041127.Computer Network Maintenance RFP


041127.Computer Network Maintenance RFP - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com/...

2 downloads 161 Views 703KB Size

WESLACO I

INDEPENDENT SCHOOL DISTRICT 319 W. Fourth Street/P.O. Box 266, Weslaco, Texas 78599-0266 (956) 969-6500

March 24, 2014 The Weslaco Independent School District is accepting Proposals for: New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-05-30) Proposals are to be hand delivered or mailed to Andres Sanchez Jr., CPA, Chief Financial Officer, Weslaco Independent School District, 312 W. Fifth Street, Weslaco, Texas 78596. Please mark your envelope plainly: “New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-0530) due date: Tuesday, April 29, 2014 at 3:00 p.m.” Responses sent by overnight mail should have the proposal # written on the delivery ticket. Proposals will be accepted until Tuesday, April 29, 2014 at 3:00 p.m., at which time they will be opened. Proposals will be opened, but not read out loud, at the office of the Chief Financial Officer in the WISD Business Office Building, 312 W. Fifth Street, Weslaco, Texas. Any proposals received late will be returned unopened. Weslaco Independent School District is not responsible for proposals misplaced or mailed incorrectly. The awarding of the proposal will take place at a public school Board meeting. The Board of Education reserves the right to accept, or reject any and/or all proposals, waive minor technicalities, or to award the proposal to the most responsible offeror which best serves the interest of the District. Please fill out, sign and submit with your proposal response the enclosed IRS Form W-9 and Conflict of Interest Questionnaire. We look forward to hearing from you. Please fill out and fax page 2 to (956) 969-6610 immediately if you intend to respond. Sincerely, -Original SignedDr. Ruben Alejandro Superintendent

-Original SignedAndres Sanchez Jr., CPA Chief Financial Officer VENDOR INFORMATION

COMPANY SUBMITTING PROPOSAL:___________________________________________________ 1

Please fill out this form and fax immediately to Weslaco ISD if you intend to submit a proposal. 14-05-30 New Installations/Upgrades of Surveillance Systems District-Wide

Company Name ______________________________________________ Address ____________________________________________________ City ___________________________ State ________ Zip ____________ Telephone Number ____________________________________________ Fax Number _________________________________________________ Contact Name ________________________________________________ Email Address ________________________________________________

Please fax this document to (956) 969-6610 to ensure that you receive any addenda.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 2

WESLACO INDEPENDENT SCHOOL DISTRICT New Installations/Upgrades of Surveillance Systems District-Wide (Proposal # 14-05-30)

TABLE OF CONTENTS THIS SHEET DOES NOT HAVE TO BE RETURNED

DESCRIPTION OF ITEM

PAGE

1. INTENT TO SUBMIT PROPOSAL PAGE

2

2. STANDARD TERMS & CONDITIONS

5-7

3. FELONY CONVICTION NOTIFICATION

8

4. PROPOSAL SPECIFICATIONS REQUIREMENT FORM

9

5. EVALUATION CRITERIA

10

6. JOB DESCRIPTION & OTHER SPECIFICATIONS

11-15

7. INSURANCE REQUIREMENTS

16-17

8. ITEM SPECIFICATIONS & PRICE SHEETS

18-28

9. REFERENCE SHEET

29-30

10. NON-COLLUSION STATEMENT & SIGNATURE SHEET

31

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 3

WESLACO INDEPENDENT SCHOOL DISTRICT New Installations/Upgrades of Surveillance Systems District-Wide (Proposal # 14-05-30) PROPOSAL PACKAGE CHECKLIST REMINDER IN ORDER FOR YOUR PROPOSAL TO BE CONSIDERED, THE FOLLOWING ITEMS ARE REQUIRED TO BE INCLUDED IN THE PROPOSAL PACKAGE: DESCRIPTION OF ITEM

YES

NO

N/A

1.

FELONY CONVICTION NOTIFICATION (Fill in one of the appropriate sections - A, B or C. Company official signature is required, Page 8).

______

______

______

2.

PROPOSAL SPECIFICATION REQUIREMENTS FORM (Fill in ALL blank lines as needed, Page 9).

______

______

______

3.

ADDITIONAL TERMS & CONDITIONS (Pages 11-16)

______

______

______

4.

SPECIFICATIONS (Pages 9, 18-26)

______

______

______

5.

PROPOSAL PRICING (pages 27-28)

______

______

______

6.

ATTACHMENT I (Fill in ALL requested information, Pages 29-30)

______

______

______

7.

NON-COLLUSION STATEMENT & SIGNATURE SHEET (Fill in blank lines on form completely and sign it, Page 31).

______

______

______

8.

PLEASE SUBMIT THE WHOLE PACKAGE EVEN IF NOT SUBMITTING A PROPOSAL ON ALL ITEMS.

**(FAILURE TO SIGN THE PROPOSAL MANUALLY WILL DISQUALIFY IT.)**

THIS SHEET DOES NOT HAVE TO BE RETURNED WITH THIS PROPOSAL. IT SERVES AS A CHECKLIST FOR YOU.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 4

WESLACO INDEPENDENT SCHOOL DISTRICT New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-05-30)

STANDARD TERMS AND CONDITIONS NOTICE TO OFFERORS ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF THIS PROPOSAL UNLESS SUPERSEDED BY ANY ATTACHED TERMS AND SUPPLEMENTAL CONDITIONS OR SPECIFICATIONS IN WHICH CASE ATTACHED CONDITIONS WILL PREVAIL ANY EXCEPTIONS MUST BE IN WRITING 1.

Proposals should be submitted on this form and continued on any attached list(s) of items offered. Each proposal shall be placed in a separate envelope, sealed and properly identified with the proposal title, proposal number and date to be opened. Responses sent by overnight mail should include the proposal # written on delivery ticket.

2.

Proposals must be received in the Business Department office before the hour and date specified. Late proposals will not be considered under any circumstances.

3.

Proposals must have original signatures. Faxed responses will not be accepted

4.

Proposal prices should be F.O.B. Weslaco ISD Campuses, Weslaco, Texas, Freight Prepaid (installed).

5.

Delivery Dates: Under terms of the request for sealed proposals delivery dates will be in accordance with the dates indicated therein. Whenever no date is indicated, the vendor will enter the earliest date which can be assured. If delays are foreseen, written notice shall be given to the District. Extensions to complete orders will be considered as failure to meet delivery dates, and may result in removal of the vendor from the approved vendors list. All goods are subject to inspection and return at the expense of the vendor if found to be inferior to those specified.

6.

Delivery of Times: All deliveries shall be made during normal working hours unless prior approval has been obtained from the district.

7.

Installation: (If included in specifications) The successful proposer shall provide the following services and requirements at no additional cost above the initial proposal price on equipment or furniture. Provide transportation of the items to the building, locating the items in the proper location within the building, uncrating, complete assembly and adjustment by a trained installation technician and removal of all debris. Equipment is to be complete including operating/owner’s manuals, wiring, and piping, and made ready for electrical and/or fluid service connection by the School District. After connections, make the machine ready, start up, analyze and correct any malfunctions of the equipment. Provide all materials equipment and labor to place machinery in top operating conditions or to fully assemble furniture.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 5

WESLACO INDEPENDENT SCHOOL DISTRICT New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-05-30)

8.

Criminal Background Checks: As per Senate Bill 9 and in compliance with Texas Education Code Chapter 22, Subchapter C; Weslaco ISD requires that all contractors/subcontractors to obtain state and national criminal history background searches on their employees hired after 1/1/2008 who have continuing duties related to the contract and direct contact with students.

9.

Offer unit price on quantity, if specified, extend and show total, if applicable. In case of error in extension, unit prices shall govern.

10.

Proposal prices must be firm for acceptance for ninety (90) business days from proposal opening date. No proposals may be withdrawn without written approval after a contract has been signed or partial performance of the proposal agreement has begun.

11.

Failure to manually sign proposal will disqualify it. Person signing proposal should show title or authority to bind their firm to a contract.

12.

The district is exempt from Federal Excise Tax, State Tax and Local Tax. Do not include tax in proposal. If it is determined that tax was included in the proposal, it will not be included in the tabulation or any awards. Tax exemption certificates will be furnished upon request.

13.

Any catalog, brand name or manufacturer's reference used in the proposal request is descriptive - not restrictive - it is intended to indicate type and quality desired. Proposals on brands of like nature and quality will be considered. If proposing on other than reference specifications, proposal must include manufacturer, brand, model, etc. of article offered. If brand other than that specified is offered, complete descriptive information of said article must be included with the proposal. If proposer takes no exception to specifications of reference data, brand names, models, etc., as specified, must be furnished.

14.

All items offered should be designated "as specified" or "equal".

15.

On items designated "equal", samples must be furnished within five (5) working days after proposal opening at no cost to the district, if requested. If not destroyed in examination they will be returned to the proposer on request at their expense.

16.

All items offered must be new, in first class condition, including containers suitable for shipment and storage, unless otherwise indicated on the proposal. Failure to submit requested samples may be terms for not considering the proposed item.

17.

The District reserves the right to accept or reject all or any part of any proposal, waive minor technicalities and award the proposal to best serve the interest of the District.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 6

WESLACO INDEPENDENT SCHOOL DISTRICT New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-05-30)

18.

The District reserves the right to purchase additional quantities, up to 100% of items approved, throughout the proposal period (1 year after board approval) listed on this proposal subject to verification of the same or lower prices and conditions of this proposal. All purchases will be made contingent on the availability of funds.

19.

During the performance of this contract, the contractor agrees not to discriminate against any employee or applicant for employment because of race, color, national origin, age, religion, gender, marital or veteran status, or handicapping conditions.

20.

Omissions: Omissions in the proposal on any provision herein described shall not be construed as to relieve the vendor of any responsibility or obligation requisite to the complete and satisfactory delivery, operation, and support of any and all equipment or services.

21.

No Proposal: All proposal forms should be signed, as needed, and returned even if offeror is unable to submit a proposal at this time, but wishes to remain on proposer’s list.

22.

Payment Terms: Payment shall be made within 30 days of satisfactory receipt of goods, and/or satisfactory inspection of installation, or receipt of invoice, whichever is later.

23.

Awarding of Proposal: The proposals will be awarded as an “All or None” to one vendor based on the award criteria listed on page 10.

24.

Venue: Any disputes or litigation that could arise related to this proposal shall have as Venue Hidalgo County in the State of Texas.

25.

Term of Contract: The term on the contract will be for a period of one year effective May 13, 2014 or after Board approval, whichever is later.

______________ Date

________________________ Company Name

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 7

WESLACO INDEPENDENT SCHOOL DISTRICT New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-05-30) FELONY CONVICTION NOTIFICATION

State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (a), states “a person or business entity that enters into a contract with a school district must give advance notice to the district if the person, owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony.” Subsection (b) states “a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract.” THIS NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION, BUT THE COMPANY REPRESENTATIVE MUST CHECK OFF A SELECTION BELOW (A, B, OR C)

I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. VENDOR’S NAME: ________________________________________________________________________________ AUTHORIZED COMPANY OFFICIAL’S NAME (PRINTED): ________________________________________________

DATE: ___________________________

***** PLEASE CHECK OFF A SELECTION BELOW ***** ( ) A. My firm is a publicly held corporation. Therefore this reporting requirement is not applicable.

( ) B. My firm is not owned and/or operated by anyone who has been convicted of a felony.

( ) C. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s):_____________________________________________________________________________

Details of Conviction(s):_________________________________________________________________________ ___________________________________________________________________________________________

______________ Date

_________________________________ Company Name

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 8

WESLACO INDEPENDENT SCHOOL DISTRICT New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-05-30) PROPOSAL SPECIFICATION REQUIREMENTS FORM TO BE FILLED IN BY VENDOR AND PRESENTED WITH PROPOSAL Is this proposal in conformance with the enclosed specifications? Yes _____

No _____

If the answer is no, Vendor must identify and explain each exception taken, with reference to each page and paragraph to which the exception will apply. It should be understood that if no exception is taken, the vendor shall supply all items as specified at the time of sale. Failure to indicate any difference in products and/or services proposed in this proposal may be deemed sufficient ground for rejection of a vendor's proposal. Comments: ___________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________

______________ Date

_________________________________ Company Name

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 9

WESLACO INDEPENDENT SCHOOL DISTRICT It is the intent of these specifications to secure proposals for: New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-05-30) Baldemar Garcia [email protected] Director of Purchasing or Carlos J. Martinez [email protected] Director of Technology Support Weslaco Independent School District 312 W. Fifth Street Weslaco, Texas 78596 (956) 969-6548 / FAX (956) 969-6610 According to the Texas Education Code, Subchapter B, Section 44.031 (b), in determining to whom to award a contract, the district shall consider the following criteria:

No.

1

Criteria the purchase price – cost of the surveillance equipment plus installation at all campuses

Points

45 points

3

reputation of the vendor and of the vendor’s goods or services – references, experience, and certifications the quality of the vendor’s goods or services – quality of equipment and Installation Services proposed

4

the extent to which the goods or services meet the district’s needs – cameras meet the needs of the District as specified?

10 points

5

the vendor’s past relationship with the district

5 points

6

the impact on the ability of the district to comply with the laws and rules relating to Historically Underutilized Business

Not applicable

7

total long-term cost to the district to acquire the vendor’s goods or services

Not applicable

8

any other relevant factor specifically stated in the request for bids or proposals

Not applicable

9

the vendor or the vendor’s ultimate parent company or majority owner has its principal place of business in this state

2

Total Points (maximum)

20 points 15 points

5 points 100 points

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 10

I.

INTRODUCTION

WESLACO INDEPENDENT SCHOOL DISTRICT is requesting proposals for IP cameras to be installed and configured to work with our current Video Insight – Camera Management System. Vendor will be responsible for installation and configuration of the new cameras being installed. Vendor will be responsible for adding and configuring the new cameras onto our current Video Insight System. Vendor will be responsible for installing the network cable (CAT 6) from the MDF or IDF closet to each of the cameras being installed. Vendor is responsible for installation and configuration of the wireless Ethernet Radios where CAT 6 cable is not possible or feasible.

II.

TERMS & CONDITIONS OF REQUEST FOR PROPOSAL (“RFP”)

2.0

Response Submission

Responses to this RFP must be submitted in sealed packages. Packages must be delivered by either United States Postal Service, express delivery, or personally on or before Tuesday, April 29, 2014 at 3:00 p.m. Packages must be delivered to the attention of Andres Sanchez Jr., CPA, Chief Financial Officer, Weslaco Independent School District, 312 W. Fifth Street, Weslaco, Texas 78596. Please mark your envelope plainly: "New Installations/Upgrades of Surveillance Systems District-Wide (Proposal # 14-05-30)”. Proposals sent by overnight mail should include the proposal number written on the delivery ticket. Proposals will be accepted until Tuesday, April 29, 2014 at 3:00 p.m., at which time they will be opened. Proposals will be opened but not read publicly, at the office of the Chief Financial Officer in the WISD Business Office Building, 312 W. Fifth Street, Weslaco, Texas. It is the sole responsibility of the respondents to ensure that their responses arrive in a timely manner. Any proposals received late will be returned unopened. Weslaco Independent School District is not responsible for proposals misplaced or mailed incorrectly. Faxed responses will not be considered.

2.1

District’s Expectations from Vendors

The district will require that any vendor meet the following minimum expectations: 2.1.1. Vendors must return phone calls from district staff within 24 hours maximum of receiving the call. This does not necessarily mean that vendor must have the requested information. Not returning phone calls within this minimum time frame will serve as grounds for the district to drop vendor from the approved list and select another vendor. 2.1.2. The district will assume that any price offered will remain firm for acceptance by the District, for a minimum of 90 business days from the due date of this request for proposal based on the quantities listed in the estimated purchases section of this document. The district will also assume that the awarded vendor will process district orders upon receipt without any increase in price to the district. 2.1.3. When on-site maintenance is specified, the district will not spend more than 20 minutes diagnosing problems with equipment. The district will expect vendor or designee to come to the district to troubleshoot and repair the equipment on-site. 2.1.4. The district will require that vendors pass along any price cuts to the district immediately and that the vendor work continuously to enhance services, products, and pricing.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 11

2.2

Costs Associated with Preparation of the Vendor’s Response

The district will not be liable for any cost incurred by the respondents in preparing responses to this RFP or negotiations associated with award of a contract.

2.3

Time Frame

The purchase of the services specified in this document will begin after May 13, 2014, or after Board approval, whichever is later.

2.4

Interpretation and Additional Information 2.4.1. Interpretations, Corrections and/or Changes: Any interpretation, correction, or changes of the RFP will be made by ADDENDUM. Interpretations, corrections, or changes to the RFP made in any other manner will not be binding, and the vendor shall not rely upon such interpretations, corrections, or changes. Changes or corrections will be issued by the district. Addenda will be mailed or delivered to all who are known to have received Request for Proposal Specifications. Addenda will be issued as expeditiously as possible (if necessary by FAX followed up by original documents). It is the responsibility of the vendors to determine whether all addenda have been received. 2.4.2. Addenda: It will be the responsibility of all respondents to contact the district before submitting a response to the RFP to ascertain if any addenda have been issued. It will be the responsibility of all respondents to obtain all addenda, execute them, and return addenda with the response to the RFP.

2.5

Proposal Acceptance Period

Prices quoted in the vendor’s response for all labor and materials will remain in effect for a period of at least ninety (90) business days from the issuance date of the vendor’s response.

2.6

Questions

Questions arising out of this RFP must be received in writing (fax is acceptable) at the District not later than the end of business on April 7th, or the questions will be considered null and void. Responses to all questions received in proper time frames will be answered in writing and distributed to all Vendors known to have picked up the RFP.

2.7

Omissions

Omissions in the proposal on any provision herein described shall not be construed as to relieve the vendor of any responsibility or obligation requisite to the complete and satisfactory delivery, operation, and support of any and all equipment or services.

2.8

Proposal period

The term on the contract will begin from Tuesday May 13, 2014 or the day after this item is approved by the School Board whichever occurs last.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 12

2.9

Payment Conditions

The district desires to purchase the New Installations/Upgrades of Surveillance Systems District-Wide described herein. Payment shall be made upon satisfactory delivery of the items ordered. 2.9.1

Payment Conditions Payment shall be made within 30 days of:  Receipt of invoice, or  Acceptance of system, whichever occurs last.

2.10

Warranties

Materials and workmanship hereinafter specified and furnished shall be fully guaranteed by the vendor for a minimum of 180 days. If the vendor procures equipment or materials under the Contract, the vendor shall obtain for the benefit of the District equipment and materials warranties against defects in materials and workmanship to the extent such warranties are reasonably obtainable. The vendor shall pass along to the District any additional warranties offered by the manufacturers, at no additional costs to the District. This warranty shall in no manner cover equipment that has been damaged or rendered unserviceable due to negligence, misuse, acts of vandalism, or tampering by the District or anyone other than employees or agents of the vendor. The vendor’s obligation under its warranty is limited to the cost of repair of the warranted item or replacement thereof, at the vendor’s option. Insurance covering said equipment from damage or loss is to be borne by the vendor until full acceptance of equipment and services.

2.11

Price Quotations

Price quotations are to include the furnishing of all materials, equipment, maintenance and training manuals, tools, and the provision of all labor and services necessary or proper for the completion of the work except as may be otherwise expressly provided in the Contract Documents. The District will not be liable for any costs beyond those proposed herein and awarded. Time and materials quotes will be unacceptable.

2.12

Price Stability

Contract prices and discounts shall be fixed at the time of contract approval by the district and the vendor. In the event of price changes, replacement equipment shall be purchased at the lower of contract or then current market price. In no case shall a price higher than the contract price be paid for equipment proposed. In the event that the district desires to purchase additional parts contained in the contract, future purchases will be determined using the vendor-specified discount rate in the proposal from the manufacturer’s suggested retail price as of the date of the order. In no case shall the price exceed the favored Vendor’s prices.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 13

2.13

Variation in Quantities and Configurations

Equipment and capacity requirements are the best estimates currently available. The District reserves the right to modify quantity and configuration requirements. The vendor agrees to sell the District the revised quantity of items at the unit price (or lower) as stated in the RFP regardless of quantity changes.

2.14

Vendor Qualifications References Vendors must provide a minimum of five references (school district references are preferred). These references must be for projects that are similar in scope and design, and have been completed by the vendor within the last three (3) years. References that are not positive will be grounds for vendor disqualification. The District may, with full cooperation of the vendors, visit client installation to observe equipment operations and consult with references. Specified visits and discussion shall be arranged through the vendors; however, the vendor personnel shall not be present during discussions with references.

2.15

Indemnification

The vendor shall indemnify and hold harmless the district, its agents and employees from or on account of any injuries or damages, received or sustained by any person or persons during or on account of any operation connected with this Contract; or by consequence of any negligence (excluding negligence of the district, its agents or employees) in connection with the same; or by use of any improper materials or by or on account of any act or omission of said Vendor or its subcontractors, agents, servants or employees. The vendor further agrees to indemnify and hold harmless the district, its agents or employees, against claims or liability arising from or based upon the violation of any federal, state, county, city or other applicable laws, bylaws, ordinances, or regulations by the vendor, its agents, associates, or employees. The indemnification provided above shall obligate the vendor to defend at its own expense or to provide for such defense, at the district’s option, of any and all claims of liability and all suits and actions of every name and description that may be brought against the district which may result from the operations and activities under this Contract whether the installation operations be performed by the Vendor, subcontractor, or by anyone directly or indirectly employed or hired by either. The award of this Contract to the vendor shall obligate the vendor to comply with the foregoing indemnity provision; however, the collateral obligation on insuring this indemnity must be complied with as set forth.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 14

2.16

Evaluation of Responses

Vendors must fill out the enclosed district price sheets and the forms provided in Attachment I. Failure to do so will disqualify vendor. Incomplete responses will not be considered. The district reserves the right to participate in an interactive negotiation process with each vendor to clarify the project and afford all vendors the opportunity to provide the district with their best prices, products, services and terms. The district may at its discretion, and at no fee to the district, invite any Vendor to appear for questioning during response evaluation for the purpose of clarifying statements in the response. The district reserves the right to accept or reject all proposals or sections thereof. In addition, the district reserves the right to award without further discussion. Therefore, responses should be submitted initially with the most favorable terms that the vendor can propose.

2.17

EVALUATION CRITERIA

The district will evaluate vendors based on the criteria set forth in Senate Bill One, Subchapter B., Section 44.031 Purchasing Contracts, which states, “In determining to whom to award a contract, the district may consider: (1) The purchase price; (2) The reputation of the vendor and of the vendor's goods or services; (3) The quality of the vendor's goods or services; (4) The extent to which the goods or services meet the district's needs; (5) The vendor's past relationship with the district; (6) The impact on the ability of the district to comply with laws and rules relating to historically underutilized businesses; (7) The total long-term cost to the district to acquire the vendor's goods or services; and (8) any other relevant factor specifically listed in the request for bids or proposals.” (9) the vendor or the vendor’s ultimate parent company or majority owner has its principal place

of business in this state.

2.18

Cancellation

In the event provisions of this RFP are violated by the vendor, the district may give written notice to the vendor stating the deficiencies and unless deficiencies are corrected within five (5) district working days, recommendations will be made to the district for immediate cancellation. The district reserves the right to terminate immediately any contract resulting from this RFP for failure to correct deficiencies.

2.19

Advertising

The vendor agrees not to use the results from this RFP as a part of any commercial advertising without prior written approval of the district’s Chief Financial Officer.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 15

2.20

Liability and Insurance

The vendor shall assume the full duty, obligation, and expense of obtaining and maintaining necessary insurance. 2.20.1

Insurance Coverage The vendor shall be fully liable to provide and maintain in force during the life of this Contract, such as insurance as General Comprehensive Liability Insurance, Comprehensive Auto Liability Insurance, and Workers’ Compensations Insurance to assure to the District the protection contained in the foregoing indemnification provision undertaken by the vendor. Such policies shall be issued by companies authorized to do business in the State of Texas and having agents upon whom service of process may be made in the District and shall contain as a minimum, the following provisions, coverage, and policy limits of liability.

2.20.2

General Liability General Liability Insurance as shall protect the District, the vendor, subcontractor, agents, and employees from claims for damages. The limits of liability provided by such policy shall be no less than Five Hundred Thousand Dollars ($500,000.00) per occurrence combined single limit bodily injury and property damage, and an amount no less than One Million Dollars ($1,000,000.00) for damages on account of all occurrences.

2.20.3

Auto Liability Auto Liability Insurance with bodily injury limits of not less than Three Hundred Thousand Dollars ($300,000.00) per occurrence, Five Hundred Thousand Dollars ($500,000.00) Aggregate, and property damage limits of not less than Three Hundred Thousand Dollars ($300,000.00) per occurrence.

2.20.4

Workers’ Compensation Workers’ Compensation and Employer’s Liability Insurance with minimum limits as required by the State of Texas but in no case less than One Hundred Thousand Dollars ($100,000.00)

2.20.5

Proof of Insurance The vendor shall furnish to the District, at the District’s request, a Certificate of Insurance or duplicate policies of insurance described above which specifically protect the District. The vendor also agrees to enter a defense on behalf of the District, to any and all suits or actions, in which the liability of the District is vicarious and is predicated upon allegation of some act of omission by the vendor, subcontractor, or their agents.

2.20.6

Claims In any and all claims against the District or any of their agents or employees by any employee of the vendor, any subcontractor, or anyone directly or indirectly employed by any of the contracting parties or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 2.15 shall not be limited in any way by any limitation on the amount or types of damages, compensation acts, disability benefit acts, or other employee benefit act.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 16

WESLACO INDEPENDENT SCHOOL DISTRICT New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-05-30)

2.21

Bond Requirements

The vendor shall assume the full duty, obligation, and expense of obtaining and maintaining necessary bond coverage. A.

The successful contractor shall be required to furnish performance as well as labor and material payment bonds. For projects over $25,000.00 a Payment Bond is required; for projects over $100,000.00 a Performance Bond is required within ten (10) days after official notification of the proposed contract. Work cannot be started until after the Payment and/or Performance Bonds have been received and accepted by WISD Chief Financial Officer or his designee. 2.21.1

Bid Bond A bid bond for 5% of the greater total amount of your proposal will be required with the submittal of the proposal if your total proposal is or exceeds $25,000.

2.21.2

Labor & Materials Payment Bond The vendor shall furnish to the District a Bond Certificate equal in amount to 100% (one hundred percent) of the project cost. The Bond Certificate will insure payment to all contractors, subcontractors, employees, and material suppliers directly associated with said project. Bonds shall bear the same date as the contract.

2.21.3

Performance Bond The selected vendor shall furnish to the District a Bond Certificate equal in amount to 100% (one hundred percent) of the project cost. The Bond Certificate will insure the faithful performance of all provisions of the contract, satisfactory completion of the specified work, within the time agreed upon. Bonds shall bear the same date as the contract.

A.

Bonds shall be made payable to Weslaco Independent School District.

B.

The bonds shall in all respects conform to the requirements of the laws of the State of Texas.

C.

All required bonds shall be issued only by the companies holding certificates of authority as acceptable sureties in the State of Texas and as acceptable reinsuring companies. Re-insurers must be duly authorized or accredited to do business in The State of Texas.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 17

WESLACO INDEPENDENT SCHOOL DISTRICT New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-05-30)

III.

NETWORK CABLING SPECIFICATIONS

3.1

Physical Network Topology

The basic architecture of the information transport system should be based on a hierarchical star topology utilizing Unshielded Twisted Pair and/or fiber optic media. The system must be based on an open distribution architecture so that existing equipment and facilities as well as future equipment from multiple vendors can be supported by the proposed system.

3.2

Copper Cabling Specifications

Unshielded Twisted Pair cable must meet or exceed the performance requirements as specified in ANSI/EIA/TIA 568-1991 “Commercial Building Telecommunications Wiring Standard” and EIA/TIA Telecommunications Systems Bulletin TSB-36, “additional cable Specifications for Unshielded Twisted Pair Cables” and TIA/EIA TSB-40A, “Additional Transmission Specifications for Unshielded Twisted Pair Connecting Hardware.” The District requires high speed data cabling conforming to Category 6 for data requirements. 3.2.1

Cable Characteristics Cables shall be Category 6 Unshielded Twisted Pair cable (CommScope, Belden, Berk-Tek or equal). The characteristics are as follows: Category 6 cable consisting of four-pair of 24 AWG bare solid copper conductors insulated with a plenum material. (Note: Cable MUST be 4x0 plenum).

3.2.2

Jack and Outlet Specifications Each work area location must be equipped with a consistent arrangement of LAN communications outlets. In an effort to standardize, vendors will use Panduit Mini Com faceplates for new installations. The faceplate must attach to a single gang electrical outlet box with a minimum capacity of four outlets. Any vacant faceplate position shall be reserved for future growth and must have a blank inserted. The District and the successful contractor will determine colors. Jacks shall match the faceplate (Panduit Mini Com for new installations.) The jacks used must conform to Category 6 specifications and to parameters set forth in EIA/TIA 568, TSB36 and TSB40A. All jacks and patch panels shall be configured to the 568B-wiring scheme.

3.2.3

Patch panels shall be Category 6 compliant. The vendors will use Panduit Mini-Com Angled Modular High Density Patch Frames that will accept Mini-Com snap on connectors.

3.2.4

Testing and certification The contractor shall provide proof of communications wiring systems certification and testing certification. Each communications outlet tested should include patch panel, patch cord, device jack and station side cables. Testing must be “end-to-end.” All test results must be printed or on a CD and show the following results: Impedance (TDR), Line Mapping, Cable Length, DC ohms, Attenuation, and Near End Cross Talk (NEXT)

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 18

3.2.5

Wire Management Hardware Each equipment rack or wiring closet shall have adequate horizontal and vertical wire management hardware to ensure an organized and aesthetic installation to the District’s satisfaction.

3.3

Optical Fiber Cabling Specifications

For cable runs less than 300 meters use multimode fiber; 62.5/125m, OM3 FDDI-grade (CommScope, ATT, Siecor or equal). TIA/EIA-568A requires that the optical fiber meet the requirements of ANSI/TIA/EIA492AAAA, “Detail Specification for 62.5m Core Diameter/125m Cladding Diameter Class Ia Graded-Index Multimode Optical Fibers.” For cable runs greater than 2000 meters use dielectric, loose-tube, gel-filled (or similarly protected against water filtration) reverse-oscillated lay (‘SZ’) 9-micron, ITU652 compliant, single-mode fiber 3.3.1 3.3.2

3.3.3

3.3.4

3.4

Fiber Count The District requires a minimum of 6-fiber strands for each cable run. Specific fiber counts will be provided in the specifications. Fiber Connectors a. LAN fiber-optic cable shall be terminated with SC-style ceramic (Siecor or equal) connectors (Determination of connector type to be made by the District) b. MAN fiber-optic cable shall be terminated with LC-style ceramic (Siecor or equal) connectors (Determination of connector type to be made by the District) Distribution Frame Distribution enclosures and patch panels shall be either rack (19”) or wall mount with SC (LAN) or LC (MAN) style bulkhead adapters. (Determination of connector type to be made by the District) Link Loss Specifications a. Each multi-mode fiber link (less than or equal to 2 km) shall be tested according to ANSI’s Fiber Optic Test Procedures (FOTP) 171 and must be < 3.0 dB. b. Each single-mode fiber link shall be tested using an Optical Time Domain Reflectometer (OTDR.) Line loss of 0.08db per fusion splice and 0.35db per Km of cable are acceptable.

Test Results and Supporting Documentation

All testing and certification results are to be compiled in a table by location, cable number and strand or color and provided with “as-built” drawings.

3.5

General Cabling Requirements 3.5.1 All fiber optic cable will be enclosed in flexible metal conduit (intra-building), metal conduit (interbuilding above ground), or PVC conduit (inter-building below ground). 3.5.2 All conduit, and cables will be secured to the building and installed in accordance with industry standard practice. Innerduct shall be secured to the building structure above the suspended ceiling. Category 6 cable UTP cable shall be bundled with wire ties and secured to the building above the suspended ceiling.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 19

3.5.3 Copper (UTP) runs in classrooms and offices will be either in the walls (where possible) or in a minimum 1 inch wire mold system. 3.5.4 All wiremold systems and surface mounted boxes must be secured with anchors. Gluing to the wall as the sole means of securing these items is unacceptable. No less than one anchor must be installed for every three feet of wiremold. 3.5.5 All faceplates and patch panels must be properly labeled with drop numbers that correspond to each other to identify each cable on both ends. For the drops in the ceiling for ceiling mounted projectors, the cable end near the RJ45 male connector must be labeled with a drop number that corresponds to the patch panel. 3.5.6 All LIU’s in the MDF and IDF’s must be property labeled that correspond to each other to identify each fiber on both ends.

IV.

SPECIFICATIONS

4.1

General specifications and Guidelines

4.2

4.1.1.

Vendors shall submit two copies of their proposal

4.1.2.

This proposal shall be awarded to a single vendor.

4.1.3.

Award of this RFP by Board of Trustees is not guarantee of purchase. All District purchases will be in the form of a Purchase Order issued by Weslaco ISD to the vendor.

Camera Equipment Specifications All cameras for this solution must be Video Insight Compliant (must support RTSP, ONVIF, or PSIA drivers). Vendor must provide a Video Insight license for each new camera installed. 4.2.1

4.2.2 4.2.3

4.2.4 4.2.5 4.2.6 4.2.7

Indoor Adjustable IP Camera - with a varifocal lens that can adjust the angle of viewing from about 22 – 80 degrees (+/- 5 degrees) with High Definition video recording, POE 802.af, video motion detection, H.264 compression (Axis M3025-VE or equal) Installation of Indoor Adjustable IP Camera – Provide mounting bracket, and final camera adjustments Indoor Wide Angle IP Camera - with a viewing angle of about 90 degrees (+/- 5 degrees) and High Definition video, POE 802.af , video motion detection, H.264 compression (Axis M3304-V or equal). Installation of Indoor Wide Angle IP Camera - Provide mounting bracket, and final camera adjustments Outdoor 720p IP Camera – Outdoor rated, 720p recording, POE 802.af, video motion detection, H.264 compression (Axis P1354-E or equal) Installation of Outdoor 720p IP Camera - Provide mounting bracket, and final camera adjustments 180 degree IP Camera w/outdoor housing – Indoor/Outdoor rated, vandal resistant, 180 degree viewing, 8MP recording, POE 802.af, video motion detection, H.264 compression, with outdoor housing (Arecont AV8185DN or equal)

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 20

4.2.8 4.2.9

4.2.10 4.2.11 4.2.12 4.2.13 4.2.14

4.2.15

4.2.16

4.2.17 4.2.18

4.3

Installation of 180 degree IP Camera - Provide mounting bracket, and final camera adjustments 360 degree IP Camera – Indoor/Outdoor rated, vandal resistant, 360 degree viewing, 8MP recording, POE 802.af, video motion detection, H.264 compression (Arecont AV8365CO or equal) Installation of 360 degree IP Camera - Provide mounting bracket, and final camera adjustments Wireless Ethernet Radios – Point to Point wireless Ethernet bridge that connects IP devices (AvaLAN AW900xTR preferred or equal) Installation of Wireless Ethernet Radios – Provide mounting bracket, configuration of the radios, and provide knowledge transfer of the equipment Video Insight Licenses – Provide Video Insight license for each camera On the pricing sheets, all quantities are estimates. If unit pricing is subject to change (higher cost) if certain quantities are not met, the vendor must specifically state that in their proposal on the pricing sheet, identifying which items are subject to pricing change and the minimum quantity required to maintain the proposed pricing. The project may be in two stages, with approximately 60% of the installations performed during the Summer of 2014 and the remaining 40% of the installations preformed in the Fall of 2014 Weslaco ISD will provide space on the patch panel. The projector end of all drops will have a minimum three-foot service loop terminate with a (vendor supplied) male RJ-45 plug that will be plugged directly into the projector. Weslaco ISD has a mix of patch panels, so vendors will need to price two different options: 4.2.16.1 Punched down to the rear of a standard Category 5/5e/6 110 patch panel 4.2.16.2 Terminated in a Panduit Mini-Com modular patch panel that uses female modular jacks that snap into the patch panel. For these, vendor is required to provide the modular jack. Regardless of the type of patch panel, all vendor supplied materials will meet Category 6 standards. Schools will be in session Monday through Friday from approximately 7:30 a.m. until 4:00 p.m. Vendors must make arrangements to install the projectors during the evenings and/or weekends to minimize classroom disruptions.

Camera Installations 4.3.1

Vendor will be responsible for Camera installation to include physical mounting, as well as power application (POE ports will be provided by WISD and 120v electrical outlets, where needed, will be provided by WISD), physically aiming the camera in the correct direction, camera settings and configurations (to include configurations on the server), and installation of a CAT 6 network drop or wireless access equipment as needed. All outside cameras must be properly mounted to prevent moisture, humidity, and/or weather damage. If the vendor drills from the inside to the outside where cool air may escape and mix with warm air, vendor must properly seal wall where no cold air is escaping to the outside which may cause the camera to pick up condensation.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 21

4.3.2

4.3.3

4.3.4 4.3.5 4.3.6

4.3.7

4.3.8

Vendor is responsible for adding and configuring the new cameras onto our current Video Insight servers. WISD will provide the necessary IP’s and gateways for the new cameras. Vendor is responsible for ALL network cabling will be to the nearest MDF or IDF using Cat 6 plenum cable. Location of MDF/IDF is shown on the maps as blue dots. All network cabling will conform to the specifications for cabling contained in this document. Vendor will have to provide a RJ45 module plug for the camera side and a Panduit Mini Com Modular jack (Part # CJ688TGIW) that will plug into the WISD District’s Panduit Patch Panel. All Panduit Patch Panels will be provided by WISD. Vendor must provide documentation of the network drop number that corresponds to each camera. Vendor must provide certification test results for the network cable installs. Vendor is responsible for installation and configuration of the wireless Ethernet radios where CAT6 cable is not possible or feasible. Weslaco ISD will provide a switch with POE capability for the cameras. Vendor is responsible for working with WISD to determine the exact location and settings for each of the cameras being installed. Maps provided as part of this proposal represent location, but specific detail on what the camera should be looking for at each location and camera settings will be discussed at the first meeting with WISD staff after award of this proposal. Wherever possible, Cameras should be hard-wired (CAT6). Any installations that require a cable run outside the building of less than 10 feet may be CAT 6 run using Weather-tite or EMT. Anything longer than a 10 foot exposed cable run should be installed using radio Ethernet solution. In any installation(s) where the use of CAT6 cabling to connect the camera is not possible or feasible, the vendor shall use dedicated wireless Ethernet radios. Vendor must provide WISD the configuration information of the wireless antennas. AvaLAN AW900xTR preferred (or equal). This would include:    

The camera on the west corner of the pavilion at B. Garza The camera on the west parking lot of Rico The camera on the East side of the Stadium The camera at the gas pump area at the Transportation Department

Servers and Storage WISD will provide the servers and storage for the campus and department cameras. Servers will be loaded with OS and patched. Each server will also have the appropriate amount of data storage space available for recording video from the cameras. Software & Licensing WISD already owns Video Insights IPS V5.X licenses for existing cameras. Vendor is responsible for providing current Video Insights IPS V5.X licenses for all cameras in their proposal (373) licenses. 82

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 22

Vendor Qualifications Vendors must have experience with installation of network cabling and IP cameras. Vendor with certification on Brand of cameras being proposed is preferred. Vendor with certification on Video Insights IPS software is preferred. Must include copies of certifications in the proposal.

Additional Information  

Blowers and/or heaters for the 180º and 360º cameras are not required WISD already has a Video Insight’s installation at all campuses except Weslaco East High School and Ybarra elementary. None of the departments are on the Video Insights System.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 23

WESLACO INDEPENDENT SCHOOL DISTRICT The cameras will be installed at the locations as shown in the table below. Maps are enclosed of each campus showing the locations of each camera. Indoor Indoor Outdoor 180 360 degree Wireless Wide Adjustable 720p IP degree IP IP Ethernet Angle IP IP Camera Camera Camera Cameras Radio Schools Camera 9 3 17 1 5 3 11

Weslaco High School South Palm Gardens High School Weslaco East High School Horton AEP Mary Hoge Middle School Cuellar Middle School Central Middle School Cosmetology B. Garza Middle School Roosevelt Elementary School Sam Houston Elementary School Silva Elementary School Gonzalez Elementary School Margo Elementary School Airport Elementary School Memorial Elementary School North Bridge Elementary School Rico Elementary School Cleckler Elementary School Ybarra Elementary School Career & Tech Education Center Equine Bobby Lackey Stadium Natatorium Warehouse Department Transportation Department Maintenance Department KWES Performing Arts Center Central Office/Business Office Energy Management Stephen F. Austin Complex Staff Development Center Culinary Arts Parental Involvement Special Ed. Department Library Services

6 2 5 5 1 4 1 1 6 4 9 2

2 16 5 1 6 8 2 4 2 1

1 2 4 2 1 1 1 5

2

1 1 2 Total

115

6 1

4 1 2

2 1 1 4

1 1 2 1 5 2

1

4 1

3 1 1 1 5 4 1

6

4 2 1

8 2 9 6

2 2 12 3 4 6 10 2 1

1 4 6 2 7 3 3 2 1

1 108

1 3 5

2 1 4 4 1

1

1

3 5 3 3

1

5

1 1 1

52

78

20

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 24

4

WESLACO INDEPENDENT SCHOOL DISTRICT New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-05-30) SCHOOL CAMPUSES AND DEPARTMENTS ADDRESSES Horton AEP Campus 101 S. Iowa St. 956-969-6916

South Palm Gardens HS 2607 Camino Real Viejo 956-565-0404

Beatriz G. Garza Middle School 1111 W. Sugarcane 956-969-6774

Mary Hoge Middle School 2302 N. International Blvd. 956-969-6730

Central Middle School/ Cosmotology 506 E. Sixth St. 956-969-6710

Airport Drive Elementary School 410 N. Airport Dr. 956-969-6770

Cleckler-Heald Elementary School 1601 W. Sugarcane 956-969-6888

Rudy Silva Elementary School 1001 W. Mile 10 North 956-969-6790

Dr. R. E. Margo Elementary School 1701 S. Bridge St. 956-969-6800

Memorial Elementary School 910 W. 18th St. 956-969-6780

North Bridge Elementary School 2001 N. Bridge St. 956-969-6810

Rico Elementary Elementary School 2202 N. International Blvd. 956-969-6815

Raul Gonzalez Jr. Elementary School 3801 N. Mile 5 ½ West 956-969-6760

F.D. Roosevelt Elementary Sch 814 E. Plaza St. 956-969-6750

Bobby Lackey Stadium 1005 W. Pike Ave 956-969-6700

WISD Calvillo CATE Complex 3601 North Mile 5 ½ West 956-969-6703

Weslaco High School/Stadium 1005 W. Pike Ave. 956-969-6700

Weslaco East High School 810 S Pleasantview Dr 956-969-6950

Special Ed/Parental Involvement/Culinary Arts 700 S Bridge 956-969-6600

Equine 2110 N. Westgate 956-969-6703

Natatorium 801 E. 7th 956-969-6893

Warehouse 1916 Joe Stephens 956-969-6840

Transportation 2200 E. Sugarcane 956-969-6861

Maintenance 2200 E. Sugarcane 956-969-6850

KWES 612 E. 7th Street 956-969-6876

Cuellar Middle School 1201 S. Bridge St. 956-969-6720

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 25

Performing Art Center 506 E. 6th 956-969-6905

Central Office 319 W.4th 956-969-6500

Stephen F. Austin Complex 400 S. Oklahoma 956-969-6670

Staff Development Center 608 N. Cantu 956-969-6525

Energy Management 607 E. 6th St 956-969-6515

There will not be a pre-proposal conference for this project. Each interested vendor is expected to visit each campus listed, and following the campus maps provided figure out the installation needs for every piece of surveillance equipment requested.

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 26

WESLACO INDEPENDENT SCHOOL DISTRICT Pricing Sheet 1 [Refer to Section 4.2 for Camera Equipment Specifications] The following tables must be filled out for each product that a vendor is proposing. Additional copies of the tables can be made if more than one brand for an individual item is being proposed. The estimated quantity of each item that the district intends to purchase has been provided. Item

QTY

ITEM

1

115

(4.2.1) Indoor Adjustable IP Camera

2

115

(4.2.2) Installation of Indoor Adjustable IP Camera

3

108

4

108

(4.2.3) Indoor Wide Angle IP Camera (4.2.4) Installation of Indoor Wide Angle IP Camera

5

52

(4.2.5) Outdoor 720P IP Camera

6

52

(4.2.6) Installation of Outdoor 720p IP Camera

7

78

(4.2.7) 180 degree IP Camera

8

78

(4.2.8) Installation of 180 degree IP Camera

9

20

(4.2.9) 360 degree IP Camera

10

20

(4.2.10) Installation of 360 degree IP Camera

11

4

(4.2.11) Wireless Ethernet Radios

12

4

(4.2.12) Installation of Wireless Ethernet Radios

13

376

14

1

UNIT COST

DISCOUNT

EXTENDED COST

(4.2.13) Video Insight License Freight Cost Total Cost (price sheet 1)



If brand other than that specified is offered, complete descriptive information (manufacturer, brand, model, etc.) of said article must be included with the proposal.



If proposer takes no exception to specifications of reference data, then brand names and/or models, etc., as specified, must be furnished.

Total cost of pricing sheet # 1 includes cost of equipment, installation, cleanup, and disposal

Company Name _________________________________________

Signature:____________________________________________

Date_________________

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 27

WESLACO INDEPENDENT SCHOOL DISTRICT

Pricing Sheet 2 4.2

Cable Drop Specifications

The following tables must be filled out for each product that a vendor is proposing. Additional copies of the tables can be made if more than one brand for an individual item is being proposed. The estimated quantity of each item that the district intends to purchase has been provided. ITEM #

QTY

ITEM

15

10

16

6

17

1

18

134

19

126

20

96

Short Run 25-124 foot cable run to standard Category 5/5e/6 110 patch panel Medium Run 125-199 foot cable run to standard Category 5/5e/6 110 patch panel Long Run 200-275 foot cable run to standard Category 5/5e/6 110 patch panel Short Run 25-124 foot cable run to Panduit MiniCom modular patch panel (vendor must supply the Panduit Mini-Com modular jack – Part # CJ688TGIW – White Medium Run 125-199 foot cable run to Panduit Mini-Com modular patch panel (vendor must supply the Panduit Mini-Com modular jack – Part # CJ688TGIW – White Long Run 200-275 foot cable run to Panduit MiniCom modular patch panel (vendor must supply the Panduit Mini-Com modular jack – Part # CJ688TGIW – White

21

1

Freight Cost

UNIT COST

DISCOUNT

EXTENDED COST

Total Cost (price sheet 2)

Proposal # 14-05-30 Total cost of pricing sheet # 2 includes cost of cable, connectors, installation, other installation supplies, cleanup, and disposal

Company Name _________________________________________

Signature:____________________________________________

Date_________________

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 28

ATTACHMENT I (RFP # 14-05-30) 1. Is your company a historically underutilized business (HUB)? Yes No 2. Please state the number of years that your company has been in business. Number of years in business: __________ 3. Please state your company’s annual dollar volume in sales. Annual dollar volume in sales: ____________________ 4. Does your company offer on-site hardware services in Weslaco? Yes

No

5. If you offer on-site support, how many technicians will provide on-site support to Weslaco ISD? Number of Local Technicians: __________ 6. Approximately how many school districts has your company done business with in the last 12 months? Number of School Districts: __________ 7. Approximately what dollar volume in sales did your company do with school districts in the last 12 months? Annual dollar volume in sales to school districts: __________________ 8. What response time can your company assure the district for on-site service from the time the initial service call is placed? Please state time in number of hours. Guaranteed Turnaround Time: __________ 9. Please attach any additional information which you would like the district to consider in evaluating your response/proposal.

RFP # 14-05-30

Company _____________________________________

The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions RFP# 14-05-30 Surveillance Systems 29

ATTACHMENT I (RFP # 14-05-30) (Continued) 12. Please list at least five (5) references (school district references are preferred). Page may be photocopied for additional references.

Entity

Contact Person/Title

Phone Number

Project Cost

1.

2.

3.

4.

5.

RFP #14-05-30

Company ________________________________

*The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions* 30

WESLACO INDEPENDENT SCHOOL DISTRICT New Installations/Upgrades of Surveillance Systems District-Wide (RFP # 14-05-30)

NON-COLLUSION STATEMENT & SIGNATURE SHEET The undersigned affirms that he/she is duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this proposal in collusion with any other Offeror, and that the contents of this proposal as to prices, terms or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this proposal. Further, I affirm that prior to or after the opening of this proposal, I (or any representative of my company) will not discuss the contents of this proposal with any person affiliated with Weslaco ISD, other than the Chief Financial Officer or his Designee, prior to the awarding of this proposal. I understand that failure to observe this procedure may cause my proposal to be rejected. I also affirm that no officer or stockholder of the offeror (proposer) is a member of the staff, or related to any employee of the Weslaco ISD except as noted herein _______________________________________________ ___________________________________________________________________________________. By signing this proposal, vendor makes the assurance that vendor has not been debarred or suspended from conducting business with the U. S. Government according to Executive Order 12549 entitled “Debarment and Suspension.” I, _______________________________, have read the standard terms and conditions (pages 5-7) (Print/Type Name of Company Officer) and (pages 11-15), I fully understand them, and will fully execute them if I am awarded this proposal. I have represented the truth concerning the felony conviction notification. I have checked off one of the three statements on page 8. I fully understand the evaluation criteria (page 10) and the proposal insurance requirements (pages 16-17) & specifications (pages 18-28). COMPANY _________________________________________ EMPLOYER I. D. NUMBER_________________________ ADDRESS _________________________________________________________________________ CITY, STATE, ZIP CODE _____________________________________________________________ AREA CODE/TELEPHONE/FAX______________________________ EMAIL ____________________________________

__________________________________________ SIGNATURE

____________________________ TITLE

__________________ DATE

*The signing on Page 31 indicates understanding and acceptance of this proposal’s terms and conditions* 31