Loading...
98-254 Resolution No. 98-254 RESOLUTION ACCEPTING THE PROPOSAL OF BRANIFF COMMUNICATIONS, INC. FOR THE EMERGENCY WARNING SIREN SYSTEM BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5 . 02 . 020B( 6) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interests of the city; and BE IT FURTHER RESOLVED, that Joyce A. Parker, City Manager, be and is hereby authorized and directed to accept the proposal on . behalf of the City of Elgin of Braniff Communications, Inc . for the emergency warning siren system, a copy of which is attached hereto and made a part hereof by . reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: October 28, 1998 Adopted: October 28, 1998 Omnibus Vote: Yeas 6 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk J 0 k BRANIFF COMMUNICATIONS 0!i INCORPORATED 4741 W. 136th Street • Crestwood, Illinois 60445 • (708)597-3200 FAX(708)597-3307 1-800-323-3477 August 7, 1998 Mr. Curt Kramer "Stage III of Siren Project!" Administrative Deputy Fire Chief Federal Signal Model 2001AC City of Elgin Fire Department Outdoor Warning Siren System, 550 Summit Street 127db(C)sound output providing Elgin, Illinois 60120-4219 an effective range approx. 5600'. Quotation#MB-2014-FWS10439 Dear Deputy Chief Kramer, We propose to furnish and install an OUTDOOR WARNING SIREN SYSTEM for the City of Elgin, in complete compliance with your specifications, as described below: The Federal Model #2001SRN is an Electromechanical, UL Approved, 240VAC, Single Phase, A.C. operated, 3601 rotating siren that is capable of producing high intensity warning signals over a large area. A highly efficient design enables the siren to produce a high sound level. The Model #2001SRN siren is a single tone siren capable of producing 127db(C) sound level at 100' and will produce an effective range of approximately 5600' at 70db(C), (± ldb). It is capable of producing a STEADY signal and a WAILING signal. The STEADY signal is frequently used as a Civil Defense "ALERT" signal. The WAILING signal is often used as a Civil Defense "ATTACK" signal as required by FEMA, per their Outdoor Warning Systems Guide, CPG 1-17. Any of the signals are capable of being used for any desired application. The Model #2001AC Control consists of one (1) cabinet, (NEMA 3 enclosure), with proper mounting bracket for ease of installation, that houses the necessary electronics and controls for producing the siren signals. All exposed metal surfaces are properly finished to inhibit deterioration and corrosion due to weather and sun. The Model #2001TR is a 240VAC, 30 amp, Transformer/Rectifier that provides the AC operation and allows the siren to operate from a 240VAC, single phase, power source. The Model #BCI-AC Sensor Kit, designed for electromechanical sirens, is capable of interfacing with the Motorola Moscad Telemetry System. Kit includes a Rotator Sensor for monitoring the rotation of the siren, AC and DC Power Sensors to monitor electrical power source, a DC Current Sensor to monitor siren activation and a Intrusion Sensor to monitor un-authorized control cabinet entry. All sensors are housed in a Nema-4 weatherproof enclosure with required mounting hardware for pole mount installation and a 24VDC Power Supply to provide power to all sensors. Authorized FEDERAL SIGNAL FEDERAL SIGNAL Sales and Service • ®CORPORATION BUCKET TRUCK SERVICE CORPORATION Center for: LIGHTS&SIRENS ( � OUTDOOR SIREN MAINTENANCE FEDERAL WARNING SYSTEMS FOR MUNICIPAL ` CONTRACTS AVAILABLE OUTDOOR WARNING SIRENS EMERGENCY VEHICLES Page - 2 - A). FEDERAL EQUIPMENT SPECIFICATIONS FOR NEW SIRENS: Item #A.1 4 ea. Federal Model #2001SRN Siren, 48VDC., two (2) signal, electromechanical, 3600 , rotating, directional type siren with 6hp DC motor capable of producing 127db(C),of sound at 100' and will produce an effective range of approximately 5600' at 70db(C), (±1dbC). Item #A.2 4 ea. Federal Model #2001AC Control Unit Box complete with mounting brackets for easy installation, Electronic Controls with Contactors, all related equipment and hardware in a NEMA 3 enclosure properly finished to inhibit deterioration and corrosion due to weather and sun. Item #A.3 4 ea. Federal Model #2001TR, 220VAC, 30 amp, Transformer/Rectifier to provide AC operation and allows the siren to operate from 220VAC, single phase, power source. Item #A A 4 ea. Federal Model #2001PMK, Pole Mounting Kit that is adaptable for a wooden, class II, treated pole, to be used for single pole construction. TOTAL AMOUNT OF ITEMS (A), FEDERAL SIREN EQUIPMENT................$29,104.00 Please Note! If awarded proposal, it is very important you please issue a separate purchase order for the equipment specified under items (A), to Siren Manufacturer, FEDERAL SIGNAL CORPORATION, 2645 Federal Signal Drive, University Park, Illinois 60466. Attn: Ms. Lisa Watts. Federal Signal Corporation will provide and invoice equipment specified. However, please forward this purchase order to Braniff for proper processing. B). REMOVAL OF RETIRED SIRENS: Item #B.1 4 ea. Braniff Communications, Inc. will remove the retired sirens as designated by the City of Elgin.The City of Elgin would be responsible to have Commonwealth Edison terminate any direct power feed to the above listed sirens. Braniff shall remove the Motorola Moscad Controller and related Antenna systems at each site and hold same for installation for the new sirens. Braniff shall remove the existing Federal Model #SCH Controllers and store same for the City of Elgin as requested, to be used for replacement parts for the older sirens in the system. Balance of equipment including old pole shall be disposed of by Braniff as requested by the City of Elgin. Braniff Communications, Inc. shall exercise due care to prevent damage to utilities and surrounding facilities, however will not be responsible for the repair and replacement of any landscaping that may be damaged as a result of the removal of these siren units either because of excavations or trucks/vehicles on the property. TOTAL AMOUNT FOR ITEM (B), REMOVAL OF (4) RETIRED SIRENS........$3,920.00 Page - 3 - Q. TURN KEY INSTALLATION FOR NEW SIREN: Item #C.1 4 ea. Braniff Communications, Inc., an AUTHORIZED FEDERAL SIGNAL SERVICE CENTER, will deliver and install above listed equipment on 55', class II, treated wooden poles at the sites designated by the City of Elgin. Sirens are to be completely installed, wired for overhead service and tested for proper operation. The City of Elgin is to provide power to the sirens. Any fees for the connection of power, by the Utility Company, is the responsibility of the City of Elgin. The contractor will contact the power company and advise them of the power requirements for the above listed sirens. The contractor shall contact J.U.L.I.E. and exercise due care to prevent damage to utilities and surrounding facilities. Site restoration will be incidental of each unit and no compensation allowed for. If work cannot be completed as originally planned due for unforeseen obstacles, (i.e., Rock Digging, Fluid Soil, change of requirements, etc.), the City of Elgin would be responsible for reimbursing Braniff Communications, Inc. for such additional expenditures above the original quotation. Any equipment needed including, but not limited to, weatherproof disconnects, ground rod and supplementary electrical service equipment is provided as a portion of this proposal. Item #C.2 4 ea. Braniff Communications, Inc. will install the existing Motorola Moscad Telemetry Controller complete with related Antennas and cables, and interface same with the new sirens installed at the sites designated by the City of Elgin. Item #C.3 4 ea. Braniff Communications, Inc. will furnish, deliver and install the Model #BCI-AC Sensor Kit to interface with the existing Motorola Moscad Telemetry System. Includes Rotator Sensors for monitoring the rotation of the sirens, AC and DC Power Sensors to monitor electrical power source, DC Current Sensors to monitor sirens activation and Intrusion Sensors to monitor un-authorized control cabinet entry. All Sensors are housed in a Nema- 4 weatherproof enclosure with a 24VDC Power Supply to provide power to all Sensors and required mounting hardware for pole mount installation. As discussed with Deputy Chief Curt Kramer, Motorola Account Manager Lisa Dumoulin and Systems Engineer David Froehling, at our last meeting, Motorola Corporation is to provide technical assistance in the form of on site technical support and documentation regarding the interfacing of sensor package to the Moscad Controller. Please Note! Any required programming of the Motorola Moscad System would be the responsibility of the City of Elgin and the agreement the City has with Motorola. TOTAL AMOUNT FOR ITEMS (C), TURN-KEY INSTALLATION...............$14,827.68 TOTAL AMOUNT OF ITEMS (B) & (C) AS OUTLINED ABOVE.................$18,747.68 Please Note! If awarded proposal, it is very important that you please issue a separate purchase order for the Removal of Retired Sirens as outlined under Item (B), Turnkey Installations for new Sirens as outlined under Item (C), to BRANIFF COMMUNICATIONS, INC. Same will be invoiced by Braniff Communications, Inc. GRAND TOTAL FOR COMPLETE PHASE III PROJECT TO BE..................$47,851.68 Page - 4 - Warranty: STRONGEST SIREN WARRANTY IN THE MARKET!! Federal Warning Systems warrants every 2001 Siren to be free from defects in material and workmanship for the period of FIVE (5) YEARS on parts replacement and one year on labor, as outlined on FEDERAL SIGNAL'S LIMITED WARRANTY. Equipment to be installed and operating within seventy-five (75) days after acceptance of this proposal providing power has been brought to the siren within that time limit, and weather permitting. Independent Test Report: Find enclosed Independent Test Report provided by Shiner & Associates, Inc., Acoustical Engineers, located in Skokie, Illinois that performed all of the Acoustic Measurements on Federal Warning Systems Model #2001 Series Sirens. Model #2001 Series User's List: Find enclosed a National User's List of Customers with name of Contact person as well as phone numbers that are using this type of Siren System in their Municipalities. Some Local References are located on the last page of this proposal. Certificate of Insurance: BRANIFF COMMUNICATIONS, INC. would provide a Certificate of Insurance through Country Companies, under our policy #CW355640, if required by the City of Elgin. Braniff Communications, Inc., is at this time and has been a KEY AUTHORIZED SERVICE CENTER for Federal Signal Corporation for the past sixteen (16) years. We have installed as well as serviced sirens for many communities. Some are listed below: Village of Frankfort 815-469-2177 Mr. Clifford Janeliunas Village of Worth 708-448-8430 Fire Chief Twining Village of Matteson 708-748-5129 Fire Chief Wilcox Village of West Dundee 847-551-3805 Lt. Kevin Rynders Village of Bradley 815-933-3315 Mr. Ron Rosson Village of Bedford Park 708-563-4513 Mr. James Stropes City of Sandwich 815-786-0321 Mr. Donald L. Frederick Village of Beecher 708-946-2261 Mr. Robert Barber City of Pontiac 815-842-3225 Lt. Lyle Wilson Village of Oak Brook 630-990-3040 Mr. Mark Fleishman Village of Crete 708-672-5431 Mr. Len Hagen Village of Burr Ridge 630-323-8181 Chief D.J. Aleksy City of Evanston 847-866-2916 Mr. Max Rubin City of St. Charles 630-377-4416 Mr. John Harris Village of Carol Stream 630-665-7050 Mr. Robert Mellor Village of Westmont 630-968-0560 Mr. Rod Haubenreiser City of Batavia 630-879-1510 Mr. Jeff Glaser Village of Bourbonnais 815-937-3577 Chief Joseph Baird City of Belvidere 815-547-7316 Mr. Dale R. Steinke City of DeKalb 815-756-4881 Mr. Roger Chilton Village of Wheeling 847-459-2632 Ms. Linda Boller City of Lockport 815-838-2131 Mr. Frank DeSandre Village of Lombard 708-620-5734 Lt. Mike Torrence Page - 5 - References Cont. City of Elgin 847-931-6181 Deputy Chief K. Cramer Village of South Elgin 847-742-1729 Mr. Bob Balsamo Village of Hinckley 815-286-3989 Mr. Steven Mathis City of Naperville 630-420-6009 Mr. Bill Reynolds City of Countryside 630-345-7270 Mr. John P. McDonald City of Galena 815-777-2559 Mr. Dave Oglenburg Village of Niles 847-647-7978 Mr. Dick Pickup Village of Olympia Fields 708-503-8200 Mr. Tom Cravens City of Palos Heights 708-448-5060 Chief Reed Powers Village of Buffalo Grove 847-459-2570 Mr. Paul Soucy City of Marengo 815-568-7231 Chief Peter J. Begalki We wish to thank you for giving our firm the opportunity to provide you with TURN-KEY FIGURES for this Outdoor Warning Siren Project for the City of Elgin. Should you have any questions, or need further information, please contact me personally at your earliest convenience. Yours T y, Braniff C n' ations, Inc. Blum, res nt Encl. MB/mb Quotation No.:FWS 10439 QUOTATION Relerence quote no.on your order FEDERAL SIGNAL CORPORATION STAGE III OF SIREN PROJECT! Federal Warning Systems IoName MR CURT KRAMFR, DFPI ITY C.H IFF - Date AUGUST 7, 1998 Co:Name ELGIN FIRE DEPT. Reference -MB-2014-FWS10439 .,,ddrew 55.0 SUMMIT STREET CUSTOMER COPY City,state ZP ELGIN, IL. - 60120-4219 SALESPERSON COPY Phone No (847) 931-6181 Fax No. (847) -931-6179 OFFICE COPY Upon receipt of your order and acceptance by Federal Signal Corporation, the equipment herein will be supplied at the quoted prices below. Delivery schedule cannot be established until radio information is supplied,if applicable. ITEM FEDERAL COLOR NET COST TOTAL CITY.- MODEL/PART NO. VOLTAGE NI DESCRIPTION EACH COST FINISH 1 4 2001SRN 48a GREY THREE -(3) SIGNAL OUTDOOR WARNING SIREN, ROTATING ELECTROMECHANICAL, 127DBC, W/ MOUNTING HARDWARE. 2 4 2001AC 24CVAC GREY- CONTROL CABINET WITH ALL RE - 10 LATED CONTROLS & CONTACTORS IN NEMA 3 ENCLOSURE... 3 4 2001TR 240VPC GREY 30A TRANSFORMER/RECTIFIER FOR AC POWER OPERATION. TOTAL AMOUNT OF EQUIPMENT $ 36,380.00 LESS YOUR DISCOUNT - 7,276.00 YOUR COST FOR EQUIPMENT 29 104 .00_: Prices are firm for 30 days from the date of quotation unless shown otherwise. Upon acceptance,prices are firm for 60 (da s/d6dlr)M This quotation is expressly subject to acceptance by Buyer of all Terms stated on the reverse side hereof,and any exception-to or modifi ions of such Terms shall not be binding on Seller unless expressly accepted in writing by an authorized agent or Officer of Seller.Any order submitte o Sel r on the basis set forth above, in whole or in part, shall constitute an acceptance by Buyer of the Terms on this and the reverse side hereof. ny suc or I be subject to acceptance by Seller in its discretion. If the total price for the items set forth above-exceeds$50,000 then this quo tion 1 O VALI if countersigned below by a Regional Manager of the Signal Division,Federal Signal Corporation.: F.O.B. DES T I NATION BY:BRAN I FF COMM.I NC. FWS Sales epresen a ve , L M_ TERMS I NET 30 DAYS ADDRESS: 4741 W. 136TH STREET EST. DEL.WT. 4000# CRESTWOOD, IL. 60445 • DELIVERY 60 DAYS (ARO) BY: Federal Signal/Countersigned Purchase order MUST be made out to: TITLE: Federal Signal Corporation, Federal Warning Systems, 2645 Federal Signal Drive, University Park, IL 60466-3195 F S-2886-C(REV 9/93) TERMS (1) AGREEMENT AND LIMITATIONS. The agreement,between Seller,'and_Buyer(the•"sales contract')with respect to the sale of goods(the"goods")describ- ed on the other side hereof shall consist of the terms appearing hereon and on the other side hereof together with any additions or revisions of such terms mutually agreed to in writing by Seller and Buyer.Seller-objects to and shall not be bound by any additional or different terms,whether printed or otherwise, in Buyer's purchase order or in any other communication from Buyer.to,Seller unless specifically agreed to by Seller in writing,-Except.as expressly stated in the sales contrail, no reference. Buyer's purchase order or other communication from Buyer shall be deemed to incorporate by reference any terms appearing therein. The sales contractshall be for th benefit of Seller and Buyer and not•for the.benefit of any other person. Prior courses of dealing,trade usage and verbal agreements not reduced to a writing signed by Seller,to-the-extent they modify,-add to, detra&Wom,supplant or explain the sales contract,shall not be binding on Seller.' — - (2) TERMINATION OR MODIFICATION. The sales contract may be modified or terminated only upon Seller's written consent except that.stenogrophic and clerical errors are subject to correction by S;Iler or upon Sellers written consent. If Seller shall declare or consent to a termination of the sales contract, in whole or in part, Buyer, in the absence of•"contrary written agreement signed by Seller, shall pay termination charges based upon-expenses and costs incurred in-the production of the goods or in the performance of-the.services to the date such termination is accepted'by Seller including,-$ut�riotlimited to;"expenses of disposing of materials on hand or on order from suppliers and the losses resulting from such disposition, plus a reasonable profit. Notwithstanding the foregoing any_goods substantially completed or services performed on or prior to such termination shall be accepted and paid for in full by Buyer. - -- — --• . (3)- PRICE AND-PAYMENT'-Prices are subject to increase by Seller based on Seller's prices in effect at the time of shipment in all instances where specified shipment date is later than 90 days from date of order. Unless otherwise specified in the sales contra&or Seller's applicable price list, prices are F.O.B. Seller's point of shipment, and the terms of payment are NET 30 days from the date of invoice..lf the sales contract is for more than one unit of goods, the goods may be shipped in a single lot or in several lots at-the discretion of Seller. In such event each such shipment,shall-be.paid,foe iseparately and Buyer shall be responsible for all transportation charges. Seller may require full or'partiol'payment or payment guarantee in,advance of.shipment whenever,,in its opinion,the financial condition of Buyer so•warrunts. Minimum billing per order is$75.00. (4) . RISK OF.LOSS. The-risk of.loss.of.the goods or any-port the reof.shall:pass.to:the Buyer upon delivery thereof-by Seller to the carrier. Buyer shall have sole responsibility for.p[ocesssing and collection of any claim of loss against the carrier. g... (5) TAXES. Prices do not include taxes. Buyer shall pay Seller, in addition;to,the price of the goods, any`applicable excise, sales; use or other'tax (however designated) imposed-upZ4 the'sol6,production,'delivery or use of the goods ordered to'The-.extent"re`quired or hot'forbiddiin by low'to be collected by Seller', •from Buyer, whether or not so collected at the time of the sale, unless valid exemption certificates:acceptable to the taxing authorities are furnished to Seller before the date of invoice. I -- (6) DELIVERY. Promises of delivery from stock are subject to-prior sale. Delivery dates are not guaranteed but are estimated on the basis of immediate ,receipt by Seller of all information tolbe furnished by Buyer and the absence-of delays,.direct or indirect, resulting from or contributed to by circumstances beyond Sellers .'reasonable control. Seller shall in good faith endeavor to meet-estimated delivery dates but shall not bejliable to Buyer for any damages as a'result of,any delay caused "or contributed to by circumstances beyond Seller's reasonable control. (7) DEDUCTIONS AND RETURNS. Deductions will not be honored unless covered by a credit memorandum. Goods shipped to the Buyer may be returned to Seller for credit only upon the Seller's prior written consent(such consent to be in the sole discretion of Seller)and upon terms specified by Seller, including prevailing' ;restocking and handling charges. Buyer assumes all risk of loss for such returned goods until actual receipt thereof by Seller. Agents of Seller are not authorized to accept -returned goods or to grant allowances or adjustments with respect to Buyer's account. (B) INSPECTION. Buyer shall inspect the goods immediately upon the receipt thereof. All claims for any alleged defect in Seller's performance under this sales contract,capable of discovery upon reasonable inspection, must be fully set forth in writing and received by Seller within thirty days of Buyer's receipt of the goods, ,Failure to make any such claim within said thirty-day period shall constitute a waiver of such claim and an irrevocable acceptance of the goods by Buyer. (9) LIMITED WARRANTY. The Signal Division, Federal Signal Corporation (Federal) warrants eachjnew product to be free from defects in material and workmanship, under normal use and service, for a period of two years on parts replacement and one year on labor from the date of delivery to the first user-purchaser'' During this warranty period,the obligation of Federal is limited to repairing or replacing,as Federal may elect, any part or parts of such product which after examinatio Turing Federal discloses to be-defective in material and/or workmanship. Federal will provide warranty for:any unit which is delivered, transported prepaid, to the Federa factory or designated authorized warranty service center for examination and such examination reveals a defect in•material•and/or workmanship.This warranty does not ;cover travel expenses, the cost of specialized equipment for gaining access to the product, or labor charges for removal and re-installation of the product. The Federal Signal Corporation warranty shall not apply to components or accessories that have a separate,warronty by the original manufacturer,such as, but not limited to, batteries. This warranty does not extend to any'unit which has been subjected to abuse, misuse, improper installation or which has been inadequately maintained, nor to units which have problems relating to service or modification at any facility other than the Federal factory or authorized'warranty service centers.THERE ARE NO OTHER WARRANTIES, :EXPRESSED OR IMPLIED, INCLUDING.BUT NOT LIMITED TO, ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. IN NO EVENT SHALL FEDERAL BE LIABLE FOR ANY LOSS OF PROFITS OR ANY INDIRECT OR CONSEQUENTIAL DAMAGES ARISING OUT OF ANY SUCH DEFECT:IN MATERIAL OR• WORKMANSHIP. j (10) REMEDIES AND LIMITATIONS OF LIABILITY. In the event Seller is claimed to have breached any of its obligations under the sales contract,whether of warranty or otherwise, Seller may repair any defective goods, request the return of the goods and tender, at Seller's option, a replacement shipment of goods or the purchase price theretofore paid to Seller. Seller shall tender a refund of the purchase price at its option only upon actual receipt of the goods by Seller. If Seller so.. requests the return of the goods,the goods will be redelivered to Seller,transportation prepaid, in accordance with Seller's instructions. The remedies contained in this and. the preceding paragraph constitute the sole recourse against Seller for breach of any of Seller's obligations under the sales contract,whether of warranty or otherwise.In no event shall Seller be liable for consequential damages nor shall Seller's liability on any claim for any direct, incidental,consequential or special damages arising out of. or connected with the sales contract or the manufacture,sole, delivery or use of the goods exceed the purchase price of the goods. Seller shall not be liable for failure to" perform it's_"obligations under the sales contract resulting directly or indirectly from or contributed to by acts of God;acts of Buyer;civil or military authority; priorities;fires;: war; riot;delays"-in transportation;=lack of or inability to obtain raw-materials,-components,'labor; fuel or supplies; or other curcumstances beyond Seller's reasonable- control,whether similar or dissimilar to the foregoing. (11) PATENTS. Seller shall hold Buyer harmless,to the extent herein provided;against any rightful claim of any third,person bywayof infringement of any United States Letters Patent by such goods as are of Seller's own manufacture; but if Buyer furnished-specifications to'Seller, Buyer sWl•hold:Seller harmless against any such`infringement claims whi6'arise out of compliance.with.such specifications. Seller's-agreement in`thWparagraph'to hold Buyer harmless shall not apply to any infringement consisting of the use of-goods manufactured by!Seller;os apart of.any.•combination-with goods manufactured by Buyer'or others.In the event that any goods ma nufactured•by•Seller are in any suit held to constitute;infringement and their.use is:enjoined, Seller, if,unable within,a reasonable time tosecure•for Buyer the right to continue using such goods,either by suspension of the injunction, by,securing_for Buyer a.license; or:otherwise,'shall, at its.own'expense, either, replace-such goods with non-infringing goods or modify such goods so that they become non-infringing, or accept the return of the enjoined goods and refund the purchase price theretofore paid by.Buyer.less allowance for any period of actual use thereof. Except as in this paragraph provided,Seller makes no.warranty that the goods will be delivered free of the rightful claim of any third person by way of infringement or the like and Buyer's remedies will be limited to those provided in this paragraph. (12)-,ASSIGNMENT-AND DELEGATION. No right or interest in'this sales contract shall be assigned"by Buyer without Seller's'prior written consent, and no delegation of any obligation ov✓ed,''or'of the performance of any obligation,by Buyer shall be made without Seller's prior written consent. Any attempted assignment or delegation shall be void and totally ineffective for all purposes unless made in conformity with this paragraph. Notwithstanding the foregoing, if Buyer is on authorized distributor of the goods for Seller,then Seller's obligations under poragraph,9, 10 and,11 hereof, subject to all limitations of this sales contract, shall be extended to the original.purchaser of the goods from Buyer. (13) SEVERABILITY. If any term, clause or,provision contained,in_the_soles contract.is.declored.or held invalid.by_a_court.of competent jurisdiction,•such declaration or holding shall not affect the validity of any other term,clause or provision herein contained. (14) INSTALLATION. Installation shall be by Buyer unless otherwise specifically stafed on the sales contract. (15) GOVERNING LAW AND LIMITATIONS. The formation and performance of the sales contract shall be governed by the laws of the State of Illinois. Whenever a term defined by the'Uniform Commercial Code as adopted in Illinois is used in these standard terms, the definition contained in said Uniform Commercial Code is to control. Any action for breach of the sales contract or any covenant or warranty contained herein must be commenced within one year after the cause of action has accrued.,._ . .�.. City of Elgin Agenda Item No. caCR�b I October 6 , 1998 TO: - Mayor and Members of the City Council FROM: Joyce A. Parker, City Manager SUBJECT: Upgrades to the City' s Emergency Warning Siren System (Phase III) PURPOSE The purpose of this memorandum is to provide information for the Mayor and members of the City Council to consider upgrades to the City' s emergency warning siren system. BACKGROUND In 1995, the Elgin Emergency Management Agency was assigned the project of assessing and devising a plan to improve the City' s Emergency Warning Siren System. Phase I of the project began in 1995 with inspections of all sirens by • Braniff Communications for general maintenance, repair and the necessary replacement of a burned-out siren on Congdon Avenue . In 1996, Phase I continued with a comprehensive examination of all sirens . A plan was developed to upgrade the system from antiquated, unreliable sirens and to bring all 15 sirens into compliance with our MOSCAD monitoring system. MOSCAD is a Motorola monitoring system which allows our Communications Division to monitor tampering, activation, electrical continu- ity, rotation and sound activation of all sirens . Phase II of the plan called for the replacement of three unreliable sirens . Phase III would upgrade four of the remaining eight sirens in 1998 . Phases IV, and V are slated for 1999 and 2000, respectively. Each subsequent phase will include upgrades to the remaining four sirens plus a request for potential three sirens in the far west region of Elgin. The 1999 proposal will include necessary upgrades to our .MOSCAD monitoring system. It is proposed that the City Council approve the request to continue to use the Federal Model 2001 electromechanical siren. The siren is solely manufactured by Federal Warning Systems, a Division of Federal Signal Corporation. Approval would include the continued services of Braniff Communications Incorporated, the authorized Federal Signal Service Center in • the Illinois area and the exclusive sales representative for Northern Illinois . Braniff has provided proficient service to the City in the past . r Emergency Warning Siren October 6 , 1998 Page 2 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED Elgin Emergency Management Agency Braniff Communications FINANCIAL IMPACT The total proposed cost of this project equals $47 , 851 . 68 . (� Funds were budgeted ($56, 000) and are available in account number 395-1000-795 . 92-36 , Major Equipment Repairs, project number 249001, Emergency Siren Replacement . LEGAL IMPACT Under the procurement ordinance, a two-thirds majority is required to concur with the presented finding that sole source purchase is in the best interest of the City in this instance . ALTERNATIVES None . RECOMMENDATION It is recommended that the sole source proposal from Braniff • Communications be accepted for $47, 851 . 68 . gRectfully mi d,sub e A. Parker City Manager CLK/st • • • II�� ® I N T E R ME-MO O F F I C E To: Mike Sarro,Purchasing Agent From: Deputy Chief Kramer Subject: Sole Source Purchasin mergency Warning Sirens Date: June 23, 1997 When Jack and I were given the assignment of Emergency management, 15 Emergency Warning Sirens were part of the responsibility. We found sirens over 20 years old, many were not working, poor locations, and some that were working had been rewired but not appropriately by an authorized ser,^ce entity. Braniff Communications had done work for the city in the past but city maintenance personnel were also used. Though this is not a bad practice it does present problems if the people working on the sirens are not qualified to do so. Unfortunately, this was true on some sirens. Sometimes a • motor winding will bum out and the siren wired using two (2) of three (3) motors. This extra load causes burnout in the remaining two (2) motors shortening the motor life and causing premature siren failure. In addition, four (4) different brands of sirens from different manufacturers caused•service problems. Some parts were no longer available, some manufacturers will sell parts but only if their service people do the install. This requires contacting several vendors for one siren system and is not very cost effective. We have also seen the hidden cost scenario, the repair job that is quoted after inspection but during repair more problems are reported and of course the cost of repair increases. Fortunately, we have not had that problem with Braniff Communications. In fact in 1995 we set up an annual inspection and repair process. The inspection is a fixed figure and as each inspection is done a full detailed written report of condition is generated. If any repair is required I am notified first with a detailed explanation and an opportunity for first hand on site review of the repair. There have been several cases where we paid labor only because old parts we had on hand could be used in the repair. Braniff certainly could have made claim that the parts would be inadequate for use but they did just the opposite. In fact, they recommended the use of these parts to show good faith and save us a few dollars. We have also experienced problems with sirens which require parts but a service representative is not available in our area or within an acceptable time frame. Braniff can call for the part but the cost is outrageous because Braniff is not their service representative. We can't call for the part because we don't do service work. On one such siren we simply considered it unsalvageable and replaced it with a new 2001 series siren. • Mike Sarro, Purchasing Agent Page 2 June 23, 1997 In order to avoid these types of problems we instituted an annual maintenance program with Braniff Communications. We also have four(4) Federal 2001 sirens in operation. The new Motorola MOSCAD system is designed to monitor alert sirens. Unfortunately, the only monitoring which can be done is AC power. Special sensors are required for all monitoring options such as intrusion, rotation, sound etc. The Decision Package which was approved for this year will include sensor monitoring of the current 2001 sirens and any future 2001 sirens will come with the needed equipment. Our plan is to replace three (3) sirens with the Federal 2001 series and bring the current four(4) 2001 sirens into MOSCAD compliance. The cost of this project was submitted at $41,000._ (Decision Package enclosed) To accomplish all of our siren needs we broke the project down into five (5) phases. This years $41,000 Decision Package represents phase 2. Phase 3 and 4 each call for four (4) siren replacerrie`nts in 1998 and 1999. Phase 5 constitutes the installation of three (3) sirens on our western boundaries in the year 2000. All sirens would be Federal 2001 with MOSCAD connectivity. We would have no more mix and match problems. For these reasons we wish to go sole source for this continuing project. We have enclosed a letter • from Federal regarding Braniff as their service provider. We purchase the sirens from Federal and Braniff does the Installation along with Motorola service expertise which has already been agreed upon. Braniff would also continue as our annual and emergency service representative. r Please contact me with any questions at your convenience. My extension is 6181. • • I I I I I s I I I I • I ® SIGNAL • DIVISION Federal Signal Corporation June 12, 1997 Mr. Curt Kramer, City of Elgin Administrative Department Fire Chief Elgin, IL 60120 - 4129 Dear Mr. Kramer, Thank you for considering Federal Signal Corporation to provide you with additional Model 2001 AC sirens. Please be advised that Federal Warning Systems, Division of Feddral Signal Corporation is the sole manufacturer of the Federal Model 2001 electromechanical siren. Federal Signal has.been in the outdoor warning business for 85 years and this model is the most advanced in the industry with the capability to be upgraded to battery operation in • the future. We have had many systems where we have interfaced with the Motorola MOSCAD System telemetry equipment, i.e., City of Chicago, City of Peoria and the CitX'of Indianapolis. Braniff Communications Inc. is at this time and has been.a key Authorized Federal Signal Service Center in the Northern Illinois area. They are also our exclusive sales representative for Northern Illinois. Braniff Communications provides turn - key installations and should any repairs be required during the warranty period or thereafter they are equipped to handle those repairs. Should you have any questions please feel free to contact me at 219/929-1318. Sincere David Gilc st, Eastern Regional Manager • �....... ..,,...� ...,..._..,..�. _...., ,. , ..,..... .,.« e.nc . ounma anal 5'1d-3400 • I!� �I � IIII II III � i i