THE CITY OF DAYTONA BEACH


Nov 21, 2014 - ...

12 downloads 197 Views 409KB Size

THE CITY OF DAYTONA BEACH OFFICE OF THE PURCHASING AGENT

Post Office Box 2451 Daytona Beach, Florida 32115-2451

Phone (386) 671-8080 Fax (386) 671-8085

REQUEST FOR PROPOSALS INVITATION NOTICE IS HEREBY GIVEN that sealed proposals will be received in the office of the Purchasing Agent, Daytona Beach City Hall, Room 146, 301 South Ridgewood Avenue, Daytona Beach, Florida 32114, until December 29, 2014 at 2:00 PM, at which time they will be publicly opened for the following: Core Video Surveillance System AWARD OF CONTRACT subject to the Purchasing Code of the City of Daytona Beach. THE RFP MAY BE OBTAINED on-line at http://purchasing.codb.us by clicking on the link to “Public Solicitations” or as a hard copy at the office of the Purchasing Agent City Hall, 301 South Ridgewood Avenue, Room 146, Daytona Beach, FL 32114. SCOPE OF WORK: Integrate, update and redefine the City of Daytona Beach Access Control and Video Surveillance Systems. The work consists of furnishing services, labor, supervision, and project management for all of the described scope of requested services (functional requirements). A NON-MANDATORY PRE-PROPOSAL CONFERENCE will be held at the Daytona Beach City Hall First Floor Conference Room, 301 S Ridgewood Ave., Room 116, Daytona Beach, Florida 32114, on November 21, 2014 at 10:00 a.m. Interested Proposers are urged to attend. THE CITY RESERVES THE RIGHT to reject any or all proposals or parts thereof, or to accept the proposal(s) or parts thereof, when considered by it to be in the best interest of the City. Any proposal received after the time and date specified will not be considered. No proposer may withdraw their proposal for a period of sixty (60) days after the date of the opening of proposals. This time period is reserved for the purpose of reviewing proposals and investigating the qualifications of the proposers. PROPOSALS SHALL BE ADDRESSED to the City of Daytona Beach, Purchasing Agent, 301 South Ridgewood Avenue, Room 146, Daytona Beach, Florida, 32114, and all proposals shall have the following plainly marked on the outside of the envelope: PROPOSAL FOR: PROPOSAL NO:

Core Video Surveillance System 0415-3630 THE CITY OF DAYTONA BEACH BY: JOANNE FLICK, CPPO, CPPB, PURCHASING AGENT ISSUED: November 10, 2014

Page 1 of 26 RFP 0415-3630

THE CITY OF DAYTONA BEACH REQUEST FOR PROPOSALS No. 0415-3630 GENERAL CONDITIONS THIS IS NOT A BID. This is a Request for Proposals issued in accordance with the City of Daytona Beach Code Chapter 30, Article II, Division 3, “Source Selection and Contract Formation”. The Request for Proposal specifies the product(s) or services needed, and lists the criteria upon which the Proposal responses will be evaluated. When received, Proposals will be reviewed and ranked in order, beginning with the one deemed most advantageous to the City. Negotiations will commence with the selected Proposer(s). Upon completion of satisfactory negotiations, the Proposal negotiated as the best will be recommended to the City Commission. A copy of Chapter 30 may be obtained upon request. GENERAL CONDITIONS 1.

INSTRUCTIONS TO PROPOSERS: To insure consideration of your Proposal, please follow these instructions. One original and five (5) copies of all Proposal sheets must be executed and returned, unless otherwise directed. Provide one pdf copy of the Proposal in its entirety on cd, dvd, or other electronic media. All Proposals not in compliance with the conditions specified herein are subject to rejection.

2.

PROPOSAL ENVELOPE: All Proposals must be returned in a sealed box or envelope addressed to the City of Daytona Beach and should contain on the outside the following information: a. Name and address of Proposer b. Proposal Number c. Date and time of Proposal opening PLEASE NOTE: The address of the Purchasing Division is: Daytona Beach City Hall 301 South Ridgewood Avenue Room 146 Daytona Beach, FL 32114

3.

EXECUTION OF PROPOSAL: The Proposal must contain a manual signature of an individual or of an authorized representative of the firm making the Proposal, in the space provided on the Proposal Form, if provided as a part of the Proposal package, or on Proposer’s own form, if a specific Proposal form is not provided. The Proposer’s name shall be inserted on all other sheets requiring the Proposal’s name. In order to insure uniformity, Proposals must be submitted on the Proposal Form, if provided, and on the attached pages.

4.

PROPOSAL OPENING - LATE PROPOSALS: Proposals will be opened publicly, the name of the Proposers read aloud and recorded, on the date and time Page 2 of 26 RFP 0415-3630

indicated, at the location specified in this Request for Proposals. It is the Proposers’ responsibility to make certain that his/her Proposal is in the hands of the Purchasing Agent prior to the opening time at the specified location. Any Proposal received thereafter will be rejected and returned to the Proposer. 5.

WITHDRAWAL OF PROPOSALS: Proposals may be amended or withdrawn only by written notice prior to the Proposal opening. Proposal amendments must be submitted in a sealed envelope. Amendments or withdrawals received after the Proposal opening will not be effective, and the original Proposal submitted will be considered.

6.

CONSIDERATION OF PROPOSALS: Telephonic, electronic, or faxed Proposals will not be considered. The Proposer agrees that his/her Proposal will not be withdrawn within sixty (60) calendar days following opening of the Proposals, and that during such time his Proposal will remain firm and irrevocable. The City reserves the right to reject any or all Proposals, and to waive any technical defects in Proposals.

7.

COOPERATIVE PURCHASING: All proposers awarded contracts from this RFP are required to permit governmental entities in Volusia County to participate in the contract under the same prices, terms, and conditions except that allowances may be made for differences in delivery costs. At the option of the awarded proposer, the use of the contract resulting from this solicitation may be extended to other governmental agencies, cities, counties, and political subdivisions.

8.

LOCAL PREFERENCE: The City has a Local Preference Ordinance (Section 3026) that provides a preference to local businesses whenever the application of such a preference is reasonable in light of the dollar-value of proposals received in relation to such expenditures. Local vendor means a person or business entity which has maintained a permanent place of business with full-time employees within the city limits for a minimum of six months prior to the date bids or proposals were received for the purchase or contract at issue, which generally provides from such permanent place of business the kinds of goods or services solicited, and which at the time of the solicitation fully complies with state and local laws, including city zoning and licensing ordinances. Where proposals submitted for negotiated purchases are rated by a point system, a local vendor may be granted a preference of up to ten percent (10%) of the total available points. Where the contract is for labor or services, the exact percentage awarded may be adjusted based on the extent of work to be subcontracted to nonlocal vendors. If the ranked list of the most highly qualified firms does not include a local vendor, then the highest ranked local vendor shall be included on the list of firms with whom the city manager shall negotiate. All firms on the resulting list will be given the opportunity to submit a best and final fee proposal when the evaluation includes price. Best and final fee proposals shall be evaluated and the final ranking shall be based upon that final evaluation. Page 3 of 26 RFP 0415-3630

9.

AWARD: The award will be made by the City to the firm most qualified and offering the best value to the City, which will be determined by evaluation of Proposals using the evaluation criteria contained in the RFP, and in accordance with applicable rules and regulations governing the purchase and contract adopted and established by the City, and the State of Florida. Any contract resulting from this solicitation may, in the alternative, be awarded by the City of Daytona Beach Community Redevelopment Agency (CRA). Therefore, any bids/proposals submitted in response to this solicitation shall be deemed to be offers to the CRA as well as the City. Any final written contract may be with the CRA instead of the City, and in such instances, any required insurance, performance and payment bonds, may be required to run in favor of the CRA in addition to or in lieu of the City.

10.

NON-COLLUSION: By submitting a Proposal in response to the request and signing the Anti-Collusion Statement form enclosed, the Proposer represents that, should the Proposal be accepted, the resulting contract(s) would not violate any provisions of federal law or regulations, or any ordinances or regulations established by the City. The Proposer warrants as an integral and essential part of his/her Proposal: (a) that he/she has not participated in nor is he/she obligated or bound by any agreement, arrangement or other understanding with any person, firm or corporation with respect to the allocation of the business afforded by or resulting from the acceptance of his/her Proposal; (b) that his/her Proposal is or is intended to be competitive and free from any collusion with any person, firm or corporation; and (c) that he/she is not a party to nor has participated in nor is he/she obligated or otherwise bound by any agreement, arrangement or other understanding with any person, firm or corporation relating to the exchange of information concerning Proposals, prices, terms or conditions upon which the contract(s) resulting from this acceptance is to be performed.

11.

PERMITS, ETC.: All Proposals submitted shall include in the price the cost of any business or professional licenses, permits or fees required by the City and any agency having jurisdiction over the services solicited through this Request for Proposal.

12.

PATENT INFRINGEMENT, ETC: By submission of a Proposal the Proposer certifies that the services to be furnished will not infringe any valid patent, copyright, or trademark and the successful Proposer shall, at his/her own expense, defend any and all actions or suits charging such infringement and hold the City harmless in case of any such infringements.

13.

TAXES: All Proposals shall be exclusive of federal taxes. However, if the Proposer believes that certain other taxes are properly payable by the City, he/she may list such taxes separately in each case directly below the respective item price. Tax exemption certificates will be furnished upon request.

Page 4 of 26 RFP 0415-3630

14.

15.

PERFORMANCE: During the performance of the contract, the Proposer agrees as follows: a.

The Proposer will not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin.

b.

Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirement of this section.

FLORIDA PUBLIC RECORDS LAW: Sealed bids or proposals received by the City pursuant to the Invitation to Bid will be temporarily exempt from disclosure in accordance with Florida’s Public Records Laws. Thereafter, all bids will be open for a personal inspection by any person pursuant to Public Records Law. If the Bidder believes that the Bid or any portion thereof is permanently exempt from disclosure under the public records laws, the Bidder must state the grounds for this position in CAPITAL LETTERS on the cover sheet accompanying the sealed bid. The Bidder will be contacted prior to the opening of the Bid and a determination will be made as to whether or not it is exempt prior to opening. If a determination is made that it is not exempt from disclosure, the Bidder may in writing request the return of the sealed bid.

16.

EVALUATION CRITERIA: The weighted evaluation criteria in the Scope of Work will be used to evaluate Proposals and develop a recommendation for award for subsequent City Manager approval. Each criterion will be scored between 1 and 5; 1=poor, 2=below average, 3=average, 4=above average, 5=excellent. Scores will be multiplied by the criterion weight for a weighted score; weighted scores will be totaled for the weighted total score.

17.

REJECTION OF PROPOSALS: The City reserves the right to reject any or all Proposals in whole or in part and to award by items, parts of items, or by any aggregate group of items specified. The City also reserves the right to waive technical defect when in its judgment the best interests of the City thereby will be served.

18.

QUALIFYING PROPOSERS: Prior to awarding of Proposal, the City may require submission by Proposer of complete financial statement and questionnaire describing Proposer’s financial ability and experience in performance of similar work.

19.

RULES AND REGULATIONS: All work performed under this agreement shall be in strict compliance with local, State and Federal laws, rules and regulations. Proposer shall assume all liability for fines and penalties assessed by the authorities for any infractions.

20.

MINORITY AND WOMEN WORK FORCE PARTICIPATION: The City has an established policy of: 1) promoting Minority and Women-Owned Business Enterprise participation in business contracts and 2) requiring Proposers doing business with the City to use good faith efforts to promote cultural diversity and Page 5 of 26 RFP 0415-3630

minority participation in the work force, including managerial positions. Proposers must provide information as part of the Proposal acknowledging its understanding and willingness to comply with the Purchasing Code of The City of Daytona Beach. 21.

NO COSTS: The City of Daytona Beach bears no responsibility for any costs incurred in the preparation of the Proposal.

22.

DRUG FREE WORKPLACE: The selected firm must provide the Drug Free Workplace Form in accordance with Florida Statute 287.087, prior to Contract award.

23.

PROHIBITION OF LOBBYING. Except for negotiations authorized by the City Purchasing Code, the Consultants Competitive Negotiations Act, or other state or federal law, lobbying by the proposer, or the proposer’s principals, officers, employees, attorneys, or other agents, is strictly prohibited during the Blackout Period. Lobbying in violation of this section may cause the proposal to be rejected. “Lobbying” means influencing or attempting to influence action or non-action in connection with this RFP or the proposal, through direct or indirect oral or written communication with the Mayor, any member of the City Commission, the City Manager, or any other City employee. The following activities are not within the definition of “lobbying,” and are permitted: requests for clarification submitted to the Purchasing Agent in accordance with this RFP, discussions with the Selection Committee as part of the selection process, the submission of additional information in response to a request by the City, and addressing the City Commission during the City Commission meeting at which the contract is awarded or all proposals are rejected. The Blackout Period begins on the date that this RFP is issued and ends when the contract is awarded or all proposals are rejected.

24.

SELECTION PROCESS: For the purpose of selecting the most qualified firm, the City will use a competitive selection process as set forth in pertinent City and State procurement requirements. The procedure will involve the following steps: a. The City will advertise and mail formal Requests For Proposals to interested Proposers. b. The City’s Selection Committee will review, rank, and shortlist all Proposals received by the established deadline for submission. Oral presentations by the short-listed Proposers to clarify their Proposals may be required. These presentations will serve to explain implementation techniques integral to their written Proposal. Subsequent to the receipt of Proposals, the City may schedule a time for each requested oral presentation at a place convenient to the City. c. The City’s Selection Committee will then rank each Proposal and prepare a recommendation for approval by the City Manager. Upon receipt of the City Page 6 of 26 RFP 0415-3630

Manager’s authorization, the City’s Project Manager shall negotiate a contract with the selected firm. Should the Project Manager be unable to negotiate a satisfactory contract with the firm considered to be most qualified, the City Manager, or designee, shall terminate such negotiations with that firm and begin negotiations with the next most qualified firm and so on until negotiations are successful. d. The City Commission has the sole authority to bind the City to the terms and conditions of a contract that has been approved in a public meeting of the City Commission, executed by the Mayor and City Clerk, and approved by the City Attorney. The City Commission reserves the right to modify or reject any contract for the acquisition of goods and/or services submitted to it for consideration.

Page 7 of 26 RFP 0415-3630

ANTI-COLLUSION STATEMENT By signing this form, the Proposer agrees that this Proposal is made without any other understanding, agreement, or connection with any person, corporation, or firm submitting a Proposal for the same purpose and that the Proposal is in all respects fair and without collusion or fraud. Sign in ink in the space provided below. Unsigned Proposals will be considered incomplete, and will be disqualified and rejected. IT IS AGREED BY THE UNDERSIGNED PROPSER THAT THE SIGNING AND DELIVERY OF THE PROPSAL REPRESENTS THE PROPOSER’S ACCEPTANCE OF THE TERMS AND CONDITIONS OF THE FORGOING TERMS AND CONDITIONS AND SCOPE OF SERVICES, AND IF AWARDED, THIS CONTRACT WILL REPRESENT THE AGREEMENT BETWEEN THE PARTIES. NAME OF FIRM:________________________________________________________ SIGNATURE:___________________________________________________________ (MUST BE SIGNED BY A COMPANY OFFICER OR AUTHORIZED AGENT)

NAME TYPED: _______________________TITLE:_____________________________ ADDRESS:____________________________________________________________ CITY AND STATE:______________________________________________________ TELEPHONE:________________________EMAIL: ____________________________

Page 8 of 26 RFP 0415-3630

DRUG FREE WORKPLACE FORM The undersigned, in accordance with the Florida Statue 287.087 hereby certifies that ______________________________________________ does: (Proposer) 1.

Publish a statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violation of such prohibition.

2.

Inform employees about the dangers of drug abuse in the workplace, any Available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations.

3.

Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1.

4.

In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5.

Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is convicted.

6.

Make a good faith effort to continue to maintain a drug free workplace through implementation of Paragraph 1, through Paragraph 5.

As the person authorized to sign this statement, I certify that this firm fully complies with the above requirements.

Date: __________________

___________________________ Signature & Title

Page 9 of 26 RFP 0415-3630

Overview The City’s surveillance goals are situational awareness, observation, forensic review, and identification for City facilities and public spaces. Live and recorded video has proven to be instrumental in criminal analysis, public and employee safety, and for reviewing activities at City facilities. Meeting these goals is consistent with City Visioning Initiatives and the City Commission’s Strategic Planning Priorities regarding infrastructure, public safety, and life quality. The City’s existing video surveillance infrastructure consists of over three-hundred video cameras, assorted video encoders and decoders, three network video recorders (NVR), four viewing and control workstations, and three monitor walls. The existing City camera inventory is comprised of Bosch IP Cameras, Pelco analog cameras digitized by Pelco or Bosch video encoders, and DVTel IP cameras, see Schedule A. The recorders consist of a Pelco Network Video Recorder (NVR), a City built NVR running Bosch Video Recording Manager (VRM) interfaced with a data storage array, and DVTel software running on Dell Servers connected to a Dell storage array. The purpose of this RFP is to extract the highest utility and value from existing resources and provide a platform for future system growth and management. The City’s existing approach to video surveillance has become unwieldy, confusing for system users, unreliable, has issues with scalability, and is experiencing obsolescence. Being comprised of products from three manufacturers contributes to City users’ difficulty in determining which system houses desired video for viewing and control, and how to export and make recorded video useful. The City owns and operates a fiber optic based network with a ten gigabit backbone. Cameras are deployed at City facilities and signalized traffic intersections where high speed data connectivity exists. See Schedule B for a listing of City facilities. Most City facilities are connected to the City’s local area network (LAN). Selected vendor(s) will furnish engineering, materials, software, equipment, transportation, labor, supervision, project management, and support services for integrating the City’s existing video surveillance infrastructure with a centralized solution. The successful Proposer shall be a factory authorized, certified provider of the proposed system, having a minimum of two employees certified to install and maintain the system, and will respond to emergency service requests within two hours.

Page 10 of 26 RFP 0415-3630

Contract Term The City will award software licensing and annual software maintenance agreement(s) for an initial five (5) year term with two 2 - year renewal options. General Requirements The following general requirements are provided in an effort to describe functionality at a high level and are not intended to convey specific functional requirements. Functional requirements are provided in Table A – Functional Requirements. The City is requesting a core Internet Protocol (IP) based, video viewing, control, and recording system with design standards closely aligned with those of: Genetec, OnSSI, or Milestone XProtect. The requested system will be centralized, scalable, and upgradeable. The proposal will be comprised of software, application/directory servers, database servers and storage arrays, various types of video display support and configuration options, implementation services, and ongoing software support. Proposals for cameras, video displays, and supporting connectivity infrastructure are not being requested, however, the City welcomes Proposer recommendations regarding standardizing camera and display apparatus makes, models, and types. Except for circumstances involving equipment, codecs, or protocols considered obsolete by industry standards, the proposed system shall not require the replacement of existing cameras or encoders. An element of this RFP is for the system to interface with the various camera makes, models, protocols, and codecs currently in place. In general, the new system will be user friendly, have granular security controls (user and group restrictions and permissions consistent with employee job roles), provide web browser, mobile, and thick user clients, provide server based viewing, control, and recording functionality, support authentication of exported video for evidentiary purposes, support exported video in common media formats, and have the ability to federate external camera systems from participating entities. The City also desires the proposed solution be of an open standard design and for it to integrate with an existing physical access control system. The City’s Access Control system is comprised of RS2 Technologies’ hardware and software and is IP based. The RS2 access control system features a centralized management directory, and is currently at version 2.031, but is scheduled to be upgraded to version 4. The City has substantial interests in supporting a limited number of remote surveillance systems or end points over cellular or unlicensed wireless spectrum, as well as support

Page 11 of 26 RFP 0415-3630

for streaming video to mobile data terminals (MDT) in Police Patrol cars, and in securely accessing video with mobile devices. RFP RESPONSE INSTRUCTIONS: All proposals must include the following items presented in the order shown: Section 1: Transmittal letter: The transmittal letter should be in the form of a standard business letter and signed by an individual authorized to legally bind the Proposer. Please provide a brief overview of your company and services, including: mission statement, company history, customer service approach, organization size, and locations of certified emergency response technicians. Section 2: Executive Summary: The executive summary should condense and highlight the contents of the proposal in such a way as to provide the City of Daytona Beach with a broad understanding of the entire proposal.  Proposer must submit signed and dated proof of authorization to sell and service manufacturer products and proof of manufacturer required certifications to install and maintain the system.  Submit detailed specification sheets of all software and equipment being proposed.  List, and provide reference contact information, for as many as the last five projects, similar in scope to this project, that have been completed by the Proposer within five years of the due date of the this RFP.  Provide a statement outlining proposed technical approach and implementation strategies.  Provide a simple network diagram illustrating system topography.  Provide copies of the proposing organization(s) standard contract(s). Section 3: Response to RFP Functional Requirements: Please indicate if your proposal meets the listed requirements by using the provided response spreadsheet, which lists the functional requirements in the same manner and order as they are listed within this document. The spreadsheet provides expandable space associated with individual functional requirements for Proposer responses and comments, and designates functional requirements as required (mandatory) or desired (not mandatory). Proposers must verify that they can provide required functional requirements. Failure to positively verify required functional requirements will render the proposal non-responsive and ineligible for award.

Page 12 of 26 RFP 0415-3630

Provide information for any and all requirements for which the Proposer is proposing. Additional features and benefits information not covered within the functional requirements table may be included in a separate document. Section 4: Pricing: Provide an itemized price break down on company letterhead by detailing specifically what is being proposed, including make and model numbers for each component. Number each line in the pricing proposal. For each item being proposed include: part number, item description, item quantity, per unit costs, units of measure, and extended totals. Separate non-recurring from recurring costs, and separate professional services costs from software, equipment, and component costs. The City will not accept lump sum cost proposals.

Page 13 of 26 RFP 0415-3630

Table A - Functional Requirements The following requirements are provided to establish minimum installation and operational thresholds for the proposed video surveillance system. Item

Functional Requirements

Required / Desired

1 1.1

Scalable Enterprise Level Software Solution IP based Video Management System (VMS) to be centrally Required deployed, but also provide the ability to synchronize video stored at low bandwidth remote sites with central storage facilities during off peak hours (either from distributed DVRs or onboard SD storage)

1.2

All installed software and equipment must conform to Required manufacturer's published specifications, including manufacturer and industry standards for grounding and bonding System to be compatible with a wide selection of hardware devices Required including the City's current camera inventory listed on Schedule A

1.3 1.4

The system will support Pan Tilt Zoom control protocols for the Required multiple makes and models of PTZ cameras listed in Schedule A

1.5

The system will allow cameras, servers, and client workstations to Required be on separate networks using different IP address ranges

1.6

The system will have the ability to transcode non-native camera Required stream codecs into a common codec for processing and recording

1.7

The system will not require the City to contact Proposer (provider) Required or manufacturer in order to add and configure cameras, client workstations, or to add or manage data storage appliances

1.8

Provide ability for customer to increase camera inventory and Required camera licensing incrementally and at will Provide ability to federate external video from independent Required business and security systems like public schools, private businesses, and partner agency traffic cameras for viewing live feeds and accessing recorded video, including the use of proprietary codecs for the various systems operated by external entities Provide the ability to upload video from various non-City owned Required sources to the video recording system (i.e. smart phone recognized as video end point allowing video to be uploaded to video recorder)

1.9

1.10

Page 14 of 26 RFP 0415-3630

Item

Functional Requirements

Required / Desired

1.11

The system software will have the capability to scale from a Required minimum of 400 to at least 1800 City cameras and provide access to an unlimited number of external camera systems (federated video concept)

1.12

Provide Automatic License Plate Number Reading (ALPR) Required capability for recording license plate numbers from vehicles entering into secure facilities

1.13

Provide Alerting for when a listed license plate is detected entering secure city facilities Provide the capability to view a stream of live video while recording another video stream from the same camera, possibly at a different frame rate or resolution (multiple streams at different profiles) Allow for instant replay of live video being viewed The system will support the most recent version of the Open Network Video Interface Forum (ONVIF) standard Capability to prevent overwriting of designated video recordings and recordings from designated cameras Provide for exporting digitally signed video in the systems’ native file types for evidentiary purposes (proposed video surveillance system must provide video authentication to ensure videos are not altered), as well as exporting into file types that can be played on popular media players (i.e., Windows Media Player, Apple QuickTime, and DVD recording formats) The system will allow for batch administration of cameras by pushing configuration files or firmware updates to cameras Provide the ability to centrally administer camera IP addresses, streaming and recording profiles, and other camera settings The system's proprietary media player will provide fast forward and rewind video at up to 16 times normal playback speed, be able to generate and save clips of recorded video, have the ability to select and play back video using a timeline indicator, and support digital zoom The system's media player will allow for synchronizing audio with related video files The system will support viewing, recording, and dewarping capabilities for 360-degree hemispheric view cameras at client side, dewarping capabilities will be available even after recording for post incident analysis.

1.14

1.15 1.16 1.17 1.18

1.19 1.20 1.21

1.22 1.23

Page 15 of 26 RFP 0415-3630

Desired Required

Required Required Required Required

Required Required Required

Required Required

Item

Functional Requirements

Required / Desired

1.24

Video Management System will record multiple streams of the Required same compression format, from the same camera in JPEG and/or H.264

2 2.1

IP Based Server The IP Server(s) will constitute the core of the system, Required communicating with cameras, requesting images, forwarding images to clients, and managing video recording

2.2

The IP Server configuration will consist of standalone servers Required running Windows Server 2012 64bit OS or Windows Server 2012 R2-64bit OS

2.3

The IP Server(s) will process images for motion, store video and save all configuration and system logs in a centralized Microsoft SQL Server 2012 database IP Server will use Microsoft Internet Information Server (IIS) to serve images and data to Web (thin) Clients The IP Server will provide for automatic failover, so in the event a single storage appliance/recorder goes offline, all the cameras assigned to that recorder, or cameras assigned to that recorder that have a configured priority, will automatically begin recording on another appliance. The system will allow for easily moving cameras between servers for load balancing The system will allow for camera video to be written to a single drive, multiple drives, or for pointing each camera to a unique drive

Required

The server software will feature a system health monitor for providing real time statuses of the server(s): CPU usage, memory utilization, disk usage, bandwidth usage, and have the ability to send remote notifications, when defined thresholds are exceeded, to administrators using text messaging, email, or both The system monitor will record changes to the server, lost camera signals, and other errors, and store these events in an exportable text format The system monitor will monitor active/offline cameras and provide remote notifications to designated administrators when cameras and other edge devices lose their connections to the host system The system will connect to cameras and handle streaming to the server and, in turn, serve live and recorded video to the various client types, it will not require clients to connect to individual cameras.

Required

2.4 2.5

2.6 2.7 2.8

2.9

2.10

2.11

Page 16 of 26 RFP 0415-3630

Required Required

Required Required

Required

Required

Required

Item 2.12 2.13 2.14

Functional Requirements

Required / Desired

IP Servers will be fault tolerant using a minimum of RAID 5 with Required designated hot spare drive All server and storage array hardware will have redundant power Required supplies IP Server will automatically discover video sources connected to Desired the same network segment, and provide a search functionality to discover video sources connected on a different network segment

3 3.1

System Access and User Management Enterprise level access, integrated with Microsoft Active Directory Required (AD) to link permissions to AD users or groups for levels of rights and permissions (provide comprehensive role‐based authorization for each user or group) Allow for granular assignment of permissions for live viewing, access to recorded video, prioritization of PTZ control, and assigning permissions on a per camera basis

3.2

Authenticate each request for access with Active Directory, providing user authentication for the various client types: thick, thin, and mobile Active Directory authentication to work across multiple servers Provide system auditing to record user activity (who and when users log in, how long they are logged into the system, changes made to server and camera configurations, what cameras are viewed or controlled and when and what recorded video was accessed or exported and when) System administrators will have the ability to determine what users are logged into the system and what activities are being performed at any given time

3.3 3.4

3.5

4 4.1

4.2 4.3 5

Required

Required Required

Desired

Data Storage The video data storage system will initially be sized to satisfy a Required minimum retention goal of 30 days at 1080p HD, 10 frames per second for 400 cameras when using H.264 compression, with the expectation that cameras will record 50% of the time (either through recording on motion or system configured to record only the changes), and allow for expansion as additional cameras are added or the minimum retention goal requires changing System will support motion based recording for conservation of Required disk space Support edge (camera) based data storage with central data Required storage synchronization Workstation Clients Page 17 of 26 RFP 0415-3630

Item

Functional Requirements

Required / Desired

5.1

Clients will be Internet Protocol (IP) based and run on Windows Required servers and Windows PCs

5.2

System will allow for both unicast and multicast transmission Required modes of IP based video and audio, supporting multicast protocols for sending video streams to requesting clients

5.3

Thick client software will support a centralized configuration file so Desired that thick client workstations, at the option of administrators, can be configured with consistent settings (camera tree, facility maps, encoder stream settings, etc.)

5.4

Provide enterprise level mobile client software for Apple, Android, Required and Windows mobile devices for viewing live camera feeds and recorded video

5.5

Provide enterprise level web and thick client software for Windows Required workstations without the requirement to purchase individual client licenses or recurring license fees

5.6

The administration console should allow for updating thick client software with a file push Thick client will display connected servers along with connected cameras, indicating online/offline status of each Thick client will have the ability to connect to multiple servers Provide web based thin client with low bandwidth streaming capability allowing video viewing over 4G connections (automatically detect the connection data speed or client type in order to groom video streams for low bandwidth conditions)

5.7 5.8 5.9

5.10

5.11 5.12

Desired Required Required Required

For viewing and searching live and recorded video in a web Required browser, the web client will support Internet Explorer, Firefox, Chrome, and Safari Thick client software will display camera locations geographically Required on imported maps, site plans, and building schematics All client types will provide the ability to control mechanical pan-tilt- Desired zoom, iris, and focus as well as setting presets and patterns

5.13

Using a mouse pointer to hover over a camera icon on a facility or Desired geographic map will cause a preview of the associated camera feed to display in a pop up window

5.14

For cameras configured to detect motion; facility and geographic Desired camera map icons should provide indication of movement by blinking or changing color to indicate detected movement

Page 18 of 26 RFP 0415-3630

Item

Functional Requirements

Required / Desired

5.15

Depict on client workstations and monitor walls, visual or graphic Desired indications of active alarms generated by motion or external alarm input

5.16

PTZ camera icons on facility and geographic maps will indicate the direction cameras are pointed Facility and geographic maps will be multi layered, allowing for drilling down to embedded or sub-maps (i.e. clicking on a facility icon on a city-wide map will present the facility map view and associated camera icons within the facility) Support live or recorded video monitoring of up to 36 video streams simultaneously on a single workstation and monitor Support the ability to drag and drop a video source from a tree of video sources into a window (palette) for live or recorded video monitoring

5.17

5.18 5.19

5.20 5.21 5.22

Desired Desired

Required Required

Provide the ability to move PTZ cameras to preset positions upon Required motion or dry contact input trigger Support forward and reverse playback of recorded video at Required variable speeds Allow system administration and live and recorded video Desired monitoring from a client application that can be located anywhere on the City network

5.23

Provide the ability to view the same live or recorded video stream Desired at different zoom levels on a single workstation and monitor

5.24

The software will display motion detection as an outline around Desired moving objects The software will allow for multiple motion detection zones within a Required single image as well as the ability to "paint," particular items, such as a door handles, that would generate an alarm in the event that item were touched or otherwise disturbed

5.25

5.26 5.27 5.28

The system will provide privacy masking capabilities for blocking Required sections of images considered private Motion detection zones will be tied into a rules engine to allow the Required software to use them as event triggers The system will allow access to live and recorded video, camera Required properties, live and recorded audio, and the ability to save a still image by clicking an icon and making the appropriate menu selection

Page 19 of 26 RFP 0415-3630

Item 5.29

5.30

6 6.1

6.2 7 7.1

Functional Requirements

Required / Desired

Ability to manage closed or open contacts for low voltage device Required control using software commands initiated with thick or web client software and for the appropriate output to be delivered to edge devices (gate control contacts initiated by software command that closes or opens contacts on location) Provide the capability to input alarms from edge devices in the form Required of closed or open contacts or video motion events and generate pre-defined remote notifications to designated individuals Integration with Existing Access Control System Provide integration with the City’s current Access Control System, Desired RS2, allowing users to view information from both the video system and access control system in a single interface, and providing a means to correlate recorded images with access granted or access denied events Card swipe access granted or denied events to cause relevant PTZ Desired cameras to move to a preset view Monitor Walls and Displays The system will support several arrangements of monitor walls Required comprised of either single monitors, near zero bezel monitor arrays (virtual matrix), and projectors

7.2

System will be able to subdivide camera views into configurations Required of 1, 4, 8, 9, 10, 16, 25, and 36 cameras per monitor on 4:3 and 16:9 monitor formats

8 8.1

Analytics Provide for advanced analytics for live and recorded video to Required provide capabilities that will link common images and locations for auto tracking, directional direction, object counting, counting of entries and exits, and issuing alarms when vehicles enter an unauthorized area The IP Server system should link with, or accept triggers from, the Desired City's Advanced License Plate Reader (ALPR) Vehicle Intelligence Server and Communications Engine (VISCE), provided by NDI technologies, for the purpose of automatically positioning PTZCCTV cameras that are downstream in the direction of travel for a vehicle that had triggered an alarm in the VISCE. This action is desired in order to observe and record target vehicles passing through intersections. It is also desired that, in addition to automatically positioning certain PTZ cameras, the system should screen pop relevant images onto designated monitors attached to designated client workstations

8.2

Page 20 of 26 RFP 0415-3630

Item

Functional Requirements

Required / Desired

8.3

Provide real-time analytics: (i.e., for example: date, time, persons, Required vehicle, static object, object color, counting, motion detected, sound detected, alarm trigger, and tampering; tampering can include spraying of the camera lens, covering it with tape or cloth, or changing of the mounting direction)

8.4

Video analytics for tracing suspects through a series of Required surveillance areas with multiple cameras Support creating bookmarks for recorded video and displaying the Required bookmarks on the timeline The system will support motion detection at the camera and Required software levels with the ability to send an email or text message containing a description of the event and either a link to or an attached video clip to designated system users thereby illustrating the event that caused the alarm

8.5 8.6

8.7

The System should provide case builder functionality that will allow Desired for creating records containing multiple video clips and/or still photographs as well as pertinent documentation

8.8

The system will support user configurable pre and post motion Required alarm recording Future System Planning Provide recommended camera, lens, recording rates, monitor Desired types and configurations, and cabling suggestions Staff Training Provide pre-go live onsite and web based training and ongoing web Required based training covering all aspects of system management, maintenance and performance monitoring (i.e., exporting/offloading video recordings, monitor wall use and administrative set up, camera configurations, camera set up on recorder, recorder maintenance, system software upgrading and patching, etc.)

9 9.1 10 10.1

10.2 11 11.1 11.2 12

The successful Proposer will provide all reference manuals, Required booklets, and other required training materials Warranty Minimum 3 year warranty on all equipment parts Required Minimum 1 year labor on all software Required Support

Page 21 of 26 RFP 0415-3630

Item

Functional Requirements

Required / Desired

12.1

Provide 8 X 5 technical support for all low priority issues with after- Required hours emergency service available for critical out of service issues (to be defined within the maintenance agreement)

12.2

Software support will include, at no additional charge, all system Required patches and updates, upgrades and full version releases, and system enhancements

12.3

First full year of software support to be provided at no additional Required charge, beginning upon customer final acceptance

Page 22 of 26 RFP 0415-3630

WEIGHTED EVALUATION PROPOSAL SCORING CRITERIA: The weighted evaluation criteria will be used to evaluate Proposals and develop a recommendation for award for subsequent City Manager approval. Each criterion will be scored between 1 and 5; 1=poor, 2=below average, 3=average, 4=above average, 5=excellent. Scores will be multiplied by the criterion weight for a weighted score; weighted scores will be totaled for the weighted total score. CATEGORY Transmittal letter: mission statement, company history, customer service approach, organization size, and locations of certified emergency response technicians Executive Summary: authorized channel partner relationships, technical certifications, proposal detail, reputations with current and or previous customers, technical approach, implementation strategy Response to RFP Functional Requirements: how closely the proposal meets the list of functional requirements

WEIGHT 15

20

35

Pricing:

30

Total

100

Page 23 of 26 RFP 0415-3630

Schedule A

Camera Models and Counts

Quantity 6 4 3 16 6 11 46 30 9 19 1 25 7

Bosch AutoDome Easy II IP Dinion-IP-NWC-0495 KBE 495V75-20N NDC-255-P NDC-225-PI NDC-265-P NDN-921-P NWD-495V03-20P VG4 300 VG4 500 VG5 800 VIP-X1 Encoder VIPX1 XF Encoder

Quantity 27

Pelco Pelco 350 Encoder

Quantity 75 6 2 7

DVTel DVT-IPB-401A CM-3211-11 CM-2101-21N DVT-IP-4V

Page 24 of 26 RFP 0415-3630

Schedule B City Locations     

       

 

Beach Band Shell – 70 Boardwalk Bethune Point Waste Water Treatment Plant – 1 Shady Place City Hall – 301 S. Ridgewood Ave. Daytona Beach Pier – 3701 S. Atlantic Ave. Fire Department Administration / Fire Station # 1 – 301 S. Beach St. o Fire Station #2 – 126 Botefuhr Ave. o Fire Station #3 – 945 N. Halifax Ave. o Fire Station #4 – 1675 Mason Ave. o Fire Station #5 – 627 N. Nova Rd. o Fire Station #6 – 2020 Beville Rd. o Fire Station #7 – 2545 LPGA Blvd. Florida Tennis Center – 1 Deuce Ct. Halifax Harbor Marina – 450 Basin St. Halifax Plaza – 125 Basin St. Jackie Robertson Ball Park – 115 E. Orange Ave. Municipal Golf Course / Clubhouse – 600 Wilder Blvd. Municipal Stadium – 3917 LPGA Blvd. Peabody Auditorium – 600 Auditorium Blvd. Police Department – 129 Valor Blvd. o Community Policing – 638 Madison Ave. o Community Relations – 523 Magnolia Ave. o Beachside Precinct – 510 Harvey Ave. o Police Substation – 571 Dr. Mary McLeod Bethune Blvd. Public Works Complex – 950 Bellevue Ave. Recreation Centers o Midtown Rec Center – 925 George W. Ingram Blvd. o Yvonne Scarlet Golden Cultural Center – Vine St. o Cypress Aquatic Center - 981 George W. Engram Blvd. o Dickerson Center – 308 S. Martin Luther King Blvd. o Island Recreation Center – 108 E. Orange Ave. o Schnebly Recreation Center – 1101 N. Atlantic Ave. o Ortona Playground – 1206 N. Halifax Ave. o Sunnyland Playground – 825 Washington St. o Lenox Playground – 825 S. Grandview Ave. o Derbyshire Playground – 849 Derbyshire Rd. o Bethune Pt. Ball Field and Skate Park – 1101 East Bellevue Ave. o Breakers Ocean Front Park – 13 S. Atlantic Ave. o City Island Park – 115 E. Orange Ave. o Daisy Stocking Park – 550 3rd St. o Joe Harris Park – 315 Pearl St. o Manatee Island – 325 N. Beach St. o Peninsula Club – 415 S. Peninsula Dr. o Josie Rogers House – 355 N. Beach St. o Campbell Aquatic Center – 313 School St. Page 25 of 26 RFP 0415-3630

  

Streets Maintenance – 220 Marion St. Water Waste Water – 3651 LPGA Blvd. 125 Signalized Intersections

Page 26 of 26 RFP 0415-3630