Kentucky Bids > Bid Detail

Sealed bids for purchase and installation of two (2) new Community Outdoor Warning sirens with battery backup.

Agency: Graves County, Kentucky
Level of Government: State & Local
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD18730729976739654
Posted Date: Apr 25, 2023
Due Date: May 4, 2023
Source: https://www.gravescountyky.gov...

LEGAL BID NOTICE

Graves County Fiscal Court will be accepting sealed bids for purchase and installation of two (2) new Community Outdoor Warning sirens with battery backup.

Deviations from these specifications must be listed on a separate sheet of paper.

The bidder shall include a quote for turn-key installation of the system; except the Owner shall provide electrical power to point of attachment or disconnect if underground service. Sirens must be able to operate on both AC and DC power. The AC operation with battery backup must allow the siren to operate from a

220/240 VAC power source without the use of the batteries. During a power failure, an automatic switch-over to battery operation must occur to maintain the siren’s normal operation.

Warning sirens shall comply with the FEMA Outdoor Warning Systems Guide, CPG 1-17. This guide requires an ATTACK warning which is a 3 to 5 minute wavering tone, an ATTENTION or ALERT warning which is a 3 to 5 minute Steady signal.

Once the ALERT signal attains a peak in frequency, the frequency of the signal shall not sweep or fluctuate.

For turnkey installation, the siren must be pole mounted on a direct-burial concrete pole rated to withstand winds of up to 160mph. Vendor must provide and install the pole.

A written warranty must be furnished to GRAVES COUNTY FISCAL COURT. The successful bidder must supply equipment direct from the manufacturer or from an authorized dealer available for response upon equipment failure.

For more information, please contact Tracy Warner at 270-970-5177.

Bid specs will be available at gravescountyky.gov .

Sealed bids must be received in the Office of the Graves County Judge Executive, Jesse Perry, 1102 Paris Road, Suite 2, Mayfield, KY 42066 until 10:00 am on May 4, 2023 when bids will be open and read. Bid will be awarded at the Graves County Fiscal Court meeting on May 8, 2023 at 1:00 pm, located at the Purchase Area Development District, 1002 Medical Center Drive, Mayfield, KY 42066.

Graves County reserves the right to accept or reject any or all bids.

INFORMATION FOR BIDDERS
RECEIPT AND OPENING OF BIDS


GRAVES COUNTY FISCAL COURT (herein called the “Owner”) invites bids on the form attached hereto for Early Warning Sirens. The owner will RECEIVE BIDS UNTIL 10:00 AM CST ON MAY 4, 2023 at the GRAVES COUNTY JUDGE EXECUTIVE OFFICE located at 1102 PARIS ROAD, SUITE 2, MAYFIELD, KY 42066 Bids will then be PUBLICLY OPENED AND READ ALOUD at the GRAVES COUNTY JUDGE EXECUTIVES OFFICE. The envelopes containing the bids must be sealed and addressed to GRAVES COUNTY FISCAL COURT, 1102 PARIS ROAD, SUITE 2, MAYFIELD, KY 42066 Bidders are encouraged to mark the bid envelop as follows:
COMMUNITY OUTDOOR WARNING SIRENS BID
The owner may consider any informal bid not prepared or submitted in accordance with the provisions hereof and may waive any informality or reject any and all bids. Any bid received after the time and date specified shall not be considered.
The purpose of this document is to create minimum specifications for purchase and installation of two (2) new Community Outdoor Warning sirens with battery backup. Deviations from these specifications must be listed on a separate sheet of paper.
The bidder shall include a quote for turn-key installation of the system; except the Owner shall provide electrical power to point of attachment or disconnect if underground service. Sirens must be able to operate on both AC and DC power. The AC operation with battery backup must allow the siren to operate from a 220/240 VAC power source without the use of the batteries. During a power failure, an automatic switch-over to battery operation must occur to maintain the siren’s normal operation.
Warning sirens shall comply with the FEMA Outdoor Warning Systems Guide, CPG 1-17. This guide requires an ATTACK warning which is a 3 to 5 minute wavering tone, an ATTENTION or ALERT warning which is a 3 to 5 minute Steady signal. Once the ALERT signal attains a peak in frequency, the frequency of the signal shall not sweep or fluctuate.

For turnkey installation, the siren must be pole mounted on a direct-burial concrete pole rated to withstand winds of up to 160mph. Vendor must provide and install the pole.
A written warranty must be furnished to GRAVES COUNTY FISCAL COURT. The successful bidder must supply equipment direct from the manufacturer or from an authorized dealer available for response upon equipment failure.
QUALIFICATIONS OF BIDDERS
The owner may make such investigations as they deem necessary to determine the ability of the Bidder to supply the necessary equipment, and the Bidder shall furnish to the Owner all such information and date for the purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligation of the contract by supplying the equipment requested in this document. Conditional bids will not be accepted.
In compliance with the Buy American Act (41 U.S.C. 10), GRAVES COUNTY FISCAL COURT will give preference to domestic end products and domestic construction materials. In addition, the Memorandum of Understanding between the United States of America and the European Economic Community on Government Procurement, and the North America Free Trade Agreement (NAFTA), provide the EC and NAFTA end products and construction materials are exempted from application of The Buy American Act.
No party which is debarred or suspended or is otherwise excluded from or ineligible for participation in Federal assistance programs under Executive Order 12549, “Debarment and Suspension” will be awarded a contract with GRAVES COUNTY FISCAL COURT. The successful bidder will not be presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency.
METHOD OF AWARD
If at the time this contract is to be awarded, the evaluated bid submitted by a responsible Bidder does not exceed the amount of funds estimated by the Owner as available to finance the contract; the contract will be awarded on the bid. If such bid exceeds the estimated amount the Owner may reject the bid or may award the contract on the evaluated bid with such deductible alternates to produce a net amount, which is within the available funds. The evaluated bid award shall be based on the following criteria:
25% price
20% ability to conform to specifications and conditions
10% experience of bidder
20% serviceability
25% evaluation of product
Only one (1) award will be made from this contract.
The Owner reserves the right to determine the evaluated Bidder by the durability and maintenance costs over the life of the equipment. This may be done by the means of research or past-experience. Initial cost may not determine bid. In case of error or discrepancy in the mathematics of the bid price, the unit price will prevail. The owner has the right to decline any bid for any reason it deems.

SPECIFICATIONS FOR COMMUNITY OUTDOOR WARNING SIRENS.
? (2) Rotating electromechanical siren heads that meet the following:
130dB(C) dB output at 100’ as certified by an independent testing laboratory
Provide coverage are of 6,500’ radius at 70dB
Provide (3) standard alert/warning tones
Rotate at 3RPM
Able to operate in temperatures of -22°F to 140°F
Mechanical operation only- No electronic speakers will be considered
? (2) DC Two-Way Siren Control*, (MUST be Fully Compatible with Existing Software monitoring system)
Controls must be housed in a NEMA 4 or better stainless-steel cabinet
Battery cabinet must be in a NEMA 4X corrosion resistant stainless-steel cabinet, housing NO more than four (4) batteries
Ability to decode AFSK, DTMF, Two-Tone and POCSAG
Compatible with the existing county activation system without modification or addition to communications equipment (see below *)
Must operate on 208/220/240VAC power and only use batteries in the event of a power outage
Batteries must provide at minimum (15) minutes of activation in the event of a power outage
Must contain VHF radio compatible with the existing siren system
? (2) Transformer Rectifier** (Siren MUST operate in true 240VAC power) battery trickle-charge systems will not be considered
? (2) All Antennas, Brackets, Cabling for Compatibility with Existing Siren System*
? (2) {4 Batteries per Siren (Qty sirens x 4)}
Systems requiring more than (4) batteries per siren will not be considered
Requires standard capacity deep, cycle marine batteries
Batteries must be sealed and maintenance proof
? (2) Full Turnkey Installations on Class II 50’ Wooden Poles. Installer provides:
Full installation of all electronics and siren head
Weather-head and AC disconnect
Meter base (if requested)
Proper grounding of pole and antenna system
Sound propagation map of each location prior to installation
(Power connection to be provided by the township)
? (2) Complete Setup, Testing, Operability Verification of All Siren Sites
? Freight
? Warranty
* All Equipment must be Fully Compatible with the County’s Siren Activation System. The county uses Federal Signal Commander software ? for activation and 2way SCADA monitoring. Compatibility must be without additional equipment or modifications to the county’s existing system. Sirens must be able to be monitored and receive status updates by the Commander software. Any Deviations or Exceptions must be listed on a Separate Sheet of Paper*
**The bidder shall include a quote for turn-key installation of the system; except the customer shall provide electrical power to point of attachment or disconnect if underground service. Sirens must be able to operate on both AC and DC power. The AC operation with battery backup must allow the siren to operate from a 220/240 VAC power source without the use of the batteries. During a power failure, an automatic switch-over to battery operation must occur to maintain the siren’s normal operation.
The Bidder must provide a topographic acoustic modeling analysis using software showing the projected coverage with the proposal. Mapping will utilize GIS Layers from organizations such as the United States Geological Survey (USGS) to accurately determine local terrain. Mapping software computations will take into consideration terrain, as well as, variable conditions such as siren height, siren model, wind speed, wind direction, temperature and humidity. Output maps will provide definitive coverage models showing areas both covered and non-covered and at what decibel range. Location is subject to change. Additional mapping may be required and shall be provided at no additional costs.
(2) sites throughout GRAVES COUNTY:
Location 1 at City Hall 36°44’31.67”N 88°38’1.57”W
Location 2 John Deere 36°43’31.72”W 88°39’46.24”W
Propagation Study based on coverage area of each siren: (To be submitted with Bid)
Propagation study to be based on Population
Propagation study to be based on Housing Units

SHIPPING
Any and all shipping charges shall be included in the bid price. GRAVES COUNTY FISCAL COURT will not accept or store equipment on behalf of the awarded vendor. Vendor must provide their own staging area for setup and storage. The Owner will not accept liability or ownership of equipment until fully installed and functional
OBLIGATION OF BIDDERS
At the time of the opening of bids, each Bidder will be presumed to have read and to be thoroughly familiar with the specifications. Bidder will need to respond COMPLY or DOES NOT COMPLY under each section of this bid. The failure or omission of any Bidder to examine any form, instrument, or document shall in no way relieve any Bidder from any obligation in respect to their bid.

VENDOR INFORMATION
The Early Warning System offered under this bid shall be new and unused. The unity offered for the bid shall meet or exceed the specifications attached to this bid package and shall be considered minimums unless otherwise indicated. Adequate vendor information shall be explained in writing and submitted as a part of the bid. Any exceptions shall be explained in writing and submitted as part of the bid package. Vendors may submit multiple bids.

WARRANTIES
Specific warranty information shall be provided for all Early Warning System and equipment in the bid package. Including yearly maintenance price, and coverage.

MAINTENANCE
Special consideration will be given to bidders who are able to provide local maintenance and servicing of the sirens. Please provide details for review.

REFERENCES
Each bid package should include a minimum of 5 references of current customers within [LOCAL STATE] that are utilizing the same model/brand of siren being submitted for consideration.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >