Loading...
HomeMy WebLinkAboutOrdinances Book 17, Page 545, No Resolution Number545 A RESOLUTION REQUESTING THE CITY MANAGER TO ADVERTISE FOR BIDS FOR AN FM TtAO-WAY REPEATER SYSTEM TO BE INSTALLED WITHIN THE CITY OF PADUCAH, KENTUCKY, AND PRESCRIBING THE TERMS AND CONDITIONS UPON WHICH SUCH PURCHASE SHALL BE MADE BE IT RESOLVED BY THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City Manager be, and he is hereby, requested to advertise for bids for the purchase of an FM Two-way Base Repeater Station and System for use in the City of Paducah, Kentucky, having the following specifications: "GENERAL SPECIFICATIONS" Base Repeater Station The FM two-way radio set shall be capable of operating as an unattended mobile relay station. It shall be capable of operating on a single transmitter and single receiver frequency in the 136-174 MHZ band. The radio set shall be designed and constructed as a highly reliable, station consisting of a transmitter, receiver, control chassis, power supply and blower assembly in a cabinet unit. Transmitter activation of the mobile relay shall be provided by means of a received carrier. Transistors and other solid-state devices shall be used throughout the receiver, power supply, transmitter -exciter, and for all control functions to maximize the life-expentancy of the radio equipment in keeping with good engineering practice. Antenna switching and blower turn on shall each be accomplished by the use of high quality electromechanical relays. POWER INPUT The station shall operate from a nominal 117 volt, A.C. 56/60 HZ. single phase primary power source. Maximum total power input to the radio set from the primary power source shall not exceed the following value: Standby (70 watts) Transmit (390 watts).. POWER SUPPLY The power supply shall be of completely solid-state design and shall be designed so that the receiver, exciter, and accessories have no performance change over A +- 20% voltage variation. 546 OSCILLATOR STABILITY The equipment shall employ non -heated quarts crystals to control both the transmitter and receiver frequencies. The crystal, oscillator and all compensating circuits shall be housed in a sealed factory adjusted, plug-in module to assure precise frequency control. The oscillator module shall maintain frequency stability within +-0.0002°/ of the assigned center frequency over an ambient temperature range from -300 to +600C. NETTING FUNCTION The equipment shall be capable of operating both transmitter and the radio-frequency portion of the receiver simultaneously for the purpose of adjusting the transmitter and receiver. TRANSMITTER SECTION The transmitter shall comply fully with all EIA standards and applicable FCC type acceptance rules and regulations as stated herein. The unit shall employ solid-state circuitry throughout except for the high-power output stages which shall use no more than three tubes which shall be of the heavy duty industrial type, supplied with regulated filament voltage to maximize their life -expectancy. EMISSION The transmission emission shall be designated 16F3 and 15F2 as defined in FCC rules and regulations part 2, sub part C. paragraph 2.201. UPRIGHT WEATHERPROOF CABINET The cabinet housing the radio set shall be completely weatherproof and shall be suitable for rooftop, pole or ground level mounting, Full length, vertical doors shall provide access to the inside of the cabinet from the front and rear. Both doors shall have full length hinges and be equipped with at least three latching bars at the top, middle, and bottom for maximum security and shall be capable of being locked, by the same key, to prevent access by unauthorized personnel. The cabinet shall be constructed of steel and furnished with baked enamel or equivalent in quality and durability. Standard 19" rack -type mounting facilities shall be provided inside the cabinet for mounting the equipment chassis assemblies. The 547 cabinet walls, however, shall not be used to support the weight of this equipment. A welded channel steel frame, fitted with full length angle rails of #13 gauge or heavier steel, shall be used to support the weight of all chassis assemblies. In addition, extra holes shall be provided in this frame for mounting additional angle rail supports and chassis, or for relocating the existing rails and chassis within the cabinet interior. VENTILATION The radio set shall employ a heavy-duty operating blower to circulate filtered air over the transmitter power output stages. Thb blower shall maintain the transmitter temperature at a level which is consistant with the operating characteristics of the components in the set. The blower is controlled by a high reliability relay actuated during the transmitting cycle only. During stand- by operation, the blower will be inoperative. In conjunction with the relay, a high reliability thermostatic switch monitors the power amplifier tube temperature, and will hold the blower on continuously in an extremely high temperature environment. There will be a second thermostatic switch which monitors the power amplifier tube temperature that will disable the transmitter in the case of excessive over -heating, which could result from a blower system failure. ACCESSIBILITY All parts which require periodic service or maintenance, and all tunable circuit adjustments shall be easily accessible. WIRE When subjected to an open flame, hot soldering iron, or short circuit, the wire used in this equipment shall not support combustion for more than five seconds after the heat source has been removed. HUMIDITY TESTS The equipment shall meet or exceed all specified EIA Standards when subjected to high humidity tests in accordance with EIA Standards RS -152A, Section 13 (for transmitters) and RS -204 Section 17 (for receivers). 548 ANTENNAS Vender will furnish and install at repeater site at city water tank concrete base for repeater cabinet, ;" foam heliax transmission line, 5.25 DB. or greater gain antenna and model V-150-203 Sinclair duplexer or equivalent. RF POWER OUTPUT The transmitter shall be rated for continuous duty and shall deliver at least 100 watts to the output terminals of the transmitter when the output terminals are connected to a nominal load impedance of 50 OHMS. MAXIMUM PLATE INPUT POWER The maximum power supplied to the plate of the transmitter final output tube shall not exceed 200 watts. RECEIVER SECTION The receiver shall be of the double conversion superheterodyne type, with two two crystal -controlled local oscillators. The circuit shall use high quality long -life transistors and diodes throughout; no tubes shall be used. Selectivity characteristics shall be at least -98DB at + - 30 KHZ. An on channel signal of 0.5 microvolt, or less, when impressed across the antenna input, shall produce 20 DB of quieting. To reduce amplitude -modulated interference there shall be at least two low -frequency IF limiter stages preceding the discriminator stage. REMOTE CONTROLS Repeater station will be controled from (4) four city departments by using radio control link. No wire lines will be used from repeater station to control link. Vender will furnish and install various equipment (antennas, trans- mission line, etc.) to facilitate operation of control link. Remore equipment shall be FM desk -top unit designed and constructed for operation in the 136-174 MHz band. The equipment shall employ non -heated quartz crystals to control both the transmitter and receiver frequencies. The oscillator shall maintain frequency stability within +-0.0005% of the assigned center frequency. P The control link shall deliver at least 30 watts of R.F. power to the output terminals of the transmitter when output terminals are connected to antenna with inpedance of 50 OHMS installed on top of city building. Entire control unit shall be of solid state design and shall not use any tubes to deliver a minimum of 30 watts output. ALTERNATE BID ACCEPTABLE Bidders may submit alternate bids of equal or better requirements with or without a bid which completely meets specifications. However, all alternate bids must be accompanied by a complete set of descriptive exhibits as listed in order for consideration to be given to said alternate. Any bid which is not completely defined as to the specific equipment that is to be supplied, as well as how that equipment will operate, will be ruled not compliant and will be rejected. All bids must be signed by an authorized official of the bidding company. All bid amounts shall be f.o.b. Paducah, Kentucky, and shall include all applicable taxes and shall include complete installation charges. Each bidder shall indicate the approximate time required for delivery and installation. Each bidder shall include the amount. required for any and all monthly service charges for maintaining the equipment. All electronic equipment shall be transistorized (except as otherwise specified above). All equipment bid upon shall be new and in a like new condition, and shall be of current design and manufacture. Partial bids will not be acceptable. Each bidder must be prepared to demonstrate the equipment bid upon to a duly authorized representative of the City of Paducah at a convenient time and place within the city. All equipment bid upon shall meet or exceed latest applicable standards of the electronic industries association and the FCC and shall further conform to the requirements of the South Central Bell Telephone Company with respect to.audio levels and.control voltage to be impressed upon telephone lines.. To insure long life and reliability, the equipment shall be designed to maintain operation over a temperature range of -300C to +600C and line voltage variations of plus or minus 20% with a 117 volt reference. The successful bidder shall be required to provide blanket contractual 549 550 protection and fire, theft and vandalism insurance for the full value of all materials and equipment furnished by the supplier until the completion of the contract, and the successful bidder shall further provide any and all liability insurance that may be required by the City Ordinances. The contractor shall be responsible for obtaining and maintaining all necessary permits and shall comply with all applicable local codes and ordinances without additional cost to the City. The bidder shall certify that he maintains a stock of replacement Parts for each item included in this equipment, and shall be in a position to replace such past or parts as may be required for a period consistent with the life of the equipment. It is further required that the bidder be capable of replacing any and all assemblies and devices in this equipment for as long as the equipment is in actual service. All equipment, other than tubes, shall be guaranteed by the bidder for a period of one year against defects in design, material and workmanship. The warranty period shall start with the installation date, but not later than sixty (60) days from receipt of the equipment. Tubes shall carry their own warranty of ninety (90) days or one thousand (1000) hours, whichever first occurs. Labor for the re- placement of defective material shall be a service charge to be borne by the purchaser unless the option to purchase a maintenance contract shall have been exercised in which case the labor costs shall be covered under the terms of the maintenance contract. A detailed, itemized equipment list shall be included with each bid offered. This list shall include the quantity, model number and description of each major component of the proposed system. Published performance specification sheets shall be provided for all items shown on the equipment list. If any of these items are to,be specifically manufactured to provide the operating characteristics desired in this specification, then specific operational details shall be provided. SECTION 2. The City Manager shall advertise for sealed bids by notice posted up at the City Hall door and by publication pursuant to ERS Chapter 424. No bids shall be opened within ten days from the date 551 on which this resolution is adopted, and no bid shall be received after the hour fixed for the opening of bids. All bids received by the City Manager up to the time for the opening of same shall be filed with the Board of Commissioners who may let a contract to the lowest responsible bidder. The City shall have the right to refuse and reject any and all bids. SECTION 3. This resolution shall be in full force and effect from and after its adoption. vv� ; Mayor y Passed by the Board of Commissioners May 11, 1971 Recorded by Sarah Thurman, City Clerk, May 11, 1971.