General Requirements and Specifications


[PDF]General Requirements and Specifications - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

0 downloads 242 Views 385KB Size

CCTV, Software

City of Manchester

General Requirements and Specifications For the Supply and Installation Of Closed-Circuit Television Cameras, Associated Software, Synergistics Access Control Conversion and Aiphone Intercom Stations. For the City of Manchester, New Hampshire/ Manchester School District City of Manchester Bid # FY15 – 190-18 ISSUED OCTOBER 21, 2014

RONALD L. ROBIDAS, CPP SECURITY MANAGER CITY OF MANCHESTER ONE CITY HALL PLAZA MANCHESTER, NH 03101

ISSUED OCTOBER 21, 2014

1

CCTV, Software

City of Manchester GENERAL REQUIREMENTS SECTION 01 - GENERAL REQUIREMENTS

Part 1 – General

1.00

General - The City of Manchester, New Hampshire through the Department of Human Resources is inviting contractors with a minimum of five (5) years of Closed-Circuit Television Systems experience to submit Request for Proposals. Contractor selection will be as per City of Manchester Procurement Code. The City of Manchester is an equal opportunity/affirmative action agency. All qualified firms will receive consideration without regard to race, color, religion, creed, age, sex or national origin. For this proposal, special emphasis will be put on contractor’s and any sub-contractor’s past performance on similar projects of comparable scope; past performance on service; delivery time; completion of past projects on schedule; staff and equipment available for the work; and the ability to secure required insurance (from insurance companies authorized by the N.H. Insurance Commissioner) for the work. Packets are available at the Human Resources Department, One City Hall Plaza, Manchester, New Hampshire 03101 or via e-mail request to; [email protected] and shall be submitted to this same location no later than 3:00 P.M. on Thursday, November 13, 2014. Faxed or e-mail bids will not be accepted. The bids will be opened immediately thereafter in the Human Resources conference room, located on the lower level of the West Wing at City Hall Plaza and available for inspection. The sealed proposals shall be submitted in triplicate and clearly marked “CCTV SYSTEM 2014.” The City of Manchester is not responsible for, nor will they entertain any proposals arriving after the designated time period. It is the sole responsibility of the applicant to ensure the delivery of their proposal by the stated date, time, and location. Failure to comply may result in the exclusion of the proposal. Proposals, which are incomplete, not properly signed or otherwise contrary to the above and contained within instructions may be rejected as non-responsive. All proposals and submitted supporting documentation or request(s) become the property of the City of Manchester. The City of Manchester/Manchester School District reserves the right to reject any and all proposals. A. A mandatory vendor walk-through of the facility will be conducted beginning at 8:00 A.M. on Wednesday October 29, 2014. Preregistration is required prior to 5:00 PM on Tuesday October 28, 2014. B. Registration and inquiries shall be directed to Ronald L. Robidas, CPP, Security Manager at 624-6543 Ext. 5205 or e-mail; [email protected]

ISSUED SEPTEMBER 29, 2014

2

CCTV, Software

1.01

City of Manchester

Work Included A.

Under this proposal, the selected contractor shall provide and install variable Closed-Circuit Television Cameras, (CCTV’s) and associated software in compliance with the Contract Documents.

B.

CCTV shall be ready to transmit to designated locations with all equipment, including network transmission provided to establish remote capability per site as designated by the Owner.

C.

Remote Viewing must be capable of running over an Ethernet network using TCP/IP.

D.

The security equipment installed shall be as indicated in the following specifications.

E.

All specifications deviations must be listed “line for line” and must be clearly stated what “end effect” will be unattainable if any. All specifications must be represented fully by contractor and any and all “shortfall” must be clearly stated and any or all-adverse effects from those deviations or” shortfalls” must be stated. Any deviation(s) between what is specified and what is being proposed shall be so indicated by the contractor on an attached page, indicating the item in the proposal for which there is a product deviation or variance and a detailed explanation of the deviation. All such deviations shall become a part of the contractor’s proposal.

F.

Any questions and/or clarification(s) in the scope, intent, specifications, etc. shall be submitted in writing to the City of Manchester Security Manager. The response(s) will be returned in writing and distributed to all contractors participating in the proposal process. The contractor shall submit questions of clarification of published specifications no later than Noon on Friday, October 31, 2014 in order that a written clarification (addendum) can be made known to all contractors participating in the process.

G.

Interpretation of and subsequent modifications to these specifications shall be by addenda only. The City shall not be responsible for any interpretation of the documents other than as set forth in these specifications or in authorized written and published addenda. E-mail correspondence shall be the primary course of contractor’s questions, clarifications and/or response(s).

H.

All material furnished must be in conformity with the specifications and shall be subject to inspection and approval by the Security Manager following delivery. The right is reserved to reject and return at the risk and expense of the contractor such portion or the entirety of any shipment, which may be deemed defective or fail to comply with specifications. If rejected, it shall be held for disposition at the expense and risk of the contractor. Contractors shall be required to replace that defective portion or the entire order according to specifications without additional cost to the City or any of the proposal seekers.

ISSUED OCTOBER 21, 2014

3

CCTV, Software

City of Manchester

I.

For any item which, is in response to this proposal, it is the responsibility of the contractor to submit, with the proposal, a manufacturer’s published detailed cut and description, catalog, or other descriptive document, explaining in detail, exactly what is being proposed.

J.

The contractor shall provide a method of future software technology developments such that any and all applicable software upgrades will be furnished as dictated by their development and successful completion of all testing by the contractor.

K.

Each contractor, by presenting a proposal under these specifications, binds himself to make positive that all goods are fully up to the standards set by the specifications. Should it be discovered that such goods or services are not up to standard, the City shall have the right to have such goods or services replaced by another vendor conforming to the standard requirements and the entire expense be borne by the contractor.

L.

The right is reserved to request of any contractor offering a product for sale via this bid an exact sample for evaluation for any product proposed in accordance with the procedures as previously set forth. Should the contractor not adhere to this sampling procedure, the item(s) in question may be rejected on these grounds. Samples must be furnished upon request only, free of expense and if not destroyed by tests, shall be returned at the contractor’s expense upon request. Samples are to be submitted to the City Security Manager. Samples normally a part of the equipment and furnishings necessary to complete the installation or insure the performance of the item, which are normally advertised and sold as part of the “total product,” shall be deemed to be included in the proposal and shall therefore be furnished by the contractor under the framework of this proposal, at no additional cost.

M.

The contractor's signature on the bid form fully agrees to accept and comply with all instructions and conditions and all other requirements defined in the detailed specifications and outlined in all other documents pertaining to the proposal document. Should any contractor take exception with any part(s) of these instructions and conditions, or any part(s) of the specifications, it is the responsibility of the contractor to so acknowledge such differences in detail on a separate sheet(s) and attach and submit said sheet(s) with the proposal; all such exceptions shall become part of this proposal.

N.

The contractual scope of work will be based upon funds available at the time of contract award, and may not necessarily include all of the listed facilities. The respective City department will make the final determination on the CCTV software i.e. Genetec or Aimetis after the bids are received and reviewed by the City. The bid shall be awarded to the lowest qualified bidder for the selected Genetec or Aimetis product. Calculation of the lowest bid will include all costs the City will incur to implement the system. These costs include but are not limited to server hardware, software, switches, data storage, dedicated pcs, patch cables and any other items that are required to operate the proposed system that are not provided in this proposal.

ISSUED OCTOBER 21, 2014

4

CCTV, Software

City of Manchester

O.

The systems will be monitored in various locations on dedicated equipment supplied by owner.

P.

Pricing must be stated in U.S. dollars and cents and shall be offered in a known amount; i.e., a proposal which simply or similarly states to the effect “My bid is $1.00 lower than the lowest proposal received” shall not constitute a legal proposal. Faxed proposals will not be accepted. In addition to the enclosed “Bid Form,” vendors shall include itemized equipment cost, total equipment cost, installation cost, and total cost.

1.02 Contract Documents Copies of the Contract Documents to be executed by the successful vendor are included with these Specifications for review, including a Subcontract Agreement, General Conditions of the Subcontract, Conditional Waiver of Liens, Payment Application and Payment Instructions. 1.03 Construction Schedule A.

The City of Manchester and Manchester School District would desire, but not require the completion of all Non optional projects by Monday, December 22, 2014. Vendor shall submit their proposed schedule with their proposal.

B.

On award of contract, the contractor shall meet with The Owner to discuss project scheduling.

C.

Within one (1) week of award of contract, the contractor shall submit for approval a detailed construction schedule highlighting critical deadlines to be met. Work shall not be started on any portion of the work until a schedule has been approved with critical deadlines defined.

1.04 Special Project Conditions The Owner’s employees and/or additional contractors employed by the owner will use portions of the job sites during the entire construction period. The contractor, its employees and all subcontractors shall cooperate with The Owner’s required use of the surrounding site during construction to minimize conflicts and facilitate The Owner’s normal use of the facilities. In particular, the following requirements shall apply: A.

Access to the buildings shall be restricted to mechanical rooms, to areas immediately adjacent to where new equipment is being installed and to areas that do not conflict with building activities. All areas not immediately involved in the project shall be off limits to the contractor’s employees and subcontractors. Personnel involved in the construction shall not wander the building or enter areas except where equipment is being installed.

ISSUED OCTOBER 21, 2014

5

CCTV, Software B.

City of Manchester

All City project work shall occur during normal working periods unless specifically approved in advance by the Owner. The School District project(s) shall be conducted during non-school hours.

T The contractor shall coordinate with The Owner to arrange for any required site access during off-hours and should provide a minimum of 24 hours advanced notice.

1.05

C.

All work in offices and occupied areas of a facility shall be previously arranged with the owner.

D.

The contractor, its personnel and all its subcontractors shall abide by all signin and badge requirements in force at each site.

E.

The contractor shall provide a list of personnel that will be working at each of the job sites.

F.

Trades persons shall wear company identification uniforms when working at the job sites.

G.

Offensive language, harassment of employees, music, noise and unauthorized signage will not be tolerated.

H.

The installation shall be in strict compliance with the Americans with Disabilities Act.

Jobsite Safety A.

The contractor and all of its subcontractors shall be responsible for the prevention of accidents and injury in the vicinity of or connected with the work. The contractor agrees to comply with all Federal, State, Municipal and local laws, ordinances, rules, regulations, codes and other requirements including but not limited to the Federal Occupational health and Safety Act of 1970, and with all standards established by the Owner.

B.

Each contractor shall notify THE OWNER in writing of the existence of any unsafe condition or about the jobsite, immediately upon discovery of such accident, injury or condition. If so ordered, the contractor shall stop any part of the work, which The Owner deems unsafe until corrective measures satisfactory to The Owner have been implemented.

C.

Any and all accidents shall to be reported to THE OWNER the day they occur. Any serious or fatal accidents that require immediate hospitalization of anyone at the site shall be reported to THE OWNER immediately after the individual is removed from the site for care. This requirement shall be in addition to OSHA reporting requirements.

D.

Whenever, a contractor has work is in progress, they shall have on site a designated competent person who can recognize an unsafe condition.

ISSUED OCTOBER 21, 2014

6

CCTV, Software

City of Manchester

E.

Each contractor shall promptly correct unsafe conditions. Failure to do so may result in work stoppages or termination of this contract at the discretion of The Owner.

F.

The contractor shall provide a first aid cabinet in a convenient and accessible location on site and shall replenish it weekly.

G.

All employees and the employees of all contractors shall be aware of and properly trained to work in accordance with these regulations for the tasks they are performing under this contract.

H.

Each contractor shall provide all necessary personal protective equipment and safety equipment along with tools and equipment needed to comply with the regulations referred to herein.

1.06 Construction Meetings A.

Within fifteen (15) days of Award of Contract and prior to commencing any construction, the contractor shall meet with The Owner to discuss: 1. Change order procedure and conditions 2. Storage facilities

B.

Prior to commencing work, the contractor shall arrange a walk through with The Owner, to review areas where the contractor contemplates demolition and new work. Issues of scheduling, disposal, storage, and relocation will be decided at this time.

C.

Meetings for progress and coordination of the work will be held at the job sites weekly or as needed. The contractor's project manager/job superintendent and subcontractors shall attend all such meetings as required by The Owner.

1.07 Product Delivery and Storage A.

Products: All products and materials shall be new and properly enclosed in containers, boxes, packages, etc. to prevent damage during transportation and handling. Products shall be delivered to job sites in original unopened containers with labels indicating brand name, model number, quality designations, fire-resistance ratings, etc. unless previously arranged with The Owner.

B.

Storage: Store materials delivered to site shall be off the ground, under cover, in dry well-ventilated locations approved by the Owner, secure from vandalism and theft, in full conformance with manufacturer's recommendations. Carefully protect stored materials from mechanical damage, dampness and extremes of temperature. Provide separators between finished materials that are stored in stacked or leaning positions. Materials damaged due to improper storage by the contractor shall be repaired or replaced and the contractor’s expense.

ISSUED OCTOBER 21, 2014

7

CCTV, Software

City of Manchester

C. Security: The contractor shall protect all equipment and material for the work before and after installation. This protection must be extended against pilferage, dampness and damages from all causes until the work is accepted by the Owner. 1.08

Specifications and Drawings A.

Errors and Omissions: Should any error, omission, or conflict of requirements exist in the contract documents, the contractor shall not take advantage of such unintentional error, omission or conflict but shall request an explanation and/or adjustment before signing the contract.

B.

Conflict of Requirements: In the event of a conflict of requirements within these contract documents or with Code requirements, the contractor shall request clarification from THE OWNER and the more stringent of the requirements shall prevail.

C.

Drawings: The scope of work and drawings if available indicate only the general floor plan of various facilities. Field measurements shall take precedence.

D.

Field Verification: The contractor shall verify all dimensions in the field, and shall take field dimensions before fabricating equipment which is required to fit closely into existing construction. No extra will be paid for repairing or replacing items that do not fit into existing construction.

1.09 Utilities Where approved by the Owner, the contractor may use existing building utilities at no charge so long as such use is not abused. Connect to, protect, and supplement these systems as necessary. Restore to original condition at the close of the project. The Owner will designate where existing toilet facilities may be used at each facility. Toilet facilities may be used without charge so long as they are kept clean. The contractor shall be responsible for any telephone toll charges incurred. 1.10 Cutting and Patching A.

Where necessary to cut or drill penetrations or openings in existing walls, floors or ceilings, all locations shall be specifically approved by THE OWNER in advance to facilitate installation. Holes shall be located so as not to affect structural sections such as ribs or beams.

B.

Holes through concrete and masonry in new and existing structures shall be cut with a diamond core drill or concrete saw. Pneumatic hammer, impact electric, hand or manual hammer type drills are not allowed, except where required by limited work space and specifically approved in advance by The Owner.

ISSUED OCTOBER 21, 2014

8

CCTV, Software C.

City of Manchester

Seal openings in walls and floors to make a tight fit with penetrating items, using appropriate non-combustible filler material such as concrete, silicone foam, batten glass fiber or mineral-fiber insulation to preserve fire ratings. Neatly patch and seal openings where exposed to view, using sealants, tooled mortar joints, escutcheons or flanged collars as appropriate.

D. Protect the adjacent structure, finishes, furnishings and materials from damage and from the spread of dust during cutting and patching. E. Restore exposed finishes of patched areas and extend finish restoration into adjoining construction in a manner that will eliminate evidence of patching and refinishing. 1.11 Damage Any damage related to the construction shall be repaired by the contractor at no cost to the Owner. Whether or not specifically called out, the contractor shall patch, touch-up, and clean all existing walls, ceiling and floors which may be damaged by demolition, by removal of existing construction or by new construction. 1.12 Warranties All equipment and work provided and installed, as part of this contract shall be subject to an unconditional warranty (including all parts, labor, travel, etc.) for a period of not less than three years. The warranty at each location will begin at the time of final acceptance by THE OWNER. The contractor shall provide and be responsible for administration of this warranty, including the work of any and all subcontractors and all parts purchased by the contractor from other contractors. 1.13 Disruption of Services Some disruption of existing CCTV services to the facilities is anticipated under this contract. However, if any additional services must be disrupted, The Owner shall be notified 48 hours in advance of the disruption. All service disruptions and equipment shutdowns shall be approved in advance. Shutdowns and service disruptions shall be arranged so as to have a minimum effect on building operations. All shutdown periods shall be completed before the contractor leaves the jobsite each day; equipment and services shall not remain out of service overnight or on weekends. Any work requiring a prolonged disruption of services must be done on overtime at no cost to the owner and shall be scheduled in advance with The Owner. 1.14 Dust and Noise Control The contractor shall minimize disruption in all occupied areas and protect the buildings and occupants from dust and excessive noise. Dust resulting from the work shall be controlled so as to prevent its spread to all occupied portions of the building and to avoid creation of a nuisance in the surrounding areas.

ISSUED OCTOBER 21, 2014

9

CCTV, Software

City of Manchester

1.15 Project Closeout Final payment will not be made to the contractor until installation and operations have been reviewed and approved, all liens have been released, all software licenses have been delivered, satisfactory test results of network cabling has been delivered and all training (if applicable) has been completed. 1.16 Fees to Contractor All City project work performed shall meet the full approval of the Security Manager before payment is made. The itemized invoice shall be received by the Security Manager on or before the 20th of the month and will be payable on the 15th of the following month. School District invoices shall be submitted by the second Tuesday of each month for same month payment. The itemized invoice shall have detailed billing information including the dates, work site(s), and percentage completion.

ISSUED OCTOBER 21, 2014

10

CCTV, Software

City of Manchester

Part 2 – Product - Specifications TECHNICAL SPECIFICATIONS 2.01 GENERAL -

IP - CAMERAS IP - Cameras shall be primarily; IPX International, Inc. 1775 State Route 34, Suite D-11 Farmingdale, NJ 07727 Accepted equivalent; AXIS Communications 300 Apollo Drive Chelmsford, MA 01824

VIDEO MANAGEMENT SOFTWARE* AIMETIS SYMPHONY STANDARD

GENETEC CAMERA CONNECTIONS OMNICAST ENTERPRISE CAMERA

Aimetis Corporation Anthony Hackett Business Development Manager 500 Weber Street North Waterloo, Sales (519) 746-8888 Ext 252 [email protected]

Genetec Jarrod Fullerton Sales Manager – New England Goffstown, NH (603) 782-8952 [email protected]

* VIDEO MANAGEMENT SOFTWARE PRICING SHALL BE CALCULATED UNTIL 12/31/2018

ACCESS CONTROL CONVERSIONS: SYNERGISTICS

MERCURY SECURITY

16 Tech Circle Natick, MA 01760 508-655-1340

2355 Mira Mar Avenue Long Beach, CA 90815-1756 562-986-9105

POWER OVER ETHERNET Shall meet the specifications of Category 6 plenum cable The installer shall be qualified and certified by the respective manufacturers in the installation, operation, programming, and authorized to provide the Owner direct factory warranty servicing of the specified systems. Certificates or letters of qualification from respective manufacturers are required with proposal submittals.

ISSUED OCTOBER 21, 2014

11

CCTV, Software

City of Manchester

For the purpose of this bid, vendors may establish partnerships. If a vendor is certified in one of the specified products, however is not certified for the second product, they may partner with a certified vendor of the other product(s). The vendor supplying the majority of product, services, etc. shall be the submitter of the bid, associate vendors will be listed in the sub-contractor section within the bid form. The vendor submitting the bid shall be responsible for all aspects of warranty servicing/replacement for the three year warranty period. Bidders may submit more than one bid, one with each video management software (Aimetis/Genetec). Single product bids i.e. CCTV cameras only shall not be accepted.

ISSUED OCTOBER 21, 2014

12

CCTV, Software

City of Manchester ELECTRICAL

Part 1 - General Conditions The City of Manchester/Manchester School District will provide PoE switches, servers and power sources (if required). The selected contractor for the City projects will be required to coordinate their installation with the City’s Security Manager and Information Systems Department. The Contractor must provide the following information for each proposed system. This information will assist the City in determining the total cost for each system. Any additional equipment or software that is required for operation of the proposed system that is not listed here will be purchased by the City for the City projects and the cost amount will be applied as a credit to the vendor’s invoice. The intent is to insure all costs are addressed with this proposal. 1. The number of PoE switch ports required in each IDF to support the cameras specified 2. The estimated data storage requirements for each camera. Assume the cameras will record on motion only, will retain the video for 30 days and record at maximum resolution and record 6-8 frames per second. 3. Minimum hardware and operating system requirements for servers 4. Dedicated PC requirements The selected contractor for the School District projects will be required to coordinate their installation with the City’s Security Manager. 1.01

Submittals A.

1.02

The Contractor shall submit to THE OWNER for approval, not less than two (2) sets of information containing specific reference to catalog numbers and shall be qualified in writing as required. No considerations will be given to brochure or catalog information not specifically designated or referenced to the specification by an identifying number. The sets shall consist of a complete list of equipment and materials, including manufacturer’s descriptive and technical literature, performance charts and curves, catalog cuts, and installation instructions.

Inspections A.

B.

All inspections and tests shall be made in accordance with the requirements of The Owner and the Contract. Rejected materials shall be removed from the site and new materials furnished, retested and installed to the satisfaction of THE OWNER without additional cost to The Owner. The Contractor is required to inspect the site and survey the conditions to be encountered in the performance of the Work prior to starting with his portion of the work. Failure to familiarize himself with the conditions shall not relieve the Contractor of responsibility for full completion of the work in accordance with the provisions of the contract.

ISSUED OCTOBER 21, 2014

13

CCTV, Software 1.03

Acceptance A.

1.04

1.06

Before final acceptance of the work under this section, all damaged or imperfect materials shall be refinished or replaced, all debris, scaffolding and tools shall be removed and premises shall be "broom clean" all to the satisfaction of The Owner.

Guarantee A.

1.05

City of Manchester

This Contractor shall guarantee all materials and installations under normal use to be free from defects and poor workmanship for a period of three (3) years from the date of final acceptance by The Owner. Any replacement of parts or adjustments, including labor made necessary by inherent defects, shall be provided by the Contractor without cost to The Owner within the guarantee period.

Codes and Standards A.

Published standard specifications of technical societies, trade associations and governmental agencies codes and regulations of Underwriters and protective organizations, Federal, State and Municipal regulations and codes and publications of a similar nature shall be the edition current as of the date of this Specification.

B.

The applicable requirements of the publications of the following organizations shall apply to the work under this section as if fully written herein: 1. American National Standards Institute, Inc. (ANSI) 2. Institute of Electrical and Electronic Engineers (IEEE) 3. National Electrical Manufacturer's Association (NEMA) 4. National Fire Codes (NFPA) 5. Underwriters Laboratories, Inc. (UL) 6. Federal, State, and Municipal Building Codes, and all other Authorities having jurisdiction. 7. National Electrical Code (NEC) 8. Insulated Power Cable Engineers Associated Specification (IPCES) 9. American Society for Testing Materials Specifications (ASTM) 10. National Bureau of Standards Handbook (NBS) 11. Occupational Safety and Health Administration (OSHA) 12. National Electrical Safety Code (NESC) 13. Americans with Disabilities Act (ADA) 14. Building Industry Consulting Service International (BICSI)

Permits and Fees A.

This Contractor shall obtain all necessary permits, licenses or certificates of approval. He shall pay all fees required by and conform to all local, state and federal laws and regulations governing his work, and at the conclusion of his work, he shall furnish The Owner with certificates of inspection from all authorities having jurisdiction before final acceptance. The owner shall reserve the right to waive Bond fee.

ISSUED OCTOBER 21, 2014

14

CCTV, Software 1.07

Intent of Specifications A.

1.08

It shall be the responsibility of the CCTV contractor to coordinate his work with the electrical contractor to ensure that his work is terminated in a satisfactory and timely manner.

Protection of Equipment and Materials A.

1.11

All electrical outlets and associated work shall be installed by persons duly licensed by the Electricians Board of the State of New Hampshire.

Coordination A.

1.10

It is not intended that the specifications show in detail every and all material necessary to complete the system in accordance with the best practices of the trade and to the complete satisfaction of THE OWNER shall be furnished without additional recompense under this Section of the Specifications. No deviations from the layout shall be made without the written approval of THE OWNER.

Licenses A.

1.09

City of Manchester

The Contractor shall protect all equipment and material for the work after delivery, before and after installation. This protection must be extended against pilferage, dampness and damages from all causes until the work is accepted by The Owner.

Material and Installation A.

Only the best materials shall be used and the installation shall be made in a neat and workmanlike manner, complete in every detail, ready for immediate satisfactory operation by The Owner.

B.

Materials shall be installed in strict compliance with local building codes. All work shall be performed in accordance with the manufacturers’ instructions and in a manner satisfactory to the City Security Manager.

C.

The installer shall be fully qualified and certified by the manufacturer in the installation, operation, programming, and direct warranty servicing of the system(s).

Part 2 - Products 2.01

General Materials A.

Unless otherwise indicated, the materials to be furnished under this specification shall be the standard products of manufacturers regularly engaged in the production of such equipment and shall be the manufacturer's latest standard design that complies with the specification requirements.

ISSUED OCTOBER 21, 2014

15

CCTV, Software B.

2.02

2.03

City of Manchester Materials shall be delivered to the site in the original sealed containers of packages bearing the manufacturer's name and brand designation unless previously arranged with The Owner. All materials shall be stored in a clean, well-ventilated, warm area. Care shall be exercised in handling materials during delivery, storage and installation. All materials damaged, in the opinion of THE OWNER, shall be replaced at no additional cost to The Owner.

Equipment Mounting and Support A.

Provide all supports including supplementary steel, channels, chain, rods and guys required for the proper installation, mounting and support of all equipment.

B.

Supports shall be firmly attached and connected to building structural elements and constructed in an approved manner. Continuously threaded rods less than 3/8" in diameter, tie wire, or metal straps are not approved.

C.

Supports in structural system shall be installed as an integral part of the structural system. Explosive or cartridge driven type anchors, insert or supports may be used if approved by The Owner and the authority having jurisdiction.

D.

Except, as otherwise required by the Contract Documents the type and size of supports shall be as determined by the Contractor and shall be of sufficient strength and size to allow only a minimum deflection as required by codes or standards and the support manufacturer's requirements for loading.

E.

Inform all parties as to location size details and method of attachment of supports and the weight, which the support is to carry, so that the installation may be coordinated.

F.

Supports shall be installed in a neat and workmanlike manner, perpendicular or parallel to walls, floor, columns, beams or ceilings.

G.

Attachment to structural steel shall be bolted type.

H.

All supports such as unistrut channels, fittings, clamps, rods, etc., shall have hot dipped galvanized finish. Bolts, nuts, flat washers, etc., shall have electro-galvanized finish.

I.

The structural integrity shall not be impaired. Structural steel and joists shall not be drilled or cut. Secure hangers to these materials with mechanical clips.

Grounding A.

Furnish and install grounding system conforming to IEEE Std. 142-1982 and as required by codes or standards.

B.

Flexible metal conduit and electric metallic tubing feeder raceways shall include grounding conductor.

ISSUED OCTOBER 21, 2014

16

CCTV, Software C. 2.04

2.05

2.06

City of Manchester Grounding conductors shall be stranded copper wire with THHN/THWN green color insulation.

Raceways A.

Install all wiring in hot dipped galvanized or sheradized threaded rigid steel conduit (RSC), intermediate metal conduit (IMC), electric metallic tubing (EMT), or schedule 80 PVC, unless otherwise noted. Schedule 80 PVC may be used under the floor slab on grade and below grade outside of the building only. All raceways within the building shall be metal. Surface metal raceways may be installed where authorized by The Owner.

B.

Raceways and wiring, except as otherwise noted, shall be installed concealed in hung or furred ceilings, concrete slabs, masonry walls and partitions. Raceways may be exposed in unfinished areas such as electric and boiler rooms.

C.

Electrical metallic tubing and intermediate metal conduit shall not be installed in concrete on grade, in concrete in contact with earth, underground or outdoors.

Pull Boxes and Junction Boxes A.

Pull boxes and junction boxes shall be of code gauge galvanized steel with screw covers to match, shall be as required and shall be as shown on Contract Drawings.

B.

Conductors passing through pull boxes shall be identified to indicate their origin and termination.

C.

Pull and junction boxes and covers shall be for indoor use, except provide other types as required because of location.

C.

Covers shall not be installed until installation has been observed. Provide nameplate on cover: example: Power Circuit - Panel LP1

Outlets A.

Outlets shall be centered in panels and spaces provided therefore, if any discrepancy is found to exist in field conditions, notify THE OWNER to have location verified prior to installation.

B.

Where outlets of any system occur provide suitable boxes and conduit so that they may be built in as the work progresses. Box offsets shall be made at all outlets to provide proper adjustment to structural finish.

C.

Raised covers in finished tile; masonry block or similar masonry construction where no other finish is to be applied shall have 90-degree corners and edges. Boxes in plaster finish shall have raised plaster covers with rounded edges and corners.

D.

Exposed outlet boxes shall have threaded conduit hubs.

ISSUED OCTOBER 21, 2014

17

CCTV, Software E. 2.07

City of Manchester Outlet devices shall be of construction series Hubbell CR5252 or equal, 20 amp, 120 volts.

Cabling Installation A.

Unless otherwise noted, all system cabling shall be installed in concealed areas in: attics, crawl spaces, above accessible and inaccessible ceilings, and/or fished in existing walls. 1. Any wiring installed surface on existing wall or ceiling finishes shall be installed in metal raceway, EMT minimum. Wiremold raceway, 200 Series minimum shall be utilized to feed new surface mounted boxes, extending from ceilings, on hard, inaccessible wall surfaces. Color shall be as required to match surface on which mounted. 2. All cable penetrations thru floors and walls shall be made with metal raceway sleeves, EMT minimum, and sealed as required. Penetrations thru fire rated walls and floors, shall be sealed as a UL listed, fire rated sleeve assembly as required. 3. All conduit shall be installed with die cast compression fittings. 4. All cabling shall be installed in accordance with 1999 NEC Articles 725 and 640.

B.

Asbestos Abatement 1. The Contractor shall coordinate with the Owner, any work, requiring the abatement of existing asbestos material. The Owner shall be responsible for any abatement required to facilitate new CCTV system wiring. 2. The Contractor shall make every reasonable effort to avoid the installation of new CCTV wiring at these locations, so as not to disturb or cause for the removal of asbestos material. 3. All suspect materials shall be brought to the attention of the Owner before installation can proceed.

2.08

Penetrations Through Fire Rated Assemblies A.

All penetrations into and/or through fire rated assemblies shall be in accordance with the 1996 Boca Code, Chapter 7 and Section 1014.0. It shall be the Contractor’s responsibility to coordinate the location of all fire rated assemblies prior to the rough in of any electrical work.

B.

All penetrations of fire rated assemblies by the Contractor shall be fire stopped as required. The Contractor shall install 3M or HeviDuty/Nelson Fire Stopping material in accordance with the respective manufacturer’s details.

ISSUED OCTOBER 21, 2014

18

CCTV, Software

City of Manchester

Part 3 - Execution 3.01

Workmanship and Preparation A.

3.02

Adjusting and Cleaning A.

3.03

After installation, all equipment shall be protected to prevent damage during the construction period. Openings in conduits and boxes shall be closed to prevent entrance of foreign materials. The interior of boxes and cabinets shall be left clean; exposed surfaces shall be cleaned and plated surfaced polished.

Obtaining Information A.

3.04

All work shall be executed in workmanlike manner by experienced technicians in accordance with the most modern engineering practice and shall present a neat appearance when completed. The work shall be carefully laid out in advance and where cutting, channeling, chasing or drilling of floors, walls, partitions & ceilings or other surfaces is necessary for the proper installation, support or anchorage of the conduit, raceways or other electrical work, this work shall be carefully done and any damage to the building, piping or equipment shall be repaired by skilled mechanics of the trades involved and at no additional cost to The Owner.

The Contractor shall obtain detailed information from the manufacturers for the proper methods of installation.

Raceways and Fittings A.

Raceways shall be supported and secured at intervals of not more than 10 ft., with minimum of two supports for each 10 ft. of length, additional supports shall be provided if required. Tie wire or perforated metal straps shall not be used to support or secure raceways or other equipment. Electric metallic tubing shall be supported within 18 inches of each coupling or connector. In finished areas, furnish and install escutcheons for all exposed conduit passing through or entering finished floors or walls.

B.

Expansion coupling shall be provided in each raceway crossing building expansion joint and when length of raceway requires expansion coupling, expansion coupling shall have a total minimum expansion of 4 inches and shall have a flexible bonding conductor. Setting of expansion couplings shall be a function of temperature at the time of installation. Flexible couplings shall be provided where required.

C.

Raceways shall have runs installed parallel or perpendicular to walls, structural members of intersections of vertical planes and ceiling. Field-made bends and offsets shall be avoided where possible, but where necessary, shall be made with an approved hickey or conduit bending machine. Crushed or deformed raceways shall not be installed. Trapped raceways shall be avoided. Care shall be taken to prevent the lodgement of plaster, dirt or trash in raceway boxes, fittings

ISSUED OCTOBER 21, 2014

19

CCTV, Software

City of Manchester and equipment during the course of construction. Clogged raceways shall be entirely free of obstructions or shall be replaced.

D.

Wooden plugs inserted in concrete or masonry are not acceptable as a base for raceway fastenings nor shall raceways or pipe straps be welded to steel structures. Raceways shall be secured by pipe straps or shall be supported by wall brackets, strap hangers or ceiling trapeze fastened by wood screws on wood, toggle bolts on hollow units, expansion bolts on concrete or brick and machine screws or welded studs on steel work.

E.

Conduits shall be installed in accordance with NEC Articles 345, 346 and 348.

F.

Conduits shall be secured within 3' - 0" of each outlet box, junction box, cabinet or fitting. In moisture areas raceways shall be supported with at least 1/4 inch of clearance between the raceway and the supporting surface using only hot dipped galvanized or non-ferrous spaces, supports, fittings and attachments.

G.

The number of conductors permitted in a single raceway shall be in accordance with the percentage fill specified in the NEC - Table 1, Chapter 9, using the conduit dimensions of Table 4, Chapter 9.

H.

A run of conduit between outlet and outlet, between fitting and more fitting or between outlet and fitting shall not contain more than the equivalent of 4 quarter bends (360, total) including those bends located immediately at the outlet or fitting.

I.

Exposed raceways shall be installed parallel or perpendicular to walls, structural members or intersections of vertical planes and ceilings.

J.

All interior raceways not in moisture area, exposed and/or concealed shall be electrical metallic tubing manufacture of lightweight cold rolled steel. The exterior and interior shall be protected by galvanizing.

K.

Electrical metallic tubing fittings for sizes ½", 3/4", 1" and 1 1/4" shall be compression type as manufactured by Steel City, Tomic Sales or Thomas and Betts Co. Larger sizes shall be double setscrew type as manufactured by Raco Company, Thomas and Betts, Steel City or Appleton. Indentor type connectors are not acceptable.

L

Each outlet in the wiring or raceway systems shall be provided with an outlet box to suit the conditions encountered. Boxes shall be galvanized steel for concealed work and cast type FS or D as required with threaded hubs where exposed or imbedded in concrete. Each box shall have sufficient volume to accommodate the number of conductors entering the box in accordance with the requirements of the National Electrical Code. Ceiling and bracket outlet boxes shall not be less than 4 inches octagonal and not be less than 1 1/2" deep. Boxes shall be installed in a rigid and satisfactory manner and shall be fastened directly with wood screws on wood, bolts and expansion shield on concrete or brick toggle bolts on hollow masonry units and machine screws or welded-threaded stubs on steel work. In moisture areas boxes shall be

ISSUED OCTOBER 21, 2014

20

CCTV, Software

City of Manchester supported with at least 1/4 inch of clearance between the box and the supporting surface using only hot dipped galvanized or non-ferrous spaces, supports, fittings and attachments.

3.05

3.06

M.

Furnish and install on all conduit ends insulating bushings of bakelite or plastic before the installation of any conductors. Bushings shall be Type "A" or "BBL" or as required. Bushings shall be O-Z or other approved make.

N.

Surface metal raceway will be installed in accordance with NEC Article 352.

Outlets A.

Each outlet in the wiring or raceway systems shall be provided with an outlet box to suit the conditions encountered. Each box shall have sufficient volume to accommodate the number of conductors entering the box in accordance with the requirements of the National Electrical Code. Boxes shall not be less than 1-1/2" deep unless shallower boxes are required by structural conditions and are specifically approved.

B.

Ceiling and bracket outlet boxes shall be not less than 4" except that smaller boxes may be used where required by the particular fixture to be installed. Boxes shall be installed in a rigid and satisfactory manner and shall be fastened directly with wood screws on wood, bolts and expansion shield on concrete or brick, toggle bolts on hollow masonry units and machine screws or welded threaded studs on steel work.

Cutting, Patching, Painting, Trenching, Backfill and paving A.

3.07

The Contractor shall be responsible for cutting and patching of existing floors, walls and ceilings as required for the installation of the CCTV system equipment and cabling to the satisfaction of The Owner.

Testing, Start-up and Inspection A.

During the course of this work, test all circuits for grounds and shorts and eliminate any found.

B.

Provide any tests required by inspection authorities having jurisdiction.

C.

All electrical work when first placed on line shall be energized by this Contractor only and until proven satisfactory and current no other person or contractor shall be allowed to energize the equipment. Should any questions arise concerning the suitability of any workmanship or material, this Contractor shall provide tests and demonstrations proving the work.

D.

E.

This Contractor shall replace defective work at no cost to The Owner.

F.

Provide testing and adjusting of all work to prove and ensure proper and coordinated operation.

ISSUED OCTOBER 21, 2014

21

CCTV, Software G.

3.08

3.09

City of Manchester Upon completion and testing of the installed system, test reports shall be submitted in booklet form showing all field tests performed to prove compliance with specified performance criteria. Each test report shall indicate the final position of readings of calibrating controls.

Operating Instruction and Maintenance Manual A.

The Contractor shall instruct to The Owner’s satisfactions, such persons as The Owner designates in the proper operation and maintenance of all systems and their parts. Parties indicated above shall sign affidavits stating that the above instructions were provided by the Contractor.

D.

Furnish in accordance with contract three copies of operating and maintenance manuals and forward it to THE OWNER. The operating instructions shall be specific for each system and shall include copies of posted specific instructions.

E.

For maintenance purposes, provide as builts, parts lists, specifications and manufacturer's maintenance bulletin for each piece of equipment. Provide name, address and telephone number of the manufacturer's representative and Service Company, for each piece of equipment so that service or spare parts can be readily obtained.

Site Cleaning Requirements A.

The Contractor shall leave all work areas broom clean at the close of each workday, and shall remove all rubbish from the site daily. All rubbish shall be disposed of off-site.

B.

Occupied areas shall be left thoroughly clean at the completion of construction in each area, to the satisfaction of The Owner.

C.

The Owner’s dumpsters and trash receptacles shall not be used for disposal by the Contractor.

D.

All equipment enclosures shall be cleaned of wire trimmings, shavings and debris.

E.

All trash receptacles and dumpsters shall be emptied regularly and shall not be overfilled.

SCHOOL DISTRICT LOCATION 1. CENTRAL HIGH SCHOOL AIPHONES - There will be a total of four locations that will be installed with exterior/ interior Aiphone connections on the campus. The door station locations are Practical Arts (PA) main and handicap accessible entrances. The Burns building main entrance (campus side) furthest most left door. The James building accessible entrance (former main building entrance Lowell Street side parking lot.)

ISSUED OCTOBER 21, 2014

22

CCTV, Software

City of Manchester

Aiphone Master w/memory one each at Principal’s Administrative Assistant Desk (Burns building) Practical Arts Asst. Principal’s Administrative Assistant Desk. Aiphone hands free sub masters one each located Burns building Administrative Assistant desk in Guidance office. Practical Arts building Assistant Principal’s desk. Aiphones video and audio recordings will be programmed into existing camera server located in the IT room adjacent to the Library. Equipment: 4 2 2 4 4 4

AJ-JFDVHID AJ-JF2MED AJ-JF2HD AJ-PS182OUL AJ-MCWSA 9400

Aiphone Door Station w/ built in prox reader Aiphone Master w/Memory Aiphone Hands free Sub masters Aiphone Power Supply Aiphone Desk Stands HES surface mount strikes (crash bar style doors) w/ assembly

Removal from secondary location and reinstallation of owner supplied Synergistics WAPAC 4 door controller, power supply, etc. CAMERAS – There are eight locations that will be equipped with exterior bullet cameras. The video will be programmed into existing camera server located in the IT room adjacent to the Library. 1. Camera will be located on the northwest corner of the PA mounted in such a fashion for overview of campus courtyard viewing northeasterly. 2. Camera will be located on the northwest corner of the PA mounted in such a fashion for overview of the Beech Street side of the PA building. 3. Camera will be located on the southwest corner of the PA (exterior portion of RM 110) mounted in such a fashion for overview of Industrial Arts (IA) driveway, etc. 4. Camera will be located on the southwest corner of the IA (exterior to adjacent RM T6A) mounted in such a fashion for overview of Beech Street southerly toward Amherst Street. 5. Camera will be located on the southeast corner of the IA (exterior to adjacent RM T2A Amherst St. side) mounted in such a fashion for overview of Amherst Street westerly toward Beech Street. 6. Camera will be located on the north corner of the IA (exterior to adjacent RM T2A Ash St. side) mounted in such a fashion for overview of Ash Street northerly toward Concord Street.

ISSUED OCTOBER 21, 2014

23

CCTV, Software

City of Manchester 7. Camera will be located on the northeast corner of the IA (exterior to adjacent RM T1) mounted in such a fashion for overview facing westerly of interior trash receptacle area. 8. Camera will be located on the east side (Ash Street side) of the PA near the PA emergency exit fire escapes and mounted in such a fashion to view back entrance to IA. Entrance/exit door is adjacent to RM T8.

Equipment: 8 1 8 8

DDK-1700BC AL600ULX SYM-SV-SL-S SYM-3Y-MSR-S

IPX Exterior Bullet Cameras Altronix Camera Power Supply Aimetis Standard Licenses** Aimetis 3YR SMA (Standard)

** Aimetis will be the sole source of camera licensing software for School District Facilities. *** Attachment C is not applicable for School District projects. The City of Manchester currently has two different platforms managing video surveillance within the City. The systems are Aimetis Aimetis Mericas 500 Weber Street North Waterloo, Ontario Canada (519) 746-6444 www.aimetis.com Genetec Genetec Inc. 2280 Alfred-Nobel Blvd Suite 400 Montreal, Quebec, Canada (888)684-8006 www.genetec.com System selection will be made after bids are received. Selection will be made by the department and will include but not be limited to cost, integration capabilities with other security products used within the City and ease of use. Inside cameras expect to be powered using PoE switches. Outside cameras drawing more than 15.4 watts will require electrical power at the camera site. Installation of the electrical service at the camera site where required must be included in this bid.

ISSUED OCTOBER 21, 2014

24

CCTV, Software

City of Manchester

CITY OF MANCHESTER LOCATIONS 1.

MANCHESTER CITY LIBRARY MAIN BRANCH 405 PINE STREET

Basement Level (10 Cameras Total: 2 Bullets, 8 Domes) Auditorium Entry/Exit (Dome) Winchell Room (Dome) Elevator Landing (Bullet) Hall Stack (Dome) Parenting Wall (Dome) Children’s Room (4 Domes) Employee Entrance Hall (Bullet) Main Level (12 Cameras Total: 4 Bullets, 5 Dome, 3-360 degree) Reading Room 4 corners (Bullets) Rotunda (Dome) Facing Main Entrance (Dome) Circulation Check Out (Dome) Circulation Room (3) (360 Degree) Elevator Landing (Dome) Third Floor: (9 Cameras Total: 8 Bullets, One Dome) Northeast Hall (Bullet) Southeast Hall (Bullet) Elevator Landing (Dome) Northwest Hall (Bullet) Southwest Hall (Bullet) NH Room (Bullet) Music Room (Bullet) Art Room – East Post (Bullet) Art Room – West Post (Bullet) Camera views will be field cited and adjusted Equipment: 14 14 3 3

DDK-1700D DDK-1700BC Z4-0515001 Z4-5504041

IPX 2MP Interior Dome Camera IPX 2MP Interior/Exterior Bullet Camera Axis 360 Camera Axis Conduit Box for 360 Camera

Software: 31 31

SYM-SV-SL-S SYM-4Y-MSR-S

Aimetis Standard Licenses Aimetis 4 YR SM & Support Standard (4 Years) Through December 31, 2018

or 31 GSC-Om-E-1C 31 SMA-CAM-E-4Y 5,828 SMA-CAM-E-1D

ISSUED OCTOBER 21, 2014

Genetec Camera Connections SMA for Omnicast Enterprise Camera (4 Years) SMA for Omnicast Enterprise Camera (Per Day) Through December 31, 2018

25

CCTV, Software 2.

City of Manchester LIBRARY WEST BRANCH 76 NORTH MAIN STREET

Lower Level (6 Cameras Total: 5 Exterior/One Exterior Dome) Main Level (5 Cameras Total: 3-360 Degree, 2 Domes) Third Floor (3 Cameras Total; 3 Domes) Camera views will be field adjusted Equipment: 13 1 3 3

DDK-1700D DDK-1800D Z4-0515001 Z4-5504041

IPX 2MP Interior Dome Camera IPX 3MP Exterior Dome Camera Axis 360 Camera Axis Conduit Box for 360 Camera

Software: 14 14

SYM-SV-SL-S SYM-4Y-MSR-S

Aimetis Standard License Aimetis 4YR SM& Support Standard

GSC-Om-E-1C SMA-CAM-E-4Y SMA-CAM-E-1D

Genetec Camera Connections SMA for Omnicast Enterprise Camera (4 Years) SMA for Omnicast Enterprise Camera (Per Day) Through December 31, 2018

or 14 14 2,632 3.

CITY HALL ONE CITY HALL PLAZA

Lower Level (One Camera Total: One Bullet) Exterior Archives replace existing analog CCTV - Bullet Main Floor (7 Cameras Total: 5 Bullet, 2 Dome) One panic local sounder City Clerks Office. Main exterior entrance 2 corner mount overlooking courtyard (1 Existing) 2 domes Main interior entrance hall replace existing analog - Bullet Information Booth mounted on west wall facing easterly – Bullet City Clerk Customer Service replace 2 existing analog – Bullets Exterior Accessible Entrance Ramp northeast corner - Bullet Exterior Rear Alley Entrance remove existing analog Second Floor (2 Cameras Total: One Bullet, One Dome) Finance Foyer replace existing analog – Bullet

ISSUED OCTOBER 21, 2014

26

CCTV, Software

City of Manchester

Finance Reception northeast corner – Dome Third Floor (2 Cameras Total: One Bullet, One Dome) Chambers Lobby northwest corner – Bullet Mayor’s office receptionist area – Dome ANNEX BUILDING Lower Level (4 Cameras Total: 4 Bullets) Exterior Stairwell near Solicitor’s rear entrance Exterior Stairwell near boiler room area South hallway observing elevator and northerly in corridor North hallway near IT room entrance observing HR Entrance and southerly in corridor First Floor (10 Cameras Total: 10 Bullets) Market Street Interior replace existing analog Ordinance Violation replace existing analog Board of Assessors reception area Stark Street interior replace existing analog Tax Collector’s Rear Office replace existing analog Tax Collector’s Customer Service replace existing analogs (3 Bullets) Tax Collector’s Staff Room remove existing analog Connector Interior Main Entrance replace existing analog Second Floor (2 Cameras Total: 2 Domes) Third floor elevator lobby Building Department northeast corner facing customer service line and main entrance

ISSUED OCTOBER 21, 2014

27

CCTV, Software

City of Manchester

EXTERIOR (8 Cameras Total: 8 Bullets) Market Street Side Southeast corner facing southeast Market Street Side Connector northwest corner facing southeast Connector North side 2 cameras one facing alley entrance to main building, One facing northerly in alley. Stark Street Side Northeast corner facing northwest Stark Street Side Northwest corner facing northeast West walkway offset one facing south, one facing north (replacing one existing analog) Market Street Side Southwest corner facing southeast Equipment: 4 30 1 1 1

DDK-1700D DDK-1700BC SS078 PS-1A PKG PC300

IPX 2MP Interior Dome Cameras IPX 2MP Interior/Exterior Bullets Hardwired Panic Button 12V Power Supply Package Multitone Adjustable Sounder

Software: 34 34 or

SYM-SV-SL-S SYM-4Y-MSR-S

34 GCS-Om-E-1C 34 SMA-CAM-E-4Y 6,392 SMA-CAM-E-1D 4.

Aimetis Standard License Aimetis 4YR SM & Support Standard Genetec Camera Connections SMA for Omnicast Enterprise Camera (4 Years) SMA for Omnicast Enterprise Camera (Per Day) Through December 31, 2018

The City currently has two Access control platforms: Synergistics WAPAC system The Millennium Group 16Tech Circle Natick, MA 01760 886-455-5222 www.millennium-groupinc.com Genetec Genetec Inc. 2280 Alfred-Nobel Blvd Suite 400 Montreal, Quebec, Canada (888)684-8006 www.genetec.com

ISSUED OCTOBER 21, 2014

28

CCTV, Software 5.

City of Manchester SYNERGISTICS WAPAC UPGRADE TO MILLENIUM Xtra 128 DOOR

The City currently has Synergistics WAPAC version 5.11.3.2 running on a Windows 2003 server. The City wants this system updated to the latest software, to convert the existing database and to flash the existing panels so all components of the system will operate seamlessly. 1 1 1 2

135-101888-128 000-000010 21-0062 109-101888-128

Millennium Xtra 128 Door Database Conversion Wa-Pac DOS to Wa-Pac Professional Upgrade Millennium Xtra 128 Door, 2 & 3, Dealer Software Maintenance Plan INSTALLATION, PANEL FLASHINGS, PROGRAMMING, ETC.

Costs must include Costs to flash the individual panels, including upgrading chips if required. Database conversion Database installation System implementation and testing through to successful operation Training Vendor must provide specifications on equipment and software that must be provided by the City including Server hardware (virtual server support required) Server operating system Database system requirements Any additional hardware, software or other items required that are not being provided by the vendor If the City incurs additional costs not listed here, those costs will be credited to the final invoice from the vendor. Project Plan The vendor must provide a project plan within this proposal for upgrading the Synergistics system. Include Process for upgrading data base Database freeze requirements Time frame for freeze requirements Process for flashing panels Panel chip upgrade requirements Approach to panels that fail to upgrade Startup procedures and sample schedule Expectations of participation from City/school staff Within the bid form the City will consider options to replace the Imagistics system with proposals that would convert the WAPAC system to the existing Genetec Platform, an option to replace the Genetec System with a Millennium system and an option to convert all existing access control Mercury hardware. Vendor would have to provide a complete proposal meeting all of the listed requirements. The City is under no obligation to select either of these options.

ISSUED OCTOBER 21, 2014

29

CCTV, Software

City of Manchester

OPTIONAL SCHOOL DISTRICT PROJECTS 1.

GOSSLER PARK ELEMENTARY SCHOOL 99 SULLIVAN STREET

4.

Exterior cameras one camera each located in area of playground equipment, rear (eastside) of school, north playground area, north side of school.

1

8 Channel IP DVR located in principals office

Equipment: 4 1 1

FD8335H ND8301 TPETC80G

Vivotek 3-9MM Exterior Dome Cameras Vivotek 8 Channel IP DVR 8 Port PoE Switch

2.

WILSON ELEMENTARY SCHOOL 401 WILSON STREET

Proximity card reader and associated hardwire installed on rear school yard entrance to building. The card reader and door contact will be connected and programmed into existing school intrusion DMP 500 N panel. Equipment 1 1 1 1 1

6005BGB00 SF-UB1PN M420 SR-2507AD

HID Proximity Card Reader T-REX-LT Request to Exit STI Universal Pneumatic Button Single Magnetic Lock Heavy Duty Door Contact DP/DT Door Contact

Pricing shall include, power supply, installation, programming, etc. 3.

CONVERSION OF INTRUSION DETECTION SYSTEMS

These projects would convert existing DMP XR200 intrusion detection panels in approximately twelve (12) school district facilities to XR 500NL-G intrusion detection panels. The conversion shall include the installation of Category 6 plenum rated cable from each panel to the nearest designated school district network port. Pricing shall be reflected per single unit cost and shall include complete installation, programming, etc. OPTIONAL ITEMS 1 1 1 1

SCS-105 DMP DMP DMP

DMP SDLC SINGLE LINE RECEIVER SYSTEM LINK END-USER MANAGEMENT ACCOUNT GROUPS MODULE* ALARM MONITORING MODULE*

*MODULE LICENSING LEVELS SHALL BE 11-100 ACCOUNT VERSIONS

ISSUED OCTOBER 21, 2014

30

CCTV, Software 4.

City of Manchester CENTRAL HIGH SCHOOL ACCESS CONTROL

This project would provide proximity access control card reader, electric strike to one door leading from courtyard to Burns hallway, one door from courtyard to Classical building. The selected vendor would also be required to provide final connections and programming to existing/owner provided Synergistics WAPAC access control system. 5.

MEMORIAL HIGH SCHOOL CCTV ANALOG TO DIGITAL CONVERSION

This project would convert the existing CCTV analog signals to digital and replace the existing analog DVR with a new video server. The selected vendor would be required to install, program and provide Equipment 1 XNVR200 Seneca Data XNVR 200 Series Video Server (Tower Unit) 1 DGS108 8 Port Gigabit Switch 1 ZN-0541004 16 Port Encoder 15 SYM-SV-SL-S Aimetis Standard Licenses 16 SY-2Y-MS-S Aimetis 2 Year Software Assurance Installation, programming, etc.

ISSUED OCTOBER 21, 2014

31

CCTV, Software

City of Manchester

OPTIONAL CITY/SCHOOL PROJECTS 1.

CONVERSION OF EXISTING SYNERGISTICS ACCESS CONTROL SYSTEMS TO GENETEC ACCESS CONTROL

This project would entail a conversion of existing Synergistics WAPAC access controllers and software to VertX controllers and Genetec Omnicast access control software. This project shall assume the continued use of existing HID card readers, electrical strikes, wiring, etc. The submitted pricing shall be all inclusive complete turnkey operation including but not limited to installation, programming, licensing and 3 year service maintenance agreement. Pricing shall indicate total cost per facility in addition to an average unit cost per door for each site. Existing locations and doors per site are as follows; Central High School Eleven (11) doors MST High School

2

City Hall

27

EPD Administration Annex Bldg Chlorination Ops Bldg

2 7 1 8

Fire Department Station 1 Station 2 Station 3 Station 4 Station 5 Station 6 Station 7 Station 9 Station 10

15 2 3 3 1 2 2 1 3

Senior Center Old Police Bldg

3 24

Total 2.

117 CONVERSION OF EXISTING GENETEC ACCESS CONTROL SYSTEMS TO SYNERGISTICS MILLENIUM ACCESS CONTROL

This project would entail a conversion of existing HID (VertX hardware) and Genetec (Synergis) to Synergistics (Millenium) hardware and software. This project shall assume the continued use of existing HID card readers, electrical strikes, wiring, etc. The submitted pricing shall be all inclusive complete turnkey operation including but not limited to installation, programming, licensing and 3 year service maintenance agreement. Pricing shall indicate total cost per facility in addition to an average unit cost per door for each site. Existing locations and doors per site are as follows;

ISSUED OCTOBER 21, 2014

32

CCTV, Software

City of Manchester

DPW

20

Vehicle Storage Garage

5

Fleet Maintenance

11

New Police Dept

83

Total 3.

119 CONVERSION OF EXISTING GENETEC ACCESS CONTROL & SYNERGISTICS WAPAC SYSTEMS TO MERCURY ACCESS CONTROL HARDWARE GENETEC ACCESS CONTROL This project would entail a conversion of existing HID (VertX hardware) Genetec (Synergis), Synergistics (WAPAC) hardware and software systems. This project shall assume the continued use of existing HID card readers, electrical strikes, wiring, etc. The submitted pricing shall be all inclusive complete turnkey operation including but not limited to installation, programming, licensing and 3 year service maintenance agreement. Pricing shall indicate total cost per facility in addition to an average unit cost per door for each site. See Option numbers 1 & 2 above for site locations and number of doors.

4.

CONVERSION OF EXISTING GENETEC ACCESS CONTROL & SYNERGISTICS WAPAC SYSTEMS TO MERCURY ACCESS CONTROL HARDWARE SYNERGISTICS MILLENIUM ACCESS CONTROL This project would entail a conversion of existing HID (VertX hardware) Genetec (Synergis), Synergistics (WAPAC) hardware and software systems. This project shall assume the continued use of existing HID card readers, electrical strikes, wiring, etc. The submitted pricing shall be all inclusive complete turnkey operation including but not limited to installation, programming, licensing and 3 year service maintenance agreement. Pricing shall indicate total cost per facility in addition to an average unit cost per door for each site. See Option numbers 1 & 2 above for site locations and number of doors.

ISSUED OCTOBER 21, 2014

33

CCTV, Software 5.

City of Manchester CONVERSION OF EXISTING AIMETIS SYMPHONY VIDEO SURVEILLANCE SOFTWARE TO GENETEC OMNICAST ENTERPRISE. This project would entail a conversion of existing Aimetis Symphony Standard software and licenses to the Genetec Ominicast Enterprise software and licenses. This project shall assume the continued use and compatibility existing CCTV cameras. The submitted pricing shall be all inclusive complete turnkey operation including but not limited to installation, programming, licensing and 3 year service maintenance agreement. Pricing shall be total costs, unit costs and include ten (10) client licenses. Approximate number of existing City/School Aimetis cameras

6.

120

CONVERSION OF EXISTING GENETEC OMNICAST ENTERPIRISE VIDEO SURVEILLANCE SOFTWARE TO AIMETIS SYMPHONY STANDARD LICENSING This project would entail a conversion of existing Genetec Ominicast Enterprise software and licensing to the Aimetis Symphony Standard software and licensing. This project shall assume the continued use and compatibility existing CCTV cameras. The submitted pricing shall be all inclusive complete turnkey operation including but not limited to installation, programming, licensing and 3 year service maintenance agreement. Pricing shall be total costs, unit costs and include ten (10) client licenses. Approximate number of existing Genetec cameras

ISSUED OCTOBER 21, 2014

108

34

CCTV, Software

City of Manchester BID SUBMITTAL FORM

Closed Circuit Television (IP) Cameras, Associated Software, Etc. CITY OF MANCHESTER, NEW HAMPSHIRE/MANCHESTER SCHOOL DISTRICT Bid due date: 3:00 PM Thursday, November 13, 2014 To:

City of Manchester Human Resources Department One City Hall Plaza Manchester, New Hampshire 03101 “CCTV Systems 2014"

The undersigned, having carefully inspected the places where the work is to be completed, having thoroughly studied the proposal package, specifications, and other documents incorporated therein by reference, and having become thoroughly familiar with local conditions affecting the performance and costs of the work, hereby proposes to furnish all labor, materials, tools, equipment, safety appliances, permits and any other miscellaneous items necessary to perform the services called for in the proposal package, and to perform all operations necessary to execute and complete such work in a good and workmanlike manner and in strict accordance with the requirements called for in the proposal package. For billing purposes the bidder shall submit an attached detailed itemized sheet for each location with their sealed bid. The itemized sheets shall contain a minimum of site location, address, line by line quantity, code, description, unit price and total price for each significant item. Example: QTY CODE DESCRIPTION UNIT PRICE TOTAL 4 DDK-1700BC IP Bullet (Vandal Proof) $1,000.00 $4,000.00 1 Permit City Permit Fee 100.00 100.00 1 Bond Bond Fee 700.00 700.00 Equipment $4,800.00 Installation $2,000.00 Total $6,800.00 Submitted by: _____________________________________________________ Business Address: __________________________________________________ __________________________________________________________________ Telephone: _________________________________________________________ Fax: _________________________

E-Mail: _____________________________

Signature: __________________________________ Date: ___________________ Print Name/Title: ______________________________________________________

ISSUED OCTOBER 21, 2014

35

CCTV, Software

City of Manchester PRICE FOR COMPLETE TURNKEY PROJECT

SCHOOL DISTRICT 1. CENTRAL HIGH SCHOOL

$___________________________

ALTERNATE PRICES Provide add/deduct unit prices for the following items. Prices shall include devices, mounting brackets, labor, wiring, termination, etc. and associated programming. DDK-1700BC

IPX Exterior Bullet Cameras $____________________________

SCHOOL DISTRICT OPTIONAL PROJECTS 1. GOSSLER PARK ELEMENTARY

$____________________________

Provide add/deduct unit prices for the following items. Prices shall include devices, mounting brackets, labor, wiring, termination, etc. and associated programming. FD8335H Vivotek 3-9MM Exterior Dome Cameras $____________________________

2. WILSON ELEMENTARY

$____________________________

3. INTRUSION DETECTION SYSTEMS CONVERSIONS SCS-105 DMP SDLC SINGLE LINE RECEIVER

$_________________________

DMP SYSTEM LINK END-USER MANAGEMENT $_________________________ DMP ACCOUNT GROUPS MODULE*

$_________________________

DMP ALARM MONITORING MODULE*

$_________________________

MODULE LICENSING LEVELS SHALL BE 11-100 ACCOUNT VERSIONS 4. CENTRAL HIGH SCHOOL ACCESS CONTROL $________________________ 5. CCTV DIGITAL SERVER AND ANALOG TO DIGITIAL CONVERSION (MEMORIAL HIGH)

ISSUED OCTOBER 21, 2014

$________________________

36

CCTV, Software

City of Manchester

CITY OF MANCHESTER LOCATIONS 1. MANCHESTER CITY LIBRARY MAIN BRANCH 405 PINE STREET W/AIMETIS STANDARD & 4YR SM, ETC. INC. ATTACHMENT C $_________________________ W/GENETEC/OMNICAST ENTERPRISE 4YR INC. ATTACHMENT C $_________________________ W/AIMETIS, ETC., W/O ATTACHMENT C WITH LEVEL 3 TESTING (If applicable)

$_________________________

W/GENETEC, ETC. W/O ATTACHMENT C WITH LEVEL 3 TESTING (If applicable)

$_________________________

Provide add/deduct unit prices for the following items. Prices shall include devices, mounting brackets, labor, wiring, termination, camera licensing, etc. and associated programming. DDK-1700D IPX 2MP Interior Dome Camera $________________________ DDK-1700BC IPX 2MPInterior/Exterior Bullet $________________________ Axis 360 Camera W/360 Conduit Box

$________________________

2. LIBRARY WEST BRANCH 76 NORTH MAIN STREET W/AIMETIS STANDARD & 4YR SM, ETC.

$_________________________

W/GENETEC/OMNICAST ENTERPRISE 4YR $_________________________ W/AIMETIS, ETC. W/O ATTACHMENT C WITH LEVEL 3 TESTING (If applicable)

$_________________________

W/GENETEC, ETC. W/O ATTACHMENT C WITH LEVEL 3 TESTING (If applicable)

$_________________________

Provide add/deduct unit prices for the following items. Prices shall include devices, mounting brackets, labor, wiring, termination, camera licensing, etc. and associated programming.

ISSUED OCTOBER 21, 2014

37

CCTV, Software

City of Manchester

LIBRARY WEST BRANCH 76 NORTH MAIN STREET CONTINUED DDK-1700D IPX 2MP Interior Dome Camera $________________________ DDK-1700BC IPX 2MPInterior/Exterior Bullet $________________________ Axis 360 Camera W/360 Conduit Box

$________________________

2. CITY HALL ONE CITY HALL PLAZA W/AIMETIS STANDARD & 4YR SM, ETC.

$_________________________

W/GENETEC/OMNICAST ENTERPRISE 4YR $_________________________ W/AIMETIS, ETC., W/O ATTACHMENT C WITH LEVEL 3 TESTING (If applicable)

$_________________________

W/GENETEC, ETC. W/O ATTACHMENT C WITH LEVEL 3 TESTING (If applicable)

$_________________________

Provide add/deduct unit prices for the following items. Prices shall include installation, devices, mounting brackets, labor, wiring, termination, cable testing, camera licensing, warranties, , conferring with city staff including the security manager, Information Systems and the user department to determine appropriate configuration, system programming system testing and any other items that are required of the vendor for a complete system installation. DDK-1700D IPX 2MP Interior Dome Camera $________________________ DDK-1700BC IPX 2MP Interior/Exterior Bullet $________________________ SS078 Hardwired Panic Button

$________________________

PS-1A PKG 12V Power Supply Package

$________________________

PC300 Multitone Adjustable Sounder

$________________________

3. SYNERGISTICS WAPAC UPGRADE TO MILLENIUM Xtra 128 DOOR $_________________________

ISSUED OCTOBER 21, 2014

38

CCTV, Software

City of Manchester

OPTIONAL CITY/SCHOOL PROJECTS 1. CONVERSION OF EXISTING SYNERGISTICS ACCESS CONTROL SYSTEMS TO GENETEC ACCESS CONTROL Central High School $_________________________ MST High School

$_________________________

City Hall

$_________________________

EPD Administration

$_________________________

Annex Bldg

$_________________________

Chlorination

$_________________________

Ops Bldg

$_________________________

Fire Department Station 1

$_________________________

Station 2

$_________________________

Station 3

$_________________________

Station 4

$_________________________

Station 5

$_________________________

Station 6

$_________________________

Station 7

$_________________________

Station 8

$_________________________

Station 9

$_________________________

Station 10

$_________________________

Senior Center

$_________________________

Old Police Bldg

$_________________________

TOTAL COST 117 DOORS

$_________________________

AVG. COST PER DOOR

$_________________________

ANNUAL SMA TOTAL

$_________________________

ANNUAL SMA UNIT COST

$_________________________

ISSUED OCTOBER 21, 2014

39

CCTV, Software

City of Manchester

2. CONVERSION OF EXISTING GENETEC ACCESS CONTROL SYSTEMS TO SYNERGISTICS MILLENIUM ACCESS CONTROL

DPW

$_________________________

VEHICLE STORAGE GARAGE

$_________________________

FLEET MAINTENANCE

$_________________________

NEW POLICE DEPARTMENT

$_________________________

TOTAL COST 119 DOORS

$_________________________

AVG. COST PER DOOR

$_________________________

ANNUAL SMA TOTAL

$_________________________

ANNUAL SMA UNIT COST

$_________________________

3. CONVERSION OF EXISTING GENETEC ACCESS CONTROL & SYNERGISTICS WAPAC SYSTEMS TO MERCURY ACCESS CONTROL HARDWARE AND GENETEC SYNERGIS ACCESS CONTROL SOFTWARE Central High School

$_________________________

MST High School

$_________________________

City Hall

$_________________________

EPD Administration

$_________________________

Annex Bldg

$_________________________

Chlorination

$_________________________

Ops Bldg

$_________________________

Fire Department Station 1

$_________________________

Station 2

$_________________________

Station 3

$_________________________

ISSUED OCTOBER 21, 2014

40

CCTV, Software

City of Manchester

Station 4

$_________________________

Station 5

$_________________________

Station 6

$_________________________

Station 7

$_________________________

Station 8

$_________________________

Station 9

$_________________________

Station 10

$_________________________

Senior Center

$_________________________

Old Police Bldg

$_________________________

DPW

$_________________________

VEHICLE STORAGE GARAGE

$_________________________

FLEET MAINTENANCE

$_________________________

NEW POLICE DEPARTMENT

$_________________________

TOTAL COST 236 DOORS

$_________________________

AVG. COST PER DOOR

$_________________________

ANNUAL SMA TOTAL

$_________________________

ANNUAL SMA UNIT COST

$_________________________

ISSUED OCTOBER 21, 2014

41

CCTV, Software

City of Manchester

4. CONVERSION OF EXISTING GENETEC ACCESS CONTROL & SYNERGISTICS WAPAC SYSTEMS TO MERCURY ACCESS CONTROL HARDWARE AND SYNERGISTICS MILLENIUM ACCESS CONTROL SOFTWARE Central High School

$_________________________

MST High School

$_________________________

City Hall

$_________________________

EPD Administration

$_________________________

Annex Bldg

$_________________________

Chlorination

$_________________________

Ops Bldg

$_________________________

Fire Department Station 1

$_________________________

Station 2

$_________________________

Station 3

$_________________________

Station 4

$_________________________

Station 5

$_________________________

Station 6

$_________________________

Station 7

$_________________________

Station 8

$_________________________

Station 9

$_________________________

Station 10

$_________________________

Senior Center

$_________________________

Old Police Bldg

$_________________________

DPW

$_________________________

ISSUED OCTOBER 21, 2014

42

CCTV, Software

City of Manchester

VEHICLE STORAGE GARAGE

$_________________________

FLEET MAINTENANCE

$_________________________

NEW POLICE DEPARTMENT

$_________________________

TOTAL COST 236 DOORS

$_________________________

AVG. COST PER DOOR

$_________________________

ANNUAL SMA TOTAL

$_________________________

ANNUAL SMA UNIT COST

$_________________________

5. CONVERSION OF EXISTING AIMETIS SYMPHONY VIDEO SURVEILLANCE SOFTWARE TO GENETEC OMNICAST ENTERPRISE TOTAL COST 120 LICENSES

$_________________________

UNIT COST

$_________________________

CLIENT LICENSES 10 LICENSES

$_________________________

CLIENT LICENSES UNIT COST

$_________________________

ANNUAL SMA TOTAL

$_________________________

ANNUAL SMA UNIT COST

$_________________________

6. CONVERSION OF EXISTING GENETEC OMNICAST ENTERPRISE TO AIMETIS SYMPHONY VIDEO SURVEILLANCE SOFTWARE TOTAL COST 108 LICENSES

$_________________________

UNIT COST

$_________________________

CLIENT LICENSES 10 LICENSES

$_________________________

CLIENT LICENSES UNIT COST

$_________________________

ANNUAL SMA TOTAL

$_________________________

ANNUAL SMA UNIT COST

$_________________________

ISSUED OCTOBER 21, 2014

43

CCTV, Software

City of Manchester

A.

The successful vendor must provide evidence of insurance coverage and shall provide a Certificate of Insurance prior to issuance of the contract as provided within the document and Attachment B.

B.

Performance and Payment Bonds will be required in the full amount of the contract price. Bond costs shall be included in each of the prices listed on this proposal form. The City reserves the right to waive Performance and Payment Bonds when awarding the proposal

C.

All prices shall remain valid for a minimum of one-year from the proposal due date. The City and vendor by mutual agreement may extend the contract for an additional period of up to one-year if the same or lower price is extended for another year or part of a year. The City reserves the right to utilize the submitted proposal pricing for any facility owned or leased by the City of Manchester, Manchester School District, Manchester Transit Authority, Manchester Housing and Redevelopment Authority and Manchester Water Works Authority.

D.

List all proposed sub-contractors and the work each is to perform. Specify what percentage of the proposed price each invoices:

Subcontractor Name

Trade/Work Description

Percent

E.

Copies of all vendors and proposed sub-contractor’s licenses and insurance information.

F.

Detailed history of the vendor. Vendor must have been in business for a minimum of five (5) years.

G.

Copy of any Mission or Vision Statement.

H.

An executed original of the Independent Contractor Agreement.

I.

Attach to the proposal form a PROPOSED PROJECT SCHEDULE, showing start and end dates for work at each site.

J.

A detailed history of violations of any Federal, State, Municipal and local law Ordinances, rules, regulations, codes and other requirements including but not limited to Federal Occupational Health and Safety Act of 1970, arising from the contractor’s conduct, including that of its subcontractors, and a detailed explanation of any steps taken to remedy the underlying violation and prevent reoccurrence.

ISSUED OCTOBER 21, 2014

44

CCTV, Software

City of Manchester

REFERENCES Provide at least three (3) references for Security CCTV Systems. 1.

Project Name:_____________________________ Facility Size_____________ System Installed Cost:_____________________ Completion Date:__________ Contact:________________________________ Telephone No: ____________ Type of Installation: _______________________________________________

2.

Project Name:_____________________________ Facility Size_____________ System Installed Cost:_____________________ Completion Date:__________ Contact::________________________________ Telephone No: ___________ Type of Installation: _______________________________________________

3.

Project Name:_____________________________ Facility Size_____________ System Installed Cost:_____________________ Completion Date:__________ Contact::________________________________ Telephone No: ___________ Type of Installation: _______________________________________________

ISSUED OCTOBER 21, 2014

45

CCTV, Software

City of Manchester CITY OF MANCHESTER, NEW HAMPSHIRE AND

__________________________________________________________________ The Independent Contractor Agreement is entered into this _________ day of ____________ 201_, by and between________________________________________ a corporation having a place of business _____________________________________ (hereinafter the “applicant”) and the City of Manchester, New Hampshire, a body corporate and politic with an address of One City Hall Plaza, Manchester, NH 03101 and (hereinafter the “City”.) Scope Of Work. The work to be completed by the applicant shall be in accordance as described and set forth in the preceded and following documents and noted exceptions unless modified in writing by both parties. General Specifications for the Supply and Installation of CCTV cameras and associated software for the City of Manchester, New Hampshire issued for bid September 29, 2014. Proposal Form – CCTV System City of Manchester, New Hampshire submitted by the applicant on November 13, 2014. Fees To Contractor. All work performed must meet the full approval of the Security Manager before payment is made. The itemized invoice shall be received by the Security Manager on or before the 20th of the month and will be payable by the 15th of the following month. The itemized invoice must have detailed billing information including the dates and work sites. Other Representations, Warranties of Applicant. The applicant represents and warrants to the City that the applicant has full legal authority to enter into this Agreement and to provide the services. It further warrants that neither the execution nor delivery of this Agreement nor compliance with the terms, conditions, and provisions thereof shall conflict with or result in a breach of any law or regulation applicable to the applicant or of any of the terms, conditions or provisions of the charter or bylaws of the applicant or any agreement or instrument to which the applicant is now a party. The applicant represents and warrants that it shall submit evidence of maintain during the of the Agreement, Worker’s Compensation Insurance and other insurance described within document and Attachment B in amounts satisfactory to the City. The applicant agrees and warrants that in the performance of all obligations under this Agreement, it will comply with all applicable laws of the United States and of any state or political subdivision thereof, applicable provisions of Executive Order 11246, as amended, prohibiting discrimination in employment because of race, color, religion, sex or national origin, and prohibiting maintenance of segregated facilities, and that the provisions of Section 202 of said Executive Order are incorporated herein by reference.

ISSUED OCTOBER 21, 2014

46

CCTV, Software

City of Manchester

Other Representations, Warranties of Applicant continued. In addition, all materials supplied hereunder and all work performed in accordance with this Agreement will comply in all respects with applicable regulations and standards issued pursuant to the Occupational Safety and Health Act, the Fair Labor Standards Act, the Drug Free Workplace Act, the Vietnam Era Veterans Readjustment Assistance Act of 1974 and the Rehabilitation Act of 1983, and the provisions of Sections 60-1.4 of Chapter 60 of 41 Code of Federal Regulations (“CFR”) prohibiting discrimination. If the applicant has fifty (50) or more employees, the applicant agrees and warrants that it will comply with 41 CFR Section 60-1.7, concerning Employer Information Reports, EEO- 1, and with 41 CFR Section 60-140, Section 60-74 1.5 or Section 60-250.5, concerning Affirmative Action Compliance Programs. Indemnification. The applicant agrees to defend and indemnify the City and any person or entity, against any claim or loss, but only to the extent that the claim or loss is due to the negligence of the applicant and/or any of its subcontractors. Any insurance that the applicant provides for the City as additional insured’s or otherwise, will cover only liability assumed by the applicant in the foregoing sentence. In no event shall the applicant aggregate liability exceed five million ($5,000,000.00) dollars. Insurance. At all times during the term of this Agreement, the applicant will keep in effect, at its expense, with insurance companies and in the amounts acceptable to the City as described within document and Attachment B. The applicant shall furnish the City with a certificate of insurance showing coverage in such amounts and for such type of insurance as required. City Representative. The City hereby appoints the City Security Manager as its representative in relation to this Agreement. The applicant hereby agrees to contact said representative in the case of any questions under this Agreement or in the case of any emergency. Default. In the event that the applicant defaults in the performance of any covenant or condition in this Agreement applicable to the applicant or in the event that any warranty made hereunder by the applicant is determined to be untrue or misleading, then City may, upon notifying the applicant of said default, in it sole discretion and notwithstanding any other provisions herein, terminate this Agreement with the applicant and, upon such termination, the applicant shall have no further rights pursuant thereto. Governing Law. The validity, performance and all matters relating to their interpretation and effect of this Agreement will be governed by the laws of the State of New Hampshire without regard to conflict of laws rules applied in the State of New Hampshire. Amendment. No modification, amendment, rescission, waiver or other change in this Agreement will be binding unless signed by the party to be charged. No Joint Venture. This Agreement does not evidence or constitute a joint venture or partnership between the parties. The applicant is acting as an independent contractor for City and does not have authority to bind the City in any way. Successors. This Agreement shall be binding upon and inure to the benefit of the parties hereto and to their respective successors and assigns.

ISSUED OCTOBER 21, 2014

47

CCTV, Software

City of Manchester

Assignment. The applicant may not assign this Agreement or any of its right, interest, and obligations hereunder without the written consent of the City. Confidentiality. The applicant shall not reveal, divulge, disclose or publish to any person any confidential or proprietary information of the City. Notices. All notices, requests, demands, and other communications shall be deemed to have been given if the same shall be in writing and shall be delivered personally or sent by registered or certified mail, postage prepaid, and addressed as set forth below: A. B.

If to Applicant: If to City:

Applicant’s Address City of Manchester Security Manager Human Resources Department One City Hall Plaza Manchester, NH 03101-1932

Waiver. No waiver by the City of any right or obligation under this Agreement shall be deemed a continuing waiver and no failure by the City to exercise, in whole or in part any rights provided to the City hereunder shall prevent the later exercise of such rights or any other right. No waiver by the City shall be effective unless such waiver is in writing and signed by the City. IN WITNESS WHEREOF, the parties hereto have executed this Independent Contractor Agreement as of the day and year first above written. By: Name: Title:

By:

CITY OF MANCHESTER, NH.

Name: Title:

ISSUED OCTOBER 21, 2014

48

CCTV, Software

City of Manchester ATTACHMENT B

CITY OF MANCHESTER INDEMNIFICATION AND INSURANCE REQUIREMENTS In consideration of the utilization of Contractor's services by the City of Manchester (the City), the receipt of which is hereby acknowledged, Contractor agrees that all persons furnished by Contractor shall be considered Contractor's employees or agents and that Contractor shall be responsible for payment of all unemployment, social security, and other payroll taxes, including contributions from them when required by law. Contractor hereby agrees to protect, defend, indemnify, and hold the City and its employees, agents, officers, and servants free and harmless from any and all losses, claims, liens, demands, and causes of action of every kind and character including but not limited to, the amounts of judgments, penalties, interests, court costs, legal fees, and all other expenses including claims, liens, debts, personal injuries including injuries sustained by employees of the City, death or damages to property, including property of the City, and without limitation by enumeration, all other claims or demands of every character occurring, or in any way incident to, in connection with, or arising directly or indirectly out of, the contract. Contractor agrees to investigate, handle, respond to, provide defense for and defend any such claims, demands, or suits at the sole expense of Contractor. Contractor also agrees to bear all other costs and expenses related thereto, even if the claim or claims alleged are groundless, false, or fraudulent. This provision shall be effective without regard to whether such injuries, deaths, or damages are caused by, or attributable in whole or in part to the negligence of the City, its employees, agents, officers, or servants. Contractor agrees to maintain in full force and effect: (a)

Comprehensive general liability insurance written on occurrence form, including completed operations coverage, personal injury liability coverage, broad form property damage liability coverage, XCU coverage, and contractual liability coverage insuring the agreements contained herein. The minimum limits of liability carried on such insurance shall be $1,000,000 each occurrence and, where applicable, in the aggregate combined single limit for bodily injury, property damage liability, and personal injury (wrongful acts).

(b)

Automobile liability insurance for owned, non-owned, and hired vehicles. The minimum limit of liability carried on such insurance shall be $1,000,000 each accident, combined single limit for bodily injury and property damage.

(c)

Workers' compensation insurance, whether or not required by the New Hampshire Revised Statutes Annotated, with statutory coverage and including employer's liability insurance.

(d)

Any and all deductibles on the above-described insurance policies shall be assumed by, and be for the account of, and at the sole risk of, Contractor.

ISSUED OCTOBER 21, 2014

49

CCTV, Software

City of Manchester

CITY OF MANCHESTER INDEMNIFICATION AND INSURANCE REQUIREMENTS CONTINUED (e)

Insurance companies utilized must be admitted to do business in New Hampshire or be on the Insurance Commissioner's list of approved non-admitted companies and shall have a rating of (A) or better in the current edition of Best's Key Rating Guide.

(f)

Contractor agrees to furnish certificate(s) of the above-mentioned insurance to the City within fourteen (14) days from the signing of the contract and, with respect to the renewals of the current insurance policies, at least thirty (30) days in advance of each renewal date. Such certificates shall, with respect to comprehensive general liability and auto liability insurance, name the City as an additional insured and, with respect to all policies, shall state that, in the event of cancellation or material change, written notice shall be given to the City, office of Risk Management, One City Hall Plaza, Manchester, NH 03101, at least thirty (30) days in advance of such cancellation or change.

(g)

The purchase of the insurance required, or the furnishing of the aforesaid certificate(s), shall not be a satisfaction of Contractor's liability hereunder or in any way modify Contractor's indemnification responsibilities to the City.

It shall be the responsibility of Contractor to ensure that all subcontractors comply with the same insurance requirements that he is required to meet.

ATTACHMENT C ENCLOSED IS SEPARATE ATTACHED DOCUMENT

END OF PROPOSAL DOCUMENT

ISSUED OCTOBER 21, 2014

50