WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 1 OF 20 SPECIAL CONDITIONS OF BID - CONTRACT TABLE OF CONTENTS SECTION SUBJECT PAGE # 1. SCOPE ......................................................................................................................................................... 2 2. CONTRACT TERM .................................................................................................................................. 2 3. CONTRACT QUANTITIES/NEW OR DELETED ITEMS ............................................................. 2 4. CONTRACT REQUIREMENTS AND BIDDER/CONTRACTOR QUALIFICATIONS ............ 3 5. SPECIFICATIONS .................................................................................................................................... 3 6. DELIVERY .................................................................................................................................................. 3 7. F.O.B. DESTINATION FREIGHT INCLUDED .................................................................................. 4 8. METHOD OF BID ..................................................................................................................................... 4 9. BID RESPONSE REQUIREMENTS ..................................................................................................... 4 10. SAMPLES.................................................................................................................................................... 4 11. METHOD OF AWARD ............................................................................................................................ 5 12. MINORITY BUSINESS PARTICIPATION ......................................................................................... 5 13. SUBCONTRACTING OR THIRD PARTY PAYMENTS .................................................................. 5 15. ORDERS ...................................................................................................................................................... 6 16. INVOICING REQUIREMENTS ............................................................................................................. 6 17. ITEM RETURN POLICY ......................................................................................................................... 6 18. SHIPMENTS, DUPLICATES AND OVER SHIPMENTS ................................................................ 6 19. CONTRACT CANCELLATION .............................................................................................................. 6 20. CERTIFICATION FOR COLLECTION OF SALES AND USE TAX .............................................. 7 ATTACHMENT A – VENDOR INFORMATION SHEET ATTACHMENT B – REFERENCES SHEET ATTACHMENT C – WisDOT MBE PROGRAM AWARENESS, COMPLIANCE & ACTION PLAN FORM ATTACHMENT D – MINORITY BUSINESS PARTICIPATION REPORT FORM ATTACHMENT E - SPECIFICATIONS (A & B) WISCONSIN DEPARTMENT OF TRANSPORTATION 1. BID #267070 PAGE 2 OF 20 SCOPE The Wisconsin Department of Transportation (WisDOT or DOT), through its Purchasing Unit (Purchasing), requests bids to establish a contract for the purchase of Traffic Control Cabinets for Battery Backup Systems (BBS) and to also furnish an Uninterruptible Power Supply (UPS), Switches, and Auxiliary Equipment to provide the battery back-up system for Traffic Signal Control Applications. The attached Standard Terms and Conditions shall govern this bid unless specifically modified in the Special Conditions of Bid. Conditions of bid that include the word "must" or "shall,” describe a mandatory requirement. All specifications are defined as mandatory minimum requirements unless otherwise stated. If no bidder is able to comply with a given specification or condition of bid, Purchasing reserves the right to delete that specification or condition of bid. Failure to meet a mandatory requirement shall disqualify your bid. All questions must be sent via email. Answers to written questions will be issued as an official addendum on Vendornet. If you have any questions regarding the specifications, or special conditions of bid, please contact the purchasing agent shown on the bid cover sheet as soon as possible, but no later than 5 working days prior to the bid opening date. Any correspondence, documents, price lists, etc. to support your bid, must include the bid number and be sent to: U.S. Mail: Purchasing WI Department of Transportation 4802 Sheboygan Ave., Room 751 PO Box 7396 Madison, WI 53707-7396 UPS, Fed Ex, etc.: Purchasing WI Department of Transportation 4802 Sheboygan Ave., Room 751 Madison, WI 53705 Retain a copy of these Special Conditions of Bid for your files. Should you receive an award, these Special Conditions of Bid become your contract terms and conditions. Questions regarding this bid must be submitted in writing via email to the following: Mary Johnson, e-mail: mary1.johnson@dot.wi.gov 2. CONTRACT TERM July 1, 2010 through June 30, 2011, or one year after date of award, with three (3) one-year renewal options. WisDOT reserves the right to extend beyond the contract period if deemed to be in the best interest of WisDOT. This Contract shall automatically be extended into its subsequent years unless Purchasing is notified, in writing, by the Contractor 90 calendar days prior to expiration of the initial and/or succeeding Contract period(s). 3. CONTRACT QUANTITIES/NEW OR DELETED ITEMS The estimated annual quantities identified for each item on the “BID PRICE SHEET” are for bid purposes only and are based on historical data. WisDOT does not guarantee to purchase any specific quantity or dollar amount. Bids that state WisDOT must guarantee a specific quantity or dollar amount may be disqualified. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 3 OF 20 NEW OR DELETED ITEMS: WisDOT reserves the right to add new products to this contract based on technology changes or changes to standards unknown at the time of this bid. Contractor(s) prices must be (in line with) or (comparable to) current contract pricing for like products. Contractor should promptly notify Purchasing of new or discontinued products. 4. CONTRACT REQUIREMENTS AND BIDDER/CONTRACTOR QUALIFICATIONS To be eligible for a contract award, you must be qualified and able to provide the following. Respond on attached “Vendor Information Sheet” (Attachment A) and “References Sheet” (Attachment B). 5. 4.1 Bidder must be an original manufacturer, or distributor and/or dealer authorized by manufacturer. 4.2 Bidder must supply references of three (3) firms to which similar products have been provided during the past three (3) years to a comparable-sized institution or company. If contacted, all of those references must verify that a high level of satisfaction was provided. Use Attachment B to list references. 4.3 Bidder must be in the business of selling these types of products for the past three (3) years. 4.4 Contractor must provide designated WisDOT personnel with instructions on set-up and operation of the Traffic Signal Controller. See Attachment E – Specifications (A&B) for complete details. 4.5 Manufacturer is required to provide a minimum of three (3) year warranty. Contractor must be able to furnish a like controller within 24 hours of notification for use while a warranted unit is being repaired. Include warranty documents with your bid. See Attachment E – Specifications (A&B) for complete details. SPECIFICATIONS See SPECIFICATIONS (Attachment E) and/or BID PRICE SHEET for the minimum acceptable specifications for products desired. Specific manufacturer(s) and/or catalog/model/stock numbers are provided to establish the design, type of construction, quality, functional capability and performance level desired. The bidder may offer an alternate product believed to be an equal. Any alternate product(s) bid must be clearly identified by manufacturer and catalog, model or stock number. Adequate detailed specifications of the product offered must be included with your bid to establish equivalency. Failure to provide product specifications and information may disqualify your bid. WisDOT shall be the sole judge of equivalency and acceptability. Bid specifications may not be revised without an official written addendum issued by Purchasing. 6. DELIVERY Delivery shall be required twenty (20) working days from the date of the purchase order. Bidders are to state on the Bid Cover Page if they can meet this delivery. Failure to meet this delivery requirement may disqualify your bid. Contractor is required to notify the ordering department of any back order, discontinuation of product(s) or other delays in shipping within three (3) working days of receipt of order. WISCONSIN DEPARTMENT OF TRANSPORTATION 7. BID #267070 PAGE 4 OF 20 F.O.B. DESTINATION FREIGHT INCLUDED Delivery will be made by common carrier or bidder's truck, with unloading to be performed by the carrier/bidder and carton(s) transported to the interior/ground floor or inside dock at the WisDOT Electrical Shop, 3625 Pierstorff Street, Madison WI. Bid prices should include all packing, transportation, insurance charges and installation/operation manuals. Duty charges (FOB=DDP Destination Duty Paid), if applicable (includes but not limited to documentation fees, freight, customs clearance, tax, etc.), must be included in the proposed price and referenced as separate costs on the Itemized Bid List. A copy of the duty free paperwork, with the vendor portion filled out must be submitted to Purchasing at time of award. Failure to bid FOB Destination Freight Included may disqualify your bid. 8. METHOD OF BID Bidder must submit a unit price and extended total for each item and a total price as designated. All prices must be quoted in U.S. Dollars. Bids requiring an order minimum shall be disqualified. Bidder must bid on the enclosed bid price sheet. 9. BID RESPONSE REQUIREMENTS In order for your bid to be considered, the following information must be provided. Fill out and submit two copies by the due date and time listed on the bid cover page. Include: 9.1 9.2 9.3 9.4 9.5 9.6 9.7 9.8 Bid Cover (Signature) Pages Addendum Cover (Signature) Page(s), if applicable to this bid request Bid Price Sheet(s) Vendor Information Sheet, Attachment A References Sheet, Attachment B MBE Program Awareness, Compliance & Action Plan, Attachment C Manufacturer’s Warrant Information, see Attachment E - Specifications Complete specifications and descriptive brochure or detail for the product(s) bid Failure to provide these forms/information with your bid submittal may disqualify your bid. WisDOT encourages all bidders to print their submission double-sided to save paper Bids may not be submitted via facsimile Because of increased building security, access to the WisDOT Purchasing Office is restricted and may cause delay if hand delivering your bid. Allow ample time for security clearance to room 751. 10. SAMPLES Bidders may be required to submit samples for testing or control against product specifications. Samples requested after the bid opening must be delivered to the designated location within the time specified in that request. WisDOT shall evaluate all samples requested in an identical manner to determine whether the products delivered conform to the specifications. WisDOT shall reject samples NOT meeting bid specifications. The bidder shall be notified in writing by WisDOT to pick up samples, at the bidders expense, within working days of date of such notification. Any samples not picked up in the designated time period shall be disposed of as WisDOT sees fit. Failure to deliver samples within time designated may disqualify your bid. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 5 OF 20 11. METHOD OF AWARD Award(s) shall be made on the basis of the lowest total cost from a responsive, responsible bidder who meets specifications. The right is reserved, however, to make an award on the lowest net unit price per item, whichever is judged to be in the best interest of WisDOT. Timeliness of delivery may be considered when making this award. 12. MINORITY BUSINESS PARTICIPATION The Wisconsin Department of Transportation is committed to the promotion of minority businesses in the State’s purchasing program. Authority for this program is found in Wisconsin Statutes 15.107(2), 16.75(3m), and 16.755. Bidders are strongly urged to use due diligence to further this policy by setting up subcontracts to statecertified Minority Business Enterprises (MBE) and/or by using such enterprises to provide goods and services incidental to this contract (second-tier suppliers), with a goal of awarding 5% of the contract cost to such enterprises. An MBE means a business certified, or certifiable, by the Wisconsin Department of Commerce under Statute 560.036(2). Bidders must submit the attached WisDOT MBE Program Awareness, Compliance & Action Plan (Attachment C) indicating their proposed utilization of state-certified minority businesses for this contract. Contact the State’s Minority Business Manager for assistance in locating certified firms at (608) 267-3293. A listing of State of Wisconsin certified minority businesses, as well as the services and commodities they provide, is on the State-certified MBE web site: www.doa.wi.gov/mbe Quarterly reports (Attachment D) are requested to be submitted to the Department of Transportation, Purchasing Unit, itemizing the deliveries and cost of items or services provided by certified firms. Reports should state the costs for the previous contract quarter. The department reserves the right to verify with listed firms their involvement as subcontractors or second-tier suppliers. 13. SUBCONTRACTING OR THIRD PARTY PAYMENTS All subcontracting shall be pre-approved by WisDOT. Subcontractors must abide by all terms and conditions of the contract. The prime contractor shall be responsible for all subcontractor(s) work and payment. The WisDOT will not pay any subcontractor or third parties directly. 14. FIRM PRICES Prices must remain firm for one (1) year after bid opening. Prices established may be lowered due to general market conditions. Price change requests must be received by Purchasing in writing thirty (30) calendar days prior to the effective date of proposed increase for acceptance or rejection. Proposed price increases are limited to fully documented cost increases submitted with the request. If Purchasing deems cost increases are not acceptable, it reserves the right to re-bid the contract in whole or part. Acceptance of the price increases shall be in writing. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 6 OF 20 15. ORDERS WisDOT may use the following methods to purchase from this contract: Specific (Contract Release) orders may be placed for one-time shipments. Contract Release Orders, blanket-type, may be issued by Purchasing for the State’s fiscal year time period, July 1 – June 30, to allow departmental personnel to call or fax for product or service against the order as needed. Purchasing card releases: placed by department personnel using their State purchasing card under WisDOT and State guidelines. 16. INVOICING REQUIREMENTS Invoices/Purchase Order: WisDOT must meet a statutory mandate to pay or reject invoices within 30 days of receipt by WISDOT. Before payment is made, it also must verify that all invoiced charges are correct as per this contract. Only properly submitted invoices shall be officially received for payment. Thus, your prompt payment requires that your invoices be clear and complete in conformity with the instructions below. All invoices must be itemized showing: a. b. c. purchase order number vendor name remit to address d. complete product description as stated on your bid. e. prices per the contract The original invoice and two copies must be sent to the bill-to address shown on the Purchase Order. Invoices/Purchasing card Orders placed by WisDOT using a purchasing card must reflect current contract pricing. 17. ITEM RETURN POLICY Contractor should provide for return of products ordered in error for up to 30 calendar days from receipt without a restocking charge and WisDOT paying only the return shipping costs. Indicate in detail on the Bidder Response Sheet your return policy. 18. SHIPMENTS, DUPLICATES AND OVER SHIPMENTS Upon notification by WisDOT of a duplicate or over shipment, product must be removed at the contractor's expense. If such goods are not removed within 30 days of written notification, WisDOT reserves the right to dispose of them as its own property and shall not be held liable for the cost. 19. CONTRACT CANCELLATION This Contract may be terminated by either party under the following conditions: 19.1 Please review section 13.0 and 24.0 of the Standard terms and Conditions of Bid. WisDOT may terminate the contract at any time at its sole discretion by delivering thirty (30) days written notice to the contractor. If the problem is service performance, contractor will be warned either verbally or in writing of unsatisfactory performance and intent to cancel this contract. Contractor will be given a period of time to ‘cure’ the performance. If the performance does not improve contractor will be given thirty (30) days written notice that the contract will be cancelled. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 7 OF 20 Upon termination, WisDOT’s liability will be limited to the pro rata cost of the services performed as of the date of termination. 19.2 In the event the contractor terminates the contract, for any reason whatsoever, it will require written certified letter notification delivered to the Department purchasing agent not less than 60 days prior to said termination. The contractor will, in turn, refund the Department, within 30 days of said termination, all payments made hereunder by the Department to the contractor for work not completed. 19.3 If at any time the contractor performance threatens the health and/or safety of WisDOT, WisDOT has the right to cancel and terminate the Contract without notice. 19.4 Failure to maintain the required Certificates of Insurance, Permits, Licenses, and Blanket Fidelity Bond {modify list to fit need} shall be cause for contract termination. If the Contractor fails to maintain and keep in force the insurance as provided in #23.0 of the Standard Terms and Conditions, WisDOT has the right to cancel and terminate the Contract without notice. 19.5 If at any time a petition in bankruptcy shall be filed against the contractor and such petition is not dismissed within 90 calendar days, or if a receiver or trustee of contractor's property is appointed and such appointment is not vacated within 90 calendar days, WisDOT has the right, in addition to any other rights of whatsoever nature that it may have at law or inequity, to terminate this Contract by giving 90 calendar days notice in writing of such termination. 20. CERTIFICATION FOR COLLECTION OF SALES AND USE TAX The State of Wisconsin shall not enter into a contract with a vendor, and reserves the right to cancel any existing contract, if the vendor or contractor has not met or complied with the requirements of s.77.66, Wis. Stats., and related statutes regarding certification for collection of sales and use tax. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 8 OF 20 STATE OF WISCONSIN DOA-3477 (R05/98) ATTACHMENT A VENDOR INFORMATION 1. BIDDING COMPANY NAME: _________________________________________________________ FEIN (Federal Employer ID Number) _________________________________ Phone ( ) ______________________ Fax ( ) ______________________ OR Social Security # (if Sole Proprietorship) ___________________________________ Toll Free Phone ( ) __________________________ Email Address ( ) __________________________ Address: __________________________________________________________________________ City ____________________________ State ________ Zip + 4 _______________________ 2. Name the person to contact for questions concerning this bid. Name __________________________ Title ______________________________ Phone ( ) ______________________ Toll Free Phone ( ) __________________________ Fax ) ______________________ Email Address ( ) __________________________ ( Address: __________________________________________________________________________ City ____________________________ State ________ Zip + 4 _______________________ 3. Any vendor awarded over $25,000 on this contract must submit affirmative action information to the department. Please name the Personnel/Human Resource and Development or other person responsible for affirmative action in the company to contact about this plan. Name __________________________ Title ______________________________ Phone ( ) ______________________ Toll Free Phone ( ) __________________________ Fax ) ______________________ Email Address ( ) __________________________ ( Address: __________________________________________________________________________ City ____________________________ State ________ Zip + 4 _______________________ 4. Mailing address to which state purchase orders are mailed and person the department may contact concerning orders and billings. Name __________________________ Title ______________________________ Phone ( ) ______________________ Toll Free Phone ( ) __________________________ Fax ) ______________________ Email Address ( ) __________________________ ( Address: __________________________________________________________________________ City ____________________________ State ________ Zip + 4 _______________________ WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 9 OF 20 STATE OF WISCONSIN DOA-3478 (R12/96) ATTACHMENT B REFERENCES Vendor: _______________________________________________________________________ Provide company name, address, contact person, telephone number, and appropriate information on the product(s) and/or service(s) provided to customers similar to those requested in this solicitation document. Potential subcontractors cannot be references. Any subcontractor arrangement for the completion of this work shall be listed on a separate id page. Company Name: _________________________________________________________________________ Address (include Zip + 4) ____________________________________________________________________ Contact Person: ____________________________________ E-Mail Address: __________________________________________________________________________ Product(s) Used and/or Service(s) Provided: Company Name: Phone No. __________________________ ____________________________________________________ _________________________________________________________________________ Address (include Zip + 4) ____________________________________________________________________ Contact Person: ____________________________________ E-Mail Address: __________________________________________________________________________ Product(s) Used and/or Service(s) Provided: Company Name: Phone No. __________________________ ____________________________________________________ _________________________________________________________________________ Address (include Zip + 4) ____________________________________________________________________ Contact Person: ____________________________________ E-Mail Address: __________________________________________________________________________ Product(s) Used and/or Service(s) Provided: Company Name: Phone No. __________________________ ____________________________________________________ _________________________________________________________________________ Address (include Zip + 4) ____________________________________________________________________ Contact Person: ____________________________________ E-Mail Address: __________________________________________________________________________ Product(s) Used and/or Service(s) Provided: Phone No. __________________________ ____________________________________________________ WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 10 OF 20 ATTACHMENT C WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM AWARENESS, COMPLIANCE & ACTION PLAN As a matter of sound business practice, the Wisconsin Department of Transportation is committed to “supply diversity” by promoting the use of minority business whenever and wherever possible. Further, as an agency of the State of Wisconsin, WisDOT shares in the state goal of placing five (5) percent of its total annual purchasing dollars with state-certified minority businesses. State of Wisconsin procurement policy provides that Minority Business Enterprises (MBE) certified by the Wisconsin Department of Commerce, Bureau of Minority Business Development should have the maximum opportunity to participate in the performance of its contracts/projects. You, as a contractor, are strongly urged to use due diligence to further this policy by awarding subcontracts to minority-owned business enterprises or by using such enterprises to provide goods and services incidental to this agreement (second-tier suppliers), with a goal of awarding 5% of the contract cost to such enterprises. Monthly or Quarterly reports are requested to be submitted to the Department of Transportation Purchasing Unit, itemizing the costs of services and goods provided by certified firms. Reports should state the costs for the previous contract/project month or quarter. Authority for the MBE program is found in Wisconsin Statutes 15.107(2), 16.75(3m), and 16.755 and 560.036(2), and details about the program can be found at: http://www.doa.state.wi.us/category.asp?linkcatid=677&linkid=113&locid=0 Your complete response on the following form must address the following components of your company’s/organization’s commitment/action plan: a) Indication that you understand the WisDOT’s goal, b) Listing of any MBE vendors with which you intend to subcontract, c) Description of the various second tier MBE expenses (goods and services procured that are incidental to the contract/project; examples are: specific office supplies to perform the contract, percentage of cost for uniforms for contract staff, travel to perform the contract/project, percentage of facility maintenance services for your facility used directly by your staff during the contract/project period) your company/organization will be able to report that are in direct connection with the administration of this contract, d) Statement expressing your commitment to complete the required monthly or quarterly reports that will reflect your subcontracts and second-tier expenditures for the period. For information on certified State of Wisconsin Minority Business Enterprises, please contact: MBE Program Coordinator WisDOT Division of Business Management 4802 Sheboygan Avenue, Room 751 Madison, WI 53705 Phone: 608-267-2886 Fax: 608-267-3609 www.dot.wisconsin.gov/business/mbe A complete listing of certified minority businesses, as well as the services and commodities they provide, is available on the web at: www.doa.wi.gov/mbe and Information regarding certification of minority businesses is available at: http://commerce.wi.gov/BD/BD-MBD-Index.html WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 11 OF 20 ATTACHMENT C WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM AWARENESS, COMPLIANCE & ACTION PLAN Complete, sign, and include in your bid response. Failure to complete this form as a component of your bid may result in rejection of your bid. Our company/organization is a Wisconsin-certified Minority Business Enterprise (MBE) Yes No Our company/organization is a minority business but has not yet received Wisconsin certification (please provide details): _____________________________________________ Yes No We are aware of the WisDOT’s goal to spend at least 5% of their total annual purchasing dollars with statecertified MBE firms. Yes No Yes No Yes No We are aware that if awarded this contract/project our company/organization will provide monthly or quarterly reports to WisDOT reporting all expenditure activity directed to MBE subcontractors or second-tier MBE suppliers that directly relate to this contract. (Any non-certified minority businesses could be a potential subcontractor/second-tier supplier--indicate these on your plan. WisDOT will work with those businesses for possible certification.) Subcontractors: Our company/organization intends to subcontract at least 5% dollar volume with certified MBE firms listed below (names, addresses, telephone numbers): Second-tier Suppliers: In addition to direct subcontracting efforts, your company/organization can help WisDOT achieve the 5% goal by managing your second-tier minority purchases. Second-tier business refers to incidental business expenses your company may spend with Wisconsin-certified MBE firms as it pursues the normal course of business supplying the WisDOTcontracted products or services. Here are some examples: Percentage of your office supplies specifically used during the course of this contract/project. Percentage of uniform costs for staff performing this contract/project. If you travel to perform this contract/project, you could use a state-certified MBE travel agency and report that expense. Percentage of facilities maintenance services for facility(ies) directly used by your staff during the course of this contract/project. These second-tier expenses can only be reported to the extent that they directly relate to your business with WisDOT. The percentage of the expense you can report is determined by the amount of your WisDOT sales as it relates to your total sales volume. Per the terms of your contract, you should actively pursue directing business towards these types of companies, and report your efforts in this regard on a monthly basis. *************************************************************************************************** In paragraph form, describe your company/organization’s commitment/action plan with regard to the planned use of statecertified MBE businesses in subcontracting efforts, as well as developing MBE second-tier suppliers. Please list your specific commitments (attach sheet, if necessary). SIGNATURE: ______________________________________ DATE: __________________________________ PRINTED NAME & TITLE: ____________________________________________________________________ COMPANY: ________________________________________PHONE NUMBER: ________________________ WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 12 OF 20 ATTACHMENT D MINORITY BUSINESS PARTICIPATION REPORT Wisconsin Department of Transportation DT1230 8/2006 s.16.75(3m) Wis. Stats. Return via FAX to: OR Return via e-mail to: 608-267-3609, ATTN: Purchasing Minority Business Coordinator Report Date Contract / Purchase Order # tipscorrespondence.dbm@dot.wi.gov Time Period Covered by Report Monthly: Quarterly: #1 #2 through #3 #4 Project Name / Contract Title Prime Vendor / Contractor Name Minority Vendor Contractor Name, Address and Telephone Number Federal Employer Identification Number – FEIN Product / Service Purchased Subcontract $ Amount Second Tier $ Amount If no business was awarded to Minority Business Enterprises (MBE) for this period, please describe the efforts made to encourage minority business participation. If you have questions, please call the WisDOT Minority Business Program Specialist, 608-267-2886. ___________________________________________________________________________________________________________________________________ ___________________________________________________________________________________________________________________________________ I certify that the information contained on this report is true and correct. I also certify that I am an authorized representative of the above-identified Prime Vendor / Contractor. (Prime Vendor/Contractor Authorized Representative Name) (Title) WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 13 OF 20 ATTACHMENT E – SPECIFICATIONS (A & B) A. Cabinet, Traffic Control, for Battery Back-up System (BBS) 1. Description This specification describes furnishing a traffic control cabinet for use with a battery backup system. 2. Materials Furnish a non-ground mounted, aluminum, outdoor rated, NEMA type 3R traffic control cabinet of minimum size 26-inch wide X 40-inch high X 13-inch deep and maximum size 32-inch wide X 51-inch high X 18-inch deep. The size of the cabinet shall be of sufficient size to provide ample space for housing all equipment specified herein, all equipment furnished with the Wisconsin Department of Transportation (Department) Uninterruptible Power Supply (UPS) specification, and all batteries. Provide a minimum clear space of 3-inches in the front of a shelf mounted UPS, and minimum 1-inch on both sides, back, and top of the UPS. Slope the top of the cabinet towards the door with a 2-inch drip lip over the door and cabinet front. All sheet metal parts shall be 0.125-inch thick aluminum of type 5052-H32. All seams shall be continuously welded. Provide an access door on the front of the cabinet with a continuous hinge, door latch assembly with 3-point locking mechanism, #2 Corbin lock, dust cap, and two #2 keys. The door shall have a closed-cell neoprene gasket on all four edges. The continuous hinge shall be heavy gauge aluminum with ¼-inch diameter stainless steel hinge pin. Secure hinge with ¼-inch X 20 TPI stainless steel carriage bolts and stainless steel nylon locking nuts. The 3-point locking system shall have ½-inch X ¼-inch X length required latch bars and nylon rollers. Door handle shall be a ¾-inch solid stainless steel inward-turning handle with provisions for padlocking. Provide a steel rod door holder. All hardware shall be stainless steel, unless otherwise specified. Provide ventilation louvers on the front of the cabinet of sufficient open area to provide air flow for the cabinet fan. Provide a ½-inch air filter over all the louver area. Air filter shall slide into a channel and shall be easily removed and replaced. Provide installed a minimum of three full width and depth, aluminum shelves sufficient to hold all equipment furnished with the Department’s Uninterruptible Power Supply specification, and all batteries. All shelves shall have neoprene (or similar material) pads. The shelves shall not be the swing out type. The shelf locations shall be adjustable to within six inches of the top of the cabinet and 12 inches from the bottom of the cabinet. The shelves shall be capable of supporting up to 180 pounds. 3. Cabinet Equipment Provide and install a power distribution terminal block for wire connections, wire size up to #8AWG, from the traffic signal cabinet. Locate the block on one side of the UPS cabinet between one and two feet from the top of the cabinet. Provide a generator connection outlet installed on one side of the cabinet placement shall not interfere with the installation or use of batteries, UPS, or any switches. The outlet shall be a Marinco 125/250 V 50A turn and pull or equivalent, back wired, surface mounted, twist lock receptacle with a watertight cover and meter seal tabs, or equal. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 14 OF 20 Ventilate the UPS cabinet by means of an installed 120 VAC, 60HZ, tube axial compact type fan. The fan’s free delivery airflow shall be greater than 2.83 cubic meters per minute. The magnetic field of the fan motor shall not affect the performance of control equipment. The fan bearings shall operate freely. The fan unit shall not crack, creep, warp, or have bearing failure within a 7-year duty cycle. The maximum noise level shall be less than 40 decibels. The fan unit shall be corrosion resistant. The fan shall be thermostatically controlled. Thermostat shall be set to manufacturer required settings. The fan shall be fused. Provide installed and operational heating pads for the batteries. Heating pads shall be 120 volt, 70 watt, polyester, G30200X, P07141A2 D0452, PowerBack pads from Hi-Heat, Industries, Inc., Lewiston, MT, or equal. Provide a temperature sensor bonded to the pad, electrical power cord, and a thermal fuse in each power cord. Provide a battery voltage balancer, battery cable for each battery, and interface cable of the size compatible with the battery string. Balancer shall be ALPHAGuard Charge Management SC, 48-volt, compatible with the battery string, or equal. In all controller cabinets and auxiliary cabinets, the AC common, the logic ground, and the chassis ground shall be isolated from each other as detailed by NEMA Standard. Each 120 VAC circuit that serves an inductive device, such as a fan motor or a mechanical relay, shall have a suppressor to protect the controller's solid state devices from excessive voltage surges. Such suppressors shall be in addition to the surge protector at the input power point. 4. Traffic Signal Cabinet Connection The Wisconsin Department of Transportation will furnish and install hardware and wiring for connecting the battery backup system cabinet to the traffic signal cabinet. 5. Cabinet Delivery Deliver the fully wired and equipped UPS cabinet to the Department’s Electrical Shop, Madison, WI. 6. Documentation Submit detailed shop/drawings of the control cabinet, including attached equipment drawings, to the department for approval. At the time of the delivery, furnish two sets of installation, operations, and maintenance manuals per cabinet and an itemized price list for each type of equipment, and their replacement parts. The manuals shall as a minimum include the following information: a) table of contents, b) operating procedure, c) step-by-step maintenance and trouble-shooting information for the entire assembly, d) part numbers, and e) maintenance checklists. 7. Warranty The contractor shall certify that the equipment meets the required specification and shall supply a complete catalog description. Provide a warranty statement which stipulates that equipment to be supplied is warranted for three years from the date of purchase, FOB at the factory or an Authorized Repair Depot. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 15 OF 20 B. Uninterruptible Power Supply (UPS) for Battery Back-Up System (BBS) 1. Description This specification describes furnishing an uninterruptible power supply (UPS), switches, and auxiliary equipment to provide a battery back-up system (BBS) for traffic signal control applications. Batteries and battery equipment, wireless modems, and cabinets will be procured under separate items. 2. Equipment 2.1 General Furnish a BBS that will provide uninterruptible reliable emergency power to a traffic signal system in the event of a power failure or interruption. The BBS shall be capable of providing power for full run-time operation and for flashing mode operation of all traffic signals at an intersection. The BBS system shall have a shelf mounted configuration and shall include: inverter/charger automatic power transfer switch automatic bypass switch manually operated non-electronic bypass switch manually operated non-electronic generator transfer switch all auxiliary equipment, hardware, and wiring to provide a complete operating BBS system. The system shall be designed for outdoor applications, shall meet the environmental requirements of NEMA Standards Publication TS2 – 2003v02.06 – Traffic Controller Assemblies with NTCIP Requirements, except as modified herein, and shall be capable of receiving power from a generator. Configure the BBS to provide a minimum of two hours of full run-time operation for an intersection using LED traffic signals, LED pedestrian signals, and LED blank out message signs with a total operating load of 1500 watts minimum. 2.2 2.2.1 Uninterruptible Power Supply Features The UPS shall be an inverter/charger complying with UL 1778. When utilizing battery power, the BBS output voltage shall be between 110 VAC and 125 VAC, pure sine wave output with THD < 3% at 60 Hz +/- 3 Hz. Provide buck and boost capability to provide constant output voltage without battery input. The range of operating temperatures for the inverter/charger shall be -34° C to +74° C. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 16 OF 20 The UPS shall be fully programmable and controllable, both locally using the UPS touch pad and remotely using a standard personal computer USB interface with Windows XP operating system, including all UPS features listed in this specification; all settings, controls, logs, tests, and counters; and all other electronic features. Provide a backlit LCD display to indicate current battery charge status, input/output voltages, power output, battery temperature, faults, alarms, date, time, and settings of the various relays. UPS shall be fully SNMP Ethernet ready, including a RJ-45 (also known as an 8P8C) Ethernet connector port, for future activation. A SNMP card is not required with this specification. Provide on the UPS a resettable inverter event counter and a cumulative inverter timer. All controls and external connections shall be on the front panel. The UPS unit shall sit horizontally on a shelf. All controls and labels shall be oriented to read horizontally. Provide lightning/ surge protection complying with ANSI/IEEE C.62.41 and C.62.45 Cat A & B and UL 1449. Equip the UPS with an event log for at minimum the last 100 events. The events shall be time and date stamped. The event log shall be retrievable via the USB port and the last event in the log shall be viewable from the LCD screen. The UPS shall be capable of performing a SELF-TEST of the BBS. The duration of the SELFTEST shall be programmable in 1-minute increments from one minute to four hours. The operation of the flash mode shall be field programmable to activate at various times, battery capacities, or alarm conditions. Provide password protection for certain maintenance controls such as Battery Test, BBS inverter ON/OFF, viewing the Event log, and changing default settings. Furnish the UPS with a default password and the ability for the user to change the password. Use the following LED lights conditions to indicate current status: Red LED Flashing Red LED steady ON Green LED Flashing Green LED steady ON for ALARM for FAULT for battery back-up mode for normal line mode operation Provide on the UPS at least four sets of NO / NC panel-mounted and potential free contact relays rated 1 Amp, 120 VAC, and labeled 1 through 4. Each relay’s setting shall be either preset or programmable to activate under any number of conditions. The available settings for the relays shall be: ON BATTERY – relay activates when BBS switches to battery power LOW BATTERY – relay activates when batteries have reached a certain level of remaining useful capacity while on battery power. This number is adjustable by battery voltage. TIMER – relay activates after being on battery power for a given amount of time. This number is adjustable from 0 to 8 hours. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 17 OF 20 UPS FAILURE – relay activates in the event of UPS inverter/charger failure to be able to run according to these specifications 2.2.2 2.3 Specifications Battery String Voltage 48 Vdc Input Specifications Nominal Input Voltage Input Voltage Range Input Frequency 120 VAC, Single Phase 120 VAC +/- 25% 60 Hz +/- 5% Output Specifications Nominal Output Voltage Power Rating Output Frequency Voltage Wave Form Efficiency (nominal) 120 VAC, Single Phase 2000 VA minimum at 25° C (1500 Watts at 74° C) 60 Hz (+/- 3%) Pure Sine Wave, THD < 3.0% Minimum 85% at 100% load Switches The four switches listed in this section may be in separate units or may be integrated into one or more units. The range of operating temperatures for all switches shall be -34° C to +74° C. 2.3.1 Automatic Transfer Switch Provide an automatic transfer switch to transfer the critical load to the UPS when the utility line fails or is out of tolerance range. The transfer from utility power to battery power shall not interfere with the normal operations of the traffic controller, conflict monitor, or any other peripheral devices within the traffic control system. The automatic transfer switch shall automatically disconnect the battery heater pads when the critical load is operating from the UPS. Input / Output Specifications Nominal Voltage Voltage Range Input Frequency Current 2.3.2 120 VAC, Single Phase 92 to 135 VAC 60 Hz +/- 5% 20 A minimum Automatic Bypass Switch Furnish an automatic bypass switch to transfer the critical load to the utility line if there is a fault on the UPS, if there is battery failure, and upon complete battery discharge. The transfer from battery power to utility power shall not interfere with the normal operations of the traffic controller, conflict monitor, or any other peripheral devices within the traffic control system. Input / Output Specifications Nominal Voltage 120 VAC, Single Phase Voltage Range 92 to 135 VAC WISCONSIN DEPARTMENT OF TRANSPORTATION Input Frequency Current 2.3.3 BID #267070 PAGE 18 OF 20 60 Hz +/- 5% 20 A minimum Manual Bypass Switch Furnish a manual bypass switch to provide a mechanical bypass of the UPS without any interruption of power to the intersection. Input / Output Specifications Nominal Voltage Voltage Range Input Frequency Current 2.3.4 120 VAC, Single Phase 92 to 135 VAC 60 Hz +/- 5% 20 A minimum Generator Transfer Switch Furnish a generator transfer switch to automatically transfer the input to the UPS from the utility line to a portable AC generator. The switch shall break both line and neutral to the utility, and prevent back-feeding the utility lines. Input / Output Specifications Nominal Voltage Voltage Range Input Frequency Current 2.4 120 VAC, Single Phase 92 to 135 VAC 60 Hz +/- 5% 20 A minimum Other Equipment Furnish all equipment, mounting hardware, wire, cable, fasteners, and connectors not otherwise specified to provide a complete and operational BBS, including but not limited to, the cable connections to the batteries. The traffic control cabinet and batteries will be procured separately. 3. Operation 3.1 Loss / Restoration of Utility Power The BBS shall transfer the load to battery power when the utility line voltage is outside the High and Low Limits. Set the default high and low limits as 130 & 100 VAC, respectively. Operate in the Buck and Boost modes for partial line voltage correction. For the low line voltage condition, the BBS shall return to line mode when the utility power has been restored to above 105 VAC for the specified line qualification time. This line qualification time shall be user adjustable from 3 to 30 seconds. For the high line voltage condition, the BBS shall return to line mode when the utility power has been restored to below 125 VAC for the specified line qualification time. This line qualification time shall be user adjustable from 3 to 30 seconds. In cases where the nominal voltage is between 125 and 130 VAC, the BBS shall return to line mode when the utility power is back to nominal. WISCONSIN DEPARTMENT OF TRANSPORTATION BID #267070 PAGE 19 OF 20 The maximum transfer time allowed, from disruption of normal utility line voltage to stabilized inverter line voltage from batteries, shall be 65 milliseconds. The same maximum allowable transfer time shall also apply when switching from inverter line voltage to utility line voltage. 3.2 Battery Operation In the event of UPS failure, battery failure, or complete battery discharge, the automatic power transfer switch shall revert to the NC (and de-energized) state, where utility power is supplying the cabinet. Provide a temperature compensated battery charging system. The charging system shall compensate over a wide range of 2.5 to 4 mV / C / Cell. The charger shall be rated 10 amps at 48 VDC. Batteries shall not be charged when battery temperature exceeds manufacturer’s recommendations for the specific batteries being used. The charging system shall fully recharge the batteries within 20 hours. 4. Product Compatibility The BBS shall be compatible with all of the following for full phase operation mode, flash operation mode, or a combination of both full and flash mode operation: Type 2070 controllers and cabinet components NEMA TS1 controllers and cabinet components NEMA TS2 controllers and cabinet components The complete BBS system including batteries shall fit inside and be compatible with a NEMA type traffic control cabinet of minimum size 26-inch wide X 40-inch high X 13-inch deep and maximum size 32-inch wide X 51-inch high X 18-inch deep, with minimum 3-inches in the front and minimum 1-inch air space on the top, back, and sides of a shelf mounted UPS. 5. Electrical Protections The BBS shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service per UL 1778, Section 48 "Back-feed Protection Test". The upstream back-feed voltage from the BBS system shall be less than 1 volt AC. 6. Maintenance The individual BBS parts shall be easily replaced and installed (complete turnkey system with all necessary hardware). The BBS shall not require any special tools for removal or installation. 7. Batteries Provide a list designating manufacturer recommended batteries for the herein specified BBS, for separate procurement by the Wisconsin Department of Transportation (Department). The batteries shall be standard models, readily available off the shelf without special order, in sufficient quantity to provide shipments of up to 40 batteries at one time. Provide brands and models for a minimum of three separate batteries, each from a different manufacturer. Provide a written certification from each manufacturer certifying that their battery will comply with the herein specified BBS performance requirements. WISCONSIN DEPARTMENT OF TRANSPORTATION 8. BID #267070 PAGE 20 OF 20 Documentation Submit detailed equipment layout drawings and inter-equipment wiring diagrams furnished under this specification to the Department for approval. Two sets of approved equipment layout drawings and inter-equipment wiring diagrams shall be contained in a heavy-duty clear plastic envelope mounted on the inside of the front door. At the time of the delivery, furnish two sets of installation, operations, and maintenance manuals per cabinet and an itemized price list for each type of equipment, their sub-assemblies, and their replacement parts. The manuals shall as a minimum include the following information for each piece of equipment: a) table of contents, b) startup procedure, c) operating procedure, d) step by step maintenance and trouble-shooting information for the entire assembly, e) circuit wiring diagrams, f) pictorial diagrams of parts locations, g) part numbers, h) theory of operation, and i) maintenance checklists. The instructional manuals shall include an itemized parts list. The itemized parts list shall include the manufacturer's name and part numbers for all components (such as IC's, diodes, switches, relays, etc.) used in each piece of equipment. The list shall include cross-references to part numbers of other manufacturers who make the same replacement parts. 9. Warranty The contractor shall certify that the equipment meets the required specification and shall supply a complete catalog description. Provide a warranty statement which stipulates that equipment to be supplied is warranted as specified below. Provide manufacturer’s three year factory-repair warranty for 100% parts and labor on the UPS and all switches, FOB at the factory or an Authorized Repair Depot. All other equipment shall be warranted for 100% parts and labor for two years. The warranty shall begin for each unit on the day each unit is received and accepted at the Wisconsin Department of Transportation Electrical Shop, Madison, Wisconsin.