HomeMy WebLinkAbout2013-04-23 - AGENDA REPORTS - SIGNAL BATTERY BACKUP (2)Agenda Item: 3
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval: v
Item to be presented by: Andrew Yi
DATE: April 23, 2013
SUBJECT: AUTHORIZE THE PURCHASE OF REPLACEMENT BATTERIES
FOR EXISTING TRAFFIC SIGNAL BATTERY BACKUP
SYSTEMS
DEPARTMENT: Public Works
RECOMMENDED ACTION
1. City Council authorize the purchase of 320 replacement batteries for existing traffic signal
battery backup systems from Advance Battery Systems in an amount not to exceed $53,018.
2. Authorize the City Manager or designee to execute all contracts and associated documents, or
modify the awards in the event issues of impossibility of performance arise, contingent upon
the appropriation of funds by the City Council in the annual budget for such fiscal year, and
execute all documents subject to City Attorney approval.
BACKGROUND
The City of Santa Clarita (City) has battery backup systems at 79 signalized intersections
throughout the City. The batteries in these systems have surpassed or are near their life
expectancy and need to be replaced. Battery backup systems provide reliable emergency power to
traffic signals in the event of power failures or interruptions. By providing emergency power, a
traffic signal can continue to operate and clear stopped vehicles from railroad tracks. In addition,
pedestrians may continue to safely utilize crosswalks within the signalized intersection.
Each battery backup system will provide up to six hours of uninterruptible power to a traffic
signal. In addition, the system allows staff to respond and prepare for traffic controls in case of
longer power outages.
The City established a five-year maintenance program for the battery backup system batteries
based on manufacturer specifications and historical performance. This maintenance program will
remove 316 batteries installed in 2008 which have reached their service life. This action only
procures the batteries and staff anticipates hiring a contractor for the installation of the new
batteries. The total quantity also includes four spare units to replace malfunctioning equipment
immediately and reduce down time if needed.
A notice of the bid was posted on the City's website on January 28, 2013. The notice was
forwarded to the Chamber of Commerce, Valencia Industrial Association, and 124 suppliers on
file. The bid was posted on the City's website and downloaded by 23 companies. Nine suppliers
submitted bids opened by Purchasing on February 26, 2013, and the results of the bids are shown
below:
Company
Bid Amount
Location
Advance Battery Systems
$53,017.60
Culver City, CA
Skyler Electric Co, Inc.
$62,193.75
Huntington Beach, CA
Titan Power
$64,273.38
Phoenix, AZ
Lorbel, Inc.
$69,662.40
Fontana, CA
JTB Supply Co, Inc.
$70,457.60
Orange, CA
CPT
$72,201.60
Escondido, CA
Traffic Parts, Inc.
$73,184.00
Spring, TX
DDL Traffic, Inc.
$76,182.00
Chino, CA
Battery Power Inc.
$76,296.51
San Fernando, CA
Staff reviewed the bid response and determined the submission met the requirements of the bid
and finds Advance Battery Systems to be the lowest responsive, responsible bidder.
ALTERNATIVE ACTIONS
Other actions as determined by the City Council.
FISCAL IMPACT
Funds for this purchase are available in Fiscal Year 2012-13 budget in the Traffic Signal
Maintenance Account 14402-5161.001.
ATTACHMENTS
Battery Backup Map
Bid Package available in the City Clerk's Reading File
IV F \ r ♦.♦ �i 111 i w
d
,
f �� � -----n.. I;� i _ \S ��-. '•Y`,., "� j`a�♦•`) t � � . :I" ! A!~�l � � °.;r' i / �., �s .. ` �•^a - �•�.w
4,;o" •.� ;" I i 1 "M .- y! . .
9) it( tom► ./ p "1 A i
_ , �r ' (:."ai � yii' � \ � ri •� o /` Iii \�\ .,.. � . _ .` � — 1 aj �.,. (, 'i + '�'`9 �'� — 4 i �i . � r .-�j ! :'� "^o
ov
oo
ij-
v •'e{'1i� rte- 3
-•� ✓ a t
t .
-�' $ � "-.,. `� '` • ' °, t �i K,,:i?♦; � \tel
I n a:- +\ �� » t /`! '•!' ,�`' �,� , `•.�' '
N
yuT n n n n n o r mo�muii.l+o•°'o R•'v RiH�'u°�°1om
C� ,7 Q m R ��ai�iut\iN����Si�ttu��smovan Yn'k'�`it"'i+%"�m��'i�iwa`�+'^�•'omimuawr�.��omm.im.n�ur.. � '�
� C W
u � Hq
on, .00 a uv wn. o.om��i uv is88, N.a 2ss 99..9 o`4m'm S's r S uti N ao"''mm 2 m.n oFi s
rrrrr (D
NAo NNmm W mm <G <O� n � ; �; Z 2 Z,°QZ�;��<�11««<G
°mem
Y �I. U ■ = m° !� = a==
NOTICE INVITING BIDS
Sealed bids must be received before 11:00 AM on Tuesday, February 26, 2013, by the
Purchasing Agent of the City of Santa Clarita, 23920 Valencia Boulevard, Suite 120,
Santa Clarita, California, 91355-2196, at which time, or shortly thereafter, they will be
publicly opened and read in Suite 120 for the purchase of -
PS -12-13-22
Batteries for Backup Battery System for Traffic Signals
Specifications for this bid may be downloaded from the City's Purchasing website at
www.santa-clarita.com/purchasing. Please refer to specifications for complete details
and bid requirements.
The specifications in this notice shall be considered a part of any contract made
pursuant thereto.
Purchasing
(661) 286-4183
" CITY OF SANTA CLARITA
INVITATIONR BID
BID # PS -12-13-22
BID OPENING: February 26, 2013
The City of Santa Clarita invites "sealed bids for:
Batteries for Backup Battery System for Traffic Signals
y �ti0-oo
Terms of payment: Nc7-30 pN6S Subtotal US$ S, —
sales or Use Tax (9.D0%): US$ H, 13-7-2 • 6C)
TOTAL: uS$ 5S,01-7, 6D
1. Return original of Bid to: Clarita
Purchasing
23920 Valencia Blvd., Suite 120
Santa Clarita, CA 91355-2196
2. Prices shall be D.D.P. City of Santa Clarite Receiving dock Incoterms 2000 or for the service
rendered.
3, Bidder shall honorbid prices for ninety (90) days orforthe stated contractpedod, whichever is longer.
4. Bids must be on this Bid form and signed by the vendor's authorized representative. This signature
acknowledges the proposer has read and understands the requirements contained on pages 1 to 10.
5. The last day for questions will be 5:00 PM, February 18, 2013.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
BIDDER TO READ
I have, read, understood, and agree to the terms and conditions on all pages of. this bid. The undersigned
agrees to furnish the commodity or service stipulated on this bid as stated above.
Company LLJL� 1 r41 S Teem Address 56`I" MCEm n e [vlve G+y, CA 01-0230
Name (Print)' CjSCA?. D'e LEvN Signature' ��'^
CZ -6 4,f
rxeareve Acs; + r
Company Phone No.' 3-701 Title of Person Signing Bid_
1
Bid # PS -12-13-22
A. BID INSTRUCTIONS
1. Submitting Proposals. (a) The bid response must be submitted on this form and include the notice,
Request for Proposal Schedule,. and all forms or information included in or required by Section C,
Specifications, (attachments accepted), original and one copy in a sealed envelope with the wording
'Bid", bid number and closing date marked on the outside. (b) All documentation of unit pricing or
other cost breakdowns as outlined in this bid must be submitted to support the total bid price. (c)
Proposals/corrections received after the closing time will not be opened. The City will not be
responsible for bids not property marked and delivered. Upon award, all submissions become a
matter of public record.
2. Preparation. All proposals must be typed or written in black ink, except signatures. Errors may be
crossed out and corrected in ink, then initialed in ink by the person signing the bid. In compliance with
Resolution 93-9, all bids and attachments must be submitted double -sided on recycled paper.
3. Currency. All references to dollar amounts in this solicitation and in vendors response referto United
States currency. Payments will be made in Unite States Currency.
4. _ Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The City
has the option of accepting or rejecting any alternative bid.
5. Environmentally Preferable Purchasing. The City of Santa Clarita, being fully aware of the limited
nature of our resources and the leadership role government agencies have, supports the
Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in
technology and industries occurring rapidly it is frequently difficult to be aware of the latest
innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products which
result in less energy usage, least impact on natural resources and greatest reuse of post-industrial
and post -consumer material. Bidders are strongly encouraged to offer products and services meeting
these criteria and point out those specific aspects or features in their bid. In accordance with Public
Contract Code 22152 bidders are required to certify in writing the minimum, if not exact, percentage of
postconsumer materials in the products, materials, goods, or supplies, offered or sold.
6. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no
response to this bid.
7. Reiection. The City reserves the right to reject any or all bids and to waive any informality in any bid.
The City may reject the bid of any bidder who has previously failed to perform properly, or complete
on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a position to perform
such a contract satisfactorily. The City may reject the bid of any bidder who is in default of the
payment of taxes, licenses or other monies due to the City of Santa Clarita.
8. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is
the bidders responsibility to contact the project manager, for public projects, or Purchasing prior to
submission of the bid to make certain the package is complete and all required addenda are included.
This information will also be available from the Citys website if the bid was downloaded. Bidders are
cautioned against relying on verbal information in the preparation of bid responses. All official
information and guidance will be provided as part of this solicitation or written addenda.
9. Awards. The City will award in accordance with S.C. M.C. § 3.12.205 (Support of Santa Clarita
Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public works,
professional services or is federally funded. Qualifications of responsibility will be in accordance with
the S.C.M.C. Lowest cost is the lowest total cost to the City to acquire the, goods and/or services
resulting from this solicitation. The City may make an award based on partial items unless the bid
submitted is marked "All or none." Where detailed specifications and/or staare ae provided the
City considers them to be material and may acceptor reject deviations. The results r the bid will be
posted on the Citys website at www.santa-clarita com/purchasing normally within 24 hours.
Bid 9 PS -12-13-22
10. Cooperative Bidding. Other public agencies maybe extended the opportunity to purchase off this bid
with the agreement o` the successful vendor(s) and the City of Santa Clarita. The lack of exception to
this clause in vendor's response will be considered agreement. However, the City of Santa Clarita is
not an agent of, partnerto or representative of these outside agencies and is not obligated ourlemle for
any action or debts that may arise out of such independently negotiated "piggy -back"
ade in
ing
d agreed to
11 Perfo mance by the contractor will be this
agreement with the rter msnhe City.
of this contract
12. Taxes Charges and 1. Extras. (a) Bidder must show as a separate item California State Sales and/or
Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges fortransportation,containers,
Packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to cooperate with the
City in all matters of local taxation.
13. payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay period
after receipt and. acceptance of goods and/or services and upon using department confirmation of
such acceptance.
14. Assignment. No assignment bythe vendor of contract or any part hereof, or of funds to be received
hereunder, is binding upon the City unless the City gave written consent before such assignment.
idder must
st any subcontractors that will be
d, the
15. Sub contractors' For all wo k t be performed b thelm, and ic projectsof l numBber of hours ior percentage of time theywill spend eon the
project.
16. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. Forthe purposes
of this paragraph, public works includes maintenance. The City of Santa Clarita Labor Compliance
Program is included herein as an informative reference for the successful. bidder. It does not require
any completion prior to contract award but should be reviewed for all necessary provisions and
requirements.
17. Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and
provision
addressing employment eligibility, employment
Nationality Act (INA) which includes
verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally
work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the
U.S. The employer must verify the identity.and employment eligibility of anyone to be hired, which
includes completing the Employment Eligibility Verification Fom (1-9). The Contractor shall establish
appropriate procedures and controls sono services orproducts underthe Contract Documents will be
performed or manufactured by any worker who is not legally eligible to perform such services or
employment.
18. Inderrification. The bidder is required to indemnify and hold the City harmless from and against any
claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising
out of any agreement entered into between the parties. Should the City be named in any suit, or
should any claim be brought against it by suit or otherwise, whether the same be groundless or not,
the Cites
arising out of. this Agreement, or its, performance, the bidder must defend the City
request and with counsel satisfactory to the City) and indemnify the City for any judgment rendered
against it or any sums paid out in settlement or otherwise.
19. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the
amount of at least 10% of the total value of the bid to guarantee that bidders will enter into contract to
furnish goods at prices stated. The bonding company must be listed on Treasury Circular 570 and
licensed to operate in the state of California. Likewise, a Performance Bond and/or Material and
Labor bonds shall be required of the successful bidderwhen stated in the specification (cash deposit,
certified or cashier's check or money order may be substituted in lieu of either bond).
20. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be
Bid # PS -12-13-22
provided by using an ACORD certificate of insurance and shall be provided prior to contract signing.
Insurance shall be "Primary and Non -Contributory' and must name the "City of Santa Clarita" as an
additional insured. The certificate shall list coverage for General Liability (limit of $1,000,000 CSL
or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and
Worker's Compensation(statutoryrequirement). For professional services, Professional Liability with
a limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction
except upon thirty (30) days prior written notice to the City. Specific insurance requirements will be
set forth in any contract awarded to a bidder.
21. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be
.so designated. Bidder is responsible for inspecting and understanding the total scope of the projects
(i.e., specifications, quality, and quantity of work to be performed.)
22. Specifications. Materials differing from stated specifications may be considered, provided such
differences are clearly noted and described, and provided further that such articles are considered by
a City official to be in all essential respects in compliance with the specifications.
23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing
any item contained in the proposal does not restrict bidders to the manufacturer or specific article, this
means is being used simply to indicate a quality and utility of the article desired; but the goods on
which bids are submitted must in all cases be equal in quality and utility to those referred to. This
exception applies solely to the material items in question and does not supercede any other
specifications or requirements cited. Documentation of equivalency must be submitted with the bid.
At a minimum the documentation must demonstrate equivalency in form, fit, function, quality,
performance and all other stated requirements. The City is final determiner of equivalency.
Exception is made on those items wherein identical supply has been determined a necessity and the
notation NO SUBSTITUTE has been used in the specification section.
24. Price Reductions. Fat anytime during the Irfe of this contract, the successful bidder reduces his price
or prices to others purchasing approximately the same quantities as contemplated by this contract,
the contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the
Purchasing Agent, City of Santa Clanta.
25. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of
this contract. The City does not pay "surcharges" of any type unless identified in the response to this
bid. All costs will be included in the pricing provided to the City.
26. Non -Appropriation of Funds. The Cit/,s obligation is payable only and solely from funds appropriated
for the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are
subject to City's legislative appropriation for this purpose. In the event the governing body
appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments.
Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2)
reduced in accordance with available funding as deemed necessary bythe City. The City shall notify
the Contractor in writing of any such non -allocation of funds at the earliest possible date.
27. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from
this bid, the vendor agrees that the City may procure the articles or services from other sources and
may deduct from the unpaid balance due the vendor, or collect against the bond, or surety, or may
invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the
prevailing market price at the time such purchase is made.
28. Termination. The City may terminate any service or contract with or without cause either verbally or in
writing at any time without penalty.
29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of
1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and
certifies that all items furnished under this. bid will conform and comply with the indemnity and hold
Bid 9 PS -12-13-22
harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with
the Act and the standards issued thereunder and forth e failure of the items furnished under this order
to so comply.
30. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to
proceed under this agreement, if It is found that gratuities in theformof ente'Irtainment, gifts, or
otherwise were offered or given bythe Contractor, or any agent or representative of the Contractor, to
any officer or employee of the City with a view toward securing an agreement or securing favorable
treatment with respect to the award or amending, or the making of any determinations with respect to
the performance of such agreement. provided, that the existence of the facts upon which the City
makes findings shall be in issue and may be reviewed in any competent court. Irk the event of such
termination, the City shall be entitled to pursue the same remedies against the Contractor as the City
could pursue in the event of default by the Contractor.
31. Delive . Contract delivery must begin not later than fifteen It 5) calendar days from receipt of order.
Unless otherwise specified, delivery shall be D.D:P., the City of Santa Clarita, and site of user division.
32. Invoices. Invoices will be forwarded to:
City of Santa Clarita
Accounts Payable
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms
of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later.
33. Bid Questions. Questions should be forwarded by e-mail to rmichler&.santa-clarita.com. Questions
may also be sent on letterheadCity of Santa Clarita
Purchasing Department
23920 Valencia Blvd.
Santa Clarita, CA 91355-2196
The last day for questions will be 5:00 PM, February 18, 2013.
34. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be
renewed annually, up to two times, in accordance with the terms of the contract. If not otherwise
stated, the contract may be renewed if the new pricing of the contract does not change more than the
Consumer Price Index- All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -
Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or
decreases as appropriate and must be,requested at least 90 days prior to the expiration/renewal of
the contract. The index level for the month preceding the month of solicitation advertisement will
become the beginning index. The price adjustment limit will be the percentage change based on the
difference between the beginning level or the adjustment level last used and the index level for the
period 90 days prior to the expiration of the contract If not renewed priorto the anniversary date, the
contract may continue on a month to month basis until renewed or awarded to a new contractor.
Bid # PS -12-13-22
B. TERMS AND CONDITIONS
The solicitation, bidder's response and the Purchase Order (and Contract for services) constitute the entire
agreement between the vendor and the City of Santa Clarita (City) covering the goods (including services)
described herein (the "goods"). Time is of the essence.
1. Shipment and Inspection. The terms and routing of shipment shall be as provided on the Purchase
Order or as otherwise directed by the City. City may revise shipping instructions as to any goods not
then shipped. City shall have the right to inspect any or all of the goods at vendor's place of business
or upon receipt by City at Citys election, which right shall be exercisable notwithstanding Buyer's
having paid for the goods prior to inspection. City, by reason of its failure to inspect the goods, shall
not be deemed to have accepted any defective goods or goods which do not conform to the
specifications therefore, or to have waived any of City's rights or remedies arising by virtue of such
defects or non-conformance. Cost of inspection on deliveries or offers for delivery, which do not meet
specifications, will be for the account of the vendor.
2. Risk of Loss. Not withstanding any provision hereof to the contrary, title to, and risk of loss of, the
goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this
Contract, or if no such point is specified, then, when the goods are delivered to the City. However, if
the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City
harmless from and against any and all claims asserted against City on account of any personal
injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the
completion of unloading at City's receiving yard.
3. Warranties. Vendor warrants to and covenants with the City as follows: vendor will deliver to Citytitle
to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of
any kind, nature or description, the goods shall be free from defects in material and/or workmanship;
unless otherwise specified on the Purchase Order, the goods shall be new and not used or
reconditioned; the goods and their packaging shall conform to the description thereof and/or.
specifications therefore contained in this Contract. In placing this Contract. City is relying on vendors
skill and judgment in selecting and providing the proper goods for City's particular use. The goods
shall be in all respects suitable for the particular purpose for which they are purchased and the goods
shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against
any and all damages, losses, demands, costs and expenses arising from claims by third parties for
property damage, personal injury or other losses or damages arising from vendors breach of its
obligations hereunder.
4. Remedies. In the event of vendor's breach of this Contract, City may take any or all of the following
actions, without prejudice to any other rights or remedies available to City bylaw: (a) require vendor to
repair or replace such goods, and upon vendors failure or refusal to do so, repair or replace the same
at vendors expense: (b) reject any shipment or delivery containing defective or nonconforming goods
and return for credit or replacement at vendor's option; said return to be made at vendors cost and
risk: (c) cancel any outstanding deliveries or services hereunder and treat such breach by vendor as
vendors repudiation of this Contract. In the event of City's breach hereunder, vendor's exclusive
remedy shall be vendor's recovery of the goods or the purchase price payable for goods shipped prior
to such breach.
5. Force Maieure. For the purposes of this Contract, an event of "force majeure" shall mean any oral] of
the following events or occurrences, strikes, work stoppages, or other. labor difficulties; fires, floods or
other acts of God; transportation delays; acts of government or any subdivision or agency thereof;
failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether
or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the
control of the party claiming the occurrence of a force majeure event and which delays, interrupts or
prevents such party from performing its obligations under this Contract. Not withstanding any
provision her, to the contrary, the reduction, depletion, shortage, curtailment or cessation of
vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an
Bid # PS -12-13-22 I . 6
event of force majeure. The party affected by a force majeure event shall give notice thereof to the
other party within ten days following the occurrence thereof and shall apprise the other party of the
probable extent to which the affected party will be unable to perform or will be delayed in performing
its obligations hereunder. The affected party shall exercise due diligence to eliminate or remedy the
force majeure cause and shall give the other party prompt notice when that has been accomplished.
Except as provided herein, if performance.of this contract by either party is delayed, interrupted or
prevented by reason of any event of force majeure, both parties shall be excused from performing
hereunder while and to the extent that the force majeure condition exists, after which the parties'
performance shall be resumed. Notwithstanding the foregoing, within five days following vendor's
declaration of aforce majeure event which prevents its full and/or timely delivery of goods hereunder,
City may, at its option and without liability (a) require vendor to apportion among its customers the
goods available for delivery during the force majeure period; (b) cancel any or all delayed or reduced
deliveries; or (c) cancel -any outstanding deliveries hereunder and terminate this Contract. If City
accepts reduced deliveries or cancels the same, City may procure substitute goods from other
sources in which event this contract shall be deemed modified to eliminate vendor's obligation to sell
and City's obligation to purchase such substituted goods. After cessation of a force majeure event
declared by vendor, vendor shall, at City's option but not otherwise, be obligated to deliver goods not
delivered during the force majeure event. After cessation of a force majeure event declared by City,
neither party shall be obligated to deliver or purchase goods not so delivered and purchased during
the force majeure period.
6. Patents: It is anticipated that the goods will be possessed and/or used by City. If by reason of any of
these acts a suit is brought or threatened -for infringement of any patent, trademark, trade name or
copyright with regard to the goods, their manufacture or use, vendor shall at its own expense defend
such suit and shall indemnify and save and hold City harmless from and against all claims, damages,
losses, demands, costs and expenses (including attorneys fees) in connection with such.suit or
threatened suit.'
7. Compliance with Law. Vendor warrants that it will comply with all federal, state, and local laws,
ordinancerrules and regulations applicable to its performance underthis Contract,including, without
limitation, the Fair Labor Standards Act of 1938, as amended, the. Equal Employment Opportunity
Clause prescribed by Executive Order 11246 dated September 24, 1965 as amended, and any rules,
regulations or orders issued or promulgated under such Act and -Order. Vendor shall indemnify and
save and hold City from and against any and all claims, damages, demands, costs and losses which
the City may suffer in the event that vendor fails to comply with said Act, Order, rules, regulations or
orders. Vendor further warrants that all goods sold hereunderwill complywith and conform in every
respect to the standards applicable to the use of such goods under the Williams -Steiger Occupational
Safety and Health Act of 1970, as amended, and any regulations and orders issued thereunder. Any
clause required by any law, ordinance, rule or regulation to be included in a contract of the type
evidenced by this document shall be deemed to be incorporated herein. Where permits and/or
licenses are required forthe prescribed material/services and /or any construction authorized herein,
the same most be first obtained from the regulatory agency having jurisdiction there over.
8: Reports Artwork Designs etc.,
(a) If the goods are to be produced by vendorinaccordance with designs, drawings or blueprints
furnished by City, vendor shall return same to City upon completion or cancellation of this Contract.
Such designs and the like shall not be used byvendor in the production of materials for anythird party
without City's written consent. Such designs and the like involve valuable property rights of City and
shall be held confidential by vendor.
(b) If the Contract results in the creation of artwork, designs or written products, including but not
limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures,
analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor
expressly transfers all ownership and,intellectual property rights including -copyrights to the City by
signing the contract. Such works and the like shall not be used by vendor in the conduct of any
business with any third party without the City's written consent.
Bid # PS -12-13-22
(c) Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools and
facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs or other
properties furnished by City or specifically paid for by City shall be City's property. Any such property
shall be used only in filling orders from City and may on demand be removed by City without charge.
Vendor shall use such property at its own risk, and shall be responsible for all loss of or damage to
the same while in vendor's custody. Vendor shall at its cost store and maintain all such property in
good condition and repair. City makes no warranties of any nature with respect to any property it may
furnish to vendor hereunder.
9. Governing Law. The Purchase Order and this Contract between the parties evidenced hereby shall
be deemed to be made in the State of California and shall in all respects be construed and governed
by the laws of that state.
10. Miscellaneous.
(a) The waiver of any term, condition or provision hereof shall not be construed to be a waiver of any
other such term, condition or provision, nor shall such waiver be deemed a waiver of a subsequent
breach of the same term, condition or provision.
(b) Stenographic and clerical errors, whether in mathematical computations or otherwise, made by
City on this Contract or any other forms delivered to vendor shall be subject to correction.
(c) On the issue of primacy in disagreements in bid responses, words shall hold over numbers and
unit prices shall hold over extended prices.
(d) City may, upon notice of vendor and without liability to City, cancel this Contract and any
outstanding deliveries hereunder, (1) as to standard products of vendor not then shipped hereunder,
at anytime priorto shipment, or (2) if (A) a receiver or trustee is appointed to take possession of all or
substantially all of vendors assets, (B) vendor makes a general assignment for the benefit of
creditors, or (C) any action or proceeding is commenced by or against vendor under any insolvency or
bankruptcy act, or under any other statute or regulation having as its purpose the protection of
creditors, or (D) vendor becomes insolvent or commits an act of bankruptcy. If an event described in
(2) of this section occurs. City may at City s sole election pay vendor its actual out-of-pocket costs to
date of cancellation, as approved by City, in which event the goods shall be the property of City and
vendor shall safely hold the same subject to receipt of Gig's shipping instructions.
11. Non -Collusion. By submitting a bid, bidder certifies they have not divulged, discussed or compared
their bid with other bidders, nor colluded with any other bidders or parties for invitation to bid. .
12. Delive . All products will be delivered to:
City of Santa Clarita
Attention: Cesar Romo
25650 Rye Canyon Rd
Santa Clarita, CA 91355-1103
Normal receiving hours are M -F from 8 A.M. to 12 P.M.
Bid # PS -12-13-22
G., SPECIFICATIONS
The City is requesting bids for batteries designed for the battery backup system for traffic signal
31 HR4000S made by
applications. The batteries are 12 volt 105.AH deep cycle AGM / VRLA batteries.
East Penn Manufacturing or equal. Please see #23 of bid instructions for or equal instructions. The City is
final determiner of equivalency.
Documentation of equivalency must be submitted with the bid.
The quantity is 320 batteries.
94 Ah @ 20 hr rate -to 1.75 VPC at 77 degrees F Watts per cell @ 60
Capacity:
minutes = 130 to 1.75 VPC 2 77 degrees F
Nominal Voltage:
12 volt
Float Charge Voltage:
13.50 @ 77 degrees F
Equalize charge voltage:
13.8
Operating temperature range:
-40 to 140 degrees F
Terminal:
molded lead terminal with Y, x 20 brass inserts
Ripple:
Limited to 0.5% RMS or 1.5% of the float voltage
Dimensions:
Length: 12.93", Width:6.75", Heigth:8.70"
Warranty:
2 years
9
Bid N PS -12-13-22
Se ied � -id BaUe)-y
(l^� JC?e,E.C.1 �.reZ�- tv_
UPV Absorbant Glass Mat (AGM)technologyfor superior performance. Valve regulated,spill proofconstmcoon
STAY POWERED- allows safe operation In any position,Approved forminsport by air. D.O.T-IA.0-F.A and CA.B. certifie
U L recognized under file number MH 20567.
No. 45981
Maintenance -Free
104° F770 F_ 32 -F
So F
Nominal Voltage
12 volts - tZq
Nominal Ca_ pacitg____.
20 -hr. (5.50A)"
770 F (250 C)
110.0 Ah - 94 A'
10 -hr. (1623A)
102.3 An
_
5 -hr. (18.70A)
_
93.5 Ah
_
-hr. (66.00A)
66.0 Ah
_1 _
_Approximate Weight_ _ _ _
62.7 lbs (28.4 kgs)
Internal Resistance (approx.)
SmS)
_ _ _ _
Shelf Life (% of normal capacity at 770 F (250 C))
9.60V 3919.2
......................................................
3 Months 6
12 Months
_ _Months
91% 82%
64%
Tem ep ril Dependancy of Capacity
(20 hour rate)
No. 45981
Maintenance -Free
104° F770 F_ 32 -F
So F
Charge Method (Constant Voltage)
102% 100% 85%
65%
Cycle Use (Repeating Use)
AGM Operational Temperature_
F.VTrime SMIN
Initial Current 33 A or smaller
Charge -M0°K -'J 1y0 aF 0'C to 46C
Control Voltage 14.6-14.8V
Discharge
-1 SC to 45C
Float Use
_
AGM Storage Temperature _
-15C to 40°C
Control Voltage 13.6-13.8 77 oar•
9.60V 3919.2
......................................................
'
EQJf1 LtZg7 t3.4, (JOLT
M
"""F{p 7(19ct na
10MIN
01
.rad'•.1Ei0wAii�nL'1�;f
1HR
2HR
12971329.41
m m
L: 12.97in (329A mml - 1i.93
W: 6.89in 075.0 mm) - to. 9 S
H: 8.40in(2134 mm) - Cb TO
TH: 857in (217.7 mm)
Tolerances are +1- 0.04 in.(+/-1mm)
and+h 0,08]n.(+/- 2mm) far height
dimensions. All data subject to,
change without notice.
Terminals
�2t I Sories (Internal Thread Terminal)
LNt1i 16 11
c, 19:Y._i.r.,f(1cYC.I',�"yAiCi4�'LI•nl jr nl �` i lcli_ fyE311� 1J n1-1 Y L JiJ.,' lj`A
t.lti/aSfA�FI'L71 !/,1rJl .%
-
.
.
F.VTrime SMIN
10MIN
15MIN 30MIN
1HR 2HR
3HR
4HR
5HR
8HR
10HR
20HR
9.60V 3919.2
......................................................
2959.6
F.V/Time
WIN
10MIN
15MIN
30MIN
1HR
2HR
3HR
4HR
SHR
8HR
10HR
20HR
9.60V
---------------------------------------------------------
361.1
269.3
189.5
114.7 ....
59.9
---------
34.9
-..........
25.6
--------------------------.--------.............I
20.0
16.5
11.6
10.5 --------
5.7
I......
10.20V
325.2
245.4
169.6
108.7
56.3
33.3
24.9
19.5
...................................._..
16.2
11.4
10.2 ..............
5.5
...............................................
10.50V
.............................................................
313.2
233.4
159.6105.7
...
, ---_ _...........................................
54.9
-....-_._.._.._........._..................
32.5
24.3
19.2 _._......................----......_...._...._..
16.0
11.3
10.0
5.5
10.80V
301.2
221.4 .......................................................
149.6
102.7
52.9
31.7
23.7
....................................................
18.9
15.6
11.0
10.0 .............
5.4
...............................
11.10V
289.3
.... .
209.5
139.7
99.8
50.9
30. --- ------....-------__..........___............__...._........................
�C o10f1 aMtit nAnyAleA(->fa1 Pr cY f:inl (rl_Li1g a2.91w
t.lti/aSfA�FI'L71 !/,1rJl .%
-
.
F.VTrime SMIN
10MIN
15MIN 30MIN
1HR 2HR
3HR
4HR
5HR
8HR
10HR
20HR
9.60V 3919.2
......................................................
2959.6
2013.0 1217.9
....................................................
693.3 404.0
297.3
231.4 .........
190.5
.--- -
134.7
... ................................
121.7
65.5
10.20V 3610.0
2724.2
1882.3 1207.0
651.4 386.0
289.3
..................................................................
225.4
149.7
131.7
118.7
63.8
........................................................................................
10.50V 3552.1
...............................................
2647.4
1809.5 1199.0
-...............-.....................................-
630.4 377.1
2823
221.4
184.5
130.7
-
116.7
- -
63.0
10.80V 3506.2
2577.5
1741.6 1196.0
613.5 369.1
276.3
.............
217.5
--------------------
181.5
127.7
-----'---•...............
115.7
62.7
---------
........... ----------------------------------------------------------------------------
11.10V 3442.4
...--.. -'---------------------------
2492.8
1661.8 1187.0
------......-----------
605.5 368.1
-------------
273.3
--------------------
216.5
180.5
-----------------------------------
126.7
112.7
60.8
----- ---'
www.upgi.com
19O 90,01-:30013
All specillcations are subject to change.
---------------......................
1720 Hayden Drive
-----------------------------------........-----------
I Carrollton, Texas 75006 1 P 469.892.1122
--------
1 T 866.892.1122
.............................
I F 469.892.1123
-----...-- ----
1 sales(oitupgi.com
Battery Charging Characteristics for Standby Use
Shelf Life &Storage
100
e
0
m .80
C
C
O
a 60
a:
3
u 40
Maz.Charge Cucenl
011'9uA lana
1.60'
Cyde Use 251CUTF) 2.45 2.43-2.47
mss
ioov • a Pale
IW
—
RSee.M1<E�C
VC>(A)
6•(;
ChvTlPbb
C4vpera[
N owmi[
Im s.mmn•Im1
So %I61U4)
y' Cwr+[ ;wluie eta
G[vpe relwYe; 1.15VNell
Cwq[cwr[m YlU
/
t feu naepsan
Ivheq.npow
Pli
N lav
6
r I oirtlmq[
`
`` �
s:'
ao'e ad'e zo°e
(704°F) (86'FI (66'F)
e
3
'H''
MICA•la) U4
= 30 n`w1
1 C 'u lupetlN.riln_
( -CT qe wlupe e11
YO
a04
elc5
'�[e[qe ammo Y.IG
v
poi.3..
A.
Shelf Life &Storage
100
e
0
m .80
C
C
O
a 60
a:
3
u 40
U 00 2 4 6 8 10 12 14 16 18 20
Standing Period (Months)
Open Circuit Voltage vs Residual Capacity
"use
a
o I
� nw
C
m
d o 10
O
Residual Capacity
Charge Current & Final Discharge Voltage
10 11 j
- '- - Maintenance -Free
ttery Charging Characteristics for Cyclic Use
Maz.Charge Cucenl
011'9uA lana
1.60'
Cyde Use 251CUTF) 2.45 2.43-2.47
mss
ioov • a Pale
Standby 25C(77'F) 2.285 2.27-2.30
—
RSee.M1<E�C
VC>(A)
6•(;
ChvTlPbb
C4vpera[
N owmi[
Im s.mmn•Im1
So %I61U4)
y' Cwr+[ ;wluie eta
G[vpe relwYe; 1.15VNell
Cwq[cwr[m YlU
(41 F)
t feu naepsan
Ivheq.npow
� '
WA uperLy
`
`` �
� Io�rIDelAlaeM
ao'e ad'e zo°e
(704°F) (86'FI (66'F)
i ktOdWJl6m3
ae
U 00 2 4 6 8 10 12 14 16 18 20
Standing Period (Months)
Open Circuit Voltage vs Residual Capacity
"use
a
o I
� nw
C
m
d o 10
O
Residual Capacity
Charge Current & Final Discharge Voltage
10 11 j
- '- - Maintenance -Free
ttery Charging Characteristics for Cyclic Use
Application Charge Vollege(VICeli
Maz.Charge Cucenl
Temperature Set Point NloviableRange
1.60'
Cyde Use 251CUTF) 2.45 2.43-2.47
0.30C
Standby 25C(77'F) 2.285 2.27-2.30
—
Discharge
VC>(A)
0.2C<(A)<O.5C
OSC<(A)d.00
C4vpera[
N owmi[
Im s.mmn•Im1
So %I61U4)
y' Cwr+[ ;wluie eta
G[vpe relwYe; 1.15VNell
Cwq[cwr[m YlU
Cunent(A)
_
� '
3f
v
poi.3..
m
aae
Application Charge Vollege(VICeli
Maz.Charge Cucenl
Temperature Set Point NloviableRange
1.60'
Cyde Use 251CUTF) 2.45 2.43-2.47
0.30C
Standby 25C(77'F) 2.285 2.27-2.30
,m
m
mow®
1.70
1.60'
1.30
Vallage VICdI
—
Discharge
VC>(A)
0.2C<(A)<O.5C
OSC<(A)d.00
C4vpera[
N owmi[
Im s.mmn•Im1
So %I61U4)
y' Cwr+[ ;wluie eta
G[vpe relwYe; 1.15VNell
Cwq[cwr[m YlU
Cunent(A)
_
� '
Life vs Depth of
mow®
1.70
1.60'
1.30
Vallage VICdI
1 201 4. Cee mo I= 12.
Cycle'Number
Effect of Temperature on Capacity
FinalCisdlarge
175
1.70
1.60'
1.30
Vallage VICdI
Discharge
VC>(A)
0.2C<(A)<O.5C
OSC<(A)d.00
(A)>1.0C
Cunent(A)
OEM
N\� fC t'� `ms`s +>; -r•-r a
STAY POWERED' Iso Eloa'lY:2oae www.upgl.com
................. ........................................................... ......................................
................................
Q
PRICING
Battery cost meeting the specs in this bid $ i S2 OID z 320 $ y �� ('H D - (70
Sales tax at 9.00% $ H i 3T7. 6o
Freight & Handling to 91355 zip code $
$ .53; b 17 -60
Grand Total
(also enter total on page 1)
10
Bid # PS -12-13-22
ADDENDUM #1
For
City of Santa Clarita Invitation to Bid
PS -12-13-22
BATTERIES FOR BACKUP BATTERY SYSTEM FOR TRAFFIC SIGNALS
February 8, 2012
This addendum must be included with the bid response. If you have already submitted a
bid you must fax an acknowledgement of this addendum to Purchasing. If you wish to
resubmit, you must also contact the Purchasing Department by fax and request the bid
be returned. The fax number is (661) 286.4186.
Will the winning bidder be receiving any cores (old batteries) in exchange for the 320 new
batteries on this bid?
A. No.
Contractor's Signature
yCAt�ced .bkitery SysFeMS
Company Name
PS-12-13-22add1
a /2s/13
Date