounted ATTENTION PROSPECTIVE SUPPLIERS: In order for your bid on this equipment to be considered, all questions in this specification must be answered and all information asked for must be supplied. Incomplete or inappropriate (i.e., responding "yes" or "no" when specific information is asked for) responses may result in your bid being rejected. 1.0 INTENT: The intent of this specification is to provide minimum procurement requirements for an all-weather, self- contained, trailer mounted, diesel powered changeable message sign. The device will be produce various messages and symbols to inform, alert, signal, control and direct high speed vehicular traffic in and around Florida Department of Transportation (FDOT) maintenance activities. The messages displayed must be equally visible in daylight and nighttime operation. The model bid must be one that is pre -qualified by FDOT and meets all requirements of the Federal Highway Administration's Manual on Uniform Traffic Control Devices. NO AWARD FDOT Qualified Product # Understand and Acknowledge? (Yes/No) The unit required and covered by this specification shall be the manufacturer's latest basic production model and shall be equipped with all standard equipment in accordance with the manufacturer's latest literature, a copy of which must accompany the bid. No prototypes are allowed. The unit bid must have basically been in production for a minimum of one year. Understand and Acknowledge? (Yes/No) This contract will not be awarded until the FDOT State Maintenance Office is satisfied that the equipment proposed will meet the specification in every way. This may require interviews, documentary evidence, an equipment demonstration and inspection at an FDOT location of our choosing, or any combination of the above. Prospective suppliers will be expected to be fully cooperative with providing any reasonable evidence of specification compliance by the above methods. A maximum of 30 days between bid opening and contract award may be required for this process. After contract award, specification compliance will be reconfirmed by inspection, documentation, and demonstration when the first and subsequent items are delivered, prior to acceptance. (See Section 6.0) Understand and Accept? (Yes/No) 1.1 DEFINITIONS: "Approved Equivalent". Bidders may substitute components for those listed only if written approval (FAX is permitted) is granted by the Mechanical Equipment Engineer prior to bid opening. If this has not been accomplished by bid opening time, your bid will be rejected. The FDOT assumes no responsibility for responding to requests for approval of alternates in time for bid opening, as a technical evaluation frequently must be performed. Therefore, bidders are cautioned that quoting of the components listed may be advisable if lead time is short. Note: Inadvertent acceptance of previous bids with alternate components shall not be construed as FDOT approval of such alternate components. Understand and Acknowledge? (Yes/No) Manufacturer's model numbers: when a manufacturer's model number is stated, it is understood that design changes to the stated model by the manufacturer are not subject to the control of the FDOT and that the intent is to procure an item substantially identical to that version last procured by, demonstrated to, or otherwise brought to the attention of the FDOT. It is explicitly understood that it is the responsibility of the bidder to notify the FDOT of any changes of consequence. Please contact the person named on the bid documents for information regarding the last model for which information is on record with the FDOT bid evaluators. Understand and Acknowledge? (Yes/No) "Heavy Duty". This term means that the design and construction of the item is sufficiently rugged and has adequate safety factor to stand up to the sort of use typically expected to be experienced by FDOT drivers/operators without structural or functional failure or other consequences such that the item causes or will probably cause excessive down time. The Mechanical Equipment Engineer may accept or reject items bid based on his judgment of compliance with this provision without the necessity for a field trial, or may require testing and verification at his discretion. Understand and Acknowledge? (Yes/No) "Per (spec)". Whenever a specification such as SAE, OSHA, or FED -STD (but not limited to those) is referred to, the latest version as of the date of bid opening is the version to be used. If an update takes place between the time of bid opening and equipment delivery, the successful bidder and the FDOT will mutually agree in writing on which version shall prevail unless there are statutory requirements that the new version be used. Understand and Acknowledge? (Yes/No) 2.0 This section not used. 3.0 GENERAL REQUIREMENTS: 3.1 MESSAGE SYSTEM: 3.1.1 Messages shall be provided by 3 lines of 8 individually changeable alpha -numeric characters per line, minimum. Comply? (Yes/No) 3.1.2 Each character shall be a minimum of 18" high and be composed by 35 pixels, 5 horizontal by 7 vertical. 3.1.3 The message display shall be protected by a transparent screen. Comply? (Yes/No) Comply? (Yes/No) 3.1.4 The characters shall be automatically illuminated for low light and nighttime operation. Comply? (Yes/No) 3.1.5 The minimum legibility distance of the displayed symbols shall be 900 feet under all light conditions. Comply? (Yes/No) 3.2 SIGN PANEL: 3.2.1 The overall dimensions of the sign panel shall be 7' high by 10' wide nominal. Dimensions? Comply? (Yes/No) 3.2.2 The sign panel shall be constructed of aluminum and painted flat black. Comply? (Yes/No) 3.2.3 Access panels shall be provided to service the interior of the sign panel. Comply? (Yes/No) 3.2.4 The sign panel shall pivot 360 degrees about its vertical axis and be capable of being locked into position at any of these points. Comply? (Yes/No) 3.2.5 The sign panel shall be raised and lowered by an electro-hydraulic system or other approved means. Comply? (Yes/No) 3.3 POWER SUPPLY: 3.3.1 The unit shall be powered by an electric start, air-cooled diesel engine rated at 4 hp minimum. Engine Make/Model/hp? Comply? (Yes/No) 3.3.2 Electric power shall be provided by a weatherproof alternator driven by the engine. Alternator Output? Comply? (Yes/No) 3.3.3 Storage batteries shall be provided for starting the engine and providing emergency power. The batteries must be able to operate the message sign for minimum of three hours without the engine and must automatically operate the sign if the engine fails. Comply? (Yes/No) W z c O 4w m L is CL LL C. O � Ln b4 N to ro sV. � r 00 J) 00 � b4 © O � C) © O � n Q O � O 0 0 O O 4dR- O 0 0 n N 4d!�- O O O N 4d - O O O 00 4d:)- Q n 4w m �Lp V Ln .� © c }' 0 0© v c W O �. o r-i - j U - O Gn ate.. Ga C7 q � o ro o �- ��«� Q m �� N L (A p O un Qa Qa O Qu L (,7 0 Q O E C O Qa Q .V Q V a-J fu ..., Ln LL �a. ---� ate--+ 0 f0 fa W J U fu a F m ui iL V I� to L- S' w u- �= 3.3.4 The batteries shall be protected from excess discharge and overcharging by an internal regulator. Comply? (Yes/No) 3.3.5 The batteries shall be housed in a ventilated, weatherproof enclosure. The enclosure shall be lockable to prevent vandalism or theft. Comply? (Yes/No) 3.4 CONTROL SYSTEM: 3A.1 The controller shall be a microprocessor based unit with capability to control all functions including storage of up to a minimum of 50 pre-programmed messages. Number of pre-programmed messages? Comply? (Yes/No) 3.4.2 A keyboard and display shall be provided to allow the operator to program the unit and produce the desired sequence of messages. Comply? (Yes/No) 3.4.3 The control station shall be located in a ventilated, weatherproof enclosure. The enclosure shall be lockable to prevent unauthorized access. Comply? (Yes/No) 3.4.4 A battery level of charge indicator shall be provided. Comply? (Yes/No) 3.4.5 A current level indicator shall be provided to monitor the solar panel output. Comply? (Yes/No) 3.4.6 The flash rate of the messages displayed shall be adjustable between 1 to 10 seconds. Comply? (Yes/No) 3.4.7 Wiring harnesses shall be enclosed in weatherproof conduit and shall be routed around pinch points and any moving parts. Connectors shall be corrosion resistant and waterproof. Comply? (Yes/No) 3.5 TRAILER: 3.5.1 The frame and tongue shall be all -welded steel construction with protective fenders over the wheels. Comply? (Yes/No) 3.5.2 A 2" ball type hitch and heavy-duty rust resistant safety chains shall be provided. Comply? (Yes/No) 3.5.3 The trailer axle shall be rated to safely support the sprung weight of the unit while being transported as 65 mph. The trailer shall come equipped with leaf springs, roller bearings and grease fittings on the hubs. Axle GAWR? Comply? (Yes/No) 3.5.4 Two (2) 15 inch, minimum load rated "B" tires mounted on one-piece steel wheels shall be provided. Tire Size? Comply? (Yes/No) 3.5.5 The trailer shall be equipped with four adjustable jackstands, one mounted at each corner of the unit. Comply? (Yes/No) 3.5.6 Trailer lights and reflectors shall be in accordance with Federal Motor Vehicle Safety Standards. Comply? (Yes/No) 3.5.7 A trailer light "pigtail' with wiring and a 7 pin connector plug per SAE J560 shall be provided. Wiring circuit shall be per Table 1 of SAE J560. Comply? (Yes/No) 3.5.8 Electric brakes capable of performing in compliance with federal standards shall be provided. Brakes shall be a well known brand. Brake wiring shall be through pin #7 of the SAE j560 connector called for in paragraph 3.5.7. Comply? (Yes/No) 4.0 OPTIONS:(May or may not be purchased at discretion of the FDOT. Option price will be considered as basis of award.) 4.1 Supply pintle hitch instead of 2" ball hitch. Cost? 5.0 PAINTING: The paint system for the trailer frame and fabricated metal enclosures ( except for the sign panel) should include the following steps, as a minimum: 1. All surfaces shall be smooth with welding slag, burrs and sharp edges removed. 2. All surfaces shall be primed with a rust inhibitive primer compatible with the finish paint. 3. All primed surfaces shall receive two (2) coats of premium grade automotive enamel to match Orange # 12243 of Federal Standard 595. 4. All painted components shall be warranted for rust -through for two years except where paint has been scratched or removed. Comply? (Yes/No) 6.0 CONDITIONS: Terms and conditions set forth in the bid documents will overrule this specification when there is disagreement between the specification and bid documents. 6.1 Regardless of the destination specified on the Purchase Order, the first item procured under this specification shall be delivered to the FDOT Midway Maintenance yard, 0.1 mile north of 1-10 and Highway 90 west, Tallahassee, Florida. The person(s) named at the end of this specification shall be notified of this delivery 7- 10 calendar days in advance. Following delivery, the unit will be thoroughly inspected for compliance with these specifications. Items found to not be in compliance will be corrected by supplier and brought into compliance before final acceptance. The unit will then be taken by the supplier to the Purchase Order destination. All subsequent units will be inspected under the same terms at their Purchase Order destinations. Comply? (Yes/No) 6.2 In addition to equipment specified, unit shall be equipped with all standard equipment as specified by the manufacturer for commercial equipment of this model, and shall comply with all Motor Vehicle Safety Standards as established by the U. S. Department of Transportation, all safety requirements of the latest issues of ANSI Standards and OSHA Standards, and all other required Federal and State of Florida legal requirements and safety standards. Comply? (Yes/No) 6.3 Bidders must submit with their bid two (2) copies of current manufacturer's data to substantiate compliance with the specifications, and a list of dealers in or near Florida. Comply? (Yes/No) 7.0 TRAINING AND MANUALS: 7.1 Two (2) manufacturer's operator manuals and two (2) each lubrication instructions and maintenance instructions to be delivered with each unit. Comply? (Yes/No) 7.2 The supplierwill provide a checklist for periodic preventive maintenance suitable for reproduction on 8'/2 by 11 paper. Comply? (Yes/No) 7.3 The supplier shall ensure that all service bulletins, recall notices, and/or other service or maintenance information for the reasonable life of the machines supplied are sent to the FDOT shop to which the machines are assigned. Comply? (Yes/No) 7.4 The services of a factory technician, thoroughly trained in the use and operation of the unit, shall be furnished for a period of not less than one (1) day, to instruct personnel in the use, operation and maintenance of the unit after delivery. This is to be done at the delivery location. Comply? (Yes/No) 8.0 WARRANTY: 8.1 The manufacturer shall warrant all components, including those not of his manufacture, for a minimum of one year, rust -through for two years. Date of warranty is to be the date of acceptance by FDOT. The successful bidder shall act as FDOT's agent regarding any warranty claim on sub contractor warranted components. In the event of a warranty claim of this nature, the FDOT will deal only with the prime supplier of this item. Any negotiations with sub -contractors will be handled by the prime supplier. NOTE: Comply? (Yes/No) Specification problems, questions, or comment: Problems, questions, or comments regarding this specification must be directed to Equipment Engineering at 850/410- 5757 a minimum of 10 days prior to bid opening, and must be immediately confirmed in writing to: Kenneth Kimsey, P.E., Mechanical Equipment Engineer Florida Department of Transportation 605 Suwannee Street, MS 52 Tallahassee, Florida 32399-0450 Understand and Acknowledge? (Yes/No) FLORIDA DEPARTMENT OF TRANSPORTATION EQUIPMENT SPECIFICATION Specification Number: FC 9273 Oct. 3, 2003 Unit of Equipment: Arrow Board, Solar Powered, Trailer Mounted ATTENTION PROSPECTIVE allPPL,IERS: In order for your bid on this equipment to be considered, all questions in this specification must be answered and all information asked for must be supplied. Incomplete or inappropriate (i.e., responding "yes" or "no" when specific information is asked for) responses may result in your bid being rejected. 1.0 INTENT: The intent of this specification is to provide minimum procurement requirements for an all-weather, self- contained, trailer mounted, solar powered arrow board. The device will alert, signal, control and direct high speed vehicular traffic in and around Florida Department of Transportation (FDOT) maintenance activities. The model bid must be one that is pre -qualified by FDOT and meets all requirements of the Federal Highway Administration's Manual on Uniform Traffic Control Devices and FOOT's Minimum Specifications For Traffic Control Signals and Devices. S102-1014 YES FOOT Qualified Product # Understand and Acknowledge? (Yes/No) The unit required and covered by this specification shall be the manufacturer's latest basic production model and shall be equipped with all standard equipment in accordance with the manufacturer's latest literature, a copy of which must accompany the bid. No prototypes are allowed. The unit bid must have basically been in production for a minimum of one year. YES Understand and Acknowledge? (Yes/No) This contract will not be awarded until the FDOT State Maintenance Office is satisfied that the equipment proposed will meet the specification in every way. This may require interviews, documentary evidence, an equipment demonstration and inspection at an FOOT location of our choosing, or any combination of the above. Prospective suppliers will be expected to be fully cooperative with providing any reasonable evidence of specification compliance by the above methods. A maximum of 30 days between bid opening and contract award may be required for this process. After contract award, specification compliance will be reconfirmed by inspection, documentation, and demonstration when the first and subsequent items are delivered, prior to acceptance. (See Section 6.0) Understand and Accept? (Yes/No) 1.1 DEFINITIONS: "Approved Equivalent". Bidders may substitute components for those listed pJ1 if written approval (FAX is permitted) is granted by the Mechanical Equipment Engineer prior to bid opening, If this has not been accomplished by bid opening time, your bid will be rejected. The FDOT assumes no responsibility for responding to requests for approval of alternates in time for bid opening, as a technical evaluation frequently must be performed. Therefore, bidders are cautioned that quoting of the components listed may be advisable if lead time is short. Note: Inadvertent acceptance of previous bids with alternate components shall not be construed as FOOT approval of such alternate components. YES Understand and Acknowledge? (Yes/No) Manufacturer's model numbers: when a manufacturer's model number is stated, it is understood that design changes to the stated model by the manufacturer are not subject to the control of the FDOT and that the intent is to procure an item substantially identical to that version last procured by, demonstrated to, or otherwise brought to the attention of the FDOT. It is explicitly understood that it is the responsibility of the bidder to notify the FDOT of any changes of consequence. Please contact the person named on the bid documents for information regarding the last model for which information is on record with the FDOT bid evaluators. YES Understand and Acknowledge? (Yes/No) "Heavy Duty". This term means that the design and construction of the item is sufficiently rugged and has adequate safety factor to stand up to the sort of use typically expected to be experienced by FDOT drivers/operators without structural or functional failure or other consequences such that the item causes or will probably cause excessive down time. The Mechanical Equipment Engineer may accept or reject items bid based on his judgment of compliance with this provision without the necessity for a field trial, or may require testing and verification at his discretion. YES Understand and Acknowledge? (Yes/No) "Per (spec)". Whenever a specification such as SAE, OSHA, or FED -STD (but not limited to those) is referred to, the latest version as of the date of bid opening is the version to be used. If an update takes place between the time of bid opening and equipment delivery, the successful bidder and the FDOT will mutually agree in writing on which version shall prevail unless there are statutory requirements that the new version be used. 2.0 This section not used. 3.0 GENERAL REQUIREMENTS: 3.1 LIGHT SYSTEM: 3.1.1 The unit shall have a minimum of 25 lamps. YES Understand and Acknowledge? (Yes/No) 25 Number of Lamps? 3.1.2 The lamps shall have a minimum diameter of 5-3/4" inches and be yellow in color. 3,1.3 The unit shall be capable of displaying the following symbols: 1. Right Arrow - Sequential. 2. Left Arrow - Sequential. 3. Double Arrow - Flashing. 4. Right Chevron - Sequential. 5. Left Chevron - Sequential. 6. Caution (4 Light) - Flashing. 5 a/" / YELLOW Lamp Diameter? /Color? YES Comply? (Yes/No) 3.1.4 The lamps shall be hooded a full 360 degrees. Hoods shall be painted flat black. YES Comply? (Yes/No) 3.1.5 The minimum legibility distance of the displayed symbols shall be 1 mile. 1 MILE Minimum Legibility Dist.? 3,1.6 The unit shall have indicator lights on the rear of the sign panel to allow personnel to verify that the desired signal is being displayed to oncoming traffic. YES Comply? (Yes/No) 3.2 SIGN PANEL: 3.2,1 The overall dimensions of the sign panel shall be 4' high by 8' wide nominal. 4' x 8' Panel Dimensions? 3.2.2 The sign panel shall be constructed of aluminum and painted flat black. YES Comply? (Yes/No) 3.2.3 Access panels shall be provided to service the interior of the sign panel. YES Comply? (Yes/No) 12.4 The sign panel shall be secured in both travel and erected positions by a heavy-duty locking mechanism. YES Comply? (Yes/No) 3.2.5 The sign panel shall be capable of being erected by one person with minimum effort. YES Comply? (Yes/No) 3.2.6 The bottom of the sign panel, in the raised position, shall be a minimum of i' above ground level. YES Comply? (Yes/No) 3.3 POWER SUPPLY: 3.3.1 The unit shall be powered by a solar voltaic array and bank of storage batteries with a power output sufficient to maintain operation of the unit for 180 days with minimal on -site maintenance. 50 WATT YES Solar Array Output? Comply? (Yes/No) 3.3.2 The solar panel shall position horizontally to generate power when the sign panel is in the travel or upright position. YES Comply? (Yes/No) 3.3.3 The storage batteries, when fully charged, must be able to operate the light system for a minimum of 14 days without additional power input from the solar panels. 440 AMPS Battery Capacity? YES Comply? (Yes/No) 3.3.4 The batteries shall be housed in a ventilated, weatherproof enclosure. The enclosure shall be lockable to prevent vandalism or theft. Comply? (Yes/No) 3.3.5 The batteries shall be protected from excess discharge and overcharging by an internal regulator. YES Comply? (Yes/No) 3.4 CONTROL SYSTEM: 3.4.1 The unit shall be equipped with an automatic dimming feature to adjust the lamp intensity according to ambient light conditions. YES Comply? (Yes/No) 3.4.2 A control panel shall be provided and include message select switches, an hour meter, a battery bank level of charge indicator, and a solar panel output level indicator. The controls shall be housed in a weatherproof enclosure and lockable to prevent unauthorized access. YES Comply? (Yes/No) 3.4.3 Lamps shall flash at a rate within the range of 25 to 40 times per minute. 35 Flash Rate? YES Comply? (Yes/No) 3.4.4 Lamp dwell time shall be 50 % for flashing mode and 25% for sequential chevron. 3.4.6 3.4.6 50% Dwell Time? A manual dim and manual bright switch shall be provided. YES Comply? (Yes/No) YES Comply? (Yes/No) Wiring harnesses shall be enclosed in weatherproof conduit and shall be routed around pinch points and any moving parts. Connectors shall be corrosion resistant and waterproof. YES Comply? (Yes/No) 3.5 TRAILER: 3.5.1 The frame and tongue shall be all -welded steel construction with protective fenders over the wheels. YES Comply? (Yes/No) 3.5.2 A 2" ball type hitch and heavy-duty rust resistant safety chains shall be provided. YES Comply? (Yes/No) 3.5.3 The trailer axle shall be rated to safely support the sprung weight of the unit while being transported at 65 mph. The trailer shall come equipped with leaf springs, roller bearings and grease hubs. 2200 LBS Axle GAWR? YES Comply? (Yes/No) 3.5.4 Two (2) 14 inch, minimum load rated "B" tires mounted on one-piece steel wheels shall be provided. 15" Tire Size? YES Comply? (Yes/No) 3.5.5 The trailer shall be equipped with four adjustable jackstands, one mounted on each corner of the unit. YES Comply? (Yes/No) 3.5.6 Electric brakes capable of performing in compliance with federal standards shall be provided. Brakes shall be a well known brand. Brake wiring shall be through pin #7 of the SAE j560 connector called for in paragraph 3.5.9 YE Comply? (Yes/No) 3.5.8 Trailer lights and reflectors shall be in accordance with Federal Motor Vehicle Safety Standards. YES Comply? (Yes/No) 3.5.9 A trailer light "pigtail' with wiring and a 7 pin connector plug per SAE J560 shall be provided. Wiring circuit shall be per Table 1 of SAE J560. YES Comply? (Yes/No) 4.0 OPTIONS:(May or may not be purchased at discretion of the FDOT. Option price will not be considered as basis of award.) 4.1 Supply pintle hitch instead of 2" ball hitch. $ N/C Cost? 4.2 Supply internal battery charger for connection to 110 VAC power source to provide alternate source for recharging battery bank. $150.00 Cost? 5.0 PAINTING: The paint system for the trailer frame and fabricated metal enclosures (except for the sign panel) should include the following steps, as a minimum: 1. All surfaces shall be smooth with welding slag, burrs and sharp edges removed. 2. All surfaces shall be primed with a rust inhibitive primer compatible with the finish paint. 3. All primed surfaces shall receive two (2) coats of premium grade automotive enamel to match Orange # 12243 of Federal Standard 595. 4. All painted components shall be warranted for two years against rust -through except where paint has been scratched or removed. YES Comply? (Yes/No) 6.0 CONDITIONS: Terms and conditions set forth in the bid documents will overrule this specification when there is disagreement between the specification and bid documents. 6.1 Regardless of the destination specified on the Purchase Order, the first item procured under this specification shall be delivered to the FDOT Midway Maintenance yard, 0.1 mile north of 1-10 and Highway 90 west, Tallahassee, Florida. The person(s) named at the end of this specification shall be notified of this delivery 7- 10 calendar days in advance. Following delivery, the unit will be thoroughly inspected for compliance with these specifications. Items found to not be in compliance will be corrected by supplier and brought into compliance before final acceptance. The unit will then be taken by the supplier to the Purchase Order destination. All subsequent units will be inspected under the same terms at their Purchase Order destinations. YES Comply? (Yes/No) 6.2 In addition to equipment specified, unit shall be equipped with all standard equipment as specified by the manufacturer for commercial equipment of this model, and shall comply with all Motor Vehicle Safety Standards as established by the U. S. Department of Transportation, all safety requirements of the latest issues of ANSI Standards and OSHA Standards, and all other required Federal and State of Florida legal requirements and safety standards. YES Comply? (Yes/No) 6.3 Bidders must submit with their bid, two (2) copies of current manufacturer's data to substantiate compliance with the specifications, and a list of dealers in or near Florida. YES Comply? (Yes/No) 7.0 TRAINING AND MANUALS: 7.1 Two (2) manufacturer's operator manuals and two (2) maintenance manuals to be delivered with each unit. YES Comply? (Yes/No) 7.2 The supplier will provide a checklist for periodic preventive maintenance suitable for reproduction on 8 % by 11 paper. YES Comply? (Yes/No) 1, 7.3 The supplier shall ensure that all service bulletins, recall notices, and/or other service or maintenance information for the reasonable life of the machines supplied are sent to the FDOT shop to which the machines are assigned. YES Comply? (Yes/No) 7.4 The services of a factory technician, thoroughly trained in the use and operation of the unit, shall be furnished for a period of up to one (1) day, if requested by FDOT, to instruct personnel in the use, operation and maintenance of the unit after delivery. This is to be done at the delivery location. YES Comply? (Yes/No) 8.0 WARRANTY: 8.1 The manufacturer shall warrant all components, including those not of his manufacture, for a minimum of one year, paint rust -through for a minimum of two years. Date of warranty is to be the date of acceptance by FDOT. The successful bidder shall act as FDOT's agent regarding any warranty claim on sub contractor warranted components. In the event of a warranty claim of this nature, the FDOT will deal only with the prime supplier of this item. Any negotiations with sub -contractors will be handled by the prime supplier. NOTE: YES Comply? (Yes/No) Specification problems, questions, or comment: Problems, questions, or comments regarding this specification must be directed to Equipment Engineering at 850/410- 5757 a minimum of 10 days prior to bid opening, and must be immediately confirmed in writing to: Kenneth Kimsey, P.E., Mechanical Equipment Engineer Florida Department of Transportation 605 Suwannee Street, MS 52 Tallahassee, Florida 32399-0450 YES Understand and Acknowledge? (Yes/No) FLORIDA DEPARTMENT OF TRANSPORTATION EQUIPMENT SPECIFICATION Specification Number: FC 9274 Oct 3, 2003 Unit of Equipment: Changeable Message Sign, Solar Powered, Trailer Mounted ATTENTION PROSPECTIVE SUPPLIERS: In order for your bid on this equipment to be considered, all questions in this specification must be answered and all information asked for must be supplied. Incomplete or inappropriate (i.e., responding "yes" or "no" when specific information is asked for) responses may result in your bid being rejected. 1.0 INTENT: The intent of this specification is to provide minimum procurement requirements for an all-weather, self- contained, trailer mounted, solar powered changeable message sign. The device will be produce various messages and symbols to inform, alert, signal, control and direct high speed vehicular traffic in and around Florida Department of Transportation (FDOT) maintenance activities. The messages displayed must be equally visible in daylight and nighttime operation. The model bid must be one that is pre -qualified by FDOT and meets all requirements of the Federal Highway Administration's Manual on Uniform Traffic Control Devices. S102-1219 YES FOOT Qualified Product # Understand and Acknowledge? (Yes/No) The unit required and covered by this specification shall be the manufacturer's latest basic production model and shall be equipped with all standard equipment in accordance with the manufacturer's latest literature, a copy of which must accompany the bid. No prototypes are allowed. The unit bid must have basically been in production for a minimum of one year. YES Understand and Acknowledge? (Yes/No) This contract will not be awarded until the FOOT State Maintenance Office is satisfied that the equipment proposed will meet the specification in every way. This may require interviews, documentary evidence, an equipment demonstration and inspection at an FOOT location of our choosing, or any combination of the above. Prospective suppliers will be expected to be fully cooperative with providing any reasonable evidence of specification compliance by the above methods. A maximum of 30 days between bid opening and contract award may be required for this process. After contract award, specification compliance will be reconfirmed by inspection, documentation, and demonstration when the first and subsequent items are delivered, prior to acceptance. (See Section 6.0) Understand and Accept? (Yes/No) 1.1 DEFINITIONS: "Approved Equivalent". Bidders may substitute components for those listed only if written approval (FAX is permitted) is granted by the Mechanical Equipment Engineer prior to bid opening. If this has not been accomplished by bid opening time, your bid will be rejected. The FOOT assumes no responsibility for responding to requests for approval of alternates in time for bid opening, as a technical evaluation frequently must be performed. Therefore, bidders are cautioned that quoting of the components listed may be advisable if lead time is short. Note: Inadvertent acceptance of previous bids with alternate components shall not be construed as FOOT approval of such alternate components. YES Understand and Acknowledge? (Yes/No) Manufacturer's model numbers: when a manufacturer's model number is stated, it is understood that design changes to the stated model by the manufacturer are not subject to the control of the FOOT and that the intent is to procure an item substantially identical to that version last procured by, demonstrated to, or otherwise brought to the attention of the FDOT. It is explicitly understood that it is the responsibility of the bidder to notify the FOOT of any changes of consequence. Please contact the person named on the bid documents for information regarding the last model for which information is on record with the FOOT bid evaluators. YES Understand and Acknowledge? (Yes/No) "Heavy Duty". This term means that the design and construction of the item is sufficiently rugged and has adequate safety factor to stand up to the sort of use typically expected to be experienced by FOOT drivers/operators without structural or functional failure or other consequences such that the item causes or will probably cause excessive down time. The Mechanical Equipment Engineer may accept or reject items bid based on his judgment of compliance with this provision without the necessity for a field trial, or may require testing and verification at his discretion. YES Understand and Acknowledge? (Yes/No) "Per (spec)". Whenever a specification such as SAE, OSHA, or FED -STD (but not limited to those) is referred to, the latest version as of the date of bid opening is the version to be used. If an update takes place between the time of bid opening and equipment delivery, the successful bidder and the FOOT will mutually agree in writing on which version shall prevail unless there are statutory requirements that the new version be used. YES Understand and Acknowledge? (Yes/No) 2.0 This section not used. 3.0 GENERAL REQUIREMENTS: 3.1 MESSAGE SYSTEM: 3.1.1 Messages shall be provided by 3 lines of 8 individually changeable alpha -numeric characters per line, minimum. YES Comply? (Yes/No) 3.1.2 Each character shall be a minimum of 18" high and be composed by 35 pixels, 5 horizontal by 7 vertical. 3.1.3 The message display shall be protected by a transparent screen. YES Comply? (Yes/No) Comply? (Yes/No) 3.1.4 The characters shall be automatically illuminated for low light and nighttime operation. YES Comply? (Yes/No) 3.1.5 The minimum legibility distance of the displayed symbols shall be 900' under all light conditions. YES Comply? (Yes/No) 3.2 SIGN PANEL: 3.2.1 The overall dimensions of the sign panel shall be 7' high by 10' wide nominal. 79.5 X 139.75 YES Dimensions? Comply? (Yes/No) 3.2.2 The sign panel shall be constructed of aluminum and painted flat black. YES Comply? (Yes/No) 3.2.3 Access panels shall be provided to service the interior of the sign panel. YES Comply? (Yes/No) 3.2.4 The sign panel shall pivot 360 degrees about its vertical axis and be capable of being locked into position at any of these points. YES Comply? (Yes/No) 3.2.5 The sign panel shall be raised and lowered by an electro-hydraulic system or other approved means. YES Comply? (Yes/No) 3.3 POWER SUPPLY: 3.3.1 The unit shall be powered by a photovoltaic array and bank of storage batteries with a power output sufficient to maintain operation continuously with minimal maintenance on -site. 115 WATT YES Array Output? Comply? (Yes/No) 3.3.2 The solar panel shall generate power in the travel or operating position. YES Comply? (Yes/No) 3.3.3 The battery bank provided shall be sufficient in size to allow normal operation of the unit for 21 days (24 hours a day) on a full charge with no solar assist YES Comply? (Yes/No) 3.3.4 The batteries shall be protected from excess discharge and overcharging by an internal regulator. YES Comply? (Yes/No) 3.3.5 3.4 3.4.1 3.4.2 3.4.3 3.4.4 The batteries shall be housed in a ventilated, weatherproof enclosure. The enclosure shall be lockable to prevent vandalism or theft. YES Comply? (Yes/No) CONTROL SYSTEM: The controller shall be a microprocessor based unit with capability to control all functions including storage of up to a minimum of 50 pre-programmed messages. 199 Number of pre-programmed messages? YES Comply? (Yes/No) A keyboard and display shall be provided to allow the operator to program the unit and produce the desired sequence of messages. YES Comply? (Yes/No) The control station shall be located in a ventilated, weatherproof enclosure. The enclosure shall be lockable to prevent unauthorized access. A battery bank level of charge indicator shall be provided. YES Comply? (Yes/No) YES Comply? (Yes/No) 3.4.5 A current level indicator shall be provided to monitor the solar panel output. Comply? (Yes/No) 3.4.6 The flash rate of the messages displayed shall be adjustable between 1 to 10 seconds. YES Comply? (Yes/No) 3.4.7 Wiring harnesses shall be enclosed in weatherproof conduit and shall be routed around pinch points and any moving parts. Connectors shall be corrosion resistant and waterproof. YES Comply? (Yes/No) 3.5 TRAILER: 3.5.1 The frame and tongue shall be all -welded steel construction with protective fenders over the wheels. YES Comply? (Yes/No) 3.5.2 A 2" ball type hitch and heavy-duty rust resistant safety chains shall be provided. YES Comply? (Yes/No) 3.5.3 The trailer axle shall be rated to safely support the sprung weight of the unit while being transported as 65 mph. The trailer shall come equipped with leaf springs, roller bearings and grease. hubs. 3,500 LBS Axle GAWR? YES Comply? (Yes/No) 3.5.4 Two (2) 15 inch, minimum load rated "B" tires mounted on one-piece steel wheels shall be provided. 15"-B Tire Size? YES Comply? (Yes/No) 3.5.5 The trailer shall be equipped with four adjustable jackstands, one mounted at each corner of the unit. YES Comply? (Yes/No) 3.5.6 Trailer lights and reflectors shall be in accordance with Federal Motor Vehicle Safety Standards. YES Comply? (Yes/No) 3.5.7 Electric brakes capable of performing in compliance with federal standards shall be provided. Brakes shall be a well known brand. Brake wiring shall be through pin #7 of the SAE j560 connector called for in paragraph 3.5.8. YES Comply? (Yes/No) 3.5.8 A trailer light "pigtail' with wiring and a 7 pin connector plug per SAE J560 shall be provided. Wiring circuit shall be per Table 1 of SAE J560. YES Comply? (Yes/No) 4.0 OPTIONS:(May or may not be purchased at discretion of the FDOT. Option price will be considered as basis of award.) 4.1 Supply pintle hitch instead of 2" ball hitch. $ N/C Cost? 4.2 Supply internal battery charger for connection to 110 VAC power source to provide alternate source for recharging battery bank. $ N/C — STANDARD IN SIGN Cost? 5.0 PAINTING: The paint system for the trailer frame and fabricated metal enclosures (except for the sign panel) should include the following steps, as a minimum: 1. All surfaces shall be smooth with welding slag, burrs and sharp edges removed. 2. All surfaces shall be primed with a rust inhibitive primer compatible with the finish paint. 3. All primed surfaces shall receive two (2) coats of premium grade automotive enamel to match Orange # 12243 of Federal Standard 595. 4. All painted components shall be warranted for rust -through for two years except where paint has been scratched or removed. YES Comply? (Yes/No) 6.0 CONDITIONS: Terms and conditions set forth in the bid documents will overrule this specification when there is disagreement between the specification and bid documents. 6.1 Regardless of the destination specified on the Purchase Order, the first item procured under this specification shall be delivered to the FDOT Midway Maintenance yard, 0.1 mile north of 1-10 and Highway 90 west, Tallahassee, Florida. The person(s) named at the end of this specification shall be notified of this delivery 7-10 calendar days in advance. Following delivery, the unit will be thoroughly inspected for compliance with these specifications. Items found to not be in compliance will be corrected by supplier and brought into compliance before final acceptance. The unit will then betaken by the supplier to the Purchase Order destination. All subsequent units will be inspected under the same terms at their Purchase Order destinations. YES Comply? (Yes/No) 6.2 In addition to equipment specified, unit shall be equipped with all standard equipment as specified by the manufacturer for commercial equipment of this model, and shall comply with all Motor Vehicle Safety Standards as established by the U. S. Department of Transportation, all safety requirements of the latest issues of ANSI Standards and OSHA Standards, and all other required Federal and State of Florida legal requirements and safety standards. YES Comply? (Yes/No) 6.3 Bidders must submit with their bid two (2) copies of current manufacturer's data to substantiate compliance with the specifications, and a list of dealers in or near Florida. YES Comply? (Yes/No) 7.0 TRAINING AND MANUALS: 7.1 Two (2) manufacturer's operator manuals and two (2) each lubrication instructions and maintenance instructions to be delivered with each unit. YES Comply? (Yes/No) 7.2 The supplier will provide a checklist for periodic preventive maintenance suitable for reproduction on 8'/2 by 11 paper. YES Comply? (Yes/No) 7.3 The supplier shall ensure that all service bulletins, recall notices, and/or other service or maintenance information for the reasonable life of the machines supplied are sent to the FDOT shop to which the machines are assigned. Comply? (Yes/No) 7.4 The services of a factory technician, thoroughly trained in the use and operation of the unit, shall be furnished for a period of not less than one (1) day, to instruct personnel in the use, operation and maintenance of the unit after delivery. This is to be done at the delivery location. YES Comply? (Yes/No) 8.0 WARRANTY: 8.1 The manufacturer shall warrant all components, including those not of his manufacture, for a minimum of one year, rust -through for two years. Date of warranty is to be the date of acceptance by FDOT. The successful bidder shall act as FDOT's agent regarding any warranty claim on sub contractor warranted components. In the event of a warranty claim of this nature, the FDOT will deal only with the prime supplier of this item. Any negotiations with sub -contractors will be handled by the prime supplier. YES Comply? (Yes/No) NOTE: Specification problems, questions, or comment: Problems, questions, or comments regarding this specification must be directed to Equipment Engineering at 850/410-5757 a minimum of 10 days prior to bid opening, and must be immediately confirmed in writing to: Kenneth Kimsey, P.E., Mechanical Equipment Engineer Florida Department of Transportation 605 Suwannee Street, MS 52 Tallahassee, Florida 32399-0450 YES Understand and Acknowledge? (Yes/No) ATTACHMENT 1 MyFloridaMarketPlace Transaction Fee The State of Florida through the Department of Management Services ("Department") has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to section 287.057(23), Florida Statutes (2002), all payments shall be assessed a Transaction Fee of one percent (1.0%), which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the vendor's failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the vendor in default and recovering reprocurement costs from the vendor in addition to all outstanding fees. VENDORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM CONDUCTING FUTURE BUSINESS WITH THE STATE. On a quarterly calendar basis, each vendor registered in MyFloridaMarketPlace shall report and pay the Transaction Fee amount that has not been automatically deducted, using Form PUR 3776 (07/03)", which is hereby incorporated by reference. All information provided by the vendor is material and will be relied upon by the Department in administering MyFloridaMarketPlace. Failure to file a report shall be deemed a representation by the vendor that it had no reportable sales for the quarter and that it owes no Transaction Fees. Any knowing and material misstatement shall be treated as fraudulent concealment from the State of the true facts relating to the conduct of the vendor's business with the State. A misrepresentation shall be punishable under law, including, but not limited to, Chapter 817 of the Florida Statutes, and shall be grounds for precluding the vendor from doing future business with the State. *'"Form PUR 3776 (07/03) will be available from the MyFlorida.com website, click on "Business", click on "Doing Business with the State", click on "Laws & Guidelines", then click on "Purchasing Forms". Revised 3128103 TR 10970 — EXHIBIT 2 Florida Department of Transportation JEB BUSH 605 Suwannee Street UENVER J. STUTLER, JR. GOVERNOR 3'0 Floor SECRETARY Tallahassee, FL 32399-0450 October 27, 2005 MEMORANDUM NO.: ITB-DOT-03/04-9015-RR - 1 TO: Department Addressed Vendor Addressed FROM: Renee Randall DOT Contract Coordinator SUBJECT: DOT Contract ITB-DOT-03/04-9015-RR, P0400 -- P0402 ARROW & MESSSAGE BOARDS Subject contract has been renewed from DECEMBER 15, 2005 — DECEMBER 14, 2006 at the same prices, terms and conditions. There are still issues with the address for Ver-Mac in the MFMP system. Ver- Mac has contacted the Vendor Help Desk for assistance and they are working to correct the problems. Please let me know if you are experiencing problems processing your documents due to the address issue. Any questions in delivery or service that may arise regarding this contract should be directed to me at (850) 414-4481 or Suncom 994-4481. TR 10970 -- EXHIBIT 3 VENDOR #1-- P0400 ORDERING INSTRUCTIONS Bid Number: ITB-DOT-03/04-9015-RR. Title: ARROW & MESSAGE BOARDS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):F581765732-001_ VENDOR: American Signal Corn an ADDRESS: 2755 Bankers Industrial. Drive _ . _ —_ ITY, S Tarita 36i1 TELEPHONE: 770/448-6650 TOLL FREE NO.: (800) FAX NO.: 770 / 448-8970 DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Robert R. Faraon Regional Sales Manager ADDRESS: 2755 Bankers Industrial Drive CITY, STATE, ZIP: Atlanta GA 30360 TELEPHONE: 770 / 448-6650 x 14 TOLL FREE NO.: 800 FAX NO.: 770 / 448-8970 INTERNET E-MAIL ADDRESS: bfaraon@amsig.com INTERNET WEBSITE URL: www.ainsig.com Will you accept the State of Florida Purchasing Card (VISA)? _X Yes No ITEM 4: CHANGEABLE MESSAGE SIGN, TRAILER MOUNTED, PER ATTACHED SPECIFICATION FC 9271 MANUFACTURER AND MODEL # NO AWARD ITEM 4 UNIT PRICE = $ NO AWARD ITEM 4 - OPTIONS: (May or may not be purchased at discretion of the FDOT. Option price will be considered in basis of bid award.) 4.1 $ NO AWARD DELIVERY: Delivery will be made within ITEM 4 TOTAL OPTIONS = $ NO AWARD ITEM 4 UNIT PRICE + OPTION = $ NO AWARD days after receipt of Purchase Order. ITEM 5: CHANGEABLE MESSAGE SIGN, SOLAR POWERED, TRAILER MOUNTED, PER ATTACHED SPECIFICATION FC 9274 MANUFACTURER AND MODEL # American Signal / CMS-T3311 D ITEM 5 UNIT PRICE =-$ 13A00.00 _ ITEM 5 - OPTIONS: (May or may not be purchased at discretion of the FDOT. Option price will be considered in basis of bid award.) 4.1 $ N/C 4.2 $ N/C ITEM 5 TOTAL OPTIONS = $ N/C ITEM 5 UNIT PRICE + OPTION = 13 100.00 DELIVERY: Delivery will be made within 30 days after receipt of Purchase Order. Vendor #1, P0400 — American Signal FLORIDA DEPARTMENT OF TRANSPORTATION EQUIPMENT SPECIFICATION Specification Number: FC 9274 Oct 3, 2003 Unit of Equipment: Changeable Message Sign, Solar Powered, Trailer Mounted ATTENTION PROSPECTIVE SUPPLIERS: In order for your bid on this equipment to be considered, all questions in this specification must be answered and all information asked for must be supplied. Incomplete or inappropriate (i.e., responding "yes" or "no" when specific information is asked for) responses may result in your bid being rejected. 1.0 INTENT: The intent of this specification is to provide minimum procurement requirements for an all-weather, self- contained, trailer mounted, solar powered changeable message sign. The device will be produce various messages and symbols to inform, alert, signal, control and direct high speed vehicular traffic in and around Florida Department of Transportation (FDOT) maintenance activities. The messages displayed must be equally visible in daylight and nighttime operation. The model bid must be one that is pre -qualified by FDOT and meets all requirements of the Federal Highway Administration's Manual on Uniform Traffic Control Devices, S102-1219 YES FDOT Qualified Product # Understand and Acknowledge? (Yes/No) The unit required and covered by this specification shall be the manufacturer's latest basic production model and shall be equipped with all standard equipment in accordance with the manufacturer's latest literature, a copy of which must accompany the bid. No prototypes are allowed. The unit bid must have basically been in production for a minimum of one year. YES Understand and Acknowledge? (Yes/No) This contract will not be awarded until the FDOT State Maintenance Office is satisfied that the equipment proposed will meet the specification in every way. This may require interviews, documentary evidence, an equipment demonstration and inspection at an FDOT location of our choosing, or any combination of the above. Prospective suppliers will be expected to be fully cooperative with providing any reasonable evidence of specification compliance by the above methods. A maximum of 30 days between bid opening and contract award may be required for this process. After contract award, specification compliance will be reconfirmed by inspection, documentation, and demonstration when the first and subsequent items are delivered, prior to acceptance. (See Section 6.0) YES Understand and Accept? (Yes/No) 1.1 DEFINITIONS: "Approved Equivalent". Bidders may substitute components for those listed only if written approval (FAX is permitted) is granted by the Mechanical Equipment Engineer prior to bid opening. If this has not been accomplished by bid opening time, your bid will be rejected. The FDOT assumes no responsibility for responding to requests for approval of alternates in time for bid opening, as a technical evaluation frequently must be performed. Therefore, bidders are cautioned that quoting of the components listed may be advisable if lead time is short. Note: Inadvertent acceptance of previous bids with alternate components shall not be construed as FDOT approval of such alternate components. YES Understand and Acknowledge? (Yes/No) Manufacturer's model numbers: when a manufacturer's model number is stated, it is understood that design changes to the stated model by the manufacturer are not subject to the control of the FOOT and that the intent is to procure an item substantially identical to that version last procured by, demonstrated to, or otherwise brought to the attention of the FOOT. It is explicitly understood that it is the responsibility of the bidder to notify the FOOT of any changes of consequence. Please contact the person named on the bid documents for information regarding the last model for which information is on record with the FOOT bid evaluators. YES Understand and Acknowledge? (Yes/No) "Heavy Duty". This term means that the design and construction of the item is sufficiently rugged and has adequate safety factor to stand up to the sort of use typically expected to be experienced by FOOT drivers/operators without structural or functional failure or other consequences such that the item causes or will probably cause excessive down time. The Mechanical Equipment Engineer may accept or reject items bid based on his judgment of compliance with this provision without the necessity for a field trial, or may require testing and verification at his discretion. YES Understand and Acknowledge? (Yes/No) "Per (spec)". Whenever a specification such as SAE, OSHA, or FED -STD (but not limited to those) is referred to, the latest version as of the date of bid opening is the version to be used. If an update takes place between the time of bid opening and equipment delivery, the successful bidder and the FOOT will mutually agree in writing on which version shall prevail unless there are statutory requirements that the new version be used. YE Understand and Acknowledge? (Yes/No) 2,0 This section not used. 3.0 GENERAL REQUIREMENTS: 3.1 MESSAGE SYSTEM: 3.1.1 Messages shall be provided by 3 lines of 8 individually changeable alpha -numeric characters per line, minimum. YES Comply? (Yes/No) 3.1.2 Each character shall be a minimum of 18" high and be composed by 35 pixels, 5 horizontal by 7 vertical. 3.1.3 The message display shall be protected by a transparent screen. YES Comply? (Yes/No) YES Comply? (Yes/No) 3.1.4 The characters shall be automatically illuminated for low light and nighttime operation. YES Comply? (Yes/No) 3.1.5 The minimum legibility distance of the displayed symbols shall be 900' under all light conditions. YES Comply? (Yes/No) 3.2 SIGN PANEL: 3.2.1 The overall dimensions of the sign panel shall be 7' high by 10' wide nominal. 79.5 X 139.75 Dimensions? YES Comply? (Yes/No) 3.2.2 The sign panel shall be constructed of aluminum and painted flat black, YES Comply? (Yes/No) _. 3.2.3 Access panels shall be provided,to service the interior of the sign panel. YES Comply? (Yes/No) 3.2.4 The sign panel shall pivot 360 degrees about its vertical axis and be capable of being locked into position at any of these points. YES Comply? (Yes/No) 3.2.5 The sign panel shall be raised and lowered by an electro-hydraulic system or other approved means. YES Comply? (Yes/No) 3.3 POWER SUPPLY: 3.3.1 The unit shall be powered by a photovoltaic array and bank of storage batteries with a power output sufficient to maintain operation continuously with minimal maintenance on=site. 115 WATT Array Output? YES Comply? (Yes/No) 3.3.2 The solar panel shall generate power in the travel or operating position. YES Comply? (Yes/No) 3.3.3 The battery bank provided shall be sufficient in size to allow normal operation of the unit for 21 days (24 hours a day) on a full charge with no solar assist. YES Comply? (Yes/No) 3.3.4 The batteries shall be protected from excess discharge and overcharging by an internal regulator, YES Comply? (Yes/No) 3.3.5 The batteries shall be housed in a ventilated, weatherproof enclosure. The enclosure shall be lockable to prevent vandalism or theft. YES Comply? (Yes/No) 3.4 CONTROL SYSTEM: 3.4.1 The controller shall be a microprocessor based unit with capability to control all functions including storage of up to a minimum of 50 pre-programmed messages. 199 YES Number of pre-programmed messages? Comply? (Yes/No) 3.4.2 A keyboard and display shall be provided to allow the operator to program the unit and produce the desired sequence of messages. YES Comply? (Yes/No) 3.4.3 The control station shall be located in a ventilated, weatherproof enclosure. The enclosure shall be lockable to prevent unauthorized access. YES Comply? (Yes/No) 3.4.4 A battery bank level of charge indicator shall be provided. YES Comply? (Yes/No) 3.4.5 A current level indicator shall be provided to monitor the solar panel output. YES Comply? (Yes/No) 3.4.6 The flash rate of the messages displayed shall be adjustable between 1 to 10 seconds. YES Comply? (Yes/No) 3.4.7 Wiring harnesses shall be enclosed in weatherproof conduit and shall be routed around pinch points and any moving parts. Connectors shall be corrosion resistant and waterproof. YES Comply? (Yes/No) 3.5 TRAILER: 3.5.1 The frame and tongue shall be all -welded steel construction with protective fenders over the wheels. YES Comply? (Yes/No) 3.5.2 A 2" ball type hitch and heavy-duty rust resistant safety chains shall be provided. YES Comply? (Yes/No) 3.5.3 The trailer axle shall be rated to safely support the sprung weight of the unit while being transported as 65 mph. The trailer shall come equipped with leaf springs, roller bearings and grease, hubs. 3.500 LBS Axle GAWR? Comply? (Yes/No) 3.5.4 Two (2) 15 inch, minimum load rated "B" tires mounted on one-piece steel wheels shall be provided. 15"-B Tire Size? YES Comply? (Yes/No) 3.5.5 The trailer shall be equipped with four adjustable jackstands, one mounted at each corner of the unit. YES Comply? (Yes/No) 3.5.6 Trailer lights and reflectors shall be in accordance with Federal Motor Vehicle Safety Standards. YES Comply? (Yes/No) 3.5.7 Electric brakes capable of performing in compliance with federal standards shall be provided. Brakes shall be a well known brand. Brake wiring shall be through pin #7 of the SAE j560 connector called for in paragraph 3.5.8. YES Comply? (Yes/No) 3.5.8 A trailer light "pigtail' with wiring and a 7 pin connector plug per SAE J560 shall be provided. Wiring circuit shall be per Table 1 of SAE J560. YES Comply? (Yes/No) 4.0 OPTIONS:(May or may not be purchased at discretion of the FDOT. Option price will be considered as basis of award.) 4.1 Supply pintle hitch instead of 2" ball hitch. $ N/C Cost? 4.2 Supply internal battery charger for connection to 110 VAC power source to provide alternate source for recharging battery bank. N/C -- STANDARD IN SIGN Cost? 5.0 PAINTING: The paint system for the trailer frame and fabricated metal enclosures (except for the sign panel) should include the following steps, as a minimum: 1. All surfaces shall be smooth with welding slag, burrs and sharp edges removed. 2. All surfaces shall be primed with a rust inhibitive primer compatible with the finish paint. 3. All primed surfaces shall receive two (2) coats of premium grade automotive enamel to match Orange # 12243 of Federal Standard 595. 4. All painted components shall be warranted for rust -through for two years except where paint has been scratched or removed. YES Comply? (Yes/No) 6.0 CONDITIONS: Terms and conditions set forth in the bid documents will overrule this specification when there is disagreement between the specification and bid documents. 6.1 Regardless of the destination specified on the Purchase Order, the first item procured under this specification shall be delivered to the FDOT Midway Maintenance yard, 0.1 mile north of 1.10 and Highway 90 west, Tallahassee, Florida. The person(s) named at the end of this specification shall be notified of this delivery 7.10 calendar days in advance. Following delivery, the unit will be thoroughly inspected for compliance with these specifications. Items found to not be in compliance will be corrected by supplier and brought into compliance before final acceptance. The unit will then be taken by the supplier to the Purchase Order destination. All subsequent units will be inspected under the same terms at their Purchase Order destinations. YES Comply? (Yes/No) 6.2 In addition to equipment specified, unit shall be equipped with all standard equipment as specified by the manufacturer for commercial equipment of this model, and shall comply with all Motor Vehicle Safety Standards as established by the U. S. Department of Transportation, all safety requirements of the latest issues of ANSI Standards and OSHA Standards, and a�ot er regwreddera�n�c mate oFlon a ega requirements and safety standards. YES Comply? (Yes/No) 6.3 Bidders must submit with their bid two (2) copies of current manufacturer's data to substantiate compliance with the specifications, and a list of dealers in or near Florida. YES Comply? (Yes/No) 7.0 TRAINING AND MANUALS: 7.1 Two (2) manufacturer's operator manuals and two (2) each lubrication instructions and maintenance instructions to be delivered with each unit. YES Comply? (Yes/No) 7.2 The supplier will provide a checklist for periodic preventive maintenance suitable for reproduction on 8'/z by 11 paper. YES Comply? (Yes/No) 7.3 The supplier shall ensure that all service bulletins, recall notices, and/or other service or maintenance information for the reasonable life of the machines supplied are sent to the FDOT shop to which the machines are assigned. YES Comply? (Yes/No) 7.4 The services of a factory technician, thoroughly trained in the use and operation of the unit, shall be furnished for a period of not less than one (1) day, to instruct personnel in the use, operation and maintenance of the unit after delivery. This is to be done at the delivery location. YES Comply? (Yes/No) 8.0 WARRANTY: 8.1 The manufacturer shall warrant all components, including those not of his manufacture, for a minimum of one year, rust -through for two years. Date of warranty is to be the date of acceptance by FDOT. The successful bidder shall act as FDOT's agent regarding any warranty claim on sub contractor warranted components. In the event of a warranty claim of this nature, the FDOT will deal only with the prime supplier of this item. Any negotiations with sub -contractors will be handled by the prime supplier. YES Comply? (Yes/No) NOTE: Specification problems, questions, or comment: Problems, questions, or comments regarding this specification must be directed to Equipment Engineering at 850/410-5757 a minimum of 10 days prior to bid opening, and must be immediately confirmed in writing to: Kenneth Kimsey, P.E., Mechanical Equipment Engineer Florida Department of Transportation 605 Suwannee Street, MS 52 Tallahassee, Florida 32399-0450 YES Understand and Acknowledge? (Yes/No)