Loading...
R-97-09-11-10G - 9/11/1997WHEREAS, the City of Round Rock has duly advertised for bids for the purchase of radar units for the Police Department, and WHEREAS,Applied Concepts, Inc. has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Applied Concepts, Inc., Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of Applied Concepts, Inc. is hereby accepted as the lowest and best bid and the City Manager is hereby authorized and directed to issue a purchase order to Applied Concepts, Inc. for the purchase of said radar units. RESOLVED this llth day of September, 1997. ATTEST: K.\ WPDOCS \RESOWPI \K.570911G.WPD /scg RESOLUTION NO. R- 97- 09- 11 -10G HARES Cl7LPEPPER, Mayor City of Round Rock, Texas CITY OF ROUND ROCK KA BAND RADAR SYSTEM PART I GENERAL TERMS AND CONDITIONS PART II SPECIFICATIONS 3.0 FUNCTIONAL REQUIREMENTS: The radar system shall: 1 SPECIFICATION NO. 21 -97 -0001 DATED: JULY 1997 1.0 The equipment furnished under this specification shall be the latest improved model in current production, as offered to commercial trade and shall be of quality workmanship and material. The bidder represents that all equipment offered under this specification shall be new. USED, REMANUFACTURED, RECONDITIONED, SHOPWORN, DEMONSTRATOR, PROTOTYPE, OR DISCONTINUED MODELS ARE NOT ACCEPTABLE. 2.0 Bidders are requested to submit with their bid the latest printed literature and detailed specifications of the equipment offered. 3.0 All parts not specifically mentioned which are necessary for the system to be complete and ready for operation or which are normally furnished as standard equipment shall be furnished by the successful bidder. All parts shall conform in strength, quality and workmanship to the accepted standards of the industry. 1.0 SCOPE: This specification describes a Ka -Band Doppler multi- component radar consisting of a counting unit (counting/display), a handheld remote control and two (2) antenna modules. The signal processing shall use state -of -the -art technology with all signal processing performed by a Digital Signal Processing microprocessor allowing future software upgrades by replacing a plug -in memory module. 2.0 STANDARDS: The units furnished under this specification shall conform to the National Highway Traffic Safety Administration (NHTSA) "Model Minimum Performance Specifications for Police Traffic Radar Devices" DOT HS 807 415, and shall be on the latest published Consumer Products List (CPL) of the International Association of Chiefs of Police (I.A.C.P.) 3.1 Have all components, circuits, and parts thoroughly inspected and tested before and after assembly. 3.2 Operate within its specifications at ambient temperatures from -22 °F to +140 °F ( -30 °C to +60 °C) and in conditions of from 0% to 100% relative humidity. 3.3 Operate from a power supply voltage of 10.8 - 16.5 VDC, negative ground. 3.4 Employ an automatic resetting, solid -state electronic overvoltage and overcurrent protection circuit, eliminating the need for single- time -use replaceable fuses. 3.5 Have a maximum current drain on the vehicle's electrical system not to exceed 1.0 amperes. 3.6 Operate on the Federal Communications Commission (FCC) approved frequencies of 33.4 36.0 GHz. 3.7 Have self -test features that: 3.7.1- automatically verifies the operation of the system upon power -up and at intervals of no longer than ten (10) minutes as long as the system is powered -up. Any detected malfunction shall result in a "FAIL" indication. 3.7.2 is operator initiated to perform a diagnostic self test of the digital signal processor (DSP), random access memory (RAM), and associated processor logic. Any detected malfunction shall result in a "FAIL" indication. 3.8 Have no protruding switches or controls. 3.9 Maintain a stable target speed reading, without displaying extraneous false readings while subjected to interference from , but not limited to, the following: 3.9.1 high powered television stations 3.9.2 other radio frequency interference sources including UHF, VHF, and HF transmitters 3.9.3 automobile alternators, ignition and electrical systems, and air conditioners, and fan motors 3.9.4 high voltage power lines 3.9.5 traffic signals 3.9.6 neon lights 3.9.7 patrol speed shadowing 3.10 Have LED displays and indicators with operator adjustable brightness to compensate for ambient light levels. 3.11 Have an adjustable range control allowing the operator to select the distance at which targets shall be detected with a minimum range not greater than one (1) mile on a straight open two (2) lane road with an average sized automobile. 3.12 Accurately determine target vehicle speeds while operating in either the stationary, moving , or moving/opposite mode. 2 3.13 Process and display speeds with an accuracy of +/-1 mile per hour (MPH) in the statio-iary mode and +1/ -2 MPH in the moving mode 3.14 Be of modular construction to facilitate repair of the integrated circuits and other components mounted on the plug -in circuit boards. 3.15 Provide visual indication of radio frequency interference (RFI), low power supply voltage, and internal circuit error conditions. No target vehicle speeds shall be processed while any such conditions exist. 3.16 Provide an audible output of the Doppler signal corresponding to the target vehicle speed. The audio volume level shall be adjustable in multiple discrete steps and a means shall be provided to unsquelch the audio when no target is present. 3.17 Accept input from a wireless remote control receiver. The wireless receiver (if needed) shall plug into the connector normally used by the wired remote control without modifications to the counting unit. 3.18 Momentarily light up all LED segments upon power -up to verify that all displays are in working order. 3.19 Display a fastest target in addition to the conventional strongest target. It is preferred that the fastest display does not replace the strongest display. 4.0 COUNTING UNIT: The system shall have separable display /counting units or a counting unit designed as both the counting unit as well asthe display unit. The separable counting/display configuration is preferred. The unit(s) shall: 4.1 Be completely enclosed in a metal housing to provide structural integrity and immunity to electromagnetic interference. 4.2 Be approximately 6.5 inches wide by 3.5 inches high by 5 inches deep. 4.3 Have a switch on both the remote control and on the main control panel allowing the RF transmission from the antenna to be inhibited in order to circumvent radar detectors, and a visual indication indicating that the unit is in the hold mode. 4.4 Measure the actual Doppler input signals from the antenna(s) and convert those signals into speeds of the target vehicle and patrol vehicle. 4.5 Bedelivered permitting display speeds in either English or Metric units. This feature shall be easily changed in the field. 4.6 Be designed to mount on the dashboard or in a radio stack of a vehicle. 3 4.7 Have a minimum of three (3), three (3) digit, displays: 4.7.1 Target display, approximately .4 inches in height 4.7.2 Patrol display, approximately .3 inches in height. 4.7.3 Lock display, approximately .3 inches in height 4.7.4 The displays shall exhibit vehicle speeds in truncated (rounded down) whole numbers. 4.8 Have LED displays located on the face of the unit and /or on the remote control to exhibit: 4.8.1 current mode of operation (such as, stationary, moving opposite lane approaching target, moving opposite lane receding target 4.8.2 selected antenna (front or rear) 4.8.3 a relative target area in relationship to the patrol vehicle. 4.9 In the moving mode: 4.9.1 Process and display combined speeds of 199 MPH. 4.9.2 Display in increments of one (1) MPH. 4.9.3 Continuously track and display both the patrol and target vehicle speeds after lock - has been activated. 4.9.4 The locked target speed shall be displayed in the lock display window 4.9.5 Have a patrol speed range of at least 10 MPH to 70 MPH 4.9.6 Have a target speed range of at least 15 MPH to 195 MPH. 4.10 In the stationary mode have a speed range of at least 12 MPH to 199 MPH. 4.11 Have a front panel control and display that shall - 4.11.1 Arranged with the target display and the patrol display on opposite sides. 4.11.2 Have switches positioned in a line parallel to the horizontal centerline of the panel and located in the bottom half area. 4.11.3 Have push button/membrane keyboard type (Protruding switches or controls are not acceptable.) 4.12 Have a locking device that shall be electronic and activated by a trigger or keyboard and shall lock instantaneously without error. 4.13 Have not less than the following controls: 4.13.1 Lock/release 4.13.2 Test 4.13.3 Mode 4.13.4 Audio 4.13.5 Range 4.13.6 Hold 4.13.7 Power 4.14 Have an internal automatic self testing function. 4.15 Have a built in electronic calibration system to maintain the specified accuracy of the unit through the entire temperature range. 4 4.16 Have a light test function to verify that all readout displays are in working order. 4.17 Have electrical connections completely enclosed to prevent shocks and reduce hazard. 4.18 Have an initial and intermittent frequency testing system with a visual display if an error is detected. 4.19 Have a low voltage warning indicator to alert the operator that power supply voltage has fallen below 10.8 VDC, but shall continue to display the previously locked speed with supply voltages as low a 9.0 VDC. 4.20 Have a radio frequency interference (RFI) detector to alert the operator when extraneous radio frequency fields are present. No speeds shall be displayed of locked while this condition exists. 4.21 Automatically clear all displays with any mode of operation change. 4.22 Have the following minimum external electrical connections shall be provided for on the rear panel: 4.22.1 Two gold plated antenna connectors (1 front antenna and 1 rear antenna). 4.22.2 A permanently attached power cord attached through a heavy plastic feedthrough or similar strain relief device to prevent power cord damage. 4.22.3 ,A miniature "D" type 15 -pin connector for connection to a video recording system, personal computer, or an external giant display system. 4.22.4 A connector for connection to the remote control unit. 4.22.5 Each cable entry point shall have removable locking connectors. 4.23 Be designed to allow either the front or rear antenna to be disconnected and the system to operate as a single antenna unit, without any modification. 4.24 Be designed to recognize when an antenna is connected to the antenna receptacle and shall not allow an open receptacle to be selected. 4.25 Be designed to fit a compatible easy release mounting bracket The bracket shall have no sharp edges or corners and shall be painted flat black or have an anodized type finish 4.26 Have a flexible, impervious shielded power cord approximately 5 1/2 feet long terminated on one end by a rugged heavy duty corrosion resistant male plug with spring action electrical contacts designed to fit a conventional cigarette lighter receptacle of a vehicle. 5.0 ANTENNA UNITS: The system shall have antenna units that shall. 5.1 Be circular polarized horn -type. 5 5.2 Have a beamwidth not to exceed 12° between the -3db power points of the main lobe of the microwave beam relative to maximum power at the center of the beam. The side lobes shall be approximately -25db below the main beam 5.3 Have the antenna cone completely enclosed by the exterior housing of the unit. 5.4 Be constructed of cast zinc, or a solid piece of copper or aluminum that shall not crack, warp or corrode during the normal operating life of the unit, and shall be rigidly supported at both ends to inhibit movement in normal use.. 5.5 Directly interchange between the front and rear antenna connector receptacles on the counting unit without the need for special adapting or adjustment. 5.6 Connect to the counting unit with a single cable in lengths of 3 feet to 21 feet, with the .proper removable locking connectors at both ends to attach to the counting unit. 5.7 Have optional mounting brackets available (bid separately on the IFB bid response) as follows: 5.7.1 Dash mount 5.7.2 Window mount 5.7.3 Rear deck mount 5.8 Be designed to be waterproof. 5.9 Be of modular construction to facilitate repair. 5.10 Independently (each antenna) perform its own Doppler analog to digital conversion prior to sending the digital Doppler signal to the counting unit. 6.0 REMOTE CONTROL UNIT: The system shall have a hand held codeless remote control unit that shall: 6.1 Be light weight with no sharp edges or corners and be approximately 5.6 inches in length, 2 inches wide and 1 inch thick. 6.2 Have as a minimum the following functions: 6.2.1 Lock/release 6.2.2 Antenna select 6.2.3 RF hold 6.2.4 Moving/stationary select 6.2.5 Fastest target on/off 6.2.6 Squelch open/close 6.2.7 Speaker volume adjust 6.2.8 Patrol speed blanking 6.2.9 Display brightness adjust 6 7.0 TUNING FORKS: The system shall be delivered with one each 30 MPH and 55 MPH tuning forks that :hall: 7.1 Be permanently marked with: 7.1.1 A serial number 7.1.2 The radar frequency band 7.1.3 The associated radar speed in MPH 7.2 Be furnished with factory certification as to the accuracy and be accurate within ± 1 MPH. 7.3 Be furnished with a soft protective pouch type cover for each fork. 7.4 Cause the system to respond to the two tuning forks within ± 1 MPH. 8.0 CABLING AND ATTACHMENTS: All cabling and attachment devices needed for the installation of each entire system shall be provided. 9.0 MANUALS: Each system shall be provided with: 9.1 One (1) set of manuals and documentation. 9.2 A full and complete set of operating instructions. 9.3 A trouble shooting guide. 9.4 A small, single sheet quick reference laminated operating guide 4.0 WARRANTY: The system shall be warranted against defects in material and workmanship for a period of not less than 36 months beginning with the date of acceptance. If the manufacturer's standard warranty exceeds 36 months. then the manufacturer's standard warranty shall be in effect. The successful bidder shall furnish a copy of the manufacturer's warranty at time of delivery. PART III INSTALLATION, SERVICE, TRAINING, ACCEPTANCE AND PAYMENT 1.0 INSTALLATION: The system shall be installed in the vehicles) by the manufacturer of the system or a authorized representative of the manufacturer. Installation shall be accomplished at Round Rock, Texas. The system shall be based on a dash mounted configuration so as not to interfere with the deployment of air -bags, video equipment, radio equipment, or other typical police equipment. 2.0 SERVICE: The successful bidder shall have service and maintenance available to the City within 48 hours of notification of need for service or maintenance. 7 3.0 TRAINING: The successful bidder shall provide, at nD additional cost to the City, training of a maximum of ten (10) persons for a period not to exceed eight (8) hours duration on the proper usage, operator maintenance, potential interference and basic Doppler theory, of the system. The training shall be conducted in the City of Round Rock, with the City providing facilities for such training 4.0 ACCEPTANCE: Each system is subject to acceptance inspection and performance testing, and will not take more than ten (10) working days, weather permitting. The vendor will be notified within this time frame if the system delivered is not in full compliance with the purchase order specifications. If any units are canceled for non - acceptance, the needed equipment may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 5.0 PAYMENT: Payment will be made within thirty (30) days after the acceptance inspection has been completed and the City determines that the equipment delivered meets specifications or within thirty (30) days of receipt of a properly completed invoice for the system is received, whichever is later. 8 Eagle Plus Kustom Stalker Does not meet required bid specifications Does meet all required bid required by purchasing agent. specifications. Does not have all required control modes used for hand held radar. Does not have moving/stationary select required under 6.2.4 bid spec. Does not have squelch required under 6.2.6 bid spec. Does not have volume required under Cost: $2495.00 per unit. 6.2.7 bid spec. Does not have display brightness Total cost: $44,910.00. Adjustment required by bid spec. Warranty- 2 years. Repair service -fair (keeps radar unit until repaired). Cost: $1559.00 per unit. Total cost: $28,062.00. Total Difference: $16,848.00. Because Kustom does not meet required bid specifications, but are lower bid we are requesting to purchase the Stalker radar. Captain Dwayne Roberts k) Lt. Bryan Leath y am/ Patrol Division � / S� 0 Does have all control modes. Warranty 3 years. Repair service- excellent (sends a new replacement). ITEM 9 CLASS & ITEM DESCRIPTION QUANTITY UNIT MAKE /MODEL UNIT PRICE EXTENSION 1 KA Bank Radar Systems in accordance with Specification .. Number 21-97-0001 Dated July 1997, 8 pages attached. NOTE: The STALKER Dual Bid meets and exceeds all bid specifications. 18 ea STALKER Dual Mfg. by Applied Concepts, Inc. 2495.00 $44, 910.00 SEE 1.6 ON BACK FOR INSTRUCTIONS: TAx ID NO.: 75- 1544925 LEGAL BUSINESS NAME: Applied Concepts, Inc. ADDRESS: /30 F Avenue - ADDRESS: Plano, Ix /50/4 - CONTACT: Ken Mc o P1 - to I w.,- is TELEPHONE No.:1- 800 - STALKER or 972/ '578 -5110 BUSINESS ENTITY TYPE: 1 11anUfacturer BIDS SHALL ARRIVE IN THE OFFICE OF THE CITY PURCHASER AT THE ADDRESS SHOWN HEREIN BY 2:00 P.M. ON :August 12, 1997 INVOICE TO: City of Round Rock Finance Department 221 East Main Street Round Rock, Texas 78664 -5299 BID F.O.B. DESTINATION UNLESS OTHERWISE SPECIFIED BELOW DESTINATION: City of Round Rock Police Department 615 Palm Valley Blvd. Round Rock TX 78664 Bidder agrees to comply with all conditions helow and on reverse side of this IFB ' INVITATION FOR BID (IFB) CITY OF ROUND ROCK 221 E. Main Street Round Rock, Texas 78664- 529.'i FACIMILE RESPONSES SHALL NOT BE ACCEPTED DATE: July 25, 1997 BID OPENING DATE 2:00 P.M.:Auqust 12, 1997 SHOW 010 OPENING DATE & BID NUMBER IN LOWER LEFT HAND CORNEA OF SEALED 010 ENVELOPE & SHOW RETURN ADDRESS OF BIDDING FIRM. PAGE _1_ OF _1_ PAGES Return Original and One Copy of Bid BIDDER SHALL SIGN BELOW Bid Number : 21 -97 -0001 Failure to si. shall disqualify bid Ken McCoy Printed Name C Authorized Signature Date IFB / ifb disk /excel 08/05/97 DELIVERY IN 3n ' DAYS By the signature hereon affixed, the bidder hereby certifies that neither the bidde nor the entity represented by the bidder, or anyone.acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, norcommunicated directly or indirectly, the bid made to any competitor or any other person engaged in such line of business' ITEM 8 CLASS & ITEM . DESCRIPTION QUANTITY UNIT MAKE /MODEL UNIT PRICE EXTENSION 1 . KA Bank Radar Systems in accordance with Specification , - Number 21 -97 -0001 Dated July 1997, 8 pages attached. Kustom Signals, Inc. Eagle Plus Ka -Band dual antenna radar system with wireless remote - control. , as equal_ to specifications. , ,` . - .. , r`. � 18 ea , . gus tom signal Inc. Eagle , ,. Plus dual Ka- Band antenna radar system. . $28,062. 0C SEE 1.6 ON BACK FOR INSTRUCTIONS: TAX ID NO.: i 43 - 1757730 -- LEGAL BUSINESS NAME: Kustoin Signals, - Inc. ADDRESS: 9325.Pflumm Rd. . ADDRESS:. Lenexa, KS 66215 CONTACT: Mary BeirigeI' TELEPHONE NO.: 913- 492 -1400 • 800 -458 -7866 BUSINESS ENTITY TYPE: Corporation INVITATION FOR BID (IFB)1 CITY OF ROUND'ROCK',`r 221 E. Main Street" Round Rock. Texas 78664 -5299 BIDS SHALL ARRIVE IN THE OFFICE OF THE CITY PURCHASER AT THE ADDRESS SHOWN HEREIN BY 2:00 P.M. ON :August 12, 1997 INVOICE TO: City of Round Rock • ' Finance Department ' • 221 East Main Street • Round , Rock„ Texas 78664 - 5299;- BID F.O.B. DESTINATION " UNLESS OTHERWISE SPECIFIED•BELOW . . DESTINATION: . City of Round Rock Police Department 615 Palm Valley Blvd, Round Rock TX 78664 Bidder agrees to comply with all conditions below and on reverse side of this IFB - - , IFB / ifb disk /excel FACIMILE RESPONSES SHALL NOT BE ACCEPTED DATE: July 25, 1997 SHOW BID OPENING DATE B. BID NUMBER IN LOWER LEFT HAND COINER OF SEALED BID ENVELOPE& SHOW,RETURN ,ADDRESS OF BIDDING FIRM. • PAGE 1_ OF _1 PAGES • Return Original and Ono Copy of Bid BIDDER SHALL SIGN BELOW BID OPENING DATE 2:00 P.M.:August 12, 1997 Bid Number : 21 - 97 - 0001 Failure to sign shall disqualify bid Authonzelgnature. . Date , Mary Beiriger.' Bids & Proposals Specialist Printed Name - • . ' - - • DELIVERY IN 30 - DAYS • "By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Bus ness and Commerce Code. or the Federal antitrust laws, nor communicated directly or indirectly, the bid made to any competitor or at y other person engaged in such line of business." DATE: September 5, 1997 SUBJECT: City Council Meeting - September 11, 1997 ITEM: 10.G. Consider a resolution authorizing the City Manager to issue a purchase order for the purchase of radar units. STAFF RESOURCE PERSON: Chief Buster Kuhlmann STAFF RECOMMENDATION: Staff recommends the bid be awarded to Applied Concepts, Inc., for a total price of $44,910.00 for 18 units.