Solicitation 13-08 ACCESS CONTROL SYSTEM ...


[PDF]Solicitation 13-08 ACCESS CONTROL SYSTEM...

9 downloads 140 Views 759KB Size

City of University Park

Bid 13-08

Solicitation 13-08

ACCESS CONTROL SYSTEM REPLACEMENT

Bid designation: Public

City of University Park

10/1/2013 10:08 AM

p. 1

City of University Park

Bid 13-08

Bid 13-08 ACCESS CONTROL SYSTEM REPLACEMENT Bid Number   

13-08

Bid Title   

ACCESS CONTROL SYSTEM REPLACEMENT

Bid Start Date

Sep 30, 2013 2:57:30 PM CDT

Bid End Date

Oct 14, 2013 10:00:00 AM CDT

Bid Contact   

Christine L. Green 214-987-5480 [email protected]

Contract Duration    365 days Contract Renewal    Not Applicable Prices Good for   

30 days

Bid Comments

The City of University Park is seeking proposals for an access control system at its City Hall and Peek Service Center. Item Response Form

Item    

13-08--01-01 - Access Control System

Quantity   

1 each

Unit Price    Delivery Location          City of University Park City of University Park   3800 University Blvd.   University Park TX  75205 Qty 1

Description Please provide a turnkey price for replacement of the Access Control System at University Park City Hall and the University Park Peek  Service Center as described in the RFP specifications. Please also submit the completed specifications matrix along with any other information you want to include with your response (marketing materials, references, etc.).  You may download these documents and re-upload to BidSync if you wish to submit electronically.  Or, you may  respond via paper copy.

10/1/2013 10:08 AM

p. 2

City of University Park

Bid 13-08

CITY OF UNIVERSITY PARK PURCHASING DIVISION 4420 WORCOLA STREET DALLAS, TX 75206 TELEPHONE: 214-987-5480

Notice to Proposers The City of University Park is accepting proposals to provide a replacement Access Control System as specified in the attached pages, until 10:00 a.m., Monday, October 14, 2013. Sealed proposals will be accepted in paper copy at the office of the Purchasing Agent, City of University Park, 4420 Worcola Street, Dallas, TX 75206 and should be clearly marked: "RFP NO. 13-08 – ACCESS CONTROL SYSTEM REPLACEMENT”

Proposals must be delivered electronically via BidSync (www.bidsync.com), or in paper copy in a sealed, opaque envelope bearing the bidder's company name, address, RFP title, City of University Park RFP number, date, and time stated for the proposal opening. Facsimile (FAX) bids will not be accepted. The City of University Park appreciates your time and effort in preparing this proposal. Please note that to be considered, all proposals must be received at the designated location and by the deadline shown above. Proposals received after the deadline will not be considered for the award of this contract and will be considered void and unacceptable. The proposal opening will be held in the Purchasing Office at 4420 Worcola, Dallas, TX 75206. You are invited to attend. Only the names of the RFP respondents will be read aloud. No pricing or other information will be provided at the opening.

Proposal Awards Proposal awards are made by the City Council. Council meetings are held the first and third Tuesdays of each month. To obtain proposal results or tabulations, please check BidSync (www.bidsync.com), or contact the Purchasing Division between the hours of 8:00 a.m. and 5:00 p.m. at 214-987-5480.

10/1/2013 10:08 AM

p. 3

City of University Park

Bid 13-08

TERMS AND CONDITIONS Funding: Funds for payment have been provided through the City of University Park budget approved by the City Council for this fiscal year only. State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current fiscal year shall be subject to budget approval. Late Proposals (Paper Copy): Paper proposals received in the Purchasing Division after the submission deadline will be considered void and unacceptable. The City of University Park is not responsible for lateness or non-delivery of mail, carrier, etc., and the date/time stamp in the Purchasing Division shall be the official time of receipt. Altering Proposals (Paper Copy): Proposals cannot be altered or amended after the submission deadline. Any alteration made before the submission deadline must be signed or initialed by the proposer or his agent. Withdrawal of Proposal: Proposals may not be withdrawn or canceled without the written permission of the City of University Park for a period of ninety (90) days following the date designated for the receipt of the proposal, and the vendor so agrees upon submittal of their proposal. Electronic Proposals: The City of University Park uses BidSync to distribute and receive bids and proposals. There is no cost to the vendor for standard bids or proposals. Refer to www.bidsync.com for further information Electronic Signature – Uniform Electronic Transaction Act The City of University Park adopts Vernon’s Texas Statutes and Codes Annotated Business and Commerce Code, Chapter 43, Uniform Electronic Transactions Act, allowing individuals, companies, and governmental entities to lawfully use and rely on electronic signatures. Sales Tax: The City of University Park is exempt from payment of any Texas sales tax or federal excise tax allowed by law. Vendors shall include any sales taxes from concession sales or taxable items on City property in the total price of the sale, and shall be responsible to report and pay such taxes in a timely manner. Contract: This proposal, when properly signed and witnessed by the vendor and accepted by the City of University Park, shall constitute a contract equally binding between the successful proposer and the City of University Park. No different or additional terms will become a part of this contract unless approved in writing by the City of University Park. All changes to the contract will be made by change order. Change Orders: No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All change orders to the contract will be made in writing by the City of University Park Purchasing Agent. Price Changes: If during the life of the contract, the successful vendor's net prices to other customers for the items awarded herein are reduced below the contracted price, it is understood and agreed that the benefits of such reduction shall be extended to the City of University Park. Delivery: All delivery and freight charges (FOB the City of University Park designated location) are to be included in the proposal price.

10/1/2013 10:08 AM

p. 4

City of University Park

Bid 13-08

TERMS AND CONDITIONS (continued) Conflict of Interest: No public official shall have interest in this contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. If you or anyone closely related to you is an employee of the City of University Park, you and the City employee must make disclosure of that fact by consulting the employee's immediate supervisor or department head to discuss the circumstances prior to the submission of your proposal. [City of University Park Administrative Order PRS-16, Section A (3)]. Conflict of Interest: No public official shall have interest in this contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. If you or anyone closely related to you is an employee of the City of University Park, you and the City employee must make disclosure of that fact by consulting the employee's immediate supervisor or department head to discuss the circumstances prior to the submission of your proposal. [City of University Park Administrative Order PRS-16, Section A (3)]. **You must complete and submit the attached Form CIQ with your proposal.** Ethics: The vendor shall not offer or accept gifts or anything of value or enter into any business arrangement with any employee, official, or agent of the City of University Park. Exceptions or Substitutions to this Proposal: All proposals meeting the intent of this proposal document will be considered for award. Vendors taking exception to the specifications, or offering substitutions shall state these exceptions in the section provided or by attachment to the proposal. The absence of such a list shall indicate that the vendor has not taken exceptions and shall hold the vendor responsible to perform in strict accordance with the specifications of the proposal document. The City Council of the City of University Park reserves the right to accept any and all or none of the exception(s) and or substitution(s) deemed to be in the best interest of the City. Specification Descriptions: Any reference to model and/or make/manufacturer used in the proposal specifications is descriptive and not meant to be restrictive. All specifications are used to indicate the type and quality desired. Proposals on items of like quality will be considered. If, however, City requirements mandate the purchase of materials or services that are compatible with materials or services already in place at the City, only those materials or services that are compatible will be considered. Addenda: Any interpretations, corrections, or changes to this proposal document and specifications will be made by addenda to the proposal. Sole issuing authority of addenda shall be vested in the City of University Park's Purchasing Agent. Addenda will be distributed to all who are known to have received a copy of this proposal document. Vendors shall acknowledge receipt of all addenda in the "Proposer Information" section of the proposal. Governmental Compliance: All proposals must comply with all federal, state, county, and municipal laws concerning these types of service. Manufacturing Standards: The design, strength, and quality of all materials must conform to the highest standards of manufacturing practice. Vendor Qualifications: Minimum standards for responsible prospective offerors are as follows: 1. Have adequate financial resources, or the ability to obtain such resources as required. 2. Be able to comply with the required or proposed delivery schedule. 3. Have a satisfactory record of performance. 4. Have a satisfactory record of integrity and ethics. 5. Be otherwise qualified and eligible to receive an award.

10/1/2013 10:08 AM

p. 5

City of University Park

Bid 13-08

TERMS AND CONDITIONS (continued) Documentation: All proposers shall provide with their proposals all documentation required by this proposal document. Failure to provide this information may result in rejection of your proposal. Indemnification: The successful proposer shall defend, indemnify, and save harmless the City of University Park and all its officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property because of any negligent act or fault of the successful proposer, or of any agent, employee, sub-contractor or supplier in the execution of, or performance under any contract which may result from proposal award. The successful proposer indemnifies and will indemnify and save harmless the City of University Park from liability, claim or demand on their part, agents, servants, customers, and/or employees whether such liability, claim, or demand arise from event or casualty happening or within the occupied premise themselves or happening upon or in any of the halls, elevators, entrances, stairways or approaches of or to the facilities within which the occupied premise are located. The successful proposer shall pay any judgment with costs which may be obtained against the City of University Park growing out of such injury or damages. Wages: The successful proposer shall pay or cause to be paid, without cost or expense to the City of University Park, all Social Security, Unemployment and Federal Income Withholding Taxes of all such employees and all such employees shall be paid wages and benefits as required by local, state, or federal law. Termination of Contract: This contract shall remain in effect until the contract expires, delivery and acceptance of the products and/or performance of services ordered or terminated by either party with a thirty (30) day written notice prior to any cancellation. The successful proposer must state therein the reasons for such cancellation. The City of University Park reserves the right to terminate the contract immediately in the event the successful proposer fails to: 1. 2. 3.

Meet delivery or service schedules. Defaults in the payment of any fees. Otherwise fails to perform in accordance with the proposal specifications.

Vendor Performance: In the event the successful vendor shall fail to perform, keep, or observe any of the terms and conditions to be performed, kept, or observed, the City of University Park shall give the successful vendor written notice of such default; and in the event said default is not remedied to the satisfaction and approval of the City within two (2) working days of receipt of such notice by the successful vendor, default will be declared and all the successful vendor's rights shall terminate. The successful vendor, in submitting this proposal, agrees that the City of University Park shall not be liable to prosecution for damages in the event that the City declares the vendor in default. Patents/Copyrights: The successful vendor agrees to protect the City of University Park from claims involving infringements of patents and/or copyrights. Contract Administrator: Under this contract, the City of University Park may appoint a contract administrator with designated responsibility to ensure compliance with contract requirements, such as but not limited to, acceptance, inspection and delivery. The administrator will serve as liaison between the City of University Park Purchasing Division (which has the overall contract administration responsibilities) and the successful vendor. Purchase Order(s): A purchase order(s) shall be generated by the City of University Park to the successful vendor. The purchase order number must appear on all itemized invoices and packing slips. The City of University Park will not be held responsible for any orders placed/delivered without a valid current purchase order number.

10/1/2013 10:08 AM

p. 6

City of University Park

Bid 13-08

TERMS AND CONDITIONS (continued) Packing Slips: Packing slips or other suitable shipping documents shall accompany each special order shipment and shall show: 1. 2. 3. 4.

Name and address of the successful vendor. Name and address of the receiving department and delivery location. The City of University Park Purchase Order number. Any descriptive information as to the item/s delivered, including product code, item number, quantity, number of containers, etc.

Invoices: Invoices shall show all information as stated above and shall be issued for each purchase order. Invoices shall be mailed directly to the City of University Park, City Hall, Attn: Accounts Payable, 3800 University Blvd., University Park, TX 75205. Payments: Payment for material or services will be made upon receipt and acceptance by the City of University Park for the item(s) ordered and after receipt of a valid invoice. The City of University Park will pay all invoices in accordance with the State of Texas Prompt Payment Act, Government Code, Chapter 2251. The successful vendor is required to pay any subcontractors within ten (10) days. Defective Material: Items supplied under this contract shall be subject to the City's approval. Items found defective or not meeting proposal specifications shall be picked up and replaced by the successful vendor at the next service date at no expense to the City. If any item(s) refused are not picked up within one (1) week after notification, the item will become a donation to the City of disposition. Warranty: The successful vendor shall warrant that all items/services shall conform to the proposed specifications and/or all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. Venue: This agreement will be governed and construed according to the laws of the State of Texas. Performance of this agreement is in Dallas County, Texas. Assignment: The successful vendor shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of the City of University Park. Interlocal Agreement: The successful proposer agrees to extend prices and terms to all entities that have entered into or will enter into joint purchasing interlocal cooperation agreement with the City of University Park. Silence of Specification: The apparent silence of these specifications as to any detail or to the apparent omission of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement. Pricing: In case of ambiguity or lack of clearness in the proposal pricing, the City of University Park reserves the right to adopt the most advantageous interpretation thereof, or to reject any or all proposals. The total price quoted in this proposal must be the total invoiced price based on the specifications and include all charges including delivery, installation (if applicable), and/or administrative costs.

10/1/2013 10:08 AM

p. 7

City of University Park

Bid 13-08

TERMS AND CONDITIONS (continued) Protests: All protests regarding the proposal solicitation process must be submitted in writing to the Purchasing Agent within five (5) working days following the opening of proposals. This includes all protests relating to advertising of proposal notices, deadlines, proposal opening, and all other related procedures under the Local Government Code, as well as any protests relating to alleged improprieties or ambiguities in the specifications. The limitation does not include protests relating to staff recommendations as to award of this proposal. Protests relating to staff recommendations may be directed to the City Council by contacting the City Secretary. All staff recommendations will be made available for public review prior to consideration by the City Council.

10/1/2013 10:08 AM

p. 8

City of University Park

Bid 13-08

CITY OF UNIVERSITY PARK ACCESS CONTROL REPLACEMENT REQUEST FOR PROPOSAL

INTRODUCTION Approximately seven years ago, as part of a larger remodel project, the City of University Park implemented an access control system at its Peek Service Center and City Hall facilities. The current manufacturer name of the hardware and software in use is Infinias. Progressive failure of the Infinias system has necessitated its replacement. At the beginning of 2013, the City constructed a library facility and used Open Options hardware and software for Access Control. Our experience with this system and a desire to limit the number of disparate systems providing a function has led us to choose it as the Access Control vendor for all City facilities going forward. The following Request for Proposal outlines, to the best of our abilities, the parameters under which we seek to replace the existing system. PART 1- GENERAL 1.1

1.2

WORK INCLUDED A.

The Contractor shall replace the existing access control system with a new microprocessor based system as specified herein. The system shall include, but not be limited to, all control equipment, power supplies, power circuits, signal initiating and signaling devices, conduit, wire, fittings, and all other accessories required to provide a complete and operable system.

B.

Security system devices indicated are for reference and coordination purposes only. The installing contractor shall design and provide a complete system, meeting the requirement of specification. The Contractor shall provide all security system devices required for proper door access coverage acceptable to all governing authorities, Architect and Owner.

C.

The system shall include security for all access into the buildings as noted on contract drawings. The Access Control software and hardware must be provided to accommodate the following requirements. 1. The Control System shall be the product of a single manufacturer. 2. Tag all conductors or cables at each end with machine printed labels. 3. Card reader access at all door locations shown on contract drawings. 4. Door monitoring for forced and held open doors at the card reader locations.

D.

The complete system installation shall be performed as a hot-swap, all access control functions are to remain in operation during the project.

E.

Project kick-off meeting with Owner’s representatives, Project Manager, installing technicians and project superintendent will be required.

F.

Project status meetings with Owner’s representatives and Project Manager are required weekly, schedule to be determined at project kick-off meeting.

CODES AND STANDARDS The system shall comply with all applicable Codes and Standards as follows (but not limited to): A.

10/1/2013 10:08 AM

National Fire Protection Association Standards: 1. NFPA 70 National Electric Code 2. NFPA 72 National Fire Alarm Code 3. NFPA 101 Life Safety Code

p. 9

City of University Park

1.3

B.

Local & StateBuilding Codes

C.

Requirements of Local Authorities Having Jurisdiction.

D.

Underwriters Laboratory Requirements and Listings for use in Security Alarm Systems.

E.

Requirements of American Disabilities Act (Public law 101-336).

F.

Texas Accessibility Standards (T.A.S.)

G.

State Fire Marshall.

H.

Texas Insurance Code.

QUALITY ASSURANCE A.

1.4

Contractor Qualifications: 1. The installing contractor must be licensed by the State of Texas as a security services contractor to design, sell, install and service access control and security alarm systems. 2. The installing contractor shall be a current representative of the Access Control Manufacturer authorized to sell, install, and service the proposed manufacturer’s equipment. 3. The installing contractor must have a minimum of two (2) years’ experience with the specified Access Control equipment. 3. The installing contractor shall provide 24 hour, 365 day per year emergency service with factory trained service technicians. 4. The installing contractor must be familiar with all aspects of the existing electronic security system at each location in question. 5. The installing contractor must be capable of designing, implementing, installing and servicing PLC controls to insure the continued functionality of the current access control/PLC integration. 6. The installing contractor must maintain facilities within a fifty (50) mile radius of University Park. 7. The installing contractor must submit to the owner prior to starting any work the factory training certificates for all personnel that will be working on the access control system.

SUBMITTALS A.

The installing contractor and/or equipment supplier shall provide complete and detailed shop drawings which include: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12.

10/1/2013 10:08 AM

Bid 13-08

Installation plan/schedule that minimizes impact to the existing building security. Control panel wiring and interconnection schematics. Door controller wiring and interconnection schematics. Complete point to point wiring diagrams. Riser diagrams. Complete floor plan drawings locating all system devices. Factory data sheets on each piece of equipment proposed. Detailed system operational description. Any specification differences and deviations shall be clearly noted and marked. Complete system bill of material (new installation materials). Access Control server specifications per Open Options guidelines. Access Control client workstations per Open Options specifications. Line by line specification review stating compliance or deviation.

p. 10

City of University Park

B.

Bid 13-08

All submittal data will be in bound form with Contractor’s name, supplier’s name, project name, and state security license number adequately identified. Two copies required.

EVALUATION OF PROPOSALS – SCORING

1.5

The responses to the RFP will be the primary document on which each vendor will be evaluated. The evaluation will be based on the following factors and weights:

Criteria

Weight

Total cost of hardware and services, including one-time and recurring costs

50

Assessment of vendor qualifications, experience, and references

40

Assessment of system suitability based on responses to specification review

10

Total possible

100

Following the submission deadline, a selection committee will evaluate all responses and shortlist the proposing vendors. Responders will be notified and finalists will be invited to present demonstrations to our staff. After all demonstrations are completed, the selection committee shall reconvene to either make a decision or to request further information. The selection committee will then make recommendations regarding the selection and request authorization to enter into a contract with the approved vendor. The City of University Park reserves the right to a) reject any or all proposals, or to make no award, b) require modifications to initial proposals or c) to make partial or multiple awards. The City further reserves the right to excuse technical defects in a proposal when, in its sole discretion, such excuse is beneficial to the agency. Submission of a proposal indicates acceptance of the conditions contained in the RFP and an agreement to negotiate a contract for services. An award can be made on the basis of Best Value and not necessarily the lowest cost option.

PART 2 - PRODUCTS 2.1

2.2

2.3

ACCEPTABLE MANUFACTURERS AND INSTALLERS A.

Open Options– DNA Fusion(no exceptions).

B.

Security installer must be an Open Option authorized distributor for a period of 2 or more years and must have completed three (3) or more Open Options projects in the State of Texas.

MAIN ACCESS CONTROL PANEL A.

Contractor shall provide sufficient number of IP based main control modules to monitor all card reader locations shown on plans.

B.

Locate all main control panels in MDF room.

FIELD DEVICES A.

10/1/2013 10:08 AM

Card Access Equipment 1. Contractor shall provide sufficient number of IP based door control modules to install at all card reader locations shown on plans.

p. 11

City of University Park

2.

2.4

2.5

Bid 13-08

Contractor shall provide sufficient number of input/output modules for general purpose and PLC systems interface as required to maintain existing system capabilities.

B.

Door Hardware & Electronic Door Locking Hardware 1. All door hardware, keys, key cylinders, electrified locking hardware, door switches, request-to-exit sensors and readers are pre-existing. Contractor shall test all door functions and document the results to the Owner prior to starting any field work.

C.

Access Control Software,Server and Workstation 1. Contractor shall provide DNA Fusion software to administer the access control system. 2.

Contractor shall provide all necessary licenses and updated software versions required for full system operation.

3.

Contractor shall provide one (1) photo badging license for the access control system.

4.

Contractor shall provide 200 proximity cards; format is standard HID 26bit clamshell card. Number range and facility code will be provided to installing contractor.

5.

Owner will provide access control server the Open Options DNA Fusion software will run on. Server must meet the minimum requirements specified for the DNA Fusion server software. Contractor to provide server specifications with submittals.

6.

Owner will provide PC workstation to administer the access control system. Workstation must meet the minimum requirements required by the DNA Fusion client software. Contractor to provide workstation specifications with submittals.

7.

Badging printer will not be required for this project.

WIRING A.

All wiring shall be by the manufactures specifications. All cable shall be shielded as required.

B.

All systems shall be connected to an emergency power source if available.

ACCESS CONTROL SYSTEM OVERVIEW The access control system provided will be a full-featured, credential-based access control program designed for the extended enterprise and taking full advantage of the Distributed Network Architecture model. The access control system must allow users to monitor and manage several integrated systems through one common interface. The access control software must be designed with InfoReady™ architecture, giving users the maximum options available with an easy-to-use interface. The software must contain “drag and drop” technology and a multi-document interface. The open platform will allow for simple integration into other systems and devices such as standard andIP video, intercom and audio systems, building controls, intrusion detection systems, personneldatabases, and more.

2.6

10/1/2013 10:08 AM

HARDWARE ARCHITECTURE (Data Gathering Panels – DPG’s) A.

The System shall be built using Mercury hardware distributed by Open Options, Inc.

B.

The System shall have the ability to utilize either the single or two-reader Mercury hardware subpanels.

p. 12

City of University Park

2.7

2.8

2.9

Bid 13-08

SOFTWARE ARCHITECTURE A.

Client / Server Architecture

B.

SQL Database that supports ODBC

C.

Microsoft Remote Desktop Ability

NETWORK ARCHITECTURE A.

Communications between servers, workstations, and data gathering panels (DGP) will utilize the Owner’s existing LAN.

B.

The ACS shall support 10 Base T Ethernet communications between the data gathering panels in the communication rooms and the reader/input/output modules located in the field.

C.

The ACS shall support 10 Base T Ethernet communications between the ACS File Server and the System Workstations, and between the ACS File Server and the DGP’s.

D.

Communications shall be encapsulated in a TCP/IP network transport layer in a client / server type Architecture.

SYSTEM CAPACITIES The system’s HOST PCshall have the following capacities: Network Controllers 256 Access control readers: 16,384 Access cards: 250,000-600,000 Card formats 8 Card Bit Length 128 Alarm input points: 262,144 Control point outputs: 262,144 Online event history log: limited Holidays 255 Access levels per person 32 per card Cards per person no limit

The System shall have the following capacities per each individual D2 CONTROLLER: Access control readers: 64 Access levels: 1000 Portals: 64 Input groups: 256 Elevators: 64 Floor groups: 32 Alarm input points: 56 Control point relays: 56 Credential storage: 250,000 Event log records: 50,000 Offline Power Supply: Internal 12 VDC with Battery Backup Capability

10/1/2013 10:08 AM

p. 13

City of University Park

Bid 13-08

A Power over Ethernet (POE) sub-controller (NSC100)shall also be available, and have the following capacities: Access control readers: Portals: Alarm Input Points: Control Point Relays: Power Supply: Max Power to External Devices: 2.10

2 2 4 2 Power over Ethernet (POE) 700 ma

SYSTEM FEATURES Required Access Control Features Access control features shall include:  Multiple access levels and cards per person.  InfoReady™ Reporting.  Auto Expiring Access Levels (Date, Hour, Minute, Second).  Global Hardware Edit/Control.  Drag and Drop function.  Two Man Rule.  Detailed time specifications (12 intervals per daily schedule).  Multiple card formats for mixed card populations.  Activation/expiration date/time by person.  Use of Threat Levels to alter security system behavior globally and lockdown.  Area Occupancy Control.  Multiple holiday schedules.  Timed unlock schedules.  Scheduled actions for arming inputs, activating outputs, locking and unlocking portals.  Integrated Photo ID.  Counted-use access control.  Timed anti-passback.  Hard/Soft anti-passback.  Muster / Roll Call Reporting.  Dual reader portal support.  Wiegand keypad PIN support.  First-in/Supervisor unlock rule.  Custom Personnel Database Fields.  Ethernet Level Integration with specific NVR/DVR products.  Ability to view live video from IP Cameras through the web based GUI. Required Alarm Monitoring Features 

N/A; no alarm system integration required in the project.

Required Security Database Features Security database features shall include:  Record recall by vehicle tag, name, or card.  SQL capability and ODBC compliance.  Optional storage and recall of ID photos and personal/emergency data.  Storage of system user passwords and permissions.  System user permissions to grant whole or partial access to system resources, and personal data.

10/1/2013 10:08 AM

p. 14

City of University Park

 

Bid 13-08

Pre-defined reports on system configuration, system activity history, and people. English-based query language for instant custom reports.

Required Reporting Features

2.11

A.

The system shall be capable of producing a variety of predefined reports regarding software and security hardware configurations, event history, and the administration of people within the system.

B.

The system user shall have the ability to run a real-time InfoReady™ report by simply rightclicking in the personnel browser, hardware browser, events grid and/or graphics map. 1. A single right click give you the ability to run a: a. Cardholder database “non-use” report b. Last-used report c. Personnel trace history based on date d. Personnel access report e. Door status report f. Door trace history based on date g. Door “who has access” report

C.

Custom Repeating Queries (CRQ’s) – custom repeating query buttons can be created to query any field within the personnel database as well any custom fields within the personnel database. 1. Access control software must have the ability to append multiple CRQ’s to the menu bar.

INTEGRATION CAPABILITIES The access control system must have the capability to perform the following integrations: A. Automated Personnel Data Exchange – Open DX 1. All OLE DB Providers 2. SQL Server 2000/2005 3. Microsoft Access 4. Active Directory 5. Oracle 6. LDAP 7. CSV 8. XML B. InfoReader™ 1. Access control software must have the ability to program custom text to display on InfoReader LCD, modify text selections and report on all data and event history. 2. Manufacturer – Open Options (no exceptions) C. Visitor Management 1. VMS is to be provided and manufactured by ACM – no 3rd party exceptions. 2. VMS must have the ability to check against National Sex Offender Registry. 3. VMS must have seamless integration with DNA Fusion access control system. 4. Manufacturer – Waypoint by Open Options (no exceptions) D. Video Management System 1. Real time video monitoring displays through matrix type video browser. 2. Playback controls. 3. Camera control. 4. Video switching based on access activity or event activation. 5. Call-up of digital recording of events. 6. Support for multiple DVR and NVR systems. 7. Multiple supported cameras.

10/1/2013 10:08 AM

p. 15

City of University Park

8. 9.

Bid 13-08

Recall of photo ID and real time image for comparison. Full monitoring through a web browser interface.

PART 3- EXECUTION 3.1

3.2

INSTALLATION A.

Server and client computers shall be installed, DNA Fusion software loaded and database programmed prior to changing any field devices.

B.

Minimum of two (2) hours operator training shall be completed before starting any field work.

C.

All wiring shall be in accordance with the National Electrical Code, Local Codes, and article 760 of NFPA Standard 70. All wiring sizes shall conform to recommendations of the equipment manufacturer, and as indicated on the engineered shop drawings.

D.

All wire shall be UL Listed CL2 for limited energy (300V) applications and shall be installed in conduit. Limited energy MPP wire may be run open in return air ceiling plenums provided such wire is UL Listed for such applications and is of the low smoke producing fluorocarbon type and complies with NEC Article 760 if so approved by the local authority having jurisdiction.

E.

No AC wiring or any other wiring shall be run in the same conduit as security alarm wiring.

F.

All wire shall be installed in an approved conduit/raceway system (except where permitted by NEC and the local authority having jurisdiction). Maximum conduit "fill" shall not exceed 40% per NEC.

G.

Minimum conduit size shall be 3/4" EMT. Install conduit per engineered shop drawings.

H.

Systems utilizing open wiring techniques with low smoke plenum cable shall provide conduit in all inaccessible locations, inside concealed walls, all mechanical/electrical rooms, or other areas where wiring might be exposed or subject to damage.

I.

All vertical wiring and all main trunk/riser wiring shall be installed in a complete raceway/conduit system. All riser boxes shall be adequately sized for the number of conductors traversing the respective box as well as the number of terminations required.

J.

Network Connection Cable: Provide a 4 pair Category 6 data cable from the new Master Control Panel to the MDF network rack.

K.

All plenum wiring is to be installed parallel and perpendicular to the building structure. Install wiring tight up against structure for protection. Cable shall be bundled on a maximum of 2'-6" and secured to the structure at a maximum of 5' on center. Bundling and support shall be with plenum rated cable ties.

TESTING A.

10/1/2013 10:08 AM

Submit a written test report from an authorized representative of the equipment manufacturer that the system has been 100% tested and approved. Final test shall be witnessed by Owner, Engineer, Electrical Contractor and performed by the equipment supplier. Final test report must be received and acknowledged by the Owner prior to substantial completion. 1. Access control tests require confirmation of the following at each door: a. Door releases on card b. Alarm is generated on door held events c. Alarm is generated on door forced events

p. 16

City of University Park

Bid 13-08

d. Door can be released remotely

3.3

B.

Provide instruction as to proper use and operation of system, for the Owner's designated personnel.

C.

Training will consist of two separate four hour sessions for a total of 8 hours.

WARRANTY A.

3.4

SOFTWARE A.

10/1/2013 10:08 AM

Entire system (less wire and cable) shall be warranted against defects in materials and workmanship for a period of one (1) year from the date of substantial completion.

Burn to disc two (2) separate backups of the installed and tested system database, deliver to the Owner representative.

p. 17

City of University Park

Bid 13-08

Attachment 1 Minimum required hardware and software for a complete Access Control system conversion at the City of University Park City Hall: System software: 1. 2. 3.

One (1) Open Options DNA-350; NPower DNA Fusion Access Control server software, 3 simultaneous workstation connections and up to 50 sub controller connections. One (1) Open Options DNA-SC20; NPower DNA Fusion Access Control server software, additional 20 sub controller connections. One (1) Open Options DNA-IPID; NPower DNA Fusion Access Control Photo ID module (S/W only).

Primary hardware controllers: 1. 2. 3. 4.

One (1) Open Options E2-SSP-D2 controller in powered enclosure. One (1) Open Options SSP-D2 controller board only. One (1) 12vdc 7ah battery. Sixty six (66) Open Options NSC-100 IP network sub controllers (external power option REQUIRED).

Service spares to be delivered: 1.

Two (2) Open Options NSC-100 IP network sub controllers (external power option REQUIRED).

Server and workstation computers will be provided by owner.

10/1/2013 10:08 AM

p. 18

City of University Park

Bid 13-08

Attachment 2 Minimum required hardware and software for a complete Access Control system conversion at the City of University Park Peek Service Center facility. System software: 1. 2.

One (1) Open Options DNA-220; NPower DNA Fusion Access Control server software, 2 simultaneous workstation connections and up to 20 sub controller connections. One (1) Open Options DNA-IPID; NPower DNA Fusion Access Control Photo ID module (S/W only).

Primary hardware controllers: 1. 2. 3.

One (1) Open Options E2-SSP-D2 controller in powered enclosure. One (1) 12vdc 7ah battery. Eleven (11) Open Options NSC-100 IP network sub controllers (external power option REQUIRED).

Service spares to be delivered: 1.

One (1) Open Options NSC-100 IP network sub controllers (external power option REQUIRED).

Server and workstation computers will be provided by owner.

10/1/2013 10:08 AM

p. 19

City of University Park

Specification

Bid 13-08

Compliant

Not Compliant

Reason (If not Compliant)

Contractor Qualifications: Licensed by the State of Texas as a security services contractor to design, sell, install and service access control and security alarm systems. Current representative of the Access Control Manufacturer authorized to sell, install, and service the proposed manufacturer’s equipment. Minimum of two (2) years’ experience with the specified Access Control equipment. Able to provide 24 hour, 365 day per year emergency service with factory trained service technicians. Familiar with all aspects of the existing electronic security system at each location in question. Capable of designing, implementing, installing and servicing PLC controls to insure the continued functionality of the current access control/PLC integration. Maintain facilities within a fifty (50) mile radius of University Park. Available factory training certificates for all personnel that will be working on the access control system. Able to provide complete and detailed shop drawings which include: 1. Installation plan/schedule that minimizes impact to the existing building security. 2. Control panel wiring and interconnection schematics. 3. Door controller wiring and interconnection schematics. 4. Complete point to point wiring diagrams. 5. Riser diagrams. 6. Complete floor plan drawings locating all system devices. 7. Factory data sheets on each piece of equipment proposed. 8. Detailed system operational description. Any specification differences and deviations shall be clearly noted and marked. 9. Complete system bill of material (new installation materials). 10. Access Control server specifications per Open Options guidelines. 11. Access Control client workstations per Open Options specifications. 12. Line by line specification review stating compliance or deviation. ACCEPTABLE MANUFACTURERS AND INSTALLERS: Open Options– DNA Fusion. Open Option authorized distributor for a period of 2 or more years. Have completed three (3) or more Open Options projects in the State of Texas. Access Control Software,Server and Workstation: Provide DNA Fusion software to administer the access control system. Provide all necessary licenses and updated software versions required for full system operation. Provide one (1) photo badging license for the access control system. Provide 200 proximity cards; format is standard HID 26bit clamshell card. Number range and facility code will be provided to installing contractor. Willing to allow City to provide Server and Workstation Hardware WARRANTY: Entire system (less wire and cable) warranted against defects in materials and workmanship for a period of one (1) year from the date of substantial completion. Required hardware and software for City Hall: System software: 1. 2. 3.

One (1) Open Options DNA-350; NPower DNA Fusion Access Control server software, 3 simultaneous workstation connections and up to 50 sub controller connections. One (1) Open Options DNA-SC20; NPower DNA Fusion Access Control server software, additional 20 sub controller connections. One (1) Open Options DNA-IPID; NPower DNA Fusion Access Control Photo ID module (S/W only).

Primary hardware controllers: 1. One (1) Open Options E2-SSP-D2 controller in powered enclosure. 2. One (1) Open Options SSP-D2 controller board only. 3. One (1) 12vdc 7ah battery. 4. Sixty six (66) Open Options NSC-100 IP network sub controllers (external power option REQUIRED). Service spares to be delivered: 1. Two (2) Open Options NSC-100 IP network sub controllers (external power option REQUIRED). Required hardware and software for Peek Service Center facility: System software: 1.

One (1) Open Options DNA-220; NPower DNA Fusion Access Control server software, 2 simultaneous workstation connections and up to 20 sub controller connections.

10/1/2013 10:08 AM

p. 20

City of University Park

Specification 2. One (1) Open Options DNA-IPID; NPower DNA Fusion Access Control Photo ID module (S/W only).

Bid 13-08

Compliant

Not Compliant

Reason (If not Compliant)

Primary hardware controllers: 1. One (1) Open Options E2-SSP-D2 controller in powered enclosure. 2. One (1) 12vdc 7ah battery. 3. Eleven (11) Open Options NSC-100 IP network sub controllers (external power option REQUIRED). Service spares to be delivered: 1. One (1) Open Options NSC-100 IP network sub controllers (external power option REQUIRED).

10/1/2013 10:08 AM

p. 21

City of University Park

Bid 13-08

BIDDER INFORMATION Addenda: The bidder acknowledges receipt of the following addenda.  b c d e f g

ADDENDUM # 1

b c d e f g

ADDENDUM # 2

b c d e f g

ADDENDUM # 3

Vendor Terms And Conditions: VENDOR PAYMENT TERMS: VENDOR LEAD TIMES: PLEASE STATE ANY DOWN PAYMENT OR MINIMUM PAYMENTS REQUIRED:

Company Representative Name and Contact Numbers: NAME: ADDRESS 5 6

TELEPHONE NUMBER: FAX NUMBER: EMAIL ADDRESS: Warranty of Service or Merchandise: Please state in the following space a brief description of all warranties offered with this bid and state whether the warranty is a complete or limited warranty. 5 6

10/1/2013 10:08 AM

p. 22

City of University Park

10/1/2013 10:08 AM

Bid 13-08

p. 23

City of University Park

Bid 13-08

CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code.

Date Received

A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1

2

3

Name of person doing business with local governmental entity.

b Check this box if you are filing an update to a previously filed questionnaire. c d e f g (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. 5

6

4

Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. 5

6

Adopted 11/02/2005

10/1/2013 10:08 AM

FORM

CIQ

p. 24

City of University Park

Bid 13-08

FORM

CIQ

CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For vendor or other person doing business with local governmental entity 5

Name of local government officer with whom filer has affiliation or business relationship.

(Complete this section only if the answer to A, B, or C is YES. This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary.

A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire?

b Yes c d e f g

b No c d e f g

B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? g b Yes c d e f

b No c d e f g

C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more?

b Yes c d e f g

b No c d e f g

D. Describe each affiliation or business relationship. 5

6

6

Signature of person doing business with the governmental entity

Date Adopted 11/02/2005

10/1/2013 10:08 AM

p. 25

City of University Park

Bid 13-08

Question and Answers for Bid #13-08 - ACCESS CONTROL SYSTEM REPLACEMENT

OVERALL BID QUESTIONS Question 1 Will there be a pre-proposal meeting? (Submitted: Oct 1, 2013 11:04:04 AM CDT) Answer - No (Answered: Oct 1, 2013 11:04:20 AM CDT) Question 2 The RFP mentions “contract drawings" several times. However, I did not see any drawings included in the bid documents. (Submitted: Oct 1, 2013 11:05:54 AM CDT)

Answer - Please disregard this reference to drawings and use the counts and part numbers provided in Attachments 1 and 2 (pages 1819) to determine device counts. (Answered: Oct 1, 2013 11:06:32 AM CDT)

10/1/2013 10:08 AM

p. 26