plano independent school district


[PDF]plano independent school district - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

5 downloads 191 Views 311KB Size

PLANO INDEPENDENT SCHOOL DISTRICT COMPETITIVE SEALED PROPOSAL FOR Security Services Technician TABLE OF CONTENTS 1.0

SCOPE OF WORK A. B. C. D.

2.0

SPECIFIC PROCEDURES A. B. C. D.

3.0

PURPOSE TERM RESPONSIBILITY STANDARD TERMS AND CONDITIONS

BACKGROUND TRAINING AND LICENSE VEHICLE AND EQUIPMENT HOURS OF OPERATION SECURITY EQUIPMENT 3.1

GENERAL TECHNICAL SPECIFICATIONS INTRUSION ALARM SYSTEM A. NETWORK

1. INTRUSION ALARM SYSTEM NETWORK COMPONENT A. B. C. D. E. F. G. H.

CONTROL / COMMUNICATOR ALARM PANEL CLASS A DUAL LINE DIGITAL DIALER CLASS A D129 FIRE MODULE ALPHANUMERIC LCD KEYPAD ALTONIX AL400ULX POWER SUPPLY DUAL 12 VDC 7 AH BATTERIES CLASS A SPEAKER –HORN 12 VDC 30 WATT WITH SIREN DRIVER PLENIUM WIRE, MISC. HARDWARE, CONNECTORS, ETC.

2. ACCESS CONTROL SYSTEM NETWORK COMPONETS A. B. C. D. E.

GALAXY CONTROLER DPI MODULES POWER SUPPLY AL600ULACM KEYPAD WIRING

3. CCTV NETWORK COMPONENTS A. B. C. D. E. F. G. H. I.

NETWORK VIDEO RECORDERS IP CAMERAS (Internet Protocol) EXTERNAL and INTERIOR HOUSINGS LENS MONITORS POWER SUPPLY SURGE PROTECTION LIGHTNING SUPPRESSOR CABLE-WIRING

J. K. L. M. N.

CONSOLE/MONITOR LOCATIONS ELECTRICAL SUPPORT IPCAMERA PTZ OUTDOOR MOUNTING AND HOUSING FOR PTZ DISCLAIMER

4. ADDITIONAL MANUFACTORS FOR EQUIPMENT NOT SPECIFIED 4.0

VENDOR RESPONSIBILITIES 4.1 4.2 4.3 4.4 4.5

CONTRACTOR SUPERVISION EMPLOYEES BILLING REQUIREMENTS SAFETY REQUIREMENTS

5.0

EVALUATION CRITERIA

6.0

WEIGHTED CRITERIA

7.0

AWARD

8.0

SUBMITTAL FORMAT TAB I - MANAGEMENT SUMMARY TAB II - BUSINESS PLAN TAB III - COSTS TO THE DISTRICT TAB IV - CORPORATE EXPERIENCE AND CAPACITY TO PERFORM TAB V - KEY PERSONNEL TAB VI - ACCEPTANCE OF CONDITIONS TAB VII - ADDITIONAL DOCUMENTS TAB VIII - VENDOR QUESTIONNAIRE

1.0

SCOPE OF WORK A.

PURPOSE: The purpose and intent of this Competitive Sealed Proposal (CSP) is to solicit sealed qualifications from qualified sources to establish contracts through negotiations for Qualified Technicians as outlined in this CSP, for Intrusion Alarm Systems Installations, Access Control Components and an IP Camera Network installations for the Plano Independent School District (Plano ISD). The service is to include, but not limited to, the installation of Intrusion Alarm System components, Access Control System components and CCTV/IP components digital and analog. These systems are at various designated locations within the School District. The School District will evaluate the proposals on the qualification criteria stated herein and shall select the Contractor that submit the proposal that offers the best value for the School District.

B.

TERM: The term of this agreement shall be for one (1) year with Plano ISD’s option to extend the agreement for three (3) additional years, in one (1) year increments, unless terminated as provided for herein. The extension must be mutually agreed to by all parties and all prices will remain firm during the extension period. Contract is to commence on the board approval date. Plano ISD reserves the right to cancel this contract at any time, for any or no reason, with a thirty (30) day written notice.

C.

RESPONSIBILITY: It is the responsibility of the awarded Contractor to provide Plano ISD with Two (2) Technicians that achieves the standards set forth herein. It is the responsibility of the successful Contractor to meet the City Code and Construction Requirements of the six (6) six municipalities located within the District’s boundaries; the six (6) municipalities are Allen, Dallas, Murphy, Parker, Plano and Richardson.

D.

STANDARD TERMS AND CONDITIONS: Terms and conditions are requirements that are binding upon the Supplier that is awarded a bid or proposal and they communicate the District's expectations in regard to the Supplier's performance in connection with the District's purchase. Plano Independent School District may also be referred to as Plano ISD or the District throughout this and related documents. The words “bids, proposals, competitive sealed proposal, quotes” and their derivatives may be used interchangeably in these terms and conditions. These terms and conditions are applicable on all bids, requests for proposals, quotes, competitive sealed proposals, etc. to which they are attached. 1.

Contractors or sub-contractors may not work on District property where students are present when they have charges pending, have been convicted, received probation or deferred adjudication for the following: a. Any offense against a child b. Any sex offense c. Any crimes against persons involving weapons or violence d. Any felony offense involving controlled substances e. Any felony offense against property f. Any other offense the district believes might compromise the safety of students, staff or property.

2.

Possession of fire arms, alcohol and/or drugs, even in vehicles, is strictly prohibited on school district property. The use of tobacco products are not allowed on school district property.

3.

All items bid must be new, unused, and in first-class condition. Materials sold to or installed in any Plano ISD facility are not to contain any asbestos material. Any vendor who sells or installs asbestos containing material in any Plano ISD facility will be required to bear the burden of any or all expenses in removal and replacement of the material.

4.

Seller of Package Goods: Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently packed as follows: (a) Seller's name and address; (b) Consignee’s name, address and purchase order number; (c) Container number and total number of containers, e.g. box 1 of 4 boxes; and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. Buyer’s count or weight shall be final and conclusive on shipments not accompanied by packing lists.

5.

Shipment under Reservation Prohibited: Seller is not authorized to ship goods under reservation and no tender of a bill of lading will operate as a tender of goods.

6.

Title and Risk of Loss: The title and risk of loss of the goods shall not pass to Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery.

7.

Delivery Terms and Transportation Charges: F.O.B. Destination. All freight/delivery charges are to be included in bid prices. No tailgate or curbside deliveries will be permitted; shipment must arrive at destination with proper equipment to make delivery inside customer's building. No additional freight or delivery charges will be paid on invoice.

8.

No Placement of Defective Tender: Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery, quality and the like. If a tender is made which does not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming tender provided, where the time for performance has not yet expired, the Seller may reasonably notify Buyer of his intention to cure and may then make a conforming tender within the contract time but not afterward.

9.

Place and Time of Delivery: The place of delivery shall be that set forth on the purchase order in the “Ship To” section. The terms of this agreement are “no arrival, no sale". All Deliveries shall be made during normal business hours unless prior approval had been obtained from authorized District personnel.

10.

Invoices and Payments: a. Seller shall submit separate invoices on each purchase order after each delivery. Invoices shall indicate the purchase order number, shall be itemized, and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the freight weight bill when applicable, should be attached to the invoice. Mail to: Plano Independent School District, ATTN: Accounts Payable, 2700 W. 15th Street, Plano, Texas 75075. Payment shall not be due until the above instruments are submitted after delivery. Payments will be made within thirty (30) days. Suppliers should keep Accounts Payable advised of any changes in remittance addresses. b. Do not include Federal Excise, State or City Sales Tax. As a political subdivision of the State of Texas, the District hereby certifies

it is exempt from the payment of property, sales, use, franchise, excise, or other taxes for property or services purchased for its use. Tax exemption certificate is affixed to the back of all purchase orders or will be provided by the Purchasing Services Department upon request. 11.

Gratuities: The Buyer may, by written notice to the Seller, cancel this contract without liability to Seller if it is determined by Buyer that gratuities, in the form of entertainment, gifts, or otherwise, were offered or given by the Seller, or any agent, or representative of the Seller, to any officer or employee of the school district with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such a contract. In the event this contract is canceled by Buyer, pursuant to this provision, Buyer shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Seller in providing such gratuities.

12.

Special Tools and Test Equipment: If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the Buyer and, to the extent feasible, shall be identified by the Seller as such.

13.

Warranty Price: a. The price to be paid by the Buyer shall be that contained in Seller’s bid which Seller warrants to be no higher than Seller’s current prices on orders by others for products of the kind and specification covered by this agreement for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller’s current prices on orders by others, or in the alternative, buyer may cancel this contract without liability to seller for breach of Seller’s actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty, the Buyer shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee.

14.

Warranty Products: Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the Buyer. Seller warrants that the goods furnished will conform to the specifications, drawings and descriptions listed in the bid invitation and to the sample(s) furnished by Seller, if any. In the event of a conflict between the specifications, drawings and descriptions, the specifications shall govern.

15.

Safety Warranty: Seller warrants that the product sold to Buyer shall conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act of 1970. In the event the product does not conform to OSHA standards, Buyer may return the product for correction or replacement at the

Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time, correction made by Buyer will be at Seller's expense. 16.

No Warranty by Buyer against Infringements: As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this agreement will give rise to the rightful claim of any third person by way of infringement or the like. Buyer makes no warranty that the production of goods according to the specification will not give rise to such a claim, and in no event shall Buyer be liable to Seller for indemnification in the event that Seller is sued on grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result, the Seller will notify Buyer to this effect in writing within two weeks after the signing of this agreement. If Buyer does not receive notice and is subsequently held liable for the infringement or the like, Seller will hold Buyer harmless. If Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like, this contract shall be null and void.

17.

Right of Inspection: Buyer shall have the right to inspect the goods at delivery before accepting them.

18.

Cancellation: Buyer shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if the Seller becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies that Buyer may have in law or equity.

19.

Termination: The performance of work under this contract may be terminated in whole or in part by the Buyer in accordance with this provision. Termination of work hereunder shall be effected by the delivery to the Seller of a “Notice of Termination" specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of rights of buyer set forth in Clause 15, herein. Valid causes for termination of this contract will include, but are not limited to: a. The vendor’s failure to adhere to any of the provisions of the Standard Terms and Conditions and Specific Terms and Conditions of the Bid Document. b. The vendor delivering any product(s) that fails to meet the Item Specifications included in this Invitation to Bid relating to the awarded product(s) c. The vendor delivering any substitution(s) of product(s) different than those originally bid and awarded without the written approval of the District. d. And vendor’s noncompliance to any additional terms, conditions, or instructions contained in each individual Purchase Order.

20.

Force Majeure: If by reason of Force Majeure, either party shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure, as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, land sink age, lightning,

earthquake, fires, hurricanes, storms, floods, washouts, droughts, arrests, restraint of government and people, civil disturbances, explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. 21.

Assignment Delegation: No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the Buyer, provided that Buyer shall not unreasonably withhold permission. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph.

22.

Waiver: No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved.

23.

Interpretation Parole Evidence: This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this agreement. Acceptance or acquiescence in a course of performance rendered under this agreement shall not be relevant to determine the meaning of this agreement even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. Whenever a term defined by the Uniform Commercial Code is used in this agreement, the definition contained in the Code is to control.

24.

Applicable Law: This agreement shall be governed by the Uniform Commercial Code. Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of this agreement.

25.

Advertising: Seller shall not advertise or publish, without Buyer’s prior consent, the fact that Buyer has entered into this contract, except to the extent necessary to comply with proper requests for information from an authorized representative of the federal, state or local government.

26.

Right to Assurance: Whenever one party to this contract in good faith has reason to question the other party's intent to perform, he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract.

27.

Venue: Both parties agree that venue for any litigation arising from this contract shall lie in Collin County, Texas.

28.

Prohibition Against Personal Interest in Contracts: Any School Board member which has any substantial interest, either direct or indirect, in any business entity seeking to contract with the District, shall, before any vote or decision on any matter involving the business entity, file an affidavit stating the nature and extent of interest and shall abstain from any participation in the matter. This is not required if the vote or decision will not have any special effect on the entity other than its effect on the

public. However, if a majority of the governing body are also required to file, and do file similar affidavits, then the member is not required to abstain from further participation. Vernon's Texas Codes Annotated, Local Government Code, Ch. 171. 29.

Penalties for Non-Performance: If, at any time, the contractor fails to fulfill or abide by the terms, conditions, or specifications of the contract, Plano Independent School District reserves the right to: a. Purchase on the open market and charge the contractor the difference between contract and actual purchase price, or b. Deduct such charges from existing invoice totals due at the time, or c. Cancel the contract within thirty (30) days by written notification of intent.

30.

Material Safety Data Sheets (MSDS): The school district requires product verification in the form of MSDS reports submitted at the time of the bid opening and on any product offered by a vendor if applicable.

31.

All contractors bidding this work shall comply with prevailing wage rates in accordance with the civil statutes of the State of Texas.

32.

Plano ISD is a participating member of the Educational Purchasing Cooperative of North Texas, Collin County Governmental Purchasers Forum, and other cooperatives. As such, the Plano ISD has executed Interlocal Agreements, as permitted under Chapter 791 of the Government Code with certain other governmental entities authorizing participation in cooperative purchasing programs. The successful vendor(s) agrees to provide products/services, based upon bid price, to any other participant in the Forum.

33.

Modifications: This contract can be modified or rescinded only in writing signed by both parties to the contract or their duly authorized agents. [TEA]

34.

Unless specified otherwise, any catalog, brand name or manufacturer’s reference used in the bid is descriptive; not restrictive; it is intended to indicate the type and quality desired. Bids on brands of like nature and quality will be considered. If bidding on other than referenced specifications, your bid must show the specifications, manufacturer, brand, model, etc. of the product being offered. If other than brand(s) specified is offered, complete descriptive information of each product being bid must be included with your bid. If bidder takes no exception to specifications or reference date, the bidder will be required to furnish brand names, models, etc. as specified. Products delivered that are determined by the District not to be of equal or comparable quality to the requested articles, shall be picked up by the vendor, at no expense to the District, and replaced with the product specified at the same price as bid.

35.

Products or services bid and provided under any subsequent orders must conform to appropriate local, State and Federal ordinances, statutes and regulations governing the manufacture, sale, safety & installation of the products or provision of services.

36.

Subject to verification of the same or lower prices and conditions as bid, the District reserves the right to purchase additional quantities of products or services as listed on this bid for the same or additional locations.

37.

Any purchase order or contract resulting from this bid request is a commitment by the District of funds in its current budget. The District will exercise its best efforts to obtain and appropriate funds for subsequent budget periods. Provided however, the District reserves the right to terminate any outstanding purchase order or contract at the end of the budget period.

38.

E.

Liens: All goods delivered or labor performed under this contract shall be free of all liens and upon request, a formal release of all liens will be delivered to the District.

INSURANCE REQUIREMENTS: The successful contractor will be required to supply proof of insurance in accordance with the following schedule prior to the start of the project. PLANO ISD requires that contractor's insurance be placed only with companies that have achieved at least an "A" rating with A.M. Best. The District reserves the right to require higher limits of coverage depending on the size, scope, and nature of a contract. Plano ISD must be named as an additional insured. TYPES OF INSURANCE COVERAGE 1.Workers' Compensation

LIMITS OF LIABILITY Statutory

2.Employer's Liability

$500,000 each accident $500,000 disease policy limit $500,000 disease each employee 3.Commercial General Liability $1,000,000 combined single limit policy aggregate $500,000 combined single limit each occurrence (Property damage deductible not to exceed $500 per occurrence) 4.Business Auto Liability $1,000,000 combined single limit each occurrence The immunity of the owner shall not be a defense from the insurance carrier. ONLY THE AWARDED BIDDER(s) IS REQUIRED TO FURNISH A CERTIFICATE OF INSURANCE NAMING PLANO ISD AS ADDITIONAL INSURED AND SAID CERTIFICATE WILL BE DELIVERED WITHIN 14 DAYS OF THE DATE OF THE AWARD NOTIFICATION. The policies evidencing required insurance shall be written on a comprehensive form of policy listing Plano ISD as the certificate holder and contain no pollution exclusions. The policies shall also contain an endorsement to the effect that any cancellation or any material change adversely affecting Plano ISD’s interest shall not be effective for such period as the laws of Texas allow or until thirty (30) days after the insurer or the Contractor gives written notice to the CA, whichever period is longer. Each policy shall include a provision that Plano ISD will be notified at least thirty (30) days in advance of the effective date of any reduction in coverage or cancellation

2.0

SPECIFIC PROCEDURES A.

BACKGROUND: The School District is a large urban school district with over 54,203 students and 6,528 employees attending the city's approximately 72 elementary, middle, and high school buildings. There are also approximately 10 administrative facilities. District total square footage is approximately 8 million square feet. The School District continues to grow through the acquisition of existing structures, renovation of facilities and the building of new facilities. The School District needs qualified Security Systems Technician who can work in conjunction with the project’s General Contractor, sub-contractors and the School District’s Security Systems Manager.

B.

TRAINING and LICENSE A. B. C.

C.

VEHICLES and EQUIPMENT A.

D.

Furnish two (2) service vehicles and supply them with all equipment needed to maintain PLANO ISD Security Systems.

HOURS OF OPERATION A.

3.0

Technician must hold a Qualified Security Technician License thru the Texas Department of Public Safety. Factory trained JVC integrator At least eight (8) years of experience of installation and repair of Radionics and Galaxy Systems.

This CSP will be based on a 24/7 time line if needed. Normal hours are Monday thru Friday, 8am to 5pm, with one (1) hour lunch. Holidays will not be in conjunction with Plano ISD school holidays. Major holidays will be observed and agreed upon between the Contractor and Plano ISD.

EQUIPMENT 3.1

GENERAL TECHNICAL SPECIFICATIONS INTRUSION ALARM SYSTEM A.

NETWORK: The general concept of the Intrusion Alarm System network shall be a combination of control panels reporting over a wide area network to a Central Station. These control panels are connected to keypads at interior locations. This system will also have the ability to integrate with various other security applications. 1.

INTRUSION ALARM SYSTEM NETWORK COMPONENT A.

CONTROL / COMMUNICATOR ALARM PANEL The alarm control panel communicator shall be a Radionics 9412GV3 (NO SUBSTITUTIONS) and will: 1. Provide a minimum of eight (8) supervised onboard detection points, and be expandable for up to 238 off-board points for a total of 246 points. 2. Support eight (8) addressable alphanumeric LCD command center keypads (with up to 32 nonsupervised command centers can be used.) 3. Be Underwriters Laboratories Inc. (UL) listed for commercial grade fire, burglary, and access control systems. 4. Contain a minimum of two (2) 12 volt DC. 7-amp hour (ah) batteries with Class A battery harness, capable of supporting normal system operation for a minimum of four (4) hours with a least one (1) alarm event. Should additional batteries be needed, the

contractor will be expected to supply them on a time and materials basis. 5. Include a minimum of four (4) alarm output patterns, automatic bell test, programmable bell shutoff timer, 131 programmable relay outputs and up to three (3) parallel printers. 6. Include a digital phone dialer with communicator capable of transmitting all zones and system signals to the central station monitoring. Provide a minimum of three (3) telephone number dialing capacity via one (1) phone line with cut detection, line seizure and expansions capacity for a second monitored phone line. 7. Include a UL commercial grade D8109 Fire enclosure, surface mount, locking housing with tamper switches front and back and capacity for up to three (3) back up batteries. 8. Provide as a minimum 12 volt D.C. at 4 amp, auxiliary power for motion detectors and local alarm sirens; provide one power supply with enclosure. 9. Be locally programmable via the D5200 Programmer or through a Remote Account Manager Software package via a standard IBM compatible computer with a modem and programming software package. 10. Have the capability being networked via a TCP/IP Ethernet addressable system over a LAN or WAN system. 11. Be able to connect to a computer based software package that will monitor security alarm monitoring, access control, fire alarm notification, CCTV monitoring. B.

CLASS A DUAL LINE DIGITAL DIALER

C.

CLASS A D129 FIRE MODULE

D.

ALPHANUMERIC LCD KEYPAD The key pad shall be a D1255 or approved equal and shall: 1. Be a surface mount, addressable four (4)-wire keypad. 2. Include built in audible enunciator and programmable panic switches. 3. Provide individual zone alarm display with English zone descriptions or readouts.

E.

ALTRONIX AL400ULX POWER SUPPLY AUXILIARY EXPANSIONS POWER SUPPLY - The power supply shall be an Altrionix AL400 ULX or approved equal and shall:

1. Be a regulated 12 V.D.C. supply, UL listed for burglary with battery back-up charger and enclosure to accommodate batteries and tamper switches front and back. 2. Have stand-by battery operation time that equals the operations time of the main alarm panel, battery shall be at least 12 volt D.Sc. 7 ah. 3. Be furnished if the system load of detectors and/or local alarms exceed the alarm panels built in auxiliary power capacity. F.

DUAL 12 VDC 7 AH BATTERIES CLASS A The power supply will have stand-by battery operation time that equals the operations time of the main alarm panel, battery shall be at least 12 volt D.Sc. 7 ah. With Class A harness.

G.

SPEAKER-HORN 12 VDC 30 WATT WITH SIREN DRIVER The local alarm shall be provided by a Amseco SSX-51 or approved equal siren with: 1. 12 volt D.Sc. 30 watt speaker-horn with built in electronic dual tone siren driver. 2. Enclosure that is a tamper resistant, surface mount metal housing suitable for outdoor mounting and also includes two (2) tamper switches. 3. A siren tone that is to be set so as to be distinctly different from any fire alarm system local alarm sirens.

H.

PLENUM WIRE, MISC. HARDWARE, CONNECTORS, ETC. 1. DUAL TECHNOLOGY - FALSE RESISTANT- MOTIONS DETECTORS or approved equal. Dual technology motion detectors should be: a. Ceiling mount motion detectors for 360-degree omni-directional coverage type, surface ceiling mount only, detector shall be a Detection Systems DS-938Z or approved equal and be provided as indicated on floor plans. b. For wall mount coverage type, detector shall be a Detection Systems DS-840 of DS-970 Series or approved equal and be provided as indicated on floor plans. 2. MAGNETIC DOOR SWITCHES - When used (only when approved by the Systems Manager) door switches should be: a. For flush mount steel door type, a Sentrol 1078 series or approved equal. b. Surface mount standard duty type, a Sentrol 1285T or approved equal. c. Surface mount heavy duty armored cord type, a Sentrol 2500 series or approved equal. d. Overhead door type, a Sentrol 2202A or approved equal.

3. PANIC / HOLD-UP SWITCHES - Each location, indicated on floor plans, should have two (2) and these alarms should be: a. A standard surface mount panic/emergency push button switch such as the USP #US-654 or approved equal. b. For under the counter type mounts, the switch should be a USP HUB-2A or approved equal. c. All such switches / push buttons shall be guarded. 4. CABLES - All cable installed in the entire complex shall be new plenum rated. Where non-plenum rated cable is utilized, it must be installed in conduit. 5. Motion detector and keypad cable to be four (4) conductors jacked, 20 A.W.G. stranded, West Penn #242. 6. Local alarm sirens to be two (2) conductor jacked cable, 18 A.W.G. stranded, Signal 1812 with a maximum of two (2) horn / sirens per home run. 7. Door switch contacts to be two (2) conductor jacked cable, 20 A.W.G. stranded, West Penn #222. 3.2

GENERAL TECHNICAL SPECIFICATIONS FOR ACCESS CONTROL SYSTEMS A.

NETWORK: The general concept of the Access Control network shall be a combination of control panels reporting over a wide area network. These control panels are connected to card reader/keypads at exterior and interior locations. This system will also have the ability to integrate with various other security applications. 1.

ACCESS CONTROL SYSTEM NETWORK COMPONENT (No Substitutions)

A.

Galaxy 508I controller panel provides native IP for network connections and supports everything from access control, alarms, DVR, CCTV, badging, elevator control & facility management. The 508I control provides 8 ports for 8 door capability. DPI modules are used to activate two ports on the 508/502 control panels. It provides two relays for each port and supervision of door contacts. This DPI module can be replaced by simply “hot swapping” a new DPI while power is still applied to the controller. Altronix AL600ULACM power supply is 6 amp continuous supply current at 12 or 24 VDC. This supply has AC fail, battery presence & low battery reporting. Zero voltage drop when switching over to stand by batteries. Everswitch Prox combination HID proximity reader and keypad. HID SlimLine proximity reader. Standard Wiegand output with proximity reader encoding-HID. Vandal proof, tamper proof, weatherproof, water and dust proof. Solid state construction with a DC voltage 512V. Wiring: The wire runs shall be 18/6 and 18/2 shielded and plenum rated per local fire/safety ordinance and National Electric Code/National Fire Protection Association Code. The exterior wiring runs shall be placed in planned or new conduits. The supplier shall

B.

C.

D.

E.

provide complete wiring diagrams in the quote response from the awarded Contractor 3.2

GENERAL TECHNICAL SPECIFICATIONS FOR CCTV IP CAMERA SYSTEMS A.

NETWORK: The general concept of the CCTV network shall be a combination of interior and exterior color fixed or rotating dome IP cameras with appropriate lenses interfacing with a Network Video Recorder (NVR) and/or a video multiplexer system, and environmental Exterior or Interior housings. 1.

CCTV/IP NETWORK COMPONENTS A.

NETWORK VIDEO RECORDER: JVC Model VRX1600U/3200U. Milestone X Protect Enterprise software. All maintenance, software, and camera license must be included in the cost of the unit with no recurring charges.

B.

I P (INTERNET PROTOCAL) CAMERAS: 1/3 CMOS H.264,MJPEG MJPEG4 Color day/night 0.25 lux, F1.2 1080p POE (power over Ethernet)

C.

EXTERNAL AND INTERIOR HOUSINGS: The external, fixed camera shall be enclosed in a high quality metal or alloy environmental housing. Interior housings shall be drop ceiling 2x2 low profile “wedge” type with 360 degree rotation. The alternate would be a wall mount bracket only if the “wedge” type would not be possible

D.

LENS: The lenses shall be Fujinon YV2.4-2.5A-SA2L Interior and Fujinon YV2.7-2 SRA-SA2 Exterior. Each device shall be connected to a fixed, solid state, CCD camera. Contractor may substitute lenses with PLANO ISD approval to meet on sight conditions. .

E.

MONITORS: 19” high resolution color flat monitors in secondary office and in main office).

F.

POWER SUPPLY: POE FOR ALL I P CAMERAS.

G.

SURGE PROTECTION: Surge protection shall be provided due to possible spiked and/or surges, which could occur.

H.

LIGHTNING SUPPRESSOR: Lightning suppressors shall be installed to protect the external cameras and corresponding video equipment from the effects of high voltage static discharge, such as lightning.

I.

CABLE-WIRING: The cable and wire runs shall be shielded and plenum rated per local fire/safety ordinance and National Electric Code/National Fire Protection Association Code. The exterior cable/wiring runs shall be placed in planned or new conduits. Low voltage wiring shall be preferred. Changes from coaxial/triaxial cable to low-smoke/plenum shall be made in a junction box with proper splicing to keep cable loss to a minimum. All connections must be fastened, tied, and

crimped for maximum reliability. (No twist on connectors allowed on coax) The cable/wiring shall be identified as Underwriters Laboratories (UL) listed, clearly marked and visible to indicate compliance. All wiring (video, power, and control) shall be numbered showing designations of each camera and location. The supplier shall provide complete wiring diagrams in the quote response from the awarded Contractor. NOTE: PLANO ISD NETWORK CABLE VENDOR WILL INSTALL ALL CAT 5/6 CABLING FOR ALL IP CAMERAS PER PLANO ISD SPECIFICATIONS.

2.

J.

CONSOLE/MONITOR LOCATIONS: The security contractor/system integrator/supplier shall submit, with their quote, suggested designs for the consoles taking into consideration all items mentioned in the scope of work (space, equipment, service space, and zone of concentration, ergonomics, and functionality of system operations. With Plano ISD Systems Manager Approval).

K.

ELECTRICAL SUPPORT: Normal 120VAC duplex outlets are available at most console locations; however, any locations without available power must be coordinated with the Plano ISD Service Center Representative who will have district technicians install the outlet(s) or use a licensed electrical subcontractor currently on bid for the project. The contractor will supply power to the individual camera units, preferably via low voltage cabling.

L.

IP CAMERA PTZ: JVC dome VN-X685U, VN-X686BU, VNX686WPBU. Desired view and distance to be determined by PLANO ISD Systems Manager. (Any other manufacture must be approved by PLANO ISD System Manager.)

M.

OUTDOOR MOUNTING AND HOUSING FOR PTZ: The outdoor PTZ cameras will be mounted on retractable parapet mountings for ease of service. The environmental housing should be a tinted bubble or dome housing.

N.

DISCLAIMER: Wherever brand, manufacturer or product names are used, they are included only for the purpose of establishing a description of minimum quality of the item(s). This inclusion is not to be construed as advocating or prescribing the use of any particular brand, item or product. Whenever such names appear, approved equals or better will be accepted. The School District’s Security Systems Manager shall be the contact for brand and/or equipment verification.

ADDITIONAL MANUFACTORS FOR EQUIPMENT NOT SPECIFIED

A. B. C. D.

Sony Panasonic Louroe Fujinon Lens

E. F. G. H. I. J. K. L. M.

Videoalarm ARM housings ETS ML 1SF Microphones Kingston Flash drives JVC Tatung Monitors AIPhone Clinton Monitors InMotion CCTV

NOTE: ADDITIONAL MANUFACTURES CAN BE SUMMITED FOR CONSIDERATION 4.0

VENDOR RESPONSIBILITIES 4.1

CONTRACTOR The security systems contractor must be licensed, as required, by the appropriate governmental (Texas) agencies. The security systems contractors shall be an established security and electronics contractor that has and currently maintains a locally (Dallas or Collin County) run and operated business.

4.2

SUPERVISION Vendor must provide quality supervision for the number of workers hired. The supervisor/worker ratio, as stated in the Vendor Questionnaire, must be acceptable to Plano ISD and the number of workers hired for specific jobs must be as specified by Plano ISD.

4.3

EMPLOYEES Vendors must employee factory trained technicians capable of installing and supporting the maintenance of the system. Sub-contract employees are allowed if they come under direct control of the award vendor. Documentation must be provided that the employees are factory trained in the specific type of equipment installed. All employees must comply with Senate Bill 9 (background checks for School Districts)

4.4

BILLING REQUIREMENTS To be billed monthly for Contract Services rendered.

4.5

SAFETY REQUIREMENTS The safety of students and staff members is of utmost importance. Vendor shall be in total compliance with all Plano ISD insurance and bond requirements as set forth previously within this document. All vendor personnel are required to wear photo identification when on the job site. A.

SITE VISIT: Identification may be required of any person on school property per the Texas Education Code 37.105. A Plano ISD staff member must escort all visitors, while on school property, in order to protect the security of our students and staff as well as the learning environment at all school facilities.

5.0

EVALUATION CRITERIA

To determine the award of this Proposal, Plano ISD may consider the following:            6.0

Price Reputation of the vendor Qualities of the vendor’s goods and services The extent to which the goods and services meet the District’s needs. The vendor’s past relationship with the District. The long-term cost to the District to acquire the vendor’s good or services The impact on the ability of the District to comply with laws and rules relating to historically underutilized businesses. Vendor financial strength. Documentation furnish i.e., license, training, and manufacture support. Any other relevant factor specifically listed in the request for bids or proposals Does Vendor use MBE/WBE firms WEIGHTED CRITERIA

Weighting of Criteria: Evaluative criteria will have the following weights assigned to rank Proposal: Cost-10 points, Best Meet the Needs of the District-30 points, Ability to Perform-20 points, References-20 points, and Quality of Service-20 points. Using these criteria and weights, the District’s evaluation Committee will evaluate and rank Proposal to determine the offer that presents the best value to the District. Per Section 44.039, (g) of the Education Code, “In determining best value for the District, the District is not restricted to considering price alone, but may consider any other factor stated in the selection criteria.” 7.0

AWARD

This proposal will be awarded in the best interests of Plano ISD to the Contractors who presents the best value to the district. We reserve the right to award this to multiple vendors. The District reserves the right to accept or reject any and all bids and to waive technicalities and informalities, and to be the sole judge of quality and equality. Awards will be based on what, in our opinion, is most advantageous to Plano ISD. 8.0

SUBMITTAL FORMAT TAB I - MANAGEMENT SUMMARY Provide a cover letter indicating the underlying philosophy of your firm in providing the service. The cover letter should include the name of the company responding, signature of the person submitting the proposal, title, address, and phone number. TAB II - BUSINESS PLAN Include:    

Description of the proposed contract team, and the role to be performed by each member of the proposed team. Proposed team organizational structure, interrelationships, and interactions. Must include one designated contact person for this project. Detailed plan of approach (including major tasks and sub-tasks) Detailed description of the ratio of supervisor to workers.

TAB III - COSTS TO THE DISTRICT Provide the total fees for which your firm will provide the requested services to the District. Include holiday rates, PLANO ISD WILL NOT BE RESPONSIBLE FOR ANY TRAVEL TIME. Fees are based on 24/7 if needed and five days per week with normal hours being, nine hours

with one hour lunch. To be paid monthly. Holidays will not be in conjunction with PLANO ISD holidays. Authorized Plano ISD personnel must approve any overtime charges in advance if needed. TAB IV - CORPORATE EXPERIENCE AND CAPACITY TO PERFORM A. Provide information that documents your firm’s qualification to produce the required outcomes, including its ability, capacity, skill, and financial strength. B. Each vendor or must provide a minimum of three (3) references with the RFP, preferably School Districts located within a fifty (50) mile radius from Plano, Texas. References should be from projects performed for school districts of similar size and scope. Each reference must include:  Project Name  Name of the District for which the project was performed  Dates of the project  Contact person  Phone number, fax number, email address TAB V - KEY PERSONNEL Attach resumes of all managers, supervisors, and other contract team members who will be involved in the management of the total package of services, as well as the delivery of specific services. TAB VI - ACCEPTANCE OF CONDITIONS Indicate any exceptions to the general terms and conditions of the RFP and any other requirements listed in the RFP. TAB VII - ADDITIONAL DOCUMENTS The following documents are provided with the proposal package.  Felony Conviction Notice  Non-Collusion Affidavit  Historically Underutilized Business Certification (HUBS)  Conflict of Interest Form  W-9 Form  Copy of the technician’s Qualified Security Technician License issued by the Texas Department of Public Safety. TAB VIII VENDOR QUESTIONNAIRE Please complete all applicable information: 1. How many years has your firm operated as a security system contractor under your current name? Years 2. How many employees does your firm employ? 3. Does your firm employ sub-contractors? 4. If the answer to Question #3 is yes, when are they used?

5. Indicate the worker to supervisor ratio. 6. List all services that your firm could provide Plano ISD in addition to the stated requirements contained within this proposal.

7. Will your company accept a split contract award? Yes

No

8. Plano ISD requires bid to be firm for one (1) year from date of award. Can you comply? Yes No If no, specify how long bid prices are firm: 9. Is your firm willing to allow other governmental entities to purchase off this contract, if awarded, under the same terms and conditions? Yes No 10. State the typical response time for emergencies. 11. Is you firm licensed by the State of Texas? Yes No 12. State of Texas Security license number.______________________________________________ 13. Attach copy of License. 14. How many years has your firm been doing business with the District? 15. What is your firm's standard response time after receipt of order (ARO)? 16. What is your firm's response time for emergency calls? 17. Provide the complete name, direct phone number or mobile phone number, and e-mail address for the person from your firm that will administer the contract.

PLANO I.S.D. FELONY CONVICTION NOTICE Statutory citation covering notification of criminal history of contractor is found in the Texas Education Code, Section 44.034. Following is an example of a felony conviction notice:

FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (a), states “a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony.” Subsection (b) states “a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract.”

THIS NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true and to the best of my knowledge. VENDOR’S NAME: AUTHORIZED COMPANY OFFICIAL’S NAME (PRINTED): A. My firm is a publicly held corporation, therefore, this reporting requirement is not applicable. Signature of Company Official: B. My firm is not owned nor operated by anyone who has been convicted of a felony. Signature of Company Official: C. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony. Name of Felon(s): Details of Conviction(s):

Signature of Company Official:

PLANO INDEPENDENT SCHOOL DISTRICT

NON-COLLUSION AFFIDAVIT

STATE OF ____________________ COUNTY OF __________________

_______________________________________, of lawful age, being duly sworn, on oath says, that (s)he is the agent authorized by the proposal to submit the attached proposal. Affiant further states that the proposal has not been a party to any collusion among proposal/proposers in restraint of freedom of competition by agreement to proposal at a fixed price or to refrain from proposing; or with any District employee, Board Trustee, or benefit consultant as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussions or actions between proposal/proposers and any District employee, Board Trustee, or benefit consultant concerning exchange of money or other things of value for special consideration in the letting of this contract.

____________________________________ Signature

____________________________________ Title of Above Signature

Subscribed and sworn to before me this ____ day of ________________, 2013.

____________________________________ Notary Public State of_____________________________ My Commission Expires: ______________

PLANO INDEPENDENT SCHOOL DISTRICT HISTORICALLY UNDERUTILIZED BUSINESSES The Plano Independent School District is committed to assure that small, women-owned, and minority businesses have knowledge of, and access and equal opportunity to, compete for goods and services required by the District. The District supports the development and enhancement of small, women-owned, and minority businesses through outreach programs that will allow them to participate. Nothing shall be construed to authorize or require expenditures of funds for goods or services apart from normal and statutory purchasing processes. The awarded Proposer will be required to document a "Good Faith Effort" to secure small, women-owned, and minority businesses as subcontractors/sub-consultants. A report detailing the participation of these businesses will be submitted as part of Project closeout. The "Good Faith Effort" outlined below is for use by the District to help the District determine whether a "Good Faith Effort" was made by the vendor. "Good Faith Effort" will be defined as: 1. Attendance at the pre-bid/pre-proposal conference, if any. 2. Efforts to follow up initial solicitation of interest by contacting small, woman-owned, and minority businesses to determine with certainty whether these businesses are interested. 3. Efforts made to identify portions of the work that can be performed by small, woman-owned, and minority businesses in order to increase participation. If possible this should include the breakdown of subcontracts into economically feasible units to facilitate participation. 4. Document each small, women-owned, and minority business contacted, indicating the inclusion or decision regarding inclusion and the reason for the decision. 5. Efforts that demonstrate that the contractor effectively used the services of available organizations, contractor's groups, local, state and federal small, women-owned, and minority business assistance offices and other organizations that provide assistance and placement of small, women-owned, and minority businesses.

REQUIREMENTS FOR ALL PROPOSERS/BIDDERS: Each firm responding to this request is required to submit with the bid/proposal form information regarding small, women-owned and minority business participation in this project.

NOTE: The Plano Independent School District will not allow misrepresentation for the purpose of evasion of this policy by certifying to any of the above statements. The District recognizes certifications issued by the North Texas Regional Certification Agency (NCTRCA), the State of Texas Historically Underutilized Business (HUB) and the Small Business Administration (SBA). Other certifications may be considered on an individual basis.

SMALL/MINORITY/WBE IDENTIFICATION Minority Business Enterprise (MBE) -- The offeror/bidder represents that it is ( ) is not ( ) a minority owned business. Certification #: __________________________ Woman Business Enterprise (WBE) -- The offeror/bidder represents that it is ( ) a woman owned business. Certification #: __________________________ Small Business Enterprise (SBE) -- The offeror/bidder represents that it is ( small business. Certification #:: __________________________

________________________________ Name of Company

____________________ Date

________________________________ Signature

____________________ Title

) is not (

) is not (

)a

PARTICIPATION REPORT FOR SUB CONTRACTORS Complete the top section for each small, women-owned and minority business that participated in the performance of this proposal. NAME OF S/M/WBE: ADDRESS OF S/M/WBE: PHONE #: _____________________ FAX #: STATUS OF COMPANY (SBE, MBE OR WBE): ________________________ (Attach copy of M/WBE Certification) Detailed Description of work/supplies to be provided by SMALL, WOMEN-OWNED AND MINORITY BUSINESSES on this project:

This S/M/WBE represents: _____ Sub-contractor _____ Sub-consultant _____ Material Supplier

Dollar Value $_____________ $_____________ $_____________

Percentage of Contract _____________% _____________% _____________%

If no M/W/SBE's added explain in detail:

This section (bottom section) of this form MUST be completed with information regarding your company. NAME OF YOUR BUSINESS: ADDRESS: PHONE #: _____________________ FAX #: SIGNATURE:__________________________________ DATE: