ST. TAMMANY PARISH SCHOOL BOARD


[PDF]ST. TAMMANY PARISH SCHOOL BOARD...

0 downloads 148 Views 5MB Size

ST. TAMMANY PARISH SCHOOL BOARD COVINGTON, LOUISIANA

The St. Tammany Parish School Board will receive sealed bids until 3:00 p.m., Monday, May 18, 2015 on Digital Mobile Radios for the Transportation Department in accordance with the following instructions and attached specifications. *

*

*

*

..

*

..

.

1. Bids shall be submitted on the attached bid form . All conventional paper bids shall be either hand delivered or sent by registered or certified mail with a return receipt requested to the St. Tammany Parish School Board Office, 321 N. Theard Street, Covington, Louisiana 70433, in a sealed envelope clearly marked on the outside "BID ON DIGITAL MOBILE RADIOS FOR THE TRANSPORTATION DEPARTMENT-May 18, 2015 ." All bids arriving after this date and hour will be returned unopened to the bidders. No bid may be withdrawn for at least thirty (30) days after the scheduled closing time for receipt of bids. 2. Bids may also be submitted electronically. Please find bid related materials and place electronic bids at www.centralbidding.com. 3. Bids shall include all delivery charges . A separate cost for installation shall also be included in your bid. Installer will be required to go to multiple locations, at least 1 on the East side and 1 on the West side of St. Tammany Parish, plus the Transportation Office in Mandeville, LA, for the installation of these radios. Installation must be completed by August 1, 2015 . Prices on items 1 - 3 must be good through June 30, 2016. Sales tax IS NOT to be included in the bid price. 4. This bid will be awarded on an "All or None" basis. 5. Model numbers, catalog cuts, descriptive literature, and detailed specifications shall be included as part of your bid if bidding other than as specified. 6. Bid prices shall include a minimum three (3) year wa rranty for parts and labor on all components. Details of warranty must be included as part of your bid. 7. ALL BIDS SHALL BE ACCOMPANIED BY A BID BOND, CERTIFIED CHECK, CASHIER'S CHECK OR MONEY ORDER IN THE AMOUNT OF FIVE PERCENT (5%) OF THE TOTAL AMOU NT OF ITEM 1 - 8. BIDS WI LL NOT BE CONSIDERED UNLESS THE REQUIRED CHECK OR BID BOND IS ATTACHED.

8. If submitting bid electronically, bid security must be in the form of a bid bond only. A copy of the bid bond must be included in your bid documents and the original bid bond must be received by the St. Tammany Parish School Board Office within 48 hours of the bid opening. No cashier's check, certified check or money order will be accepted for an electronic bid. Failure to comply will cause your bid to be non-responsive.

9. A Performance Bond in the total amount of the order will be required from the successful bidder if the total cost exceeds $25,000.00 and cannot be delivered and installed within a fourteen (14) day period. 10. Successful bidder must furnish a Certificate of Insurance within fifteen (15) calendar days after bid award but prior to start of work. Certificate should provide for: a. General Liability insurance with a minimum of $300,000 combined single limit and $50,000 property damage. b. Comprehensive General Automobile Liability insurance with minimum limits of $100,000/$300,000 bodily injury and $50,000 property damage. c. Workers' Compensation with $100,000 employer liability coverage. 11. Cash discounts, if offered for a period of thirty (30) days or more with the beginning date to be determined by the date of invoice or date of delivery whichever occurs last, will be taken into consideration in determining the low bidder. 12. In accordance with LA Revised Statute 38:2252, "Preference is hereby given to materials, supplies and provisions, produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside of the state." As a bidder you must indicate on your bid response that you are claiming a preference. 13. It is the intent of the specifications to invite bids on high quality merchandise. Mentioning a brand, manufacturer, and number is done only to establish the standard of quality desired. It is not the intent to eliminate brands of equal quality but instead to set forth and convey to prospective bidders the general style, type, character, and quality of the product desired . 14. The School Board reserves the right to select a higher priced item where, in the judgment of the School Board, such item is of superior quality or design or would be more suitable for the purpose intended. The School Board further reserve the right to adjust quantities by increasing or decreasing and to rej t any d all 'd .

ST. TAMMANY PARISH SCHOOL BOARD COVINGTON, LOUISIANA SPECIFICATIONS ON DIGITAL MOBILE RADIOS FOR THE TRANSPORTATION DEPARTMENT Scope of Work 1.0 Main Requirements:

The St. Tammany Parish School Board is soliciting bids from vendors for the purchase and installation of Digital Mobile Radios (DMR); in addition the vendor must be able to provide air-time service over a compatible digital wide area network providing coverage throughout St. Tammany Parish. All radio equipment must have integrated GPS capability and the network shall support Motorola Connect Plus compatible or equivalent digital voice communication and GPS tracking. Additional coverage Voice and GPS service capability outside of the St. Tammany Parish area will be considered. Airtime rates including GPS (data) shall be provided separately from equipment and installation. Number of units: •

Three-Hundred Eighty (380) UHF II TDMA Digital Mobile Radios, or equal, with installation into the St. Tammany Parish School Board bus fleet.



Eight (8) UHF II TDMA Digital Portable Radios, or equal, with desktop chargers for administrators and investigators.



One (1) UHF II TDMA Digital Control Station, or equal, with power supply in the Dispatch Office. Installation of an antenna mounted in the office ceiling is required.

Additional Requirements: The successful bidder must provide all antennas and hardware needed to mount system in all vehicles. The installation shall be neat and professional. The vehicle installation shall be done at multiple sites, at least 1 on the East side and 1 on the West side of St. Tammany Parish, plus installation of control station at the Transportation Office in Mandeville, Louisiana. All radios must be compatible with the vendor's commercial Digital TDMA Wide Area Network or equal.

Mobiles and base station must be at least 40 watts and portables must be at least 4 watts . GPS tracking capability shall be included on all digital mobile radios. The successful bidder must also provide training on system use to School Board staff after installation is accepted by the St. Tammany Parish School Board. All equipment shall be new and in current production by the manufacturer. All equipment shall be warranted to be free from defects in materials and workmanship for a period of at least three or more years. The successful bidder shall state in their response, the number of days required for delivery and installation of the equipment. The successful bidder must be able to respond to outages within one hour and not to exceed two hours. Bidders must be an authorized dealer and service provider for the equipment proposed . An elite specialist level dealer is preferred if Motorola equipment is proposed, or approved equal.

2.0 Specification Clarification: The fact that we may make reference or specify a certain manufacturer or model number is not meant to limit acceptable product(s), but rather is a means to establish a minimum level of acceptable quality. Feel free to propose any manufacturer and model as long as the product(s) you propose meet or exceed the required specifications. The fact that all standard equipment may not be mentioned in the minimum specifications does not permit a vendor to leave out any item or part shown as standard in the manufacturers detailed cuts or specifications. All bids must meet minimum specifications as shown. If there is any deviation from these targeted minimum specifications they must be indicated and listed on a separate sheet and signed by the vendor or their representative. The net price to the St. Tammany Parish School Board is the total price of the proposed radio equipment as specified; to include programming templates, radio programming, and equipment installation of mobile radios into the St. Tammany Parish School Board bus fleet and the installation of handheld and Control Station at the St. Tammany Parish School Board Transportation office. Prices must include all materials needed for the complete installation of all equipment including all antennas, ignition sense cables and hardware. A separate price for each item must be entered on the enclosed Bid Form; include manufacturer and model number of each item.

3.0 Minimum Radio Features and Specifications:

A.

1.

2.

Digital Mobile Radios - (Quantity: 380 each) a.

Mobile must meet MOTOTRBO XPR 5350 specifications or equal.

b.

Must have dual mode operation (UHF II Digital TDMA trunked mode and Analog conventional mode) or equal.

c.

Must be Motorola Connect Plus compatible or equivalent digital voice communication and GPS tracking.

d.

Radio must have internal speaker standard and optionally able to add external 7.5-Watt speaker.

e.

Meets or exceeds Military Standards for MOTOTRBO XPR 5350 mobile radio.

f.

All mobile radio installations must include an ignition sense cable.

Transmitter a.

Frequency 450-512 Mhz

b.

RF Power 1-40 Watts

c.

Frequency Stability +/- 0.5 ppm

d.

Modulation Limiting +/- 2.5 kHz @ 12.5khz

e.

Channel Spacing 12.5 kHz

f.

FM Hum & Noise -40 dB @12.5khz

g.

Audio Response TIA603C

h.

Digital Protocol ETSI TS 102361-1, -2, -3

Receiver a.

Frequency 450-512 MHz

b.

Channel Spacing 12.5 kHz

c.

Frequency Stability +/- 0.5 ppm

d.

Digital Sensitivity 5% BER @ 0.25uV

e.

Intermodulation 75dB

3.

f.

Audio Output 3 W (Int.) 7.5 W (Ext.-8 ohms)

g.

Audio Distortion @ Rated Audio 3%

h.

Hum and Noise -40 dB @ 12.5 kHz

i.

Audio Response TIA603C

GPS Accuracy specs are for long-term tracking (95th percentile values> 5 satellites visible at a nominal -130 dBm signal strength)

4.

a.

TTFF Cold Start < 1 minute

b.

TIFF Hot Start < 10 seconds

c.

Horizontal Accuracy < 10 meters

Operational Features a.

Channels/Modes Up to 32

b.

Integrated Voice & GPS/Data capability.

c.

Must have Extended 3-Year Service Warranty.

d.

Embedded Blue Tooth Audio.

e.

Ability to utilize IMPRES bluetooth audio accessories or equal.

B. Digital Portable Radios - (Quantity: 8 each)

1.

a.

Portable must MOTOTRBO XPR 7350 specifications or equal.

b.

Must have dual mode operation (UHF II Digital TDMA trunked mode and Analog conventional mode) or equal.

c.

Must be Motorola Connect Plus compatible or equivalent digital voice communication and GPS tracking.

d.

Portable must include a rechargeable IMPRES Li-Ion 2150 mAh Battery, with 11.1 hours (analog) and 16 hours (digital) or equal.

e.

Meets or exceeds Military Standards XPR7350 portable radios.

Transmitter a.

Frequency 450-512Mhz

b.

RF Power Output 1-4 Watts

c.

Frequency Stability +/- 0.5 ppm

d.

Modulation Limiting + 2.5 kHz @ 12.5kHz

e.

Channel Spacing 12.5 kHz

f.

FM Hum & Noise -40dB @ 12.5kHz

g.

Audio Response TIA603D

h.

Adjacent Channel Power 60 dB @ 12.5 kHz

i.

Audio Distortion 3%

j.

FM Modulation 12.5 kHz: 11 KOF3E

k.

4FSK Digital Modulation 12.5 kHz Data Only: 7K60FXD

I.

Digital Vocoder Type AMBE +2

m. Digital Protocol ETSI TS 102361-1, -2,-3

2.

Receiver a.

Frequency 450-512 MHz

b.

Channel Spacing 12.5 kHz

c.

Frequency Stability +/- 0.5 ppm

d.

Digital Sensitivity 5% BER: 0.3uV

e.

Adjacent Channel Selectivity TIA603 (60 dB @ 12.5 kHz) TIA603C (45 dB @ 12.5 kHz)

f.

Spurious Rejection (TIA603D) 70 dB

g.

Intermodulation 70 dB

h.

Audio Output Power 500mW

i.

Audio Distortion 3.0%

j.

Hum & Noise -40dB @ 12.5kHz

k.

Audio Response TIA603D

3.

GPS Accuracy specs are for long-term tracking (95th percentile values> 5 satellites visible at a nominal -130 dBm signal strength) a. TTFF Cold Start < 1 minute b. TIFF Hot Start < 10 seconds c. Horizontal Accuracy < 5 meters

4.

C.

Operational Features a.

Channels/Modes Up to 32

b.

Frequency 450-512 MHz

c.

Must meet Water & Dust Intrusion IP57, MIL-STD

d.

Integrated Voice & Data capability.

e.

Must have an extended 3-Year Service Warranty.

f.

Selective Call Feature. Talkgroup Call/ Group Call Alert.

g.

Embedded Blue Tooth Audio.

h.

Ability to utilize IMPRESS bluetooth audio accessories or equal.

i.

Portable should include required antenna, Belt Clip , Smart Rapid Desk Charger and optional Vehicular Charger or equal.

Digital Desktop Control Base Station - (Quantity: 1 each) a.

Mobile must meet MOTOTRBO XPR 5350 specifications or equal.

b.

Must have dual mode operation (UHF II Digital TDMA trunked mode and Analog conventional mode) or equal.

c.

Radio must have internal speaker standard and optionally able to add external 7. 5-Watt speaker

d.

Must be Motorola Connect Plus compatible or equivalent digital voice communication and GPS tracking.

e.

Station must include Desk Microphone and internal 5 Watt speaker.

f.

Must include a switching power supply, 115 volts AC input, 12 volts DC output, at least 20 amps continuous with radio cover (shroud) for the base station mobile radio.

g.

Meets or exceeds Military Standards for XPR 5350 mobile radio.

1.

Transmitter a.

Frequency 450-512 Mhz

b.

RF Power 1-40 Watts

c.

Frequency Stability +/- 0.5 ppm

d.

Modulation Limiting +/- 2.5 kHz @ 12.5khz

e.

Channel Spacing 12.5 kHz

f.

FM Hum & Noise -40 dB @12.5khz

g.

Audio Response TIA603C

h.

Digital Protocol ETSI TS 102361-1, -2,-3

2. Receiver

3.

a.

Frequency 450-512 MHz

b.

Channel Spacing 12.5 kHz

c.

Frequency Stability +/- 0.5 ppm

d.

Digital Sensitivity 5% BER @ 0.25uV

e.

Intermodulation 75dB

f.

Audio Output 3 W (Int.) 7.5 W (Ext.-8 ohms)

g.

Audio Distortion @ Rated Audio 3%

h.

Hum and Noise -40 dB @ 12.5 kHz

i.

Audio Response TIA603C

GPS Accuracy specs are for long-term tracking (95th percentile values> 5 satellites visible at a nominal -130 dBm signal strength) a. TTFF Cold Start < 1 minute b. TIFF Hot Start < 10 seconds c. Horizontal Accuracy < 10 meters

4.

Operational Features a.

ChannelsIModes Up to 32

b.

Integrated Voice & GPS/Data capability.

c.

Must have Extended 3-Year Service Warranty.

d.

Embedded Blue Tooth Audio.

e.

Ability to utilize IMPRESS bluetooth audio accessories or equal.

ST. TAMMANY PARISH SCHOOL BOARD COVINGTON, LOUISIANA BID FORM ON DIGITAL MOBILE RADIOS FOR THE TRANSPORTATION DEPARTMENT

ITEM 1 Motorola XPR5350 Mobile Radio, 40 Watts, Smartcomm, GPS, Model #AAM28TRC9KA1-N or equal. Quantity:

380 each

Manufacturer: ---------------- Model #: Unit Price: Total Price:

------------------

ITEM 2 Motorola Combination GPS/UHF Antenna, Model #PMAE4031 or equal. Quantity: 380 each Manufacturer: ---------------- Model #: Unit Price: Total Price:

------------------

ITEM 3 Complete Installation of Mobile Radios and Antennas (Items 1 and 2). Price must include testing of each unit to ensure that all components are working properly. Quantity: 380 each Installation Cost per Bus: ___________ Total Price: _____________________

ITEM 4 Motorola XPR5350 Base Station, 40 Watts, Smartcomm, Model #HPN4007 or equal. Quantity: 1 each Manufacturer: _ _ _ __ _ _ __

Model #:

Unit Price: _ _ _ _ __ _ _ __

Total Price:

ITEMS Motorola Base Station Desktop Tray, Model #GLN7318 or equal. Quantity: 1 each Manufacturer:

Model #:

Unit Price:

Total Price:

- -- - - - ---- - -- - - - -----

ITEM 6 Motorola Base Station Desktop Microphone, Model #RMN5050 or equal. Quantity: 1 each Manufacturer:

Model #:

Unit Price:

Total Price:

- -- - -- -- -----------------

ITEM 7 Motorola Base Station Antenna to include #0180355A80 Mag Mount Base, #0183938806 UHF Antenna Rod and #5883882801 Chrome Ring or equal. Quantity: 1 each Manufacturer: Unit Price:

---- - - - - - -

Model #: Total Price:

ITEM 8 Complete Installation of Base Station and Antenna (Items 4 - 7). Price must include testing to ensure that all components are working properly. Quantity: 1 each Total Price:

ITEM 9 Airtime & GPS Charges Cost per Month per Radio: _ _ _ _ _ _ _ __

ITEM 10 One-Time Connection Fee Cost per Radio:

ITEM 11 Yearly Cost of Maintenance Agreement to cover all parts and labor charges on all components of Digital Mobile Radio System after expiration of the three (3) year warranty: Year 4: Year 5: Year 6: Year 7: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ___

BID SUBMITTED BY:

Name of Company

Date of Bid

Mailing Address

Discount (If Applicable)

City, State, Zip Code

# of Days for Delivery/Installation

Telephone Number

Typed/Printed Name of Representative

Email Address of Representative

Signature of Representative

State Details of Warranty:

*NOTE REGARDING BID SECURITY* If submitting a bid bond as bid security, bid bond must be an original and properly executed by all parties, including seal. A valid Power of Attorney must accompany the bond . If submitting a cashier's check, money order, or certified check, the amount must be equal to 5% of the total of all equipment and cost of installation (Items 1-8). Company checks are not accepted as bid security. If you have any questions, please contact the Purchasing Department at 985-898-3224.