Loading...
Item #04 Approval to Award Bid #B16-04 License Plate Reader System 4.*Ir ocoee florid AGENDA ITEM COVER SHEET Meeting Date: September 20, 2016 Item # 14 Reviewed By: Contact Name: Joyce Tolbert Department Director: '�� � �!!� Contact Number: 1516 City Manager: Subject: Award of B16-04 License Plate Reader System Background Summary: The City of Ocoee, Florida(City) solicited bids from qualified contractors to furnish and deliver a License Plate Reader(LPR) System for use by the Ocoee Police Department. The LPR System is mounted in speed measurement trailers. The LPR system consists of two (2) complete trailers that house a message board containing the speed of oncoming traffic, as well as the essential equipment necessary for this function. Each trailer is battery operated with solar assistance for charging. Cameras for the LPR system are capable of capturing at least one lane of traffic. There are at least two cameras per trailer to capture both directions of travel. The trailers are able to communicate using Plate Smart ARES ALPR-Based Video Analytics software to a computer server located at the police department for ninety day storage of LPR activity. The price includes a one-year warranty and on-site training. The bid was publicly advertised on July 31, 2016, and opened on August 23, 2016. There was a total of six (6) bids received ranging from $55,815.36 to $87,988.00. All bids are available in the Finance Department for review. The Police and Finance Departments reviewed all.bids received and all were considered responsive. Staff recommends awarding the bid to Supertel Network, Inc. dba Sentry View Systems, Inc. for$55,815.36 as the most responsive and responsible bidder,per the attached recommendation from Charles Brown, Police Chief The table below is a listing of the bids received. Bidder Total Bid for(2) 1. Supertel Network Inc. dba $55,815.36 Sentry View Systems Inc. 2. ELSAG, a division of Selex ES Inc. $66,880.56 3. General Sales Administration T/A $68,732.00 Major Police Supply 4. Vetted Security Solutions LLC $74,880.00 5. NDI Recognition Systems Inc. $78,000.00 6. Dana Safety Supply $87,988.00 Issue: Should the City Commission award the bid for a License Plate Reader System to Supertel Network, Inc. dba Sentry View Systems, Inc., as recommended by the Police Chief? Recommendations: Staff recommends that the City Commission award Bid #B 16-04 License Plate Reader System to Supertel Network, Inc. dba Sentry View Systems, Inc. in the amount of$55,815.36 and authorize Staff to issue a purchase order for this procurement. Attachments: 1. Bid Tabulation 2. Award Recommendation from the Police Department. 3. Sentry View Bid 4. Invitation to Bid#B16-04 5. Addendum#1 Financial Impact: There is $60,000 budgeted in the current fiscal year for the license plate reader system. Type of Item: (please mark with an `x') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion&Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. �J�4,�, 410 #2 - N/A Reviewed by ( ) N/A 2 lk* ocoee florida Mayor TO: Joyce Tolbert, Purchasing A ent Rusty Johnson Commissioners FROM: Chief Ch.00 :rown John Grogan District 1 DATE: September 8, 116 Rosemary Wilsen District 2 RE: B16-04 License Plate Readers Richard Firstner District 3 Joel F.Keller This is to advise you that Police Department staff recommend awarding Bid #B 16-04 District 4 for the License Plate Readers from Sentry View Systems of Melbourne, Florida who was the lowest, responsive, bidder in the amount of$55,815. The bid is within the City Manager amount budgeted ($60,000) for the License Plate Readers in the 2015-2016 Police Robert D.Frank Department budget. Police Chief Charles J.Brown The City of Ocoee Police Department has received good references from the list provided by Sentry View Systems. City of Ocoee Police Department • 646 Ocoee Commerce Parkway• Ocoee, Florida 34761 Phone: (407) 905-3160 • Fax: (407) 905-3164 •www.ocoee.org ~ Si-j / \ yo / 0 $ ca a % ) / o \ 0 7 ) / 7 \ \ c � § \ Co ) G \ � ® 7 ® � � � // a k � Co \ % 0 � // / j / { $ J Co CO q © § ° - = > ® + % \ y / yC0 Co ± & \ 0 2 .= @ 0o0 — } $ \ o » - m 2 2 /\ w § , CD 3 E \ \ Q \ w } 0 7D us / \ b « , n 2 ƒ7) A CC _ CL 0 o,- 0 c o < 0 / Co ® \ 0 G y @ 0 E co Co 2 ° ` z ƒ a I al ~ ~ Z - / Co Ea 2 f ^ Z 0 0 z ± � _ as a) � ) $ ® o E z .% @ > / \ \ ® ) � o zee 3 \ \ / \ § u , ge = 5 — E 9 I--- ewe f © \ ` \ { \ § \ \ f O \ƒ ƒ # # j ^ G { \ N- Co 33 < ® z ® E as ® z / • ( :§ \ \\ & \ co- / E % / a $ j \ / 3 § \ J \ •/ Co o > 7 / ] - H (,) as 3 \ {co\ ƒ i / � � \ C/ � - ) \ _ _ Ct & / 0H E2 � � ) j C r /2 Fa ± i ° Co z J U) m r z .£ \ Z \ / Co Co c § \ ] w K a 0 a C) C Co c ( z ID 6/ R (0 § 3f / ƒ Co Co m = ) ± In z \ > z & u cL 0 / Co Co y6 7 \ Co Co 0 a z a 0 7 Co \ / m Co Co 0 j \ 2u k / \ E \ � / _ 5 } < G _\ / = = y = , \ \ 7 \ -5 / ., mue E 0 E CD NI§ § \ cc E 3 0) 2 3 = I 0 p = { » \ \ § \ \ \ c \ n \ 2 / /j H 0 CO \ / / > BID#B16-04 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION.THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. Sentry View Systems 321-777-4222 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 321-751-2833 FAX (INCLUDE AREA CODE) khall@sentryviewsystems.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, Kirk Hall CEO/CFO PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) 2700 Business Center Blvd. STREET ADDRESS Melbourne, FL 32940 CITY STATE ZIP FEDERAL ID# 59-3653404 Individual X Corporation Partnership Other(Specify) Sworn to and subscribed before me thisa9ill') day of,fr icx.isr- ,20/b. Personally Known 's7 or Produced Identification Notary Public-State of rt.0Y I t3►`-1 (Type of Identification) County C V N ZD gnature o Notary Public Printed,typed or stamped Commissioned name of Notary Public WNII't 404 Notary PAN•Mole N Rod* • Commission i 1f 220121 mod_ My Comm.MONO Moy 10.2019 1 :,_,•141: Bondedlhor�rNd_ _19AryAnn. B16-04 License Plate Reader System . _ _ _ _ _ _ _ _ 16 Mayor Commissioners Rusty Johnson John Grogan,District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Robert Frank Joel F.Keller, District 4 oCoee florida CITY OF OCOEE INVITATION TO BID #B16-04 LICENSE PLATE READER SYSTEM City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone:(407)905-3100•fax:(407)905-3194•www.ocoee.org TABLE OF CONTENTS FOR BID#B16-04 LICENSE PLATE READER SYSTEM` , BID DOCUMENTS Section Pate Legal Advertisement 3 Bid Instructions 4-6 General Terms &Conditions 7- 12 References/Experience*,p. 12 Summary of Litigation*,p. 12 Acknowledgement of Addenda*,p.12 SPECIFICATIONS,BID FORM Section Page Exhibit A—Specifications 13— 14 Variances/Exceptions to the Specifications*,p.14 Exhibit B—Bid Form* 15 Company Information and Signature Sheet*,p. 16 *Submit with Bid End Table of Contents 2 B 16-04 License Plate Reader System Invitation to Bid The City of Ocoee, Florida, (the "City") is soliciting sealed bids for the following project: BID #B16-04 License Plate Reader System. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on August 23, 2016 (Tuesday). Bids received after that time will not be accepted under any circumstances. Sealed Bids that have been timely received will be publicly opened and read aloud at that time. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia/DemandStar by accessing the City's website at http://www.ocoee.org under the "Businesses/Working with the City" section. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/DemandStar, prospective bidders will be provided with all addendums and changes to the project requirements. Membership with Onvia/DemandStar is not required to submit a bid; fees may apply for non- members. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee as prescribed by statute. Melanie Sibbitt,Acting City Clerk, July 31, 2016. B16-04 License Plate Reader System 3 CITY OF OCOEE INVITATION TO BID#B16-04 LICENSE PLATE READER SYSTEM INTENT: Sealed bids for Bid #B16-04 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder" or "Respondent". The proposed Contract will be for furnishing and delivering a License Plate Reader System, in accordance to the"Specifications/Bid Form" sections of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil.No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10%or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, CPPB, Purchasing Agent (407) 905-3100, extension 1516, fax (407)905-3194, or email preferred jtolbert@ci.ocoee.11.us , and must be received not later than 2:00 P.M. on August 16,2016. Any clarifications/changes will be made by way of written addenda only, issued by the Finance Department. Bidders should not contact other City staff or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and one (1) copy, of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on August 23, 2016. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number,title,and opening date and time to: City of Ocoee Finance Department Attention: Joyce Tolbert,CPPB, Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761-2258 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as possible, on the above-appointed date. Bidders or their authorized agents are invited to be present. The actual contract award will be made by the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: B 16-04 License Plate Reader System 4 a) List of References/Experience; b) Summary of Litigation; c) Addenda Acknowledgement; d) Bid Form; e) Product Information; f) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the specifications will be allowed. All items quoted shall be in compliance with the bid documents/specifications. G. No Pre-Bid Conference has been scheduled for this project. H. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through Onvia/Demandstar issued not later than twenty-four (24) hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents,its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms,partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] B16-04 License Plate Reader System 5 K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids that they consider confidential and/or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. L. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. M. The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re-advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally). B16-04 License Plate Reader System 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: Not Required. Bidder warrants by virtue of bidding the prices in his bid response will be good for an evaluation period of ninety(90)days from the date of bid opening. 2. PERFORMANCE AND PAYMENT BONDS Not Required. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers,agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should he provided as indicated on the Specifications/Bid Form attached. Please note that alternate bids will not be accepted unless specifically called for on the Specifications/Bid Form. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation,to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the Bidder on the Bid form and the total price stated by the B16-04 License Plate Reader System 7 Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of the bid bond. The City reserves the right, but does not assume the obligation,to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non-responsive Bid forms that are incomplete or contain information that is not required. a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: See Specifications section of this Invitation to Bid. Samples of items,when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. B16-04 License Plate Reader System 8 8. AWARD CRITERIA: Award will be made to the lowest responsible and responsive Bidder meeting the Specifications;with price,product quality, previous performance, reliability, delivery time, warranty, and a successful reference check, among the factors to be considered. The City shall be the sole judge on the type of equipment that will best meet the operational and financial needs of the City. 9. LITERATURE: If required by the specifications, descriptive literature/brochures/manuals shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non- responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: 1. A Bidder shall file a written bid protest under this Article or be barred any relief;oral protests shall not be acknowledged. 2. A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and/or(b)applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 3. The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. 4. The bid protest shall be filed with the Purchasing Agent not later than three(3)calendar days after the posting of the notice of intent to award or recommendation of award by staff,whichever is earlier. 5. The Purchasing Agent, on behalf of the Owner, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: The City shall issue an official City Purchase Order for products based on the terms of the bid. Upon delivery and acceptance by the City, vendor shall submit an official invoice for payment.Payment for work completed will be made within (30)days of approved invoice.No payment will be made for products ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. Payment cannot be made until the City receives the proper Certificate of Origin/Title Paperwork from the vendor. The City of Ocoee, Florida has Florida Sales &Use Tax Exemption Certificate No. 85-8013779974C-0; and,pursuant to Chapter 212, Florida Statutes, is exempt from federal excise,state,and local sales taxes. B 16-04 License Plate Reader System 9 12. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 13. CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color,religion,national origin,habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in the Bidder's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 14. STATEMENT OF AFFIRMATION AND INTENT: The Bidder declares that the only persons, or parties interested in their bid are those named herein,that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee.Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this Bid. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. B 16-04 License Plate Reader System 10 Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted,the Bidder will convey,sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. 15. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11),Florida Statutes, requests for Bids as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes,which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All Bidders who submit a Bid or Request for Bid to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133,(2)(a), Florida Statutes. 16. USE BY OTHER GOVERNMENTAL AGENCIES City of Ocoee invites other governmental agencies in the State of Florida to "piggyback"this Bid; however, the City of Ocoee will not be responsible for any transactions between the successful Bidder(s) and any public entity that may elect to utilize this Bid. (Remainder of page left blank intentionally.) B16-04 License Plate Reader System 11 17. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Bidder shall complete the following blanks regarding experience with similar type of work for the past three (3) years. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT 2014-Present,USAF,6008 Wardleigh Rd., Hill AFB,UT,84056,Carmen North,801-777-0130 2015,$349,688.00,AECOM, 1625 Summit Lake Dr.,Tallahassee, FL 32317,Henry Zieja,850-402-6389 2016,$18.980.10,Pinellas Park Police Dept.,7700 59th St.,Pinellas Park,FL 33781,Cpl.Shea,727-369-7864 Have you any similar work in progress at this time?Yes No X . Length of time in business 9 Years Bank or other financial references: SeaCoast Bank 300 South Harbor City Blvd. Melbourne,FL 32901 (Attach additional sheets if necessary) 18. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state,attach additional sheets if necessary. None 19. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. I Dated 08/16/2016 No. Dated No. Dated No. Dated No. Dated B16-04 License Plate Reader System 12 CITY OF OCOEE BID#B16-04 LICENSE PLATE READER SYSTEM EXHIBIT A SPECIFICATIONS 1.0 General Description: The City of Ocoee Police Department is interested in purchasing a License Plate Reader System that is mounted in speed measurement trailers. We are looking at two(2)complete trailers that would house a message board containing the speed of oncoming traffic as well as the essential equipment necessary for this function. Each trailer should be battery operated with solar assistance for charging. Cameras for the LPR system should be capable of capturing at least one lane of traffic. There should be a total of at least two cameras per trailer to capture both directions of travel. The trailers should be able to communicate to an off-site storage facility, "cloud storage",or to a computer server located at the police department for 90 day storage of LPR activity. Please note that the above specifications are intended as minimum and preferred;and equipment meeting equivalent specifications will be considered,provided it meets budgetary constraints. Bidder must provide justification how the brand/model offered meets or exceeds the quality level of the specifications. Please submit a bid on only one(1)type of License Plate Reader System that best meets the specifications. Bidders must indicate any variances/exceptions to the Specifications in the space provided in 6.0 below; otherwise,it shall be construed that the bid fully conforms to the specifications. Bidder must attach specifications and any additional information for the Make and Model offered. Bidder must complete Exhibit B,Bid Form/Price Sheet. 2.0 LPR Trailer Minimum Requirements: 2.1 Power Supply 2.1.1 Deep cycle battery bank capable of sustaining power to the system for at least one full day without sunlight. 2.1.2 LPR trailers must be able to perform transactions for a full 7 days with solar assistance. 2.1.3 Trailers should have the ability to"plug-in"to 110v a/c outlet for charging. 2.2 Speed Measurement 2.2.1 Trailers must have the ability to calculate vehicle speeds and display numerical output on a message board. 2.2.2 Trailers should have its own built in radar device for speed measurement. 2.2.3 Speed shall be displayed on the message board so that it is visible at least 100ft. 2.3 Security 2.3.1 Trailers must have secured enclosure accessible only through locked cabinet. 2.3.2 Additional theft deterrent/countermeasures are encouraged. 2.4 Software 2.4.1 Software must allow for individual officers to monitor LPR activity remotely. 2.4.2 Software must be able to transmit information wirelessly to storage hardware. 2.4.3 Software must have the ability to customize"hot lists"of license plates. 2.4.4 Software must have the ability to review historical data for pattern analysis. B16-04 License Plate Reader System 13 2.4.5 Software must have administrator function so user IDs and passwords can be assigned to individuals accessing the software. 2.4.6 Software must allow a user to determine if a"Hit" is confirmed by visually displaying the vehicle and license plate. 2.4.7 LPR data from criminal justice databases should be updated regularly and often. 2.4.8 Software must have the ability to search vehicles and plates after they have been recorded and stored. 2.5 Hardware 2.5.1 LPR Trailers must have a computer or device capable of compiling license plate information and transmitting that back to a central repository. 2.5.2 Trailers must have the ability to transmit data over cellular backbone. 2.5.3 LPR Cameras must have the ability to read license plate information from both directions of travel when trailer is positioned on one side of the road. 2.5.4 Trailers must have the ability to be set up by a single operator. 2.5.5 System must be designed so that the addition of two more cameras per trailer does not require new hardware/software be beyond reasonably necessary or expected. 2.5.6 The system shall provide the capability to cross-link license plate data from external systems, such as DMV records,for query purposes. 3.0 Documentation 3.1 Owner's manual with operating and maintenance instructions 4.0 Training 4.1 Vendor must provide on-site training on the operation of setting up the trailers as well as the software interface connection to cellular data network. Vendor must also provide training on system administration and general use of the system for up to 10 persons. 5.0 Warranty 5.1 One year limited warranty on parts and workmanship. The warranty period will begin on the date the LPR system is satisfactorily placed in service. 6.0 VARIANCES/EXCEPTIONS TO THE SPECIFICATIONS: (ATTACH ADDITIONAL SHEETS AS NECESSARY) B16-04 License Plate Reader System 14 EXHIBIT B BID FORM/PRICE SHEET B16-04 LICENSE PLATE READER SYSTEM Specify Make and Model to be supplied: Sentry Mobile ALPR Delivery Time: 45 calendar days after receipt of City Purchase Order. Delivery shall be F.O.B. Destination: City of Ocoee Police Department 646 Ocoee Commerce Parkway Ocoee,FL 34761 TOTAL LUMP SUM BID FOR ONE (1) COMPLETE LICENSE PLATE READER SYSTEM OFFERED PER THE SPECIFICATIONS OF EXHIBIT A,INCLUDING ALL ACCESSORIES, SHIPPING/DELIVERY,AND TRAINING/TRAVEL: Each $ 27, 907.68 Twenty seven thousand and nine hundred and seven Dollars and sixty eight cents x 2= $ 55,815.36 (Bidder may include itemized unit prices of their lump sum bid separately with their product specifications) Sentry View Systems Company Name Authorized Officer Signature Kirk Hall CEO/CFO Name/Title(please print) B 16-04 Truck Mounted Air Vacuum Excavation System 15 Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen,District 2 City Manager Richard Firstner,District 3 Robert Frank Joel.F. I{eller,District 4 Ocoee florida August 16,2016 ADDENDUM NO: ONE(1) CITY OF OCOEE BID#B16-04 LICENSE PLATE READER SYSTEM This addendum shall modify and become a part of the original bid documents for the License Plate Reader System. This addendum consists of nineteen (19) pages, including the attached specifications. Bidders shall acknowledge receipt of Addendum No. One(1) in the space provided on page 12 of the bid documents. Failure to do so may subject the bidder to disqualification.The bid date remains the same. Answers to questions received and/or clarifications/amendments to the bid documents are as follows: Q1. A message board trailer was mentioned, however, there are no detailed specs for the message board itself? ti Al. See the attached specifications for Wanco® brand radar-speed trailers the City currently utilizes. The specifications are for comparison purposes only as equipment similar in capabilities including size, portability,and function will be considered. Q2. Cloud Based data storage is also mentioned,there are no specifications or details on your requirements for the Cloud storage? A2. If a"cloud storage"solution is bid, include all server licensing and maintenance of the data.The vendor should bid a turnkey solution that includes server licensing, maintenance of the server and the database, and must provide a backup. The storage vendor must also be Criminal Justice Information Systems (CJIS) security compliant. Personnel and anyone that has access to the data and hardware need to be compliant with the Florida Department of Law Enforcement (FDLE)regulations regarding being CJIS certified. Q3. In regards to Section 2.5 Hardware 2.5.5., is it required that pricing and equipment be provided for the two additional cameras,to include power and software licenses for each additional cameras? A3. Per the specifications: Bid a total of at least two cameras per trailer to capture both directions of travel. Section 2.5.5. states the system must be designed so that the addition of two more cameras per trailer does not require new hardware/software beyond reasonably necessary or expected. The City wishes to insure that the addition of two more cameras inside the trailer would not constitute doubling of hardware and software at substantial costs. The City accepts adding more cameras to a trailer would incur some expense but anything over 10%-20% of the cost of the trailer would be excessive and beyond reasonably necessary or expected, and the City does not anticipate excessive costs to install two more cameras at a later time. Q4. You state that submission of more than one bid by a firm can disqualify. In our case, we provide 2 different LPR trailer solutions with 2 different LPR solutions. If we choose, can we offer 2 different solutions under the same Vendor name? A4. No, please bid only one solution that meets or exceeds the quality level of the specifications, bid your best/least expensive solution. Air Inv o e Tol e ert,CPPB Purchasing Agent Attachment: specifications for radar speed trailer cc:Steve McCosker,Interim Deputy Police Chief Charles Brown,Police Chief 4p} } ti Addendum#1-B16-04 License Plate Reader System Page 2 Sentry Mobile ALPR rIri► Remote Mobile SENTRY VIEW ALPR Solutions SYSTEMS f ' Sentry Mobile ALPR Platform � su The Sentry Mobile line of mobile self-powered platforms allow for the rapid deployment of surveillance, ALPR and communications. The platforms provide resources to remote locations where grid power is unavailable or unreliable. The Sentry Mobile ALPR Platform is a rugged, heavy-duty remote platform. The system was designed and engineered to serve as a cost effective solution for law enforcement agencies while still delivering a product that is dependable and delivers the quality expected from Sentry View Systems. Features of the Sentry Mobile ALPR Platform include: ► Deep cycle battery bank capable of sustaining power to the platform for up to 7 days without sunlight ■ Secured lock enclosures with door alarms for equipment and batteries ■ Solar power ► 3G/4G wireless connectivity ► Rugged 2000 lbs. torsion axle for smooth travel and equipment protection ■ Multiple camera mounts that allow the end user the ability to set the cameras to adapt to a variety of monitoring options and the ability to add up to four cameras ► MUTCD compliant radar speed measurement message board (if required) ■ Shore power supply for quick and easy recharging Sentry View Systems, Inc. 2700 Business Center Blvd.,Melbourne,FL 32940 . +1.855.233.3748 Fax:+1.321.751.2833 Sentry Mobile ALPR kris Remote Mobile SENTRY VIEW ALPR Solutions SYSTEMS Sentry Mobile ALPR Specifications Type Automatic License Plate Recognition Remote Platform Portage Rating Off-road Size 112"(L)X 65.5" (W) Color Standard White with color options based on customers' requirements Axle Rating Torsion axle 2000 lbs. ALPR Software Plate Smart ARES ALPR-Based Video Analytics Solution Warrantee 1 year Manufactured Melbourne, Florida USA Solar Power Standard 1-260W Solar Panel Battery Bank Up to four 200APR Duration of Operation Up to 7 Days without sunlight based on configuration IP Interface Standard Two or Four bullet HDTV 1080P, H2.64, NEMA 4X rated for outdoor use, 18x optical zoom and Cameras autofocus,day/night,4.7-84.6mm lenses, 25/30 fps Communication 3G/4G Processor a Gigabyte, Intel Haswell Quade Core 15 4570, 2.9GHZ Oper.Temp ature -20°C to+50°C(-4°to 122° F) Options 111. Ability to add additional solar panels and ► Ability to add additional ■ Ability to add surveillance batteries to increase operating times cameras monitoring ■ Ability to add event recording ■ Ability to add additional storage enclosures Sentry View Systems, Inc. 2700 Business Center Blvd.,Melbourne, Fl 32940 +1.855.233.3748 1 ,F ig i 'i,e UPS Internet Shipping: Shipment Label - ri 2 P4 O • I IIMMIONIMMINIIIMMENOM P F.4iMENNIMINN i M dM +r'. CV b' - ,ul O W e-'i �� as :4 AatH woa v- ; W a m o r ' , }ca o. � ' e .P Oci0¢ W :- i t 41 -t Np M � 4 3Fw r CS 0 glz,1', g5 z H�-°L� O .z . • A^mow'. 6 _ -,<ItnN2 y i.5v E, m uieluo3/quo Rew :Joi adoianua siya asn iou oa .noA ieau uopepol}Io do_ pis smi uo sluawmop Suiddms Caddy (LL8S-ZtrL-008-L) ,Sdti-,u f . - - — ' ®J!y Rea PuZ San mssaidx3 ap!MPIJoM Sdfl ®ny Aea 1xaN Sdfl\ :sa)inJas_Bu!M0lI0 ayt ymM asn Jol si adoianua siyl v oA . * gT7 ;` iz. � Ctt t•^JI T ice'Y q.\+,�� p n. }t fIJ q.: f ' L 31: y ,,-° { ,f iA t; �'S .- d f S Y 2 www.sunbiz.org - Department of State Page 1 of 1 FLORIDA DEPARTMENT OF TATS DIVISION OE C OltPORt I ° S n r Home Contact Us E-Filing Services Document Searches Forms Help Previous on List Next on List Return to List No Filing History Fictitious Name Detail Fictitious Name SENTRY VIEW SYSTEMS, INC. Filing Information Registration Number G15000005685 Status ACTIVE Filed Date 01/16/2015 Expiration Date 12/31/2020 Current Owners 1 County BREVARD Total Pages 1 Events Filed NONE FEI/EIN Number 45-3157985 Mailing Address 2700 BUSINESS CENTER BLVD. MELBOURNE, FL 32940 Owner-Information SUPERTEL NETWORK, INC 2700 BUSINESS CENTER BLVD. MELBOURNE, FL 32940 FEI/EIN Number: 59-3653404 Document Number: P00000022390 Document Images 01/16/2015--REGISTRATION View image in PDF format Previous on List Next on List Return to List No Filing History I Home I Contact us I Document Searches I h-Filins Sea vices I Forms I Copyright c and Privacy Policies State of Florida, Department of Slate http://www.sunbiz.org/scripts/ficidet.exe?action=DETFEI&docnum=G 1500... 8/23/2016 Detail by FEI/EIN Number Page 1 of 2 FLORIDA DEPARTMENT OF STATE DIVISION OFCORPOIt7`IOAS rykn�t - 41110t ...ur mss. .; Detail by FEI/EIN Number Florida Profit Corporation SUPERTEL NETWORK INC. Filing Information Document Number P00000022390 FEI/EIN Number 59-3653404 Date Filed 03/03/2000 State FL Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 11/08/2007 Event Effective Date NONE Principal Address 2700 BUSINESS CENTER BLVD. MELBOURNE, FL 32940 Changed: 08/13/2008 Mailing Address 2700 BUSINESS CENTER BLVD. MELBOURNE, FL 32940 Changed: 08/13/2008 Registered Agent Name & Address HALL, KIRK W 2700 BUSINESS CENTER BLVD. MELBOURNE, FL 32940 Name Changed: 01/27/2012 Address Changed: 08/13/2008 Officer/Director Detail Name&Address Title President/CEO HALL, KIRK 2700 BUSINESS CENTER BLVD MELBOURNE, FL 32940 Annual Reports Report Year Filed Date 2014 02/27/2014 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 8/23/2016 Detail by FEI/EIN Number Page 2 of 2 2015 02/02/2015 2016 04/22/2016 Document Images 04/22/2016--ANNUAL REPORT View image in PDF format 02/02/2015--ANNUAL REPORT View image in PDF format 02/2.7/2014 --ANNUAL REPORT View image in PDF format 04/01/2013--ANNUAL REPORT View image in PDF format 02/03/2012--ANNUAL REPORT View image in PDF format I 01/27/2012--ANNUAL REPORT I View image in PDF format I 04/04/2011 --ANNUAL REPORT View image in PDF format 04/09/2010--ANNUAL REPORT I View image in PDF format 04/30/2009--ANNUAL REPORT View image in PDF format 08/13/2008--ANNUAL REPORT View image in PDF format 11/08/2007 -- Merger View image in PDF format 05/01/2007 --ANNUAL REPORT View image in PDF format 07/25/2006--ANNUAL REPORT View image in PDF format 01/2.6/2005--ANNUAL REPORT View image in PDF format 04/30/2004--ANNUAL REPORT View image in PDF format 04/16/2003--ANNUAL REPORT View image in PDF format I 07/30/2002 --ANNUAL REPORT View image in PDF format 09/13/2001 --ANNUAL REPORT View image in PDF format 03/31/2000 --Amendment View image in PDF format 03/03/2000--Domestic Profit View image in PDF format CL pyright 17%and Privacy Policies State of Florida,Department of State http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 8/23/2016 Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Robert Frank Joel F. Keller, District 4 oCoPP florida CITY OF OCOEE INVITATION TO BID #B16-04 LICENSE PLATE READER SYSTEM City of Ocoee• 1 SO N Lakeshore Drive•Ocoee,Florida 34761 phone: (407)905-3100 •fax: (407)905-3194-www.ocoee.org k'i 9.NP a :a `{ 8 4 a 4i • , , - _.. ' ' .� BID DOCUMENTS Section Page Legal Advertisement 3 Bid Instructions 4 - 6 ■ General Terms & Conditions 7 - 12 References/Experience*,p. 12 Summary of Litigation*,p. 12 Acknowledgement ofAddenda*,p.12 SPECIFICATIONS, BID FORM Section Page Exhibit A—Specifications 13 — 14 Variances/Exceptions to the Specifications*,p.14 Exhibit B—Bid Form* 15 Company Information and Signature Sheet*,p. 16 *Submit with Bid End Table of Contents 2 B 16-04 License Plate Reader System Invitation to Bid The City of Ocoee, Florida, (the "City") is soliciting sealed bids for the following project: BID #B16-04 License Plate Reader System. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on August 23, 2016 (Tuesday). Bids received after that time will not be accepted under any circumstances. Sealed Bids that have been timely received will be publicly opened and read aloud at that time. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia/DemandStar by accessing the City's website at http://wwww.ocoee.org under the "Businesses/Working with the City" section. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/DemandStar, prospective bidders will be provided with all addendums and changes to the project requirements. Membership with Onvia/DemandStar is not required to submit a bid; fees may apply for non- members. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee as prescribed by statute. Melanie Sibbitt, Acting City Clerk, July 31, 2016. B 16-04 License Plate Reader System 3 CITY OF OCOEE INVITATION TO BID#B16-04 LICENSE PLATE READER SYSTEM INTENT: Sealed bids for Bid #B16-04 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder" or "Respondent". The proposed Contract will be for furnishing and delivering a License Plate Reader System, in accordance to the "Specifications/Bid Form" sections of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, CPPB, Purchasing Agent (407) 905-3100, extension 1516, fax (407)905-3194, or email preferred jtolbert!&,ci.ocoee.fl.us , and must be received not later than 2:00 P.M. on August 16, 2016. Any clarifications/changes will be made by way of written addenda only, issued by the Finance Department. Bidders should not contact other City staff or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and one (1) copy, of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on August 23, 2016. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department Attention: Joyce Tolbert, CPPB, Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761-2258 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as possible, on the above-appointed date. Bidders or their authorized agents are invited to be present. The actual contract award will be made by the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: B16-04 License Plate Reader System 4 a) List of References/Experience; b) Summary of Litigation; c) Addenda Acknowledgement; d) Bid Form; e) Product Information; f) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the specifications will be allowed. All items quoted shall be in compliance with the bid documents/specifications. G. No Pre-Bid Conference has been scheduled for this project. H. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through Onvia/Demandstar issued not later than twenty-four (24) hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] B16-04 License Plate Reader System 5 K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids that they consider confidential and/or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. L. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. M. The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re-advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally). B 16-04 License Plate Reader System 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: Not Required. Bidder warrants by virtue of bidding the prices in his bid response will be good for an evaluation period of ninety(90)days from the date of bid opening. 2. PERFORMANCE AND PAYMENT BONDS Not Required. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Specifications/Bid Form attached. Please note that alternate bids will not be accepted unless specifically called for on the Specifications/Bid Form. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the Bidder on the Bid form and the total price stated by the B16-04 License Plate Reader System 7 Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of the bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non-responsive Bid forms that are incomplete or contain information that is not required. a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: See Specifications section of this Invitation to Bid. Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. B16-04 License Plate Reader System 8 8. AWARD CRITERIA: Award will be made to the lowest responsible and responsive Bidder meeting the Specifications; with price, product quality, previous performance, reliability, delivery time, warranty, and a successful reference check, among the factors to be considered. The City shall be the sole judge on the type of equipment that will best meet the operational and financial needs of the City. 9. LITERATURE: If required by the specifications, descriptive literature/brochures/manuals shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non- responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: 1. A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. 2. A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and/or(b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 3. The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. 4. The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. 5. The Purchasing Agent, on behalf of the Owner, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: The City shall issue an official City Purchase Order for products based on the terms of the bid. Upon delivery and acceptance by the City, vendor shall submit an official invoice for payment. Payment for work completed will be made within (30) days of approved invoice. No payment will be made for products ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. Payment cannot be made until the City receives the proper Certificate of Origin/Title Paperwork from the vendor. The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-0; and, pursuant to Chapter 212, Florida Statutes, is exempt from federal excise, state, and local sales taxes. B 16-04 License Plate Reader System 9 12. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 13. CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in the Bidder's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 14. STATEMENT OF AFFIRMATION AND INTENT: The Bidder declares that the only persons, or parties interested in their bid are those named herein,that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this Bid. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. B16-04 License Plate Reader System 10 Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted, the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. 15. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for Bids as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All Bidders who submit a Bid or Request for Bid to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 16. USE BY OTHER GOVERNMENTAL AGENCIES City of Ocoee invites other governmental agencies in the State of Florida to "piggyback"this Bid; however, the City of Ocoee will not be responsible for any transactions between the successful Bidder(s) and any public entity that may elect to utilize this Bid. (Remainder of page left blank intentionally.) B16-04 License Plate Reader System 11 17. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Bidder shall complete the following blanks regarding experience with similar type of work for the past three (3) years. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT Have you any similar work in progress at this time? Yes No Length of time in business Bank or other financial references: (Attach additional sheets if necessary) 18. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state, attach additional sheets if necessary. 19. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated No. Dated No. Dated B 16-04 License Plate Reader System 12 CITY OF OCOEE BID #B16-04 LICENSE PLATE READER SYSTEM EXHIBIT A SPECIFICATIONS 1.0 General Description: The City of Ocoee Police Department is interested in purchasing a License Plate Reader System that is mounted in speed measurement trailers. We are looking at two (2)complete trailers that would house a message board containing the speed of oncoming traffic as well as the essential equipment necessary for this function. Each trailer should be battery operated with solar assistance for charging. Cameras for the LPR system should be capable of capturing at least one lane of traffic. There should be a total of at least two cameras per trailer to capture both directions of travel. The trailers should be able to communicate to an off-site storage facility, "cloud storage", or to a computer server located at the police department for 90 day storage of LPR activity. Please note that the above specifications are intended as minimum and preferred;and equipment meeting equivalent specifications will be considered, provided it meets budgetary constraints. Bidder must provide justification how the brand/model offered meets or exceeds the quality level of the specifications. Please submit a bid on only one(1)type of License Plate Reader System that best meets the specifications. Bidders must indicate any variances/exceptions to the Specifications in the space provided in 6.0 below; otherwise,it shall be construed that the bid fully conforms to the specifications. Bidder must attach specifications and any additional information for the Make and Model offered. Bidder must complete Exhibit B, Bid Form/Price Sheet. 2.0 LPR Trailer Minimum Requirements: 2.1 Power Supply 2.1.1 Deep cycle battery bank capable of sustaining power to the system for at least one full day without sunlight. 2.1.2 LPR trailers must be able to perform transactions for a full 7 days with solar assistance. 2.1.3 Trailers should have the ability to "plug-in"to 110v a/c outlet for charging. 2.2 Speed Measurement 2.2.1 Trailers must have the ability to calculate vehicle speeds and display numerical output on a message board. 2.2.2 Trailers should have its own built in radar device for speed measurement. 2.2.3 Speed shall be displayed on the message board so that it is visible at least 100ft. 2.3 Security 2.3.1 Trailers must have secured enclosure accessible only through locked cabinet. 2.3.2 Additional theft deterrent/countermeasures are encouraged. 2.4 Software 2.4.1 Software must allow for individual officers to monitor LPR activity remotely. 2.4.2 Software must be able to transmit information wirelessly to storage hardware. 2.4.3 Software must have the ability to customize"hot lists" of license plates. 2.4.4 Software must have the ability to review historical data for pattern analysis. B16-04 License Plate Reader System 13 2.4.5 Software must have administrator function so user IDs and passwords can be assigned to individuals accessing the software. 2.4.6 Software must allow a user to determine if a "Hit" is confirmed by visually displaying the vehicle and license plate. 2.4.7 LPR data from criminal justice databases should be updated regularly and often. 2.4.8 Software must have the ability to search vehicles and plates after they have been recorded and stored. 2.5 Hardware 2.5.1 LPR Trailers must have a computer or device capable of compiling license plate information and transmitting that back to a central repository. 2.5.2 Trailers must have the ability to transmit data over cellular backbone. 2.5.3 LPR Cameras must have the ability to read license plate information from both directions of travel when trailer is positioned on one side of the road. 2.5.4 Trailers must have the ability to be set up by a single operator. 2.5.5 System must be designed so that the addition of two more cameras per trailer does not require new hardware/software be beyond reasonably necessary or expected. 2.5.6 The system shall provide the capability to cross-link license plate data from external systems, such as DMV records,for query purposes. 3.0 Documentation 3.1 Owner's manual with operating and maintenance instructions 4.0 Training 4.1 Vendor must provide on-site training on the operation of setting up the trailers as well as the software interface connection to cellular data network. Vendor must also provide training on system administration and general use of the system for up to 10 persons. 5.0 Warranty 5.1 One year limited warranty on parts and workmanship. The warranty period will begin on the date the LPR system is satisfactorily placed in service. 6.0 VARIANCES/EXCEPTIONS TO THE SPECIFICATIONS: (ATTACH ADDITIONAL SHEETS AS NECESSARY) B16-04 License Plate Reader System 14 EXHIBIT B BID FORM/PRICE SHEET B16-04 LICENSE PLATE READER SYSTEM Specify Make and Model to be supplied: Delivery Time: calendar days after receipt of City Purchase Order. Delivery shall be F.O.B. Destination: City of Ocoee Police Department 646 Ocoee Commerce Parkway Ocoee, FL 34761 TOTAL LUMP SUM BID FOR ONE (1) COMPLETE LICENSE PLATE READER SYSTEM OFFERED PER THE SPECIFICATIONS OF EXHIBIT A, INCLUDING ALL ACCESSORIES, SHIPPING/DELIVERY, AND TRAINING/TRAVEL: Each $ Dollars and cents x2 = $ (Bidder may include itemized unit prices of their lump sum bid separately with their product specifications) Company Name Authorized Officer Signature Name/Title (please print) B 16-04 Truck Mounted Air Vacuum Excavation System 15 BID#B16-04 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID FORM"ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID# Individual Corporation Partnership Other(Specify) Sworn to and subscribed before me this day of ,20 . Personally Known or Produced Identification Notary Public- State of (Type of Identification) County of Signature of Notary Public Printed,typed or stamped Commissioned name of Notary Public B16-04 License Plate Reader System 16 Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen, District 2 City Mai ager Richard Firstner, District 3 Robert Frank /.e/OPP Joel F.Feller, District 4 1%N- ocoee flortda August 16,2016 ADDENDUM NO: ONE(1) CITY OF OCOEE BID#B16-04 LICENSE PLATE READER SYSTEM This addendum shall modify and become a part of the original bid documents for the License Plate Reader System. This addendum consists of nineteen (19) pages, including the attached specifications. Bidders shall acknowledge receipt of Addendum No. One(1) in the space provided on page 12 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and/or clarifications/amendments to the bid documents are as follows: Q1. A message board trailer was mentioned, however, there are no detailed specs for the message board itself? Al. See the attached specifications for Wanco® brand radar-speed trailers the City currently utilizes. The specifications are for comparison purposes only as equipment similar in capabilities including size, portability,and function will be considered. Q2. Cloud Based data storage is also mentioned,there are no specifications or details on your requirements for the Cloud storage? A2. If a"cloud storage"solution is bid, include all server licensing and maintenance of the data. The vendor should bid a turnkey solution that includes server licensing, maintenance of the server and the database, and must provide a backup. The storage vendor must also be Criminal Justice Information Systems (CJIS) security compliant. Personnel and anyone that has access to the data and hardware need to be compliant with the Florida Department of Law Enforcement (FDLE) regulations regarding being CJIS certified. Q3. In regards to Section 2.5 Hardware 2.5.5., is it required that pricing and equipment be provided for the two additional cameras,to include power and software licenses for each additional cameras? A3. Per the specifications: Bid a total of at least two cameras per trailer to capture both directions of travel. Section 2 5.5. states the system must be designed so that the addition of two more cameras per trailer does not require new hardware/software beyond reasonably necessary or expected. The City wishes to insure that the addition of two more cameras inside the trailer would not constitute doubling of hardware and soft ire at substantial costs. The City accepts adding more cameras to a trailer would incur some expense tut anything over 10%-20% of the cost of the trailer would be excessive and beyond reasonably necessar■ or expected, and the City does not anticipate excessive costs to install two more cameras at a later time. Q4. You state that submission of more than one bid by a firm can disqualify. In our case, we provide 2 different LPR trailer solutions with 2 different LPR solutions. If we choose, can we offer 2 different solutions under the same Vendor name? A4. No, please bid only one solution that meets or exceeds the quality level of the specifications, bid your best/least expensive solution. ae.-71---- e Toliert, CPPB Purchasing Agent Attachment: specifications for radar speed trailer cc:Steve McCosker, Interim Deputy Police Chief Charles Brown,Police Chief Addendum#1-B16-04 License Plate Reader System Page 2 NCO® 052015 COMPACT RADAR-SPEED TRAILERS MODEL WSDT3 PRODUCT SPECIFICATIONS I MAY 2015 SPEED, LIMIT 25 .__ , YOUR SPEED ∎y n . 7• I 0 0 •/\�s���}�//� • • i*IC Vim/ • 41t ?]l, I;.i•-I I LR j-1 1 a , �- .: n III �, i .,, --) i _� WANCO I ',R/0 lennysorn Street, Arvada, Colorado 8(1003 USA I 303 42/ S/00 www.wanco.com Wanco ® Compact Radar-Speed Trailers Page 2 of 17 Produit Slrecifirations l May 1015 1. SYSTEM 1.1. Description Wanco speed trailers provide vehicle speed detection and display,in a portable platform that does not require permanent installation or wiring. Using built-in radar,the speed trailer detects the speed of oncoming vehicles,then displays that speed on its full-matrix LED display panel,informing drivers of their actual speed. Formal studies have proven that speeding drivers respond by slowing down to legal limits when their actual speed is displayed on an electronic sign. Studies also indicate that some drivers"test"radar-based speed displays by driving very fast.To address this danger,Wanco speed signs do not display excessive speed,but instead employ their full-matrix display to flash a message or symbol at drivers,to indicate they are going much too fast. 1.2. Models 1.2.1. WSDT3-S Wanco compact radar-speed trailer with full-matrix electronic display and regulatory speed-limit sign 1.2.2. WSDT3-SPD Wanco compact radar-speed trailer with full-matrix electronic display and regulatory speed-limit sign,blue-and-white color scheme for law enforcement agencies 1.3. Temperature limits Operating temperature,—4 to 176°F(-20 to 80°C) 1.4. Standards Compliant in accordance with: MUTCD,December 2009 §2A.18,Mounting Height ITE Standard,June 2007 §5.82,Nighttime Dimming;§6.4.3, Environmental Tests;§6.4.6.3, Electronic Noise International Protection Rating IP14 FCC Title 47,Part 15(47 CFR 15) 2. FEATURES 2.1. Operation • Extra-large electronic speed display with full matrix of LEDs • Visors and shades over LEDs produce superior visibility • Display visible over standard Jersey barrier traffic divider • Display flashes when a vehicle exceeds speed limit • Selectable speed limit setting • Configurable,flashing excessive-speed message • One or two digits displayed in mph,two or three digits in km/h • See-through design puts pedestrians in view • Regulatory speed-limit sign with easily changeable speed numbers • Approach-only K-band radar • Compact and easy to transport • Integral tamper-resistant control box with cover that locks(with key)when latched WANCO I 7(i Street, Arv.id.,, s:olor 3(13-.1?7-`—WO www.wanco.com ;sll i,,d0frt ;t. t In �i.l r,5�W11'.1'10411(1Ut1 1t).•r) +ri:, 1r. 1.r11),rt., ... Wanco ® Compact Radar-Speed Trailers Page 3 of 17 Product , ecifications May ) U1 `) 2.2. Power system • Battery powered and solar charging • Energy-efficient operation results in long run times • Solar panel charges batteries automatically without intervention • Charging system shuts down when batteries are fully charged,preventing damage • Power system allows battery charging with solar panels or commercial power • Cooling fan protects battery charger from overheating • Battery box can be locked to prevent unauthorized access 2.3. Maintenance • Individual display modules can be replaced easily • Standard trailer tires • Heavy-duty bolt-on steel fenders can be replaced if damaged • Durable powder-coat finish resists the elements 2.4. Application Common applications include: • School zones • Residential streets • Work zones • Rural roads • Highways = Public events 3. DISPLAY 3.1. Display behavior 0 to 50%of speed limit setting Display is blank >50%to 100%of speed setting Display shows vehicle speed >100%to—130%of speed setting Display flashes vehicle speed >—130%of speed setting Display flashes configured excessive-speed message Flash rate >60 cycles per minute See Exhibit A for precise display activation speeds 3.1.1. Speed display Signal input from integral radar head(see Radar) One or two digits,5 to 99 mph;two or three digits, 10 to 170 km/h Units are selectable One bold font,26"(66cm)high,characters vary in width 3.1.2. Excessive-speed Selectable with DIP switches on systems PC board,located inside display cabinet messages Can be viewed in Preview operating mode using speed limit switch on control panel Default:stow DOWN(text)message Blank(no message) SLOW Slow down(text)message DOWN ® Frowning face symbol WANCO I 5870 frunyson Street, Atvadv Colorado 80003 lISA 303-427-5700 www.wanco.com All'Morn Anon t to orange wi[0oul 11., All trademarks are prope at tl-,en _.pectivc owner Wanco • Compact Radar-Speed Trailers Page 4 of 17 P10(111c1 Specification , I May 1015 Alert symbol(exclamation point in triangle) 4 Diamond symbol Bar symbol Four corners symbol Alternating Wig-wag(alternating double diamonds)symbols O0 and 0 3.2. Cabinet 3.2.1. Description Cabinet contains all electronics and controls Door on front of cabinet provides access to interior Hinged control-console door on back provides access to controls 3.2.2. Size 36"x 36"x5"(91 x 91x12cm),WxHxD 3.2.3. Material Aluminum alloy sheet,0.06"(1.58mm)thick 3.2.4. Construction Forms wrap around top,sides,back and bottom Dust-and weather-resistant;not rated,comparable with NEMA 4(IP54) 3.2.5. Door Rigid door frame,hinged at top and latched at bottom,stays opens for easy maintenance;latches accept user-supplied padlocks 3.2.6. Finish Pre-wash Cabinet and door are run through a five-stage,high-pressure, phosphate wash prior to finish coat Coating Cabinet and door are coated with oven-baked,white powder- coat finish to ensure durability and corrosion protection 3.2.7. Window Clear polycarbonate resin thermoplastic window installed in door frame,UV-resistant, anti-glare surface,0.150"thick 3.2.8. Location Mounted to welded steel frame on tower,below speed limit sign 3.2.9. Height 49"(125cm)from ground to bottom of cabinet 3.3. "YOUR SPEED"sign Type 3 high-intensity reflective sheeting,attached to front door panel with five bolts 3.4. Display matrix 3.4.1. Display modules Modular design Four display modules;any module can be installed in any position in the matrix without repositioning DIP switches Wiring Modules have quick-connect electrical connectors for easy servicing VVANCO l ■870 c'r,ii '. n S(f PCI, iUva(l,1, ,9d , 21)0(1 “Q I i)7 ?700 www.wanco.com Al Ii panI J1■■II'uU1r Without •it,. , • All lrdu2nII:i, ne n p. (I ^ht 1 illeis. Wanco® Compact Radar- Speed Trailers Pag; re 5 of 17 Prt> ciurt May 1Ul Replacement Each module can be exchanged in less than two minutes with a 5/16-inch nut driver socket or slotted screwdriver After a new module is installed,a one-step initialization process causes each module to sense its position in the full-matrix display Firmware A program chip is socket replaceable for easy firmware upgrades Size 16.0"(40.6cm)wide by 13.13"(33.3cm)high,nominal Material FR4 glass-reinforced epoxy laminate,double-sided,black solder mask with white silkscreen Board thickness,0.094"(2.388mm) Copper size,1 oz.(28.4g) Coating 5-mil,military-spec,low-VOC,silicone conformal coating(Dow Corning 1-2577)provides long-term protection against moisture and other atmospheric contaminants,resists corrosion and shorts due to high humidity Vibration mounts All display modules are mounted on rubber vibration-isolation mounts,decreasing risk of physical shock during transport and isolating characters from chassis ground Temperature limits —40 to 176°F(-40 to 80°C) Humidity limits Conformal coating rated to 95%relative humidity 3.4.2. LEDs Technology AIInGaP II (aluminum indium gallium phosphide)technology, T-13%size,through-hole auto-insertion Color range Amber,589.5 to 592.0 nm Current 100 mA peak-pulsed forward current Temperature limits Operating temperature,—40 to 212°F(-40 to 100°C) 3.4.3. Pixels Description Two LEDs form a"pixel" Display module 12 pixels wide by 10 high,120 pixels total Full matrix 24 pixels wide by 20 high,480 pixels total Pixel size 0.5"x 0.5"(12.7 x 12.7mm) Pixel pitch 34.3mm, horizontal and vertical • WANCO ( 587(1 Tc unyt.on StrFet, Arvada, Colorado N,Gt 03 USA I 303-427-5700 www.wanco.com All •k;nnatron s.(,l,-.t in change without noto-e.All trademarks ry of their respe=ai; wader,, Wanco • Compact Radar-Speed Trailers Paget 6 of 17 Product Specifications I May 101 $ 3.4.4. Lenses and visors Each pixel has a snap-in optical lens over the LEDs,enhancing the brightness and angularity of each pixel while reducing power consumption. A polycarbonate visor shades each row of pixels to eliminate glare caused by direct sun exposure.The sunshades snap onto the display module without tools.The lenses snap into the sunshades. These enhancements enable the speed display to conserve power and operate with high efficiency. 3.4.5. Viewing angle Total viewing area with optical lenses,50 degrees 3.4.6. Legibility >1/4 mile(402m) 3.4.7. Visibility >1/2 mile(805m) 3.4.8. Brightness Factory preset for optimal visibility and power consumption 3.4.9. Auto dimming Two photocells detect ambient light on the speed display;the system automatically adjusts the brightness of the LEDs accordingly,dimming display brightness in darkness, increasing to full brightness in daylight Photocells are mounted inside the display cabinet,one facing rear and one facing front Auto dimming is unaffected by temporary light sources such as vehicle headlights 3.4.10. Software design Driver LEDs controlled through 30mA pulse-width modulation design Addressing Each display module address is selected through a software command;no DIP switches are used.The address does not change until reprogrammed. 4. CONTROL CONSOLE 4.1. Location Back of speed display box,inside weatherproof compartment,behind a hinged control console door.Two key-operated latches keep door locked when latched. 4,2. Controls Two rotary switches for selecting operating mode and speed limit A three-digit LED status display indicates operating mode,speed shown on the full-matrix display,error codes and more,depending on the operating mode and other factors Green,orange,and red LED status indicators signify power is on,the solar charging system is active,activated alarms need checking,battery charge is low,and power failure To conserve power,the status display and indicators power off automatically after a few seconds,reactivated with a momentary push-button switch or by using either rotary switch wANCO 51?70 oily'on t, ( 1)Iors;iu %'.Unt11 l ISA ( 30 }17-r∎101 www.wanco.com All f❑ -r(,:.t:nr1 t to change withrrut n.,tit All tr.l,n:elt;s.1r t. ��o ty of Ole r , < e.'tit■ awns Wanco ° Compact Radar-Speed Trailers Page 7 of 17 PI () duct Specification I May 1015 4.2.1. Operating modes A rotary switch allows selection of operating mode: Off Radar and matrix display are off All auxiliary devices are off Status display shows"OFF"or error codes(if any) Solar charging system is active Run Normal operating mode Radar and matrix display are on All auxiliary devices are on Status display shows selected speed limit or error codes(if any) Solar charging system is active Run&beacons Used with optional flashing beacons,which are not offered with these speed-trailer models Data Collector only Used with optional Traffic Data Collector,when traffic data collection is desired without displaying speed Radar and matrix display are off Data Collector is on All other auxiliary devices are off Status display shows"CLA" Solar charging system is active Data Collector& Used with optional flashing beacons,which are not offered with beacons these speed-trailer models Schedule Used with optional timer for automated on/off control Off and Run modes are controlled by timer Matrix display,radar,and all optional auxiliary devices are controlled by timer Status display shows"Sch" Solar charging system is active Demo Used for ensuring matrix display is performing correctly Matrix display consecutively shows 1-,2-,and 3-digit speeds, stow DOWN message,and frowning face symbol If installed,flashers are active during excessive-speed message Radar is off Data Collector is on All other auxiliary devices are off Status display shows"[d]" Solar charging system is active WA NCO 5870 Tennyson Street, Arvada, odolado USA .303-4]?7-5700 www.wanco.com All urtormation sublrct to change without notice.All tra lenrarks Ira p,vpo m;of tntir respectiv, cwner„ Wanco ® Compact Radar-Speed Trailers Page 8 of 17 Product Specifications May ) U1 Preview Used for viewing available excessive-speed messages and other test patterns,one at a time,regardless of the configured message Matrix display shows one excessive-speed message,which can be changed by rotating the speed limit selector(when the speed limit selector is in the"0"position,the display is blank) Radar is active Data Collector is on All other auxiliary devices are off Status display shows"[P)" Solar charging system is active Radar setup Continuous speed mode Used when replacing or testing radar,aligning trailer to traffic,or when traffic calming is not desired Matrix display shows actual speed regardless of speed limit Data Collector is on All other auxiliary devices are off Status display shows actual speed Solar charging system is active Power test Power,auxiliary devices,matrix LEDs,and battery load test mode Used for verifying all matrix-display pixels are functioning,for testing any auxiliary device after replacement,or to fully load the battery and verify it holds a charge Matrix display has all LEDs lit,at fixed brightness Radar is off Data Collector is on All other auxiliary devices are off Status display shows the system(AC or battery)voltage Solar charging system is active Status System status mode Used for diagnostics and troubleshooting Speed Limit rotary switch selects sensor(voltage,current, temperature,etc.) Matrix display shows individual sensor readings with labels and extra decimals Radar is active Data Collector is on All other auxiliary devices are off Status display shows sensor reading Solar charging system is active WANCO l 5370 T-ru,y,or Stl'e8t Alvdda, Coloraio ..I,,,ni UtiA I 1(1 : www.wanco.com All,nl( w,lhout Ho:I,r.All tr.r1. ,lrn I:=)p•"; I ZIi-r ct!,v`-•-Nn, z. Wanco ® Compact Radar-Speed Trailers Page 9 of 17 PrOcdH ( t SpeCIficationS I May ) D 1 Service Initialization mode Used when installing display modules and uploading software Matrix display shows alphabet characters Data Collector is on All other auxiliary devices are off Status display shows"[Sr Solar charging system is active 4.2.2. Speed settings Choose speed limit with rotary switch: 10 to 75 mph in 5 mph increments 20 to 130 km/h in 10 km/h increments Units factory configured based on user-specifications,miles per hour(mph)or kilometers per hour(km/h);selectable with DIP switches on the systems PC board 4.3. Technology State-of-the-art,solid-state electronics 4.4. PCB coating 5-mil,military-spec,silicone conformal coating provides long-term protection against moisture and other atmospheric contaminants 4.5. Temperature limits —4 to 176°F(-20 to 80°C) 5. RADAR 5.1. Description Radar senses the largest,nearest mass moving toward it 5.2. Sensor Microwave K-band,approach-only 5.3. Location Radar head located inside display cabinet,centered at top of electronic display,allowing sign to be installed on either side of road 5,4. Distance range 1000 ft.(305 m) 5.5. Speed range 5 to 138 mph(8 to 222 km/h) 5.6. Accuracy mph ±1 mph from 5 to 40 mph 12 mph from>40 to 100 mph km/h ±1.6 km/h from 8 to 64 km/h ±3.2 km/h from>64 to 161 km/h 5.7. Temperature limits —40 to 185°F(-40 to 85°C) 5.8. Standards CE compliant FCC approved 5.9. Calibration Calibration not required WANCO 1 5870 Tennyson Street, Arvada, Colorado SUU(' LISA www.wanco.com Alt intonnatr,n subject to change without notice.All trademarks.,re p' ;of their rF:�le.rive owners. Wanco ° Compact Radar-Speed Trailers Page 10 of 17 Product Specificatinns May 2 01 5 6. REGULATORY SIGN 6.1. Description Regulatory speed limit sign has threaded mounting studs for attaching interchangeable speed limit numbers,which are supplied by the factory and stored in the trailer's battery box 6.2. Size 24"x 30"(61 x 76cm),W x H See"Options and Optional Equipment"for sign options 6.3. Height 93"(236cm)from ground to bottom of sign 6.4. Material Aluminum sheet,0.080"(2mm)thick,with high-intensity reflective coating 6.5. location Mounted to welded steel frame on tower;extends above electronic speed display when raised In transport position,regulatory sign is in front of and partially covers electronic display 7. TRAILER 7.1. Frame All welded structural steel 7.2. Tie-downs One tie-down loop centered at front of trailer frame 7.3. Fenders Round 16ga steel fenders,full wheel coverage,bolted to trailer frame 7.4. Finish 7.4.1. Prewash Assemblies are run through a five-stage,high-pressure,phosphate wash prior to finish coat 7.4.2. Coating Frame is coated with oven-baked,safety-orange powder-coat finish to ensure durability and corrosion protection See"Options and Optional Equipment"for color options 7.4.3. Salt spray resistance 1000 hours(ASTM Method B117)with<1/8''(<3.18mm)creep from scribe 7.4.4. QUV exposure 500 hours QUV-B(ASTM Method 04587-05)>75%gloss retention 7.5. Axle assembly 2000 lb.(907kg)capacity,5 on 4.5"B.C. Idler hub 7.6. Springs Double-eye leaf springs 7.7. Tires ST205/75D15 steel-belted trailer tires,load rating B 7.8. Drawbar 7.8.1. Construction Telescopes inside receiver sleeve welded under trailer frame.Removable for shipping and for added theft protection if needed.Secures with two 1/2-inch diameter bolts. WANCO 5f170 t& Arv.,rla, iolorado ;MOH tl',A 1 303-427-5700 www.wanco.com NI vo,,,,,t,on iu6loct Ic nonce-All tray' ir,a�k, i ,� ir) , of thfsu r 2:PL(riti-c a /hors. Wanco ® Compact Radar-Speed Trailers Paise 11 of 17 I' I c, tluct Spec ilic .ations ( May Zt) I `, 7.8.2. Material 3"(7.62cm)square steel tubing,3/16"(0.476cm)wall 7.8.3. Jack Top-wind swivel, 2000-lb.(907kg)capacity,steel footpad,10"(25cm)total travel 7.8.4. Tow hitch Standard 2-inch ball coupler tow-hitch,SAE Class 2,3500-lb.(1588kg)capacity. Bolts to drawbar,removable and replaceable. See"Options and Optional Equipment"for tow-hitch options. 7.8.5, Tow chains Two high-test proof coil chain assemblies,with"latching"S-hooks for towing.Chains attached to drawbar with quick connectors. Material diameter 0.406"(10.3mm) Working load limit 5400 lbs. (2450kg) Breaking force 16,200 lbs.(72kN) 7.9. Stabilizer jacks Four swivel jacks,each with 2000-lb, (907kg)capacity,one on each corner of trailer frame 7.10. Wiring 7.10.1, Description Wiring to connect tow vehicle and trailer for trailer taillights is installed inside drawbar, with pigtails and connectors at both ends;no crimping required 7.10.2. Trailer plug A sealed,molded,4-square connector plugs into harness under trailer 7.10.3. Tow-vehicle plug Two-piece assembly with 4-flat molded connector on harness plugs into tow vehicle Meets SAE 11239 See"Options and Optional Equipment"for tow-vehicle plug options 7.10,4. Protection All trailer wiring encased in UV protective loom,and attached with P-clamps riveted to trailer frame;no exposed wires 7.11. Taillights 7.11.1. Type Two oval-shaped,sealed,combination stop,turn and taillights 7.11.2. Location Mounted to top of trailer deck behind fenders 7.11.3. Mounting No screws used for mounting;bracket is welded to trailer frame;each light is held in place and sealed with snap-in rubber grommet 7.12. License plate License plate mounts on battery box rear panel 7.13. Reflectors Two amber reflectors,one on each side of trailer Two red reflectors on rear trailer frame See"Options and Optional Equipment"for reflective tape WANCO 1 5870 Tenny,zon Street, Arv, d , Colorado iO0 )3 USA 1301-477-`,700 www.wanco.com All information:,uhject to change v ilho,t notrce.All tr :,urny or their respertive own s. Wanco ® Compact Radar-Speed Trailers Page 12 of 17 Product Specifications I f'l ., y JO1 `, 7.14. Tower assembly 7.14.1. Function Regulatory sign is raised and lowered on a rotating,telescoping tower.Electronic speed display is installed at a fixed height on lower portion of tower. 7,14.2. Tower construction Two sections of square steel tubing with the inner section telescoping inside the outer section.The inner section is zinc plated to prevent corrosion. Nylon guide blocks keep the sections tight,eliminating the need for greasing the tower and preventing dirt from building up on the inner tower section. Dirt would cause performance problems and maintenance issues. 7.14.3, Swivel base A steel assembly(the"swivel base")is welded to the trailer frame and holds the tower. The outer tower section rotates on a thrust bearing and washers inside the swivel base, reducing rotating friction. 7.14.4. Height lock Spring-loaded locking pin prevents tower from falling if the winch or cable were to fail. Also locks tower when fully lowered into travel position. 7.14.5. Winch assembly Function Hand-operated winch raises and lowers tower Capacity 1500 lbs.(680kg) Brake Safety friction-brake prevents tower from falling if operator looses grip on winch handle Cable 1/4"(6.35mm)diameter galvanized aircraft cable 7.14.6. Rotation Tower rotates by hand,pivoting 90 degrees to face traffic or for storage and transport 7.14.7. Rotation lock Tower rotation is locked with the same spring-loaded locking pin that locks the tower height.A draw-latch further minimizes movement during transport. 8. POWER SYSTEM 8.1. Description Batteries provide system power;batteries charged automatically with integrated solar- baced charging system 8.2. Battery box 8.2.1. Function Holds batteries,remote charger,and spare numbers for speed limit sign See"Options and Optional Equipment"for heavy-duty secure battery box 8.2.2. Construction Riveted all-steel construction,weather-resistant All parts phosphate-washed and powder-coated before assembly Divider panel inside box separates batteries from electronics Louvers provide ventilation Latches keep cover closed and can accept user-supplied padlocks 8.2.3. Location Unobstructed location,centered over axle between fenders,bolted to trailer frame WANCO l 5:R7() Tennyson Street, (olorario x0003 USA 1 303-427-S700 www.wanco.com All :Wiled to cfaangri will, l notice.All ti■}■;■ ark arc l-r,,pf gty of their uw;3ers. Wanco ° Compact Radar-Speed Trailers Pate 13 of 17 Pro du ( t 5pecIfications y 201 5 8.3. Batteries 8.3.1. Description Two Group 24 deep-cycle batteries,wired in parallel and series for a 12-volt system See"Options and Optional Equipment"for battery options 8.3.2. Voltage 6Vdc each 8.3.3. Weight Approx.60 lbs.(26kg)each 8.3.4. Capacity 215 All total capacity @ 12Vdc 8.4. Remote charger 8.4.1. Function Plugs into a standard commercial power source to recharge batteries if battery voltage drops due to lack of sun for automated solar charging system 8.4.2. Type 12-volt battery charger 8.4.3. Location Inside battery box,mounted to divider panel on opposite side from batteries 8.4.4. Output capacity 15A See "Options and Optional Equipment"for charger output options 8.4.5. Output voltage 13.2Vdc range"float"mode 13.6Vdc range"absorption"mode 14.2Vdc range"hulk"mode 8.4.6. Input voltage 105 to 135Vac,standard three-prong plug 8.4.7. Input frequency 50 to 60 Hz 8.4.8. Cooling Fan cooled when charger temperature reaches 95°F(35°C) 8.4.9. Protection Automotive-style replaceable fuses 8.5. Solar 8.5,1. Panel One high-efficiency multi-crystal photovoltaic solar module 8.5.2. Location Bnhind regulatory sign,over tower. No shadowing effect on any traffic-facing component. Solar panel lies flat for continuous charging regardless of folding frame position;rises and rotates with signs. 8.5.3. Power output 65W See"Options and Optional Equipment"for solar power options 8.5.4. Current 3.16A max.system current 4.18A open short-circuit current 8.5.5. Voltage 17.3Vdc max. 21.6Vdc open short-circuit voltage WANCO l 527() I unyson Street, e,rvada, Colorado 80003 USA 1 303-477-57On www.wanco.com Al)inirmnahon ..; to,Orange t ;.Jernarks:re pro Tor ry of their resp,oive over.,,. Wanco ® Compact Radar-Speed Trailers Page 14 of 17 Product `, I, orificatiort ,, I ivlay 2015 8.5.6. Voltage regulation Charge from solar panel regulated by systems PC board 8.5.7. Security Solar panel bolted to mounting frame with security screws and special security nut 8.6. System protection Electrical components fused and reverse-polarity protected 8.7. System recovery Recovers from power loss and returns to selected operation mode automatically when power is restored 9. DIMENSIONS & WEIGHT 9.1. Dimensions ,:xte` Travel position T SPEED 491 LIMIT EJ Al (231) Iii■ ' Ma, 1* A 1 •irs 1 61 I 106 (154)-`1 (268) Deployed 3h am; (11) 3d ! 30 (tit) 1 I (76) SPEED' f LIMIT 251 , i0F1-11SPEEi i t 38 (97) 123 (312) lir. I j:119-.' I: , , w := 1 ---.- 6 t ,r 5G t 54) 0 43) 9.2. Weight Approx.870 lbs.(395 kg) WANCO 15S70i 1 ennyson Stre,c t-, •i va,i , Color ((1(. f1n3901 )JSA I ID-t-r127-`i/00 www.wanco.com All inlonnation;ubt,•,_t io change without no v..r. All t,.demark- ,re properly of their rocpecttve OWna,;. ■ Wanco ® Compact Radar-Speed Trailers Page 15 of 17 Piuduct SI> t,xrific itions iv". ay 201 ', 10. OPTIONS AND OPTIONAL EQUIPMENT 10.1. Flashers Two flashing LEDs lights, located in display cabinet below electronic speed display,flash alternately when vehicles exceed"extreme speed" Options include red-and-blue"police"flashers or white flashers 10.2. Strobe Strobe light,located in display cabinet below electronic speed display,flashes when vehicles exceed"extreme speed,"simulating photo-radar camera strobe 10.3. Regulatory sign Replace standard speed limit sign with larger sign;contact factory for details 10.4. Timer Provides on/off capability to control times of operation,including time of day,days of the week,and clays of the year 10.5. Tow hitch 10.5.1. Combo hitch Combo-hitch for 2-inch ball and 2 1/2-inch ID x 1-inch cross-section pintle hook 10.5.2. Lunette ring Options Standard ring for 2 1/2-inch ID x 1-inch cross-section pintle hook Heavy-duty ring for 3-inch ID x 1 5/8-inch cross-section pintle hook 10.6. Tow-vehicle plug Many types of plugs available,prewired at the factory;contact factory for details 10.7. Power 10.7.1. Additional batteries For geographic locations with less solar charging potential or colder weather,and for applications that require year-round charging,add batteries for greater capacity Add two Group 24 deep-cycle batteries in large battery box,215Ah additional capacity 10.7.2. AGM batteries Replace deep-cycle batteries with top-of-the-line absorbed glass mat(AGM)batteries Features 100%maintenance-free Sealed and spill-proof Faster recharge and greater freeze resistance than conventional batteries Contains less lead than conventional batteries Options One 4D AGM 12Vdc batteries in standard battery box,200Ah total capacity Two 4D AGM 12Vdc batteries in large battery box,400Ah total capacity Weight Approx.160 lbs.(72kg)each 10.7.3. Charger When required for faster battery charging,replace standard remote charger with higher amperage,45-amp, 12-volt charger 10.7.4. Solar For geographic locations with less solar charging potential or colder weather,and for applications that require year-round charging,additional solar power is available Options include 85W and 130W solar panels;contact factory for details WANCO 1 5870 Tennyson Strut, Atvaula, Colorado 8000 USA 30:i-427-.5700 www.wanco.com A❑Information�uhjeet to change without notice=.All 11a4eunar Y,s ruperty 01 their rrsucctavc uwru:r;. Wanco ® Compact Radar-Speed Trailers Page 16 of 17 I' rudtrct Specificatir, n I May 2015 10.8. Large battery box Large battery box is required when the speed trailer has more than two standard and license plate batteries or more than one AGM battery holder Replaces standard battery box Centered over trailer axle,bolted to trailer frame Same construction as standard battery box License plate holder is added when the speed trailer uses the large battery box;mounted under rear trailer frame 10.9. Secure battery box High-security battery box features heavy-gauge steel lid,hidden hinges,and heavy-duty hidden-shackle padlocks. Replaces standard battery box. Li ense plate holder is added when the speed trailer uses the secure battery box; mounted under rear trailer frame 10.10. Reflective tape Reflective red-and-white conspicuity tape across rear trailer frame for increased visibility 10.11. Finish color Specify power-coat color and,if applicable,color scheme 10.12. Traffic Data Classifier System 10.12.1. Design Radar-based,nonintrusive,does not require loops or hoses,no disturbance of traffic flow during installation or use 10.12.2. Direction Registers both approaching and receding vehicles 10.12.3. Traffic lanes Most effective for 2-lane roads 10.12.4. Traffic count Can record data for more than 1 million vehicles in internal memory 10.12.5. Data format Si .oed,date,time,direction,length for each vehicle 10.12.6. Units English or metric 10.12.7. Time stamp Yi,Mo,Dy,Hr,Min,Sec. 10.12.8. Speed range 5 to 138 mph(8 to 222 km/h) 10.12.9. Sensor Microwave K-band 24.125 GHz 10.12.10. Power Uses radar-speed sign power supply 10.12.11. Power output 20 dbm(EIRP) 10,12.12.Current 110 mA 10.12.13.Temperature 0, crating limits,—40 to 185°F(-40 to 85°C) 10.12.14. Internal memory 1MB(1,048,576 bytes) 10.12.15. Baud rate 9600,8 bit,no parity 10.12.16. Installation Mounted below electronic speed display in adjustable bracket WANCO I St,JO Tennyson Stre.- , Arvad:,, Colorado 003 USA 303-427-570( www.wanco.com All Imo(mation;�'yect to change without ctn.All tr>.Irm,ark,.u •p,eperty et tact(c to C ttve c.ni,•r Wanco ® Compact Ra ' ar-Speed Trailers Page 17 of 17 Product Specitic_ation .s I May 2015 EXHIBIT A: DISPLAY ACTIVATION SPEEDS Miles per hour(mph) User-Set Vehicle Speed Flashing Vehicle Excessive-Speed Speed Limit Triggered Speed Triggered Message Triggered 10 5 11 13 15 8 16 20 20 10 21 25 25 15 26 30 30 20 31 37 35 29 36 45 40 34 41 50 45 39 46 55 50 44 51 60 55 49 56 65 65 59 66 75 75 69 76 85 Kilometers per hour(km/h) User t Vehicle Speed Flashing Vehicle Excessive-Speed Speed Limit Triggered Speed Triggered Message Triggered 20 10 21 24 30 16 31 38 40 24 41 48 50 34 51 61 60 50 61 76 70 60 71 86 80 69 81 96 90 79 91 106 100 90 101 116 110 100 111 126 120 109 121 136 130 119 131 146 WANCO 1 5870 Tennyson Strc• t, Arvada, Colorado 80003 USA 1 303-427-5700 www.wanco.com All information subject to change withnut notice.All trademarks are property of their respective owners.