1 Project Name: Project Location: Pre Bid Conference: Project


1 Project Name: Project Location: Pre Bid Conference: Project...

2 downloads 240 Views 299KB Size

Exhibit A STATEMENT OF WORK April - 2015

Project Name: ODOT Access Control Retrofit – Hermiston, Pendleton & Ontario MS

Project Location: Projects are located at multiple sites. (Sites are noted below)

Pre Bid Conference: No. Interested Value Added Resellers (VAR’s) are highly encouraged to visit each location in order to identify the appropriate hardware, fit and finish, materials, distances and resources required prior to submitting a bid. * NON-SCHEDULED SITE VISITS ARE NOT ALLOWED. VAR’s and/or their sub-Contractors must coordinate any site visits with the appropriate Owner Representative noted below. All visits must be pre-scheduled, a minimum of 24 hours prior to arrival. Contractor shall check-in with the authorized ODOT contact person at each site prior to inspection.

Project Completion Date: June 29th, 2015.

Project Timeframe: By submission of a bid, Contractor agrees and understands that timing is crucial to the completion of all phases of this project. All invoices must be dated no later than June 30th, 2015. Upon “Notice to Proceed” the successful Contractor shall expedite ordering and shipping of materials to complete all approved and authorized work. Note that liquidated damages will apply to the Contract resulting from this ITB for failure to complete the project by the Substantial Completion Date (See ITB for detailed information). If additional work is mutually agreed upon; at no time will work be allowed to go beyond the date noted for Substantial Completion.

1

Project Work Hours: All work shall be performed between the hours of 8:00AM to 5:00PM, Monday – Friday. Work outside these hours/days may be allowed but must be pre-approved by designated site contact person or Contract Administrator. Contractor shall pre-schedule the start day/time with the designated contact person a minimum of 48 hours prior to arrival at job-site.

Project Addition and/or Deletion of Work: Prior to the award of the contract the Department reserves the right to delete sites or portions of proposed work due to financial constraints. Additional work may be added at the awarded per hour labor rate and itemized materials/equipment pricing from the bid submittal page(s). Materials/equipment not on the bid submittal form must be pre-approved and be invoiced at Contractor cost plus 12%. In the event this is necessary, Contractor shall, submit at final billing, copies of all invoices from their suppliers clearly showing Contractor’s purchase price for each item(s).

Contractor Requirements: Primary Contractor must be a Value Added Reseller (VAR) in good standing with the manufacturer of the Department’s access control system (Lenel). VAR’s employees shall possess the technical knowledge, experience, and skill needed to perform the required work in an efficient and professional manner. All VAR technicians shall be Lenel certified. Through-out the project there must be at least one (1) each of the following on-site:  Employee with a (Lenel) Platinum or Master certification;  Employee with a State of Oregon Class A Limited Energy license. VAR shall utilize a General Journeyman Electrician to perform any high voltage work. All VAR and any sub-Contractor employees must have a minimum of five (5) years verifiable experience successfully completing jobs of a similar nature; all employees assigned to work on these projects must have verifiable experience installing, terminating and interfacing door and access control hardware, equipment and associated wiring. VAR will be required to complete and submit all Owner provided paperwork to obtain an access device for at least one employee for the sole purpose of system testing. This must be completed prior to start of work.

2

*References for each Contractor and sub-Contractor employee assigned to work on these projects must be attached as part of the Bid Submittal. This information must show the following: Current Business and Trade licenses, Lenel certifications, and specific project history for each Contractor/Company and employee assigned to work on the project. Projects and experience must clearly show scope, nature and length of time to support the requirements noted above. *Failure to provide this information at time of bid submittal shall be grounds for bid rejection.

Project Scope: (The following shall not be considered a definitive narrative of the actual work nor shall it identify all materials required to complete the project or be limited by the following descriptions; it will be the Contractor’s sole responsibility to design, layout, implement, order, schedule and complete all work necessary for each facet of this project to ensure proper integration, function and operation with the on-site components and the Owners centralized access control program.) The purpose of this project is to provide and install equipment and materials necessary to retrofit existing doors and/or gates to operate through the Department’s centralized access control software. (Lenel On-Guard) Project shall include but not be limited to the following: 

Retrofitting existing door hardware, i.e. strikes, locksets and or exit devices; door closures, etc.;



Installation of low and high-voltage wiring/cabling, conduit, connectors, junction boxes; misc. hardware, etc.;



Installing access control equipment, i.e. control panels, interface modules, power supplies, card and/or keypad readers, wireless transmitters/receivers, enclosures and batteries; and on-site programming.



Installation of equipment at main entry/reception areas to allow for visual, audio and remote door release for visitors and reception staff. i.e. AiPhone style master station w/door release button & surface mount door/intercom station with add-on remote substations w/door release.

Prior Notification requirements (Contractor): Contractor shall pre-schedule the start day/time with the designated contact person a minimum of 48 hours prior to arrival at each job-site. Contractor shall coordinate with Owner’s on-site representative and Access Control Administrator located in Salem, OR. a minimum of 24 hours prior to testing of installed components.

3

At the conclusion of each job and prior to leaving the site, the Contractor shall pre-schedule time with the site Manager or designee to go over the system installation and provide basic system operation and equipment location. Card reader/electrified door hardware wiring requirement: All wiring for Lenel/HID equipment shall meet the following gauge, color and rating specification:  

Door locks - 18 gauge/ 1pair (Green) (w181-2051grb). Card readers - 22 gauge/ 6 conductor (Green) (w226c-2077grb).

All wiring and/or cabling shall be put in by licensed installers as allowed/required by code. To the extent possible, wiring shall be placed and attached above existing drop style ceilings or in attic/crawl space, inside walls and/or door frames. Where required wire shall be plenum rated. Contractor shall minimize the use of stick-up style conduit and raceways. For low voltage wiring in high or non-ceiling warehouse, shops or buildings, Contractor will install inside metal conduit. Conduit shall be placed at a height considered reasonable to protect wiring from damage due to work activities or vandalism; minimum of 10 ft. above floor. Control panel/network connection: Each Lenel control panel shall be connected by the VAR to Owner’s on-site network switch and programmed to communicate with the “On-Guard” system, located in Salem, OR. Owner shall provide IP, sub-net mask and gateway information for each site. All terminations to equipment connected to this device shall be made only by current Lenel certified technicians. Contractor shall clearly identify/label the “network” cable from the panel to the switch port as “Lenel”. Contractor shall use a method common to the trade when labeling and attaching at both ends of this cable. Door hardware retrofits guideline: Contractor shall remove any existing deadbolts on doors receiving access control equipment, per code and Fire, Life, Safety requirements. Contractor shall be responsible for plugging and or covering all holes in doors and doorframes with color matched materials, as a result of the removal of existing door hardware i.e. deadbolts, locksets, panic devices, etc. Doors receiving a card reader with existing locksets or electrified panic bars may not require replacement unless:  they are unable to be integrated into the access control system [and/or]

4



lockset does not have a “Storeroom” * style locking function. (*Outside lever fixed. Entrance by key only. Inside lever always unlocked.)

If replacement is necessary Contractor shall install the Department’s standardized Schlage Series* locksets (*ND80LD-Rhodes 626) or Adams Rite panic-bars. Any replacement lockset or panic device must use the appropriate key-in-knob, rim, or mortise cylinder compatible with the Department’s high security (Medeco) keying system. If replacement is necessary and this door hardware has an existing Medco key cylinder, Contractor shall be responsible for reinstalling the cylinder into new door hardware. If new Medeco keyed cylinders are needed, Contractor shall coordinate and obtain them before replacement from the Department’s Key and Lock Coordinator. 

Ray Christiansen (503-986-2915) located 200 Hawthorne Ave., Ste. B240 Salem, OR.

This shall be done in a timely manner to ensure the cylinders are available on-site at the same time hardware is installed. Contractor shall be solely responsible for notifying the Owner’s Representative and for installation of these devices. 

At no time shall a door be left unsecured outside regular business hours (8AM to 5PM), unless preauthorized alternative security measures have been approved.

Door hardware (General): Any door receiving a card reader or interfaced with the access control system that does not have a door closure shall have a commercial grade closure installed. (LCN 4040XP or equal) Any exterior door receiving a card reader with a lockset without the “storeroom” function shall have one installed. Interior doors shall be treated the same unless specifically requested otherwise by the on-site contact person. Exterior doors receiving a card reader and requiring replacement of the entry/exit hardware i.e. panic bars or locksets, etc., shall have an exterior key way installed. As noted above, this keyway must accept Owner’s Medeco cylinder. This cylinder is the responsibility of the Contractor to order by contacting the Department’s Key and Lock person noted above. ADA door integration (Special): Doors receiving a card reader equipped with an ADA Operator & remote interior/exterior door activation buttons must be interfaced with the access control system using appropriate hardware components. To prevent operator damage these doors must not open when in a “card only” mode if the ADA exit/entry button is pushed or prior to the presentation of a valid card swipe at the door reader.

5

System Programming/posting information: Owner shall provide the following: IP, Gateway, sub-net mask; port and address for each reader and any other information necessary for set-up of (Lenel) equipment. Owner shall provide primary software programming at the head-in system located in Salem. Testing requirements: All site specific project work must be finalized and tested before starting work at another job location; unless, multiple crews are used to complete individual projects or pre-approval has been given by the Contract Administrator. Contractor shall coordinate with Owner’s on-site representative and Access Control Administrator located in Salem, OR. a minimum of 24 hours prior to testing of installed components. Training/posting requirements: Prior to leaving the site Contractor shall schedule and provide the on-site contact(s) or representative(s) an overview of the newly installed equipment; showing them the locations of all equipment; the network cable from panel to switch; and basic trouble shooting techniques (a specific training point shall be how to “re-set” of the Lenel control panel). Contractor shall post a step by step process for resetting the Lenel control panel. This information shall be located near the panel. Contractor shall also place a label inside each panel cabinet with the following information: IP, gateway and sub-net mask and switch port number this panel is plugged into. Safety and Security: Contractor shall ensure appropriate safeguards are used and in place to protect or notify visitors of hazards/delays when performing work in all public or employee work areas. Contractor’s employees must not interfere with the business operations, block exits or entries, impede, or cause delays in any Owner business operations. Failure to implement or put into place the necessary safeguards may result in breach of Contract. Security at these locations is critical and at no time shall Contractor leave a site unsecured or a door unable to be secured. Failure shall result in the Owner contracting for on-site security until issue is corrected by Contractor. All charges for this security response shall be deducted from Contractors final payment.

Performance standard: All work shall be performed and equipment installed in such a manner as to pass without exception in the trade. Work and/or materials/equipment found to be less than high quality or commercial grade, sub-par, inadequately installed and/or of questionable nature shall be removed, replaced, or modified at Contractor’s expense. Work to correct these failings shall be completed within 15 days of notification from the Owner.

6

Warranty: Upon acceptance and prior to payment Contractor shall submit to Contract Administrator a written warranty on Company letterhead for one-year covering all parts and labor. Contractor shall also provide a minimum of three (3) 24/7 Company contact names with e-mail address and phone numbers to assist in troubleshooting or implementing an on-site response. On-site visits shall occur no later than three (3) business days from date of initial contact. This warranty shall apply to all material and equipment defects, adjustments and or problems related to other product or installation related work. There shall be no out of pocket costs for Owner during this period. Warranty will become effective upon date of final project acceptance.

7

Work Site addresses, Contact Information, Lenel panels, wireless equipment, security duress, audio/visual hardware and doors Proposed per site: Proposed at the following locations:

A. Hermiston MS 1840 S Highway 395 Hermiston, OR 97838 Contacts: 

Paul Howland – Ph.: 541.567.3338, Cell: 541.377.0428

Buildings: 1. Maintenance Shop (F4302001) - (Add LNL-2210) 

4 - Exterior Doors



1 - LEF-3L Aiphone Master Station



1 - LE-D Aiphone Door Station



2 - SP-20N Aiphone Ceiling Speakers

2. Landscape Bldg (F4302005) - (Use Schlage Wireless transceiver/receiver kit w/antennae from Maintenance Shop) 

1 - Exterior Door

B. Pendleton MS 1327 SE 3rd St Pendleton, OR 97801 Contacts: 

Terri Dorran or Robin Berheim – Ph.: 541.276.1241

Buildings: 1. Maintenance Office - Bldg D (F4302201) - (Add LNL-2220) 

4 - Exterior Doors



AiPhone unit w/1 master station/door release & 1 door station (Reception/Public Dr.)

8

2. Storage - Bldg A (F4302202) - (Add LNL-2210)  4 - Exterior Doors 3. Vehicle Wash - Bldg B (F4302203) - (Add LNL-2210) 

5 - Exterior Doors

4. Storage - Bldg C (F4302204) - (Add LNL-2210) 

3 - Exterior Doors

5. North Entry Gate - (Add Schlage Wireless transceiver/receiver kit w/antennae from Maintenance Office - Bldg D to gate)   

1 - Dual Gooseneck Post (replaces existing) 1 - HID 5355 Keypad Reader 1 - HID 5395 Thinline II Reader

6. South Entry Gate - (Add Schlage Wireless transceiver/receiver kit w/antennae from Maintenance Office - Bldg D to gate)   

1 - Dual Gooseneck Post (replaces existing) 1 - HID 5355 Keypad Reader 1 - HID 5395 Thinline II Reader

C. Ontario MS 1390 SE 1st Ave Ontario, OR 97914 Contacts:   

Jeff Berry – Ph.: 541.823.4037, Cell: 541.709.0190 Paul Woodworth – Ph.: 541.823.4015, Cell: 541.709.7505 Teresa Penninger – Ph.: 541.963.1344

Building: 1.

District 14 HQ Bldg (F4232009) - (Add LNL-2220)  

3 - Exterior Doors 2 - Interior Doors

9