Loading...
05-24- R TOWN OF PROSPER,TEXAS RESOLUTION NO.05-24 A RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, HEREBY AUTHORIZING THE MAYOR OF THE TOWN OF PROSPER, TEXAS, TO EXECUTE A CONTRACT BETWEEN THE TOWN OF PROSPER, TEXAS AND GIFFORD ELECTRIC, INC. NOW, THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS: SECTION 1: The Mayor of the Town of Prosper, Texas, is hereby authorized to execute, on behalf of the Town Council of the Town of Prosper, Texas, a contract between the Town of Prosper, Texas and Gifford Electric, Inc. SECTION 2: This Resolution shall take effect immediately upon its passage. RESOLVED THIS THE 24th day of May, 2005. Charles Ni anger, May ATTEST TO: anae Jennings, n Secretary AGREEMENT BETWEEN THE TOWN OF PROSPER,TEXAS AND GIFFORD ELECTRIC,INC. FOR OUTDOOR WARNING SIREN SYSTEM THIS AGREEMENT is made and entered into between the Town of Prosper, Texas, a municipal corporation and ("Town") and Gifford Electric, Inc., a Texas corporation ("Contractor")to be effective the last date below("Agreement"). Whereas, the Town issued Request for Proposal No. 05-01 seeking bids for outdoor warning siren system ("Proposal No. 05-01"), which is attached hereto as Exhibit "A" and incorporated herein in its entirety by reference for all purposes; and Whereas,the Town awarded the contract for Proposal No. 05-01 to Contractor. Now, therefore, in consideration of the promises made herein, the parties agree as follows: 1. Scope of Goods and Services. The parties agree that Contractor shall provide such equipment and perform such services as requested in Exhibit "A" and set forth and described in the proposal submitted by Contractor in response to Proposal No. 05-01, which is attached hereto as Exhibit "B" and incorporated herein in its entirety by reference for all purposes, upon the terms and conditions set forth herein. 2. Term/Termination. The term of this Agreement is for a period of one (1) year from the effective date and may be terminated by Town as set forth herein. The Town reserves the right to enforce the performance of this Agreement in any manner prescribed by law or deemed to be in the best interest of the Town in the event of breach or default of this Agreement. The Town reserves the right to terminate the Agreement immediately in the event the Contractor fails to: (1) meet delivery schedules; or (2) otherwise perform in accordance with the specifications for Proposal No. 05-01. Breach of contract or default authorizes the Town to, among other things, award the project to another bidder, purchase elsewhere and charge the full increase in cost and handling to the defaulting Contractor. 3. Remedies. The Contractor and the Town agree that each party has all rights, duties and remedies available to it, whether in law or equity. AGREEMENT FOR OUTDOOR WARNING SIREN SYSTEM Page 1 of 6 C:\Documents and Settings\rmtucker\Local Settings\Temporary Internet Files\Content.IE5\I3V35146\ARBJ-_247078-vl- Outdoor_W aming_Siren_System_(Gifford_Electric_Inc)_Prosper[2].DOC 4. Purchase price and payment terms. The purchase price to be paid to Contractor by Town for the outdoor warning siren system set forth in Exhibit"A" shall be the amounts set forth in Exhibit"B". 5. Commencement/Completion. The Contractor hereby agrees to commence work under this Agreement on or before a date to be specified in a written"Notice to Proceed" issued by the Town. Prior to the issuance of the Notice to Proceed, the Town will locate and approve, in writing, the actual locations sites for the installation of the sirens. The work shall be completed within 62 days of the issuance of the Notice to Proceed. 6. Contractor's Additional Representations. a. Contractor has examined and carefully studied the work made the subject of the Proposal No. 05-01. b. Contractor has visited the site made the subject of Proposal No. 05-01 and become familiar with and is satisfied as to the general, local and site conditions that may affect cost,progress,performance or furnishing of the work made the subject of Proposal No. 05-01. c. Contractor is familiar with and is satisfied as to all federal, state and local laws and regulations that may affect cost, progress, performance and furnishing of the work made the subject of Proposal No. 05-01. d. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities) at or contiguous to the sites or otherwise which may affect cost, progress, performance or furnishing of the work made the subject of Proposal No. 05-01 or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the work made the subject of Proposal No. 05-01. e. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Proposal No. 05-01 and all additional examinations, investigations, explorations, tests, studies and data with Proposal No. 05-01 and related documents. f. Contractor has given the Owner written notice of all conflicts, errors, ambiguities and discrepancies that Contractor has discovered in the specifications made the subject of Proposal No. 05-01 and the written resolution thereof is acceptable to Contractor and finds that the specifications are sufficient to indicate and convey understanding of all terms and conditions AGREEMENT FOR OUTDOOR WARNING SIREN SYSTEM Page 2 of 6 C:\Documents and Settings\rmtucker\Local Settings\Temporary Internet Files\Content.IE5\L3V35146\ARBJ-_247078-v1- Outdoor_Waming_Siren_System_(Gifford_Electric_Inc)_Prosper[2].DOC for performance and furnishing of the work made the subject of Proposal No. 05-01. 7. Silence of Specification. The apparent silence in the specifications for Proposal No. 05-01 as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of the specifications for Proposal No. 05-01 shall be made on the basis of this statement. 8. Acceptability. All articles, equipment and work described in Proposal No. 05-01 shall be subject to inspection by a Town officer or employee designated for the purpose. If found inferior to the quality called for, or not equal in value to the specifications, deficient in workmanship or otherwise, this fact shall be certified to the Town Administrator who shall have the right to reject the whole or any part of the same. Work determined to be contrary to specifications must be replaced by the Contractor at its sole cost and expense. All disputes concerning quality of supplies utilized in the performance this Agreement will be determined solely by the Town Administrator or designated representative. 9. INDEMNITY. CONTRACTOR SHALL RELEASE, DEFEND, INDEMNIFY AND HOLD HARMLESS TOWN AND ITS TOWN COUNCIL MEMBERS, OFFICERS, AGENTS, REPRESENTATIVES AND EMPLOYEES FROM AND AGAINST ALL DAMAGES, INJURIES (INCLUDING DEATH), CLAIMS, PROPERTY DAMAGES (INCLUDING LOSS OF USE), PATENT, TRADEMARK AND/OR COPYWRIGHT INFRINGEMENT AND/OR ANY OTHER INTELLECTUAL PROPERTY AND/OR PROPRIETARY CLAIM, LOSSES, DEMANDS, SUITS, JUDGMENTS AND COSTS, INCLUDING REASONABLE ATTORNEY'S FEES AND EXPENSES (INCLUDING ATTORNEYS' FEES AND EXPENSES INCURRED IN ENFORCING THIS INDEMNITY), CAUSED BY THE NEGLIGENT, GROSSLY NEGLIGENT, AND/OR INTENTIONAL ACT AND/OR OMISSION OF CONTACTOR, ITS OFFICERS, AGENTS, REPRESENTATIVES, EMPLOYEES, SUBCONTRACTORS, LICENSEES, INVITEES OR ANY OTHER THIRD PARTIES FROM WHOM CONTRACTOR IS LEGALLY RESPONSIBLE, IN ITS/THEIR PERFORMANCE OF THIS AGREEMENT AND/OR ARISING OUT OF GOODS AND/OR SERVICES PROVIDED BY CONTRACTOR PURSUANT TO THIS AGREEMENT, REGARDLESS OF THE JOINT OR CONCURRENT NEGLIGENCE OR STRICT LIABILITY OF THE TOWN (HEREINAFTER "CLAIMS"). CONTRACTOR IS EXPRESSLY REQUIRED TO DEFEND TOWN AGAINST ALL SUCH CLAIMS. IN ITS SOLE DISCRETION, TOWN SHALL HAVE THE RIGHT TO APPROVE OR SELECT DEFENSE COUNSEL TO BE RETAINED BY CONTRACTOR IN FULFILLING ITS AGREEMENT FOR OUTDOOR WARNING SIREN SYSTEM Page 3 of 6 C:\Documents and Settings\rmtucker\Local Settings\Temporary Internet Files\Content.IE5\L3V35146\ARBJ-_247078-vI- Outdoor_W arning_Siren_System_(Gifford_Electric_Inc)_Prosper[2].DOC OBLIGATIONS HEREUNDER TO DEFEND AND INDEMNIFY TOWN, UNLESS SUCH RIGHT IS EXPRESSLY WAIVED BY TOWN IN WRITING. TOWN RESERVES THE RIGHT TO PROVIDE A PORTION OR ALL OF ITS OWN DEFENSE; HOWEVER, TOWN IS UNDER NO OBLIGATION TO DO SO. ANY SUCH ACTION BY TOWN IS NOT TO BE CONSTRUED AS A WAIVER OF CONTACTOR'S OBLIGATION TO DEFEND TOWN OR AS A WAIVER OF CONTRACTOR'S OBLIGATION TO INDEMNIFY TOWN PURSUANT TO THIS AGREEMENT. CONTRACTOR SHALL RETAIN TOWN-APPROVED DEFENSE COUNSEL WITHIN SEVEN (7) BUSINESS DAYS OF TOWN'S WRITTEN NOTICE THAT TOWN IS INVOKING ITS RIGHT TO INDEMNIFICATION UNDER THIS AGREEMENT. IF CONTRACTOR FAILS TO RETAIN COUNSEL WITHIN SUCH TIME PERIOD, TOWN SHALL HAVE THE RIGHT TO RETAIN DEFENSE COUNSEL ON ITS OWN BEHALF, AND CONTRACTOR SHALL BE LIABLE FOR ALL COSTS INCURRED BY TOWN. 10. General. (a) This Agreement may only be amended by a writing executed by authorized representatives of both parties. (b) This Agreement shall be governed by the laws of the State of Texas and venue hereof shall be in Collin County, Texas. (c) This Agreement incorporates the terms of Town's Proposal No. 05-01 in its entirety, attached hereto as Exhibit "A", and Contractor's bid, attached hereto as Exhibit "B". To the extent that any provisions of Exhibit "A" or Exhibit "B" are in conflict with provisions of this Agreement or each other, the provisions of this Agreement, then the provisions of Exhibit "A" shall prevail in that order. d) Any notice required to be sent under this Agreement must be in writing and may be served by depositing same in the United States Mail, addressed to the party to be notified, postage pre-paid and registered or certified with return receipt requested, or by delivering the same in person to such party via a hand-delivery service, Federal Express or any courier service that provides a return receipt showing the date of actual delivery of same to the addressee thereof. Notice given in accordance herewith shall be effective upon receipt at the address of the addressee. For purposes of notice, the addresses of the parties shall be as follows: If for Town, to: Town of Prosper Attention: Town Administrator 113 W. Broadway Street P. O. Box 307 Prosper, Texas 75078 AGREEMENT FOR OUTDOOR WARNING SIREN SYSTEM Page 4 of 6 C:\Documents and Settings\rmtucker\Local Settings\Temporary Internet Files\Content.IE5\L3V35146\ARBJ-_247078-v1- Outdoor_W arning_S iren_System_(Gi fford_E lectric_Inc)_Prosper[2].DOC If to Contractor, to: Gifford Electric, Inc. Attention: 3801 East First Street P. O. Box 7441 Fort Worth, Texas 76111 e) This Agreement, Exhibit "A" and Exhibit "B" contains the entire agreement of the parties with respect to the matters contained herein and may not be modified or terminated except upon the provisions hereof or by the mutual written agreement of the parties hereto. f) This Agreement is executed by the parties hereto without coercion or duress and for substantial consideration, the sufficiency of which is forever confessed. g) This Agreement may be executed in a number of identical counterparts, each of which shall be deemed an original for all purposes. h) The individuals executing this Agreement on behalf of the respective parties below represent to each other and to others that all appropriate and necessary action has been taken to authorize the individual who is executing this Agreement to do so for and on behalf of the party for which his or her signature appears, that there are no other parties or entities required to execute this Agreement in order for the same to be an authorized and binding agreement on the party for whom the individual is signing this Agreement and that each individual affixing his or her signature hereto is authorized to do so, and such authorization is valid and effective on the date hereof i) In case any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provision thereof, and this Agreement shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. j) Each signatory represents this Agreement has been read by the party for which this Agreement is executed and that such party has had an opportunity to confer with its counsel. k) The parties agree that Town has not waived its sovereign immunity by entering into and performing its obligations under this Agreement. 1) All warranties, representations and indemnifications made pursuant to this Agreement shall survive the expiration of this Agreement. TOWN: TOWN OF PROSPER, TEXAS By: harles ' wan,g , ayor Dated: oso?S OS' AGREEMENT FOR OUTDOOR WARNING SIREN SYSTEM Page 5 of 6 C:\Documents and Settings\user\My Documents\DM-Council Meetings\2005\05-24-05\Associated Materials\ARBJ-_247078-v1- Outdoor_Waming_S iren_System_(Gifford_Electric_Inc)_Prosper.DOC CONTRACTOR: GIFFORD ELECTRIC, INC. By: rc i Print Name: B,44-x-rvti„/ Title: 1,1,3 1,t r f7 Dated: ,S -2 3 AGREEMENT FOR OUTDOOR WARNING SIREN SYSTEM Page 6 of 6 C:\Documents and Settings\rmtucker\Local Settings\Temporary Internet Files\Content.IES\L3V35146\ARBJ-_247078-vl- Outdoor_Waming_Siren_System_(Gifford_Electric_Inc)_Prosper[2].DOC EXHIBIT "A" ita P T S PER. REQUEST FOR PROPOSAL No. 05-01 TURNKEY OUTDOOR WARNING SIREN SYSTEM REQUEST FOR PROPOSAL CLOSING DATE: March 1 , 2005 at 12:00 p.m. 1. INTRODUCTION 1.1 General The Town of Prosper, Texas (the `Town") is requesting sealed proposals from qualified vendors to design, furnish, install and provide services for a Turnkey High Technology Town-wide Outdoor Warning Siren System ("OWS"). The intent of this procurement is to obtain proposals for the implementation of a state-of- the-art integrated system OWS as defined by a turnkey contract which encompasses: 1.) System design and engineering, 2.) Equipment, 3.) Software, 4.) Installation, 5.) Training, 6.) System documentation, 7.) Testing and 8.) Warranty and Maintenance. This proposal shall include all costs associated with providing a fully functional OWS as described herein. This Request for Proposal document describes the technical and performance standards for the OWS. The Town shall execute a final contract with the respondent whose response is deemed most advantageous to the Town in accordance with the evaluation criteria in this RFP. In accordance with State Law, the Town may conduct Post-Proposal discussions with all respondents that are deemed by the Town to be reasonably qualified for selection of award. Post-Proposal discussions include, but are not limited to: 1.) Request for additional information, 2.) Interviews with vendors and sub-contractors, 3.) Requests for proposal modification or revisions, and 4.) Requests for "Best and Final" offers. During the evaluation of the submitted proposals, the Town reserves the right to delete any portion or all of this procurement as it may deem necessary to be in the Town's best interest. The Contract Terms specified in RFP Section 5 shall apply to the RFP as a whole. Only those vendors fully capable of complying with the terms and conditions stated herein will be considered for further evaluation considerations. Any information contained in the vendor's proposal that is considered by the vendor to be secret, confidential or proprietary must be clearly identified as such. All information not marked a secret, confidential or proprietary will be considered public information. A s provided in Texas Local Government Code, Section 252, proposals will be opened in a manner that avoids disclosure to competing vendors and keeps contents secret during negotiations. The Town will have the option to purchase the sirens on a site-by-site basis. 1.2 Clarification of Terms For purposes of this RFP, the terms "vendor", "proposer" and "respondent" are used interchangeably to refer to the firm that will submit a proposal for the Turnkey OWS. Further, for purposes of this RFP, the terms "contractor", "supplier", "selected vendor" and "successful vendor" are used interchangeably to refer to the legal party who will enter into a contract for the Turnkey Outdoor Warning Siren system. 1.3 Proposal Due Date Proposals shall be delivered no later than 12:00 p.m., March 1, 2005. NO LATE PROPOSALS SHALL BE ACCEPTED. Bids will be opened at 2:00 p.m. March 1, 2005 at the Prosper Fire Department, 1500 East First Street., Prosper, Texas. The vendor shall submit one (1) original and five (5) copies of their response to this RFP to: By Express Delivery By U. S. Mail Town of Prosper Town of Prosper Town Secretary Town Secretary 113 W. Broadway Street P.O. Box 307 Prosper, Texas 75078 Prosper, Texas 75078 1.4 Post Proposal Submittal Discussions In accordance with Texas Local Government Code Section 252, the Town will conduct contract negotiations with compliant vendors subsequent to proposal submittal and prior to the awarding of the Contract. This provision of Texas Local Government Code Section 252 was codified by Act of the Legislature in 1987. This Code is still in effect for High- Technology Municipal Government procurement in Texas. The proposing vendor shall be responsible for obtaining any information needed regarding this legal code. 1.5 Evaluation Compliance To comply with Sections 252.042 and 252.043 of the Texas Local Government Code, the project evaluation criteria are listed herein. The Town shall use the following criteria, weighted as set forth below, for the selection of the proposal that offers the best value to the Town. The proposer receiving the highest score will be considered to be the proposer that offers the best value for the Town. 1.6 Technical Compliance This is the degree to which the functional requirements of the system as specified in this RFP are met, and shall include the ease of system use and the proposed system's application to the Town's operational needs. Maximum Score 30 Points 1.7 Reliability of System Design and Project Support This shall include the reliability of the total turnkey system and shall include 1.) Reliability of system design, 2.) Adequacy of system maintenance, 3.) Support Parts availability, 4.) Location, staffing level and technical training of the support staff, and 5.) Service to meet the special needs of public safety outdoor warning siren operations. Maximum Score 20 Points 1.8 Proposer References This shall include the vendor's experience and qualifications with turnkey OWS's used for public safety operations. This shall include a listing of professional references for all working OWS's, designed or implemented by its firm, using the equipment proposed for the Town of Prosper OWS. The vendor shall furnish its financial report to support this project, shall furnish a project organization of key personnel to implement the project, and shall list all subcontractors that will be utilized and define their tasks. Maximum Score 15 Points 1.9 Acquisition, Maintenance and Operation Costs This shall include a spreadsheet identifying all system costs for the five-year period following project acceptance. The vendor shall identify those costs that will be supported by subcontractors. Maximum Score 25 Points 1.10 Complete Project Implementation Schedule This shall include a time line of project milestones proposed by the vendor's proposal. This shall include all design, installation, testing and integration tasks to be completed by the vendor and its subcontractors. Maximum Score 10 Points Total Evaluation Score 100 Points 1.11 Equal Employment Opportunity-Non-Discrimination The Town of Prosper, Texas takes positive steps to maintain and promote equal opportunity for all individuals and to prevent discrimination. 2. TOWN PROJECT MANAGEMENT This project will be under the management of the Town's designated Project Manager as indicated below: Fire Chief Ronnie Tucker Town of Prosper, Fire Department P. O. Box 307 Prosper, Texas 75078 OR 1500 E. First Street Prosper, Texas 75078 Office: (972) 346-3361 Fax: (972) 347-3010 The Project Manager is responsible for coordinating all aspects of the OWS project, including but not limited to the following activities: 1.) Obtain information, 2.) Provide direction, 3.) Formulate Project Implementation Plans, 4.) Contact with selected vendor, 5.) Liaison between Town and selected vendor, 6.) Oversee installation and acceptance in cooperation with project consultant, and 7.) Manage the implemented OWS System. 3 Required Proposal Documents and Materials The vendor shall submit a proposal to provide a Turnkey OWS that consists of: 1.) Equipment, 2.) Compatible-software, 3.) Services, which meet or exceed all requirements of the RFP, including all specifications, and functional requirements. This shall also include installation, documentation, training and engineering tasks. The vendor must submit one (1)original and five (5) copies of the proposal. The proposal shall include: 1. A Technical Proposal which comprehensively describes the vendor's proposed OWS solution to fulfill the requirements described herein. The Technical Proposal shall include the manufacturer's product information, which describes the proposed system as well as any third-party equipment that is included in the proposal. 2. A siren coverage map of the Town of Prosper to illustrate the guaranteed 70 dBc sound level performance of the system throughout the Town limits. This composite coverage overlay map shall depict the 70 dBc siren coverage for each siren location. The vendor shall clearly note any areas of siren warning coverage less than 70 dBc. 3. A Cost Proposal which details all costs of the proposed offering, including recurring costs for a five (5) year period as well as any required contractual terms. This shall include all costs for engineering, fabrication, packing, delivery to job site, unloading delivered equipment, system installation and adjustment, testing, training, documentation, system warranty and on-site maintenance and clean up as well as all required insurance to protect the system until it is installed at the designated site. The cost proposal shall include a detailed and itemized equipment list of all equipment, devices, software and services proposed. The list shall include the: 1.) Quantity of each item, 2.) Item Description, 3.) Manufacturer and model number of the item, 4.) Unit price for each proposed system item, and 5.) Extended price for the item(s). 4. A project delivery and implementation schedule, which defines project milestones referenced to contract award. 5. A complete Proposal Cross Reference list. 6. A Proposer's Profile which describes the proposer's contact personnel, the background and experience of the proposer's firm and all associated proposed subcontractors. This profile shall specify the vendor's proposed service organization for the project installation, testing, warranty and on-site maintenance. This shall include the name and address of the installation and maintenance service location(s), the support staff available for this project, the location of spare parts to support the operation of this system and the vendor's proposed response time to repair system outages reported by the Town during the warranty and maintenance support periods. This profile shall identify all subcontractors to be used and the tasks that are to be performed by subcontractors. 7. A detailed list of professional references of completed projects, including the following: 1.) Agency name, 2.) Customer contact name, 3.) Customer contact telephone number, 4.) System size, and 5.) Date of installation. This list should include no less than five (5) working systems where similar OWS's provided by the vendor are now in service. 8. A copy of all software license agreements required for the proposed OWS. 9. A cover letter signed by an authorized officer or agent of the proposer's firm expressing the proposer's intent to provide equipment, software and services as required by this RFP. This shall include a statement of its financial capability to deliver and support the Turnkey OWS system as described herein. 3.1 Incomplete Proposal Submission Any proposal submission which lacks any of these components will not constitute a qualified proposal, will not be evaluated and will not be eligible for contract award. 3.2 Turnkey Contractor Responsibilities Only turnkey proposals will be accepted in response to this RFP. The turnkey contractor will carry all full non-assignable and non-delegatable responsibility for the technical and timely completion of all aspects of the project. 3.4 Proposal Offering Validation Period Proposals must be valid for a period of not less than one hundred eighty (180) calendar days from the listed due date. Proposals may not be withdrawn or modified by the proposer during this 180 calendar day period. 3.5 Proposal Pricing All pricing areas of the RFP are intended to be identified by individual pricing and system pricing. The response will prohibit any unidentified costs that the vendor assumes will be the responsibility of the Town unless identified in the RFP and approved by the Town in advance of awarding the purchase of this procurement. 3.6 System Demonstration After proposals are received, the Town shall require the vendors to provide an equipment demonstration of all equipment proposed for Prosper. This demonstration shall be conducted in Prosper, Texas at a location and time specified by the Town. With its proposal, the respondent shall describe its proposed equipment demonstration and define any support equipment or services required of the Town for the demonstration. 4. EXCEPTIONS TO RFP All proposals shall address any exceptions to any part of this specification. This shall include a statement as to the need for the exception and the benefits to the Town for this exception. It is not the intent of this RFP to disallow vendors with minor variances to this RFP from submitting proposals. If a vendor-proposed system can provide compliance with the various listed item numbers, and the vendor: 1.) Indicates that their turnkey system can comply, and 2.) That the variance is clearly identified and detailed as to the impact upon the delivered system, they are invited to submit their response. The vendor shall identify any variance by typing the work VARIANCE in capital, bold and underlined lettering (as shown) as the first word of their statement. If a vendor believes that the RFP or any section of the RFP will disallow the vendor from qualifying, they are to provide a "Letter of Exception". It is to reference the RFP item number and provide a full description indicating why and how they would be disallowed. This letter is to be mailed (certified) and received by the Town Secretary prior to the Pre-Bid Conference. The Town and its consultant will review the issues and provide a written response within ten (10) days of letter receipt. 5. CONTRACT TERMS 5.1 Post Proposal Procedure In accordance with Texas Local Government Code Section 252, the Town reserves the right to conduct negotiations with the vendor submitting the highest-rated proposal. This shall be conducted subsequent to proposal evaluation and prior to awarding the Contract. In accordance with Local Government Code, Section 252 regarding sealed proposals, the selected vendor shall enter into contract negotiations with the Town of Prosper. 5.2 Errors or Omissions If the contractor discovers any error or omission in the contract documents, drawings or specifications or in the work undertaken and performed by it, it shall immediately notify the Town in writing and the contractor shall promptly verify or correct the same. If, knowing of such error or omission and prior to correction thereof, the contractor proceeds with any work affected thereby, it shall do at its own risk, and the work so done shall not be considered as work done under contract and in performance thereof unless and until approved and accepted by the Town. 5.3 Contractor Coordination The contractor shall fully cooperate and coordinate the installation and testing with any other contractor that is under contract with the Town, and with the Town's Project Manager for work related to but not included in its contract. The contractor shall not alter or modify the work of any other contractor or the Town's staff without the consent of the Town. This provision applies to structural members, finished surfaces and electrical interface devices. 5.4 Independent Contractor It shall be expressly agreed that the contractor and any subcontractors are not agents or employees of the Town, but independent contractors. The contractor shall not pledge or attempt to pledge the credit of the Town or in any other way attempt to bind the Town. 5.5 Subcontractors Subcontractors shall be companies with extensive experience in the installation and maintenance of the system equipment proposed to the Town. The contractor shall state the tasks and time commitment for each proposed subcontractor. All installation and maintenance subcontractors shall be licensed to do business in Texas. The contractor shall provide documentation acceptable to the Town demonstrating each subcontractor's qualifications, and the number of and qualifications of their personnel available for the contract work. The contractor shall agree to utilize only the subcontractors previously identified to the Town. The Town reserves the right to disapprove with reasonable cause any subcontractor or its employees. In the event of disapproval, the contractor has the sole responsibility to provide competent subcontractors that are acceptable to the Town. The contractor shall be fully responsible to the Town for the acts and omissions of its subcontractors on the same basis as it is for the acts and omissions of persons directly employed by it. Nothing contained in the contract shall create any contractual relationship between the Town and any subcontractor nor any obligation on the part of the Town to pay, or to see the payment of any sums to any subcontractor. The contractor shall not write any subcontract at variance with the conditions of the contract documents, and the provisions of the contract documents shall be incorporated in any subcontract. 5.6 Insurance and Liabilities The successful bidder at its own expense shall purchase, maintain and keep in force during the life of this contract, adequate insurance that will protect the successful bidder and/or any additional insured from claims which may arise out of or result from operations under this contract. The insurance required shall provide adequate protections from all claims, whether such operations be by the successful bidder or by any additional insured or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone whose acts of any of them may be liable and from any special hazards which may be encountered in the performance of this contract in the amounts (in United States currency) as shown below. The successful bidder shall not commence work on the contract until the successful bidder has completed the following: 1.) Obtained all the insurance required under this paragraph; 2.) Obtained approval of the required insurance by the Town, 3.) Furnished certificates of insurance to the Town, and 4.) Furnished certificates of authority to transact the business of insurance in Texas for the company(s) providing the required insurance coverage. Types and Amounts of Contractor's Insurance The contractor shall furnish and maintain during the life of the contract adequate Worker's Compensation and Commercial General Liability Insurance in such amounts as follows: Type of Insurance Amount Workers Compensation As set forth in the Worker's Compensation Act Commercial General Liability $1,000,000 per occurrence $2,000,000 aggregate Liability Protective $1,000,000 per occurrence $2,000,000 aggregate Liability, Umbrella Coverage $1,000,000 combined single limit per occurrence Additional Insured The Town of Prosper, (including its officers, agents and employees) shall be an additional insured on all (Public) policies furnished by the contractor. Written Notification Each insurance policy shall contain a provision requiring that thirty (30) days prior to expiration, cancellation, non-renewal or any material change in coverage, a notice thereof shall be given by certified mail to the Town Secretary, Town of Prosper, P.O. Box 307, Prosper, Texas 75078. Premiums and Assessments Companies issuing the insurance policies shall have no recourse against the Town for payment of any premiums or assessments for any deductibles which are the sole responsibility and risk of the contractor. Certificate of Insurance Proof that the insurance is in force shall be furnished to the Town on certificate of insurance forms acceptable to the Town. In the event any insurance policy shown on the certificate of insurance has an expiration date that is prior to the completion of services, the contractor shall furnish the Town proof of identical continued coverage no later than thirty (30) days prior to the expiration date shown on the certificate of insurance. Primary Coverage The coverage provided herein shall be primary and noncontributory with any other insurance maintained by the Town of Prosper, Texas, for its benefit, including self-insurance. Certificates of Authority Prior to commencement of work the successful bidder shall furnish to the Town, for each company providing the insurance required hereunder a certificate of authority to transact the business of insurance in Texas issued by the State of Texas. Waiver of Subrogation Contractor agrees to waiver of subrogation against the Town of Prosper, Texas, its officers, agents and employees for claims to the extent that such claims may be covered by the proceeds of insurance. 6. DESCRIPTION OF OWS _ _ 6.1 General The Contractor shall be responsible for the configuration of the turnkey system. This shall include, but not be limited to the following: 1.) Engineering the OWS configuration, 2.) Providing all equipment, software, systems and services furnished under the contract, and 3.) Providing the Warranty and Maintenance support for the delivered system. The Contractor shall be solely responsible for the performance of the delivered system. It is the responsibility of the Contractor to provide a complete and operational OWS, with all suitable devices, as described herein. Any additional equipment not specifically identified in the contract and annexes, but that is required in order to fulfill the requirements set forth herein under the contract, shall be provided and installed by the contractor without additional charge to the Town of Prosper. The Town shall approve all equipment, software and services proposed with the submitted sealed proposal. The system shall be designed to accommodate additional siren sites in the future. The vendor shall state the system expansion capabilities for the proposed OWS. 6.2 Location of Equipment The warning siren equipment shall be installed at the locations specified by the respondent and approved by the Town. 6.3 System Signaling Protection The respondent shall propose a secure signaling system. In its proposal, the respondent shall describe its methodology to protect the OWS from false activation from radio interference or vandalism. 6.4 System Operating Power Requirement Equipment furnished for the OWS shall be designed for operation from a 115 VAC, 60 Hz single phase source. This shall include the system control and monitor units and the remote siren activation units which will be installed at the siren locations. The vendor's proposed design shall include provisions for a minimum of 20 minutes battery backup in the event of loss of commercial power. 6.5 Environmental Requirements All OWS equipment shall be designed to operate within the environmental conditions indicated below: • Straight Line wind speed of 120 miles per hour, with siren mounted on top of support structure. • Wind Gust speeds of 140 miles per hour, with siren mounted on top of support. • Temperature range +150 degrees F to 0 degrees F. • Humidity 0% to 100% RH. 7. DELIVERED OUTDOOR WARNING SYSTEM COVERAGE The OWS shall deliver a warning sound level of no less than 70 dBc throughout the Town limits of Prosper. With its proposal, the vendor shall provide a map of the Town of Prosper showing the locations of all proposed siren locations. The map shall include 70 dBc siren coverage contours superimposed for each proposed siren location. In its proposal, the respondent shall state its method for measuring the delivered warning OWS sound level during acceptance testing. 8. SYSTEM INTERCONNECTION The bidder shall provide a quotation to supply each remote siren site with a two way controller that will receive and decode information sent from the central station and activate the necessary warning signals. 9. SYSTEM SPECIFICATIONS 9.1 Remote Siren Activation Unit Electronics The remote siren activation unit's electronics shall include the siren controller, the local control panel and the two-way radio control module. The vendor shall clearly describe the expansion capacity of the proposed remote siren activation unit. The siren controller shall include circuitry to receive an output signal from the radio control module and shall also be equipped to do the following: 1.) Initiate the selected siren activation or cancel signal transmitted via the radio link, and 2.) Perform `silent' system diagnostics and report the siren location status reporting. In addition, the siren controller shall provide manual activation for siren maintenance testing from the siren installation. The siren controller shall provide the following industry-standard siren alerting signals and controls: • Alert • Silent Test • Cancel • Siren Status The two-way radio control module shall provide the radio communications link for the control and status monitoring of the siren location. The two-way radio control module shall include a Town-approved radio transceiver, a two-way radio antenna and a connecting coaxial cable. The vendor shall specify the antenna and coaxial cable that it proposes. The vendor shall specify the location of the transceiver's antenna installation and shall ensure that this installation provides adequate ground plane for the antenna and does not compromise the weather-protection of the siren control enclosure. With its proposal, the vendor must provide technical information of the proposed two-way radio and its interface with the siren controller. In addition the proposer shall state the manufacturer and model and the FCC Type Acceptance number of the proposed two-way radio. A local control panel shall be provided to accommodate active testing of the siren control electronics. Solid-state indicators shall be provided at key locations on the modules for easy maintenance inspection of operational features. 9.2 Siren Control Enclosure At each site, the siren control electronics and the battery assembly shall be housed with a NEMA-rated, weatherproof, heavy-duty, non-corrosive metal enclosure. This enclosure shall be equipped with separate front-mounted hinged doors for installation and separate maintenance access to the electronics compartment and the battery compartment, and shall be provided with screened air vents, which are provided with vent covers to prevent direct entry of rain. The enclosure door shall have a three-point locking mechanism to provide weatherproof closing. The enclosure door shall be provided with an integral front- panel lock. All hardware, fasteners, connectors, etc. within and external to the enclosure shall be stainless steel or plated to prevent rusting. Control electronics circuitry shall be mounted on swing-out panels for easy access of maintenance testing, alignment and replacement. Separate compartments shall be provided for the electronics circuitry and controls and for the storage batteries. The battery compartment(s) may be configured for installation in more than one cabinet, provided that all batteries are properly connected and the interconnecting cable is protected from weather and all cable accesses are weather sealed. Each battery compartment shall be furnished with battery gas vents that are screened to prevent entry of insects. The electronics compartment shall be provided with suitable drain holes to permit any accumulated moisture inside the electronics compartment to be drained outside. The remote siren activation unit's circuitry and battery assembly shall be installed in the vendor-provided enclosure(s) and shall be protected by a lightning arrester device, which shall be mounted external to the enclosure(s). 9.3 Siren Assembly The siren assembly shall provide for omni-directional (360 degrees) siren coverage with an electro-mechanical drive mechanism. The siren horn assembly shall provide a minimum warning level of 70 dBc at a distance of no less than 5,200 feet from the siren location. The proposed acoustical output shall be stated within the vendor's proposal. The vendor shall specify all components proposed with its design. This shall include information regarding the power rating capacity of the siren and the MTBF reliability for the delivered siren unit. 9.4 Battery/Battery Charger Assembly Each siren installation shall be furnished with storage, backup battery and battery charger assembly. The battery(s) provided shall provide a minimum of twenty minutes of continuous siren activation, in the event of loss of commercial power. The storage battery should be a sealed battery with an indicator such as Delco Voyager or Town-approved equivalent. In its proposal, the vendor shall state the proposed battery nomenclature, quantities and the resultant operating capacity for the battery package. Each siren installation shall include a temperature compensated battery charger to maintain the siren batteries in a standby, fully charged condition. This unit shall ensure the battery charge to 100 percent capacity. The battery charger shall operate from a 115 Volt, 60 Hz single-phase electrical source and shall provide for current limiting and over- voltage cutoff protection of the batteries under charging-conditions. The vendor shall specify provisions for on-site installation and maintenance checks for the battery charger circuitry and the battery(s) 9.5 Siren Mounting Structure The siren and its control electronics/battery housing shall be mounted on a rugged, weather-protected steel pole whose height is no less than 55 feet overall. The center of the siren horn assembly, installed on the top of the siren support structure, shall be no less than fifty (50) feet from grade level. The siren mounting structure installed with the siren-- horn assembly and the siren control enclosure shall be rated to survive straight-line wind loads of a minimum of 120 miles per hour, and wind gust loads of 140 miles per hour. With its proposal, the respondent shall provide pricing for Steel Galvanized poles. The vendor's proposal must meet all requirements of the Town's emergency alerting needs. With its proposal, the vendor shall specify the manufacturer, model and software version for all software and hardware proposed. 10. OWS INSTALLATION 10.1 Installation Criteria Installation of all materials and equipment for the proposed OWS must meet FCC and EIA industry standards, with specific attention for Prosper Fire Codes and Electrical Codes and to the methods employed for wiring, cabling, terminations, cable and wire labeling, documentation, wire codes, general appearance and operating performance. The contractor shall be responsible for the cost of repairing or bringing to original condition those existing facilities that may suffer damage during the course of system installation. The contractor shall also completely remove from the premises all packaging materials and other litter due to its work. With its proposal, the vendor shall provide installation plans and procedures, and shall describe its supporting organization. This shall include the following:1.) Listing the location and telephone number of the installation and maintenance support shop proposed for the Prosper OWS, 2.) Listing of staffing level of support personnel proposed for this procurement, and 3.) Detailing the specific qualifications of personnel and job functions of the staff proposed to for the system installation, testing and maintenance. 10.2 Installation Procedures The contractor shall provide adequate staffing of technically competent, factory-authorized personnel to install all equipment supplied by this procurement. All installation activities shall be coordinated with the Town's Program Manager. During the installation, no circuits or equipment shall be removed, adjusted or disconnected by the contractor without prior authorization by the Town. The contractor shall work in as judicial a manner as possible. Vendors shall include in their proposal an implementation schedule. This schedule shall include major project milestones and shall also detail all items required by the Town to complete installation. The contractor shall furnish and install grounding and lightning protection at each siren site. Details for the grounding and lightning protection shall be stated in the proposal. The vendor shall specify the installation details for the siren mounting structure. In its proposal, the vendor shall clarify the securing of the installation of the mounting structure, and shall specify whether this shall include a concrete pour at the base of the structure or shall use soil tamping at the base of the structure using a commercial soil compactor to secure the proper structure installation. Rigid steel conduit (nominal diameter of 1 1/a inch) shall be installed to protect the cable wiring from the siren control electronics housing and the siren assembly. The conduit shall be attached to the siren mounting structure using stainless steel or galvanized conduit straps installed at a distance of no less than every four (4) feet vertically. The siren control electronics housing shall be installed on the siren mounting structure such that the bottom of the housing is three (3) feet above grade level. This housing shall be rigidly fastened to the structure. The vendor shall state the proposed details for this installation based on the weight and configuration of the vendor's proposed control electronics housing. The siren installation shall be provided with professionally installed grounding protection. This grounding protection may include the use of a grounding rod or a "butt-wrapped" copper conductor. The grounding rod installation shall utilize an eight (8) foot copper-clad grounding rod installed at the base of the siren mounting structure. The top of this grounding rod shall be no less than twelve (12) inches below grade level. Separate grounding conductors shall be installed from the siren horn assembly to the ground rod and from the siren control enclosure to the grounding rod. These grounding conductors shall be a minimum of #4 copper conductors and shall be bonded to the grounding rod by cad welding or by other weatherproof and corrosion-resistant connections. For the "butt-wrapped" copper conductor protection, two #4 copper conductors shall be run the length of the siren support structure and coiled at the base of the structure. One of these conductors shall be connected to the siren horn assembly and the other conductor shall be connected to the siren control enclosure. The copper conductors shall be rigidly fastened to the siren support structure at a distance of no less than four (4) feet of vertical runs, and shall be bonded to the "butt-wrapped" grounding conductor by cad welding. Any other bonding proposed method must be fully described and must provide weatherproof and corrosion-resistant connections. The Town shall provide electrical service at each of the vendor's designated siren locations. This service shall be terminated at a Watt Hour meter. The contractor shall connect the siren equipment to this service. At the base of the Watt Hour meter, the contractor shall provide a fused 20 Ampere electrical disconnect panel for equipment maintenance. The electrical wiring from the disconnect panel to the electrical enclosure shall be routed in rigid steel conduit. 11.TESTING AND ACCEPTANCE Upon completion of the system installation, and before final acceptance by the Town, the vendor shall perform the following test and submit the results to the Town in writing: 11.1 Completion of System Installation This test shall demonstrate completion of system installation in accordance with the approved installation and grounding procedure and to verify system operational readiness. Following the contractor's clean up of the installed system locations, the Town and the contractor shall conduct an on-site inspection of all system facilities. This inspection shall demonstrate treat all system components have been delivered in proper quantities arid' installed at their proper location. The inspection shall demonstrate that all mechanical installation requirements have been professionally installed and completed and all equipment has been properly connected to electrical service, properly grounded and all signal, coaxial cables and electrical cables have been properly connected to the equipment. This test shall demonstrate proper connection of the siren batteries and battery charger. 11.2 Formal demonstration of operational system features as described herein All systems functions specified herein shall be demonstrated to be operational and shall be comprehensively tested with the stated system specifications. The vendor shall test and demonstrate the siren activation and silent test features, the status polling and access to system reports of the OWS. This testing shall include features demonstration for the system printer. The testing shall include a siren alert of the entire system, a silent test of the system, the system polling and response as well as creating system history reports. In addition, each siren location shall be individually tested for proper operation from the System Control Unit as well as from the maintenance test panel at the siren. This shall include demonstration of the battery-powered operation following the disruption of commercial power. 11.3 Thirty-day Reliability Test Following demonstration of the System Installation Completion testing and the completion of the demonstration of Features and Functions, the system shall undergo a successful thirty (30) day performance test under full implementation without failure to the equipment furnished by the vendor. 12. WARRANTIES AND MAINTENANCE The proposer shall warrant and guarantee that the equipment furnished by this procurement is new and unused and is of good workmanship and materials, and that the system has been properly designed and equipped to be operated for the purpose stated in this specification and that the proposed system is in strict conformity with the detailed RFP specifications and the applicable contract documents. All equipment and parts furnished by this procurement shall be warranted and maintained for a period of two (2) years against defects in design, materials and workmanship. The warranty period shall begin upon formal acceptance of the system as specified in the preceding Section. The warranty shall cover parts, labor, shipping and travel as well as other expenses to resolve performance problems. The respondent shall state the procedure and methodology for system repairs during the warranty period and shall state the source of parts to be used for these warranty repairs. In addition, the respondent shall provide a costed proposal for a Maintenance Service Contract, which the Town may select as an option. This optional Maintenance Service Contract shall extend for one-year periods following the initial two-year Warranty and Maintenance period. Fixed siren maintenance shall be performed on a Monday through Friday, 8:00 A.M. to 5:00 P.M basis, by factory-authorized personnel. The vendor shall specify the address of its proposed local-area maintenance-service contractor. This local-area contractor shall respond to maintenance outages of the siren encoder on a 24-hour per day basis with a response time not to exceed four hours. The respondent shall certify that its proposed service facility shall initiate, within four hours, repair to any critical product that fails under warranty. The vendor shall secure the Town's approval for the use of all installation and maintenance contractors. All requests for maintenance service for the sirens, decoders and encoders shall come from the Town's Emergency Management Coordinator's office. 13. DOCUMENTATION With its bid, the respondent shall provide a complete set of descriptive product information and technical specifications for all products proposed. The proposal shall also include installation and maintenance manuals for each model of the proposed equipment. In addition, the respondent shall include information describing the manufacturer, model, FCC type acceptance number and radio specifications for the specific two-way radio model proposed for activation and status reporting of the siren units. With system delivery, the contractor shall provide complete system documentation including an equipment maintenance and operations manual(s). This shall include all project specific and pertinent drawings, wiring lists, operation instructions, parts lists, system block diagrams, circuit schematic diagrams, alignment and calibration procedures, printed circuit board layout drawings, maintenance charts and tables, FCC-compliant field measurements for the siren radio package, and a listing of all equipment and devices to test and certify the complete system. Prior to requesting system acceptance, the contractor shall provide five (5) sets of system documentation and maintenance manuals for the system provided for Prosper. As-built documentation must be supplied a minimum of 30 days prior to requesting overall system acceptance. 14.TRAINING The contractor shall provide formal system training for the Town's operational, maintenance and management staff. This shall provide the Town with a working knowledge of the system operation and with hands-on system experience. All training shall occur prior to the use and acceptance of the system and shall be conducted at the mutual convenience of the Town and the contractor. In its proposal, the vendor shall describe it proposed training programs for the following: 1.) Systems operations for Town Emergency Communications operations staff, and 2.) Systems overview training for Town Emergency Management personnel. The Town shall provide classroom space for all training classes, between 8:00 AM and 5:00 P.M. on normal Town workdays. 15. FINAL CLEANING Prior to requesting Final Acceptance testing, the contractor shall clean the work area of each siren site. This shall include removing all packing materials and debris, removing all construction materials, repairing any damage to property, removing all excavated soil, returning the soil and turf to original condition, and performing similar cleanup operations of the location to provide a safe, professional and attractive installation. TURNKEY OUTDOOR WARNING SIREN AND CONTROLLER/DECODER SYSTEM Town of Prosper, Texas GENERAL BID REQUIREMENTS The bid proposal for this Outdoor Warning Siren System (OWS) packet should include all components, parts, service, devices, electrical service, labor, permits, fees, freight and any other items necessary for delivery, installation, and proper operation of the system including training. Price will also include any acoustic survey and mapping for presentation purposes. Total bid price will include the total turnkey system for the whole Town limits. The Town has the option to purchase the system on a site by site basis. ITEM AND DESCRIPTION QUANTITY 1.) At least 128 dB(c) sirens equal to those specified with galvanized steel pole. 2.) Remote terminal (RTU) controller/decoder radio controls 2 each per the attached specifications. Total FOB Bid Price $ Name of Company: Business Address: City: State: Zip: Telephone Number: ( ) Fax Number: ( ) Authorized Signature: Typed or Printed Name: Title: Specification for the purchase and installation of OWS for the Town of Prosper, Texas are listed below. GENERAL PURPOSE STATEMENT The purpose of these specifications is to set the minimum standards that are acceptable for an OWS. All specific criteria herein are currently being met by commercially available equipment. The fact that a manufacturer chooses not to produce equipment to meet these specifications providing the full intent of this bid is met will not be sufficient to judge these specifications as restrictive. Sirens are to be installed on a Steel Galvanized Pole at a height where the centerline of the siren horn is a minimum height of 50 foot above grade. All components at each siren site are to be installed in aluminum enclosures secured by an internal mounted keyed lock. Page 1 TURNKEY OUTDOOR WARNING SYSTEM SPECIFICATIONS Town of Prosper,Texas PAYMENT: The Owner shall pay the Contractor in accordance with the following payment schedule: • 90% due upon completion • 10% due upon customer acceptance EQUIPMENT: This bid is for the installation of an Outdoor Warning Siren System. The siren and the installation methods will be in accordance to local and National Electrical Code as well as the requirements of the Federal Emergency Management Agency (FEMA), FEMA Guide to Outdoor Warning Systems CPG 1-17. Decibel ratings meet ANSI-S-12.14-1992 and ISO 3746 specifications. Equipment shall consist of new directional, rotating, electrically operated sirens and installed in a turnkey manner. SOUND OUTPUT: The siren must be Electro-mechanical (motor driven) in design containing producer (rotary air chopper) capable of producing a minimum of 128 dB(c) measured free field horizontally on axis with the siren mounted at a minimum 50 feet above grade. Note: A siren producing less than 128dB @ 100 feet will not be considered. ELECTRICAL; The power requirements for the AC operated siren shall be 120/240 volt AC, 50/60Hz single phase, and must meet the following minimum criteria as listed below: • Operating Voltage is a minimum 48VDC • Battery Charge Current a minimum 4 amps (max) • Duty Cycle a minimum 15 Minutes • Battery Backup Cycle a minimum 21 Days (Standby) MECHANICAL DESIGN. To sustain operation in high wind (minimum wind load of 150 mph) conditions, the siren shall not have belts or chains, which will stretch, break, or slip. A direct drive mechanism shall be incorporated to allow the siren to continue to rotate or oscillate during high wind conditions. ACCESSORIES: All accessories shall be provided to obtain a complete operating warning system. This includes the motor starter controls and mounting hardware. Page 2 TURNKEY OUTDOOR WARNING SYSTEM SPECIFICATIONS Town of Prosper,Texas SIREN CONTROL: The siren control shall be a magnetic starter type and shall be capable of being activated by a manual push button, a siren timer, or via radio decoder relay output. It shall be a single aluminum weatherproof enclosure with filter-covered vents in the door capable of having a changeable air filter, fan and thermostat. Enclosure door to have a 3-point locking system with a Corbin #2 lock in the door. SIREN BATTERIES FOR AC/DC OR DC SIRENS: Batteries to be four (4) Delco Voyager deep cycle size 24 in a separate enclosure or an enclosure with an acid barrier to protect the sensitive electronic components. Each battery to have a separate charging unit. Battery to the Radio receiver/transmitter shall be a separate 12-volt gel cell battery mounted with the radio. Batteries are to be gel-cell totally sealed if there is no acid barrier. MAINTENANCE: Siren equipment shall utilize color impregnated fiberglass housings to eliminate rusting and painting maintenance. Siren equipment shall also use factory sealed motor bearings to eliminate the need for lubrication maintenance. A schedule of recommended maintenance must be included with the bid response. DETAILS: Bidders must include the following details for the proposed system: 1. Weight of the siren 2. Weight of the motor starter control 3. Running amperage 4. Output frequency 5. Installation drawings 6. Site drawing (locations) 7. Wiring diagrams 8. Maintenance and operation manuals INSTALLATION: Site Installation drawing will be developed and submitted with the RFP. The Town will review and approve the site drawing. Each proposed site is to be identified on the map. The successful vendor will obtain all the right-of-way approvals and electrical services needed before installation. All of these sirens will be installed on steel galvanized poles to provide the proper height for sound propagation as well as ease of access for maintenance when required. Page 3 TURNKEY OUTDOOR WARNING SYSTEM SPECIFICATIONS Town of Prosper, Texas ENVIRONMENTAL: In compliance with the FEMA OWS Guide CPG 1-17, the siren when installed per manufacture's recommendations shall not exceed 123db(c) at grade level around the siren unit. Vendor is to state in its proposal the recommended mounting height. WARRANTY: The siren equipment shall have a minimum of a five (5) year warranty on siren head parts and two (2) year electronic component parts return in house labor warranty and one (1) year on all other materials and labor. DELIVERY: Delivery and installation of the specified equipment will be according to the dates set forth in the contract documents. All bids must include freight charges and will be provided F.O.B. Destination. SPECIFICATIONS: These specifications are not intended to include any proprietary items, components, or devices, which would preclude any OWS manufacturer from producing equipment to meet these specifications. All ratings, power outputs, and specific criteria are currently being met by commercially available equipment and only outline the minimum requirements set out by the Town. The Town reserves the right to reject all bids and to waive any formalities in the best interest of the Town. Page 4 TURNKEY OUTDOOR WARNING SYSTEM SPECIFICATIONS Town of Prosper,Texas SPECIFICATIONS SIREN CONTROLLER/DECODER SYSTEM REQUIREMENTS: 1.) The siren controller/decoder must be capable of controlling the mechanical siren installation. A timed relay contact output must be available to generate three standard warning signals of ALERT (TORNADO) and ATTACK (HAZMAT). This relay contact must have a minimum rating of 5 amperes at 240 volts AC. Controller must operate with an input power of either 120 or 240 volts AC, field selectable. Additional capability must be available in the controller to generate signals with special timing requirements. (Growl Test) A CANCEL signal must be available to immediately halt an active signal. 2.) The controller will be contained in a single aluminum weatherproof traffic signal enclosure with a vented door capable of having a changeable air filter, fan and thermostat. Enclosure door to have a 3-point locking system with a Corbin #2 lock in the door. 3.) The controller should use state-of-the-art electronics in its design. All controller information shall be contained in EEPROM memory, and shall be field changeable for programming changes. A modular design shall be employed to aid in servicing requirements. 4.) The controller will use an Frequency Shift Keyed (FSK) method for data communication. This FSK data stream will have additional security features available to prevent false siren activation from hackers. 5.) The siren controller will provide status monitoring to the central activation sites. The controller will provide the following at a minimum: 1 .) RF Comm, 2.) Comm Battery, 3.) Door tampering, 4.) AC Power, 5.) Amps, and 6.) Siren activation. These status changes will be reported immediately to a Supervisory Control and Data Acquisition System control when the condition occurs. 6.) Each controller will have a backup battery to operate the electronics and radio transceiver in case of AC main failure. A built-in charger system will keep the battery at full charge during normal operation. 7.) The controller will have capability for local activation. Six functions must be available for use, along with a cancel function. Each function button must be programmable via software to activate any standard signal or custom signal. Local operation of siren will be reported to the central activation sites. 8.) Each controller will be identified to the master system by use of a 3-character address. The Town's Emergency Management Coordinator according to the Town's zone numbering plan will assign each siren address. This specification is not intended to include any proprietary items, components, circuits or devices that would preclude any siren equipment manufacturer from producing equipment to meet these specifications. All system features are currently being met by commercially Page 5 TURNKEY OUTDOOR WARNING SYSTEM SPECIFICATIONS Town of Prosper, Texas available equipment. The fact that a manufacturer chooses not to produce equipment to meet these specifications, providing that the above criteria are met, will not be sufficient to adjudge these specifications as restrictive. SPECIFICATIONS CONTROLLER 2-WAY RADIO AND BASE ANTENNA SYSTEM REQUIREMENTS: A. SIREN RADIO A turnkey siren radio system will be provided to operate the system. The system will supply each site with all the controls needed to operate the system. B. ANTENNA & CONNECTORS Vendor shall provide all of the equipment needed to properly install all antennas and equipment. C. COAXIAL LIGHTENING PROTECTION Vendor shall supply an approved coaxial lightening protection. Page 6 Page No. 1 of 1 - , ,�^L Proposal 4,' .� GIFFORD ELECTRIC Exhibit"B" iii( P.O. Box 7441 1 � Fort Worth, Texas 76111 817/834-6308 Fax 817/831-8245 T 4 on'��� E-Mail gene@giffordtx.com Proposal Submitted To Phone 972-347-2424 5/25/2005 Town of Prosper Texas Fax 972-347-3010 3/1/2005 5/5/2005 Street Job Name Outdoor Sirens City State Zip Code Job Location Prosper, Texas Prosper,Texas Architect Date of Plans Job Phone Ronnie Tucker 972-822-0244 We hereby submit specifications and estimate for: UNIT Total Price Line# Item# Qty Description 1 3 ASC T128 AC/DC Siren on 50'Steel pole $ 21,400.00 $ 64,200.00 2 2 ASC CSC960 Central Station Controller $ 5,500.00 $ 11,000.00 3 1 CompLert Software $ 2,500.00 $ 2,500.00 4 5 6 7 8 9 No Cost to for Siren#1 0 $ - 10 No Cost to for Siren#2 0 $ - 11 No Cost to for Siren#3 0 $ - 12 0 Underground to Siren#4 from CoSery $ 1,050.00 $ - 13 1 Under ground to Siren#5 from CoSery $ 1,400.00 $ 1,400.00 14 15 16 17 NOT INCLUDED IN OUR BID 18 State Sales Tax 19 Bond Cost 20 Power Co.Cost 21 22 23 We Propose hereby to furnish material and labor--complete in accordance with above specifications,for the sum of: Dollars ($ $ 79,100.00 Payment to be made as follows: All materiel is guaranteed to be as specified.All work to be completed in a workmanlike Authorized manner according to standard practices.Any alteration or deviation from above specifica-Signature �c+s.ztz,, tions invoking extra cost will be executed only upon written order, and will become an extra charge over and above the estimate.All agreements contingent upon strikes,accidents Note:This proposal may be or delays beyond our control.Owner to carry fire,tornado and other necessary insurance withdrawn by us if not accepted within 30 Our workers are fully covered by Workmen's Compensation Insurance. days Acceptance of Proposal-The above prices,specifications and conditions are satisfactory and are hereby accepted.You are authorized Signature to do the work as specified. ayment I be made as outlined above. Date of Acceptance 5 a 5 Q 5/ Signature