proposal from - Hudson School District, #2611

advertisement
RFP for Video Surveillance/Monitoring
System Upgrade and Support
Due January 9, 2015
Hudson School District
Attn: Nancy Toll
Instructional Technology Services
642 Brakke Drive, Suite 101
Hudson, WI 54016
Phone#: 715-377-3709
Fax#: 715-377-3701
Hudson School District
Attn: Jim Stejskal
Facilities and Grounds
644 Brakke Drive
Hudson, WI 54016
Phone#: 715-377-3708
Fax#: 715-377-3725
1
Table of Contents
Part 1 – General ............................................................................................................................................................ 3
Work Included ........................................................................................................................................................... 3
Sites of Work ............................................................................................................................................................. 3
General Description of Project Sequence ................................................................................................................. 4
Types of Proposals .................................................................................................................................................... 4
Time and Place of Proposal Opening ........................................................................................................................ 4
Procurement of Documents/Drawings/Inquiries ..................................................................................................... 4
Pre-proposal Conference and Building Walk-throughs ............................................................................................ 5
Owner’s Right to Reject Proposals ............................................................................................................................ 5
Definitions ................................................................................................................................................................. 5
Part 2 – Description of Project ...................................................................................................................................... 6
General Scope of Work ............................................................................................................................................. 6
Current Equipment.................................................................................................................................................... 6
Requested Equipment and Specifications .............................................................................................................. 14
Training ................................................................................................................................................................... 20
Warranty ................................................................................................................................................................. 20
Part 3 – Instructions to Bidders................................................................................................................................... 21
Ownership ............................................................................................................................................................... 21
Compliance.............................................................................................................................................................. 21
Protection and Safety.............................................................................................................................................. 21
Sub-Contractors and Material Suppliers ................................................................................................................. 23
Drawings, Diagrams, and Illustrations .................................................................................................................... 23
Proposal Response Format ..................................................................................................................................... 23
Part 4 - Forms .............................................................................................................................................................. 25
Intent to Bid Form ................................................................................................................................................... 25
Sealed Proposal Label ............................................................................................................................................. 26
Proposal Form ......................................................................................................................................................... 27
References............................................................................................................................................................... 29
Schedule of Values/Materials/Cost......................................................................................................................... 30
2
Part 1 – General
Work Included
Hudson School District (HSD) is issuing this Request for Proposals (RFP). The focus of this
RFP is to upgrade current video surveillance systems in multiple schools and provide an ongoing support plan for these systems in the District. The primary deliverables of this RFP
are:





A consistent district-wide video surveillance/monitoring system.
Integration of existing systems into the district-wide plan.
An interface for the camera systems (if needed above and beyond what the District
currently has) that provides search, retrieval and recording from any camera connected
to the system(s) from the camera server itself and also from a remote computer both
within and outside HSD WAN.
Detailed drawings showing final placement and configuration of video surveillance
systems in each building.
Contracted services for installation and continued support of these systems.
Sites of Work
Houlton Elementary School
#70 County Rd E
Houlton, WI 54082
EP Rock Elementary School
340 13th St S
Hudson, WI 54016
Hudson Prairie Elementary School
1400 Carmichael Rd
Hudson, WI 54016
North Hudson Elementary School
510 Lemon St N
Hudson, WI 54016
River Crest Elementary School
535 County Rd F
Hudson, WI 54016
Willow River Elementary School
1118 Fourth St
Hudson, WI 54016
Hudson Middle School
1300 Carmichael Rd
Hudson, WI 54016
Hudson High School
1501 Vine St
Hudson, WI 54016
3
General Description of Project Sequence
Sequences and dates specified herein are for information only and indicate the plan and
intent of the HSD. Actual dates shall be established based on final award of project.
Sequence of operations shall be established by the Contractor within the guidelines
established by the HSD as required to meet schedules.
Schedule:
1. Request for proposals published: December 8, 2014
2. Pre-proposal Conference and Walk-through: December 15, 2014, 1:00 PM
3. Proposals Due: January 9, 2015 at 12:00 P.M.
4. Public Proposal Opening: January 9, 2015 at 2:00 P.M.
5. Proposal Selection Decision by the HSD: January 23, 2015
6. Project Completion Date: June 30, 2015
Types of Proposals
Proposals shall be submitted in total with required detail for each item bid and signed by
an agent authorized to bind the bidder to contract.
Time and Place of Proposal Opening
Physically sealed and labeled proposals will be received and read aloud at a public
opening on January 9, 2015 at 2:00 P.M. at the HSD Instructional Technology Office.
Proposals arriving after the appointed time, as determined by the HSD, shall be returned
unopened. Faxed or electronically delivered proposals will not be accepted.
Procurement of Documents/Drawings/Inquiries
Specifications, Drawings, and Inquiries may be directed to the HSD Technology
Coordinator and/or the HSD Facilities and Grounds Coordinator.
Attn: Nancy Toll
Hudson School District
Instructional Technology Services
642 Brakke Drive, Suite 101
Hudson, WI 54016
Email: tollnl@hudson.k12.wi.us
Phone#: 715-377-3709
Fax#: 715-377-3701
Attn: Jim Stejskal
Hudson School District
Facilities and Grounds
644 Brakke Drive
Hudson, WI 54016
Email: stejskjf@hudson.k12.wi.us
Phone#: 715-377-3708
Fax#: 715-377-3725
4
Pre-proposal Conference and Building Walk-throughs
A pre-proposal conference and building walk-throughs will be held. The scope of the
project will be covered followed by building walk-throughs and an opportunity for bidders
to ask questions.
Date:
Location:
Monday, December 15, 2014 at 1:00 P.M. CST
HSD Administrative Service Center
644 Brakke Dr
Hudson, WI 54016
Owner’s Right to Reject Proposals
The HSD reserves the right to reject any and/or all proposals. The HSD reserves the
right to accept a proposal by issuance of a valid purchase order within ninety (90)
calendar days following the proposal opening. No proposals may be withdrawn during
this time without the specific approval of the HSD.
Definitions





“Owner” is intended to mean the School District of Hudson or Hudson School
District (HSD).
The term “Bidder” refers to any organization properly and accurately submitting a
complete “Intent to Bid Form” prior to the required time specified herein and
subsequently properly submitting completed set of proposal documents as
specified herein.
The term “Contractor” herein is a reference to the firm eventually selected by the
Owner to provide the intended system(s), or any portion thereof, and fulfill the
terms of the contract.
The term “Contract” is a reference to the collective set of documents, drawings,
diagrams, Owner’s Purchase Order, Addenda and all other materials as provided
for herein defining arrangement between Owner and Contractor.
The term “Addenda” (or “Addendum”) are that portion of the Proposal consisting of
modifications, amendments, deletions or substitutions to the Proposal documents
issued prior to the execution of the Contract.
5
Part 2 – Description of Project
General Scope of Work
The Hudson School District intends to update existing video surveillance systems in each
school by replacing some current analog cameras with IP cameras, adding both internal
and external cameras in selected areas, and updating monitoring software as needed so
that all cameras can be viewed from the server, a remote computer within the District’s
WAN and also from a remote site outside of the District’s WAN (specifically through the
Hudson Police Department computers). Additional 10/100/1000 POE switches may be
needed in some instances.
Current Equipment
Below is a list of current cameras and equipment by building:
Houlton Elementary - Existing Equipment
Description
Manufacturer
Model / Ver.
HT-INTB8,
Intensifier
camera
Quantities and Comments
Video Camera
Speco
Technologies
Color Video Camera
Sony
SSC-CD45
1 Ceiling mounted camera in
lobby of main entrance
Video/Data/Power
Combiner
Altronix
HubWayA
9 Converts Cat5 to power &
BNC connectors for cameras
UPS
Cylon Power
UR700-1u
Passive UTP
Transceiver Hub w/
Integral Power
Altronix
Hubway8S
Converts BNC and power to
Cat5 for 8 cameras
Passive UTP
Transceiver Hub w/
Integral Power
Altronix
Hubway8S
Converts BNC and power to
Cat5 for 8 cameras
Intellex DVMS
American
Dynamics
ADD6R0DVD050,
NTLX, 16Ch, 4.2, System: Intel 2334mhz,
Deluxe, 500GB / TM1300, PIC:0X0120x0001
Intellex
VACD: 400 09/01/05 10:33:2[5
V4.20.20.84
Flat Screen rack
mounted monitor
Source
8 outside cameras
6
Hudson Prairie – Existing Equipment
Description
Manufacturer
Model / Ver.
Quantities and Comments
Video Camera
Speco
Technologies
HT-INTB8,
Intensifier
camera
10 outside cameras
Color video Camera
Sony
SSC-CD45
2 Ceiling mounted cameras
in lobby of main entrance
Color video Camera
American
Dynamics
ADCDEH0309CN
1 Ceiling mounted camera in
lobby of main entrance 1 in
E hallway
Video/Data/Power
Combiner
Altronix
HubWayA
14 Converts Cat5 to power
& BNC connectors for
cameras
UPS
Cylon Power
UR700-1u
Passive UTP Transceiver
Hub w/ Integral Power
Altronix
Hubway8S
Converts BNC and power to
Cat5 for 8 cameras
Passive UTP Transceiver
Hub w/ Integral Power
Altronix
Hubway8S
Converts BNC and power to
Cat5 for 8 cameras
Intellex DVMS
American
Dynamics
ADD6R0DVD050,
NTLX, 16Ch, 4.2,
Deluxe, 500GB /
Intellex
V4.20.20.84
System: Intel 2334mhz,
TM1300, PIC:0X0120x0001
VACD: 400 09/01/05
10:33:2[5
Flat Screen rack
mounted monitor
Source
7
Willow River - Existing Equipment
Quantities and
Comments
Description
Manufacturer
Model / Ver.
Video Camera
Speco Technologies
HT-INTB8,
camera
Color video Camera
Sony
SSC-CD45
Video/Data/Power
Combiner
Altronix
HubWayA
UPS
Cylon Power
UR700-1u
Altronix
Hubway8S
Converts BNC and power
to Cat5 for 8 cameras
Altronix
Hubway8S
Converts BNC and power
to Cat5 for 8 cameras
Intellex DVMS
American
Dynamics
ADD6R0DVD050,
NTLX, 16Ch, 4.2,
Deluxe, 500GB /
Intellex V4.20.20.84
System: Intel 2334mhz,
TM1300,
PIC:0X0120x0001 VACD:
400 09/01/05 10:33:2[5
Flat Screen rack
mounted monitor
Source
Passive UTP
Transceiver Hub w/
Integral Power
Passive UTP
Transceiver Hub w/
Integral Power
Intensifier
10 outside cameras
1 Ceiling mounted
camera in lobby of main
entrance
11 Converts Cat5 to
power & BNC connectors
for cameras
8
North Hudson - Existing Equipment
Description
Manufacturer
Model / Ver.
Quantities and Comments
HT-INTB8, Intensifier
10 outside cameras
camera
Video Camera
Speco Technologies
Color video Camera
Sony
SSC-CD45
Video/Data/Power
Combiner or Video
Balum/Combiner
Altronix
HubWayA
UPS
Cylon Power
UR700-1u
Altronix
Hubway8S
Converts BNC and power
to Cat5 for 8 cameras
Altronix
Hubway8S
Converts BNC and power
to Cat5 for 8 cameras
Intellex DVMS
American
Dynamics
ADD6R0DVD050,
NTLX, 16Ch, 4.2,
Deluxe, 500GB /
Intellex V4.20.20.84
System: Intel 2334mhz,
TM1300,
PIC:0X0120x0001 VACD:
400 09/01/05 10:33:2[5
Flat Screen rack
mounted monitor
Source
Passive UTP
Transceiver Hub w/
Integral Power
Passive UTP
Transceiver Hub w/
Integral Power
1 Ceiling mounted camera
in lobby of main entrance
11 Converts Cat5 to
power & BNC connectors
for cameras, some units
are called Video
Balum/combiner, same
capability
9
River Crest - Existing Equipment
Description
Manufacturer
Model / Ver.
Quantities and Comments
HT-INTB8, Intensifier
9 outside cameras
camera
Video Camera
Speco Technologies
Color video
Camera
Sony
SSC-CD75
1 Outside 270 Degree Remote
Panning capable
Color video
Camera
Sony
Verifying model, SSCCD45, 4W with heater
18 Ceiling mounted cameras
Video/Data/Power
Altronix
Combiner
HubWayA
27 Converts Cat5 to power &
BNC connectors for cameras
UPS
Cylon Power
UR700-1u
2
Altronix
Hubway8S
Converts BNC and power to
Cat5 for 8 cameras
Altronix
Hubway8S
Converts BNC and power to
Cat5 for 8 cameras
Altronix
Hubway8S
Converts BNC and power to
Cat5 for 8 cameras
Passive UTP
Transceiver Hub
w/ Integral Power
Passive UTP
Transceiver Hub
w/ Integral Power
Passive UTP
Transceiver Hub
w/ Integral Power
Intellex DVMS
American
Dynamics
Intellex DVMS
American
Dynamics
Flat Screen rack
mounted monitor
Remote
Management
Software
Touch Tracker
Controller
Camera Power
Supply
ADD6R0DVD050,
NTLX, 16Ch, 4.2,
Deluxe, 500GB /
Intellex V4.17.27.94
ADD6R0DVD050,
NTLX, 16Ch, 4.2,
Deluxe, 500GB /
Intellex V4.17.27.94
Source
VT768V
American
Dynamics
Sensormatiic
Electronics Corp.
American
Dynamics
American
Dynamics
System: Intel 2334mhz, TM1300,
PIC:0X0120x0001 VACD: 400
09/01/05 10:33:2[5
System: Intel 2334mhz, TM1300,
PIC:0X0120x0001 VACD: 400
09/01/05 10:33:2[5
ADTT16E
SV J80X2
10
EP Rock - Existing Equipment
Description
Manufacturer
Video Camera
Speco Technologies
Color video
Camera
Sony
Model / Ver.
Quantities and Comments
HT-INTB8, Intensifier
11 outside cameras
camera
SSC-CD45
2 Ceiling mounted cameras
located inside doors 1 & 15
Video/Data/Power
Altronix
Combiner
HubWayA
13 Converts Cat5 to power &
BNC connectors for cameras
UPS
Cylon Power
UR700-1u
Altronix
Hubway8S
Converts BNC and power to
Cat5 for 8 cameras
Altronix
Hubway8S
Converts BNC and power to
Cat5 for 8 cameras
Intellex DVMS
American
Dynamics
ADD6R0DVD050,
NTLX, 16Ch, 4.2,
Deluxe, 500GB /
Intellex V4.20.20.84
System: Intel 2334mhz,
TM1300, PIC:0X0120x0001
VACD: 400 09/01/05 10:33:2[5
Flat Screen rack
mounted monitor
Source
Passive UTP
Transceiver Hub
w/ Integral Power
Passive UTP
Transceiver Hub
w/ Integral Power
11
Middle School - Existing Equipment
Description
Manufacturer
Spenco
Video Camera
Technologies
American
Color video Camera
Dynamics
HT-INTB7
Color video Camera
Sony
SSC-CD43VT
Color video Camera
?
?
UPS
Cyber Power
CRT2V
UPS
Cyber Power
CRT2V
Intellex DVMS
American
Dynamics
DV16000
System: Intel 2993mhz, VACD5 3.70 B1:
5:10 t:413270024 VACD: VACD5
FW:4.1.6.0
Intellex DVMS
American
Dynamics
DV16000
System: Intel 2993mhz, VACD5 3.70 B1:
5:10 t:413270024 VACD: VACD5
FW:4.1.6.0
Intellex DVMS
American
Dynamics
DV16000
System: Intel 2528mhz, TM1300,
PIC:0X0120x0001 VADC: 256 02/25/03
11:42:2 S
Intellex DVMS
American
Dynamics
DV16000
System: Intel 2596mhz, VACD5 3.74,
VACD:, B1: 5:0 t:413270024CR:32,
VACD:, VACD5 FW:4.1.9.0
Intellex DVMS
American
Dynamics
DV16000
System: Intel 2596mhz, VACD5 3.74,
VACD:, B1: 5:0 t:413270024CR:32,
VACD:, VACD5 FW:4.1.9.0
KVM Video Switch
TrippLite
B004-008
8 Port Standard KVM Switch
Video Hub
Speco Technologies
16 Port Receiver Hub
Active Receiver
Speco Technologies
4 Port Active Receiver
Active Receiver
Speco Technologies
4 Port Active Receiver
Flat Screen rack
mounted monitor
Dell
Model / Ver.
ADCDEH0309CN
Quantities and Comments
1 outside
30 Not sure how many
AD/Sony Cameras
31 Not sure how many
AD/Sony Cameras, 1 is
outside of main entrance
4 located in Pool
Hall/Stairwell (66 total
Cameras at MS)
12
High School - Existing Equipment
Description
Manufacturer
Model / Ver.
Quantities and Comments
Color video Camera
Not Available
Pand & Tilt
3 outside w/remote control, E
Gym, NW corner of Aud, Light
pole between Tennis Courts
Color video Camera
Spenco
Technologies
HT-INTB7
13 w/Manual Zoom/Focus
Color video Camera
Sony
SSC-CD43VT
56
Color video Camera
Samsung
SND-5080
12 Installed 2012
Color video Camera
Samsung
SNV-5080
2 Installed 2012
Color video Camera
Samsung
SND-7080
6 Installed 2012 (92 total
Cameras at HS)
Touch Tracker 16
American
Dynamics
ADTT16E
Touch Tracker 16
American
Dynamics
ADTT16E
CCTV Twisted Pair
Active Receiver Hub
NVT Network video
Technologies
NV-1662R
UPS
APC
SmartUPS C1500
UPS
APC
SmartUPS SC1500
Network Switch
Samsung
Ubigate IES4028FP,
24POE
VGA KVM Switch
Iogear
GCS1808
Digital Video
Recorder, DVR5
Samsung
SRD1670DC
Digital Video
Recorder, DVR4
Samsung
SRD1670DC
Digital Video
Recorder, DVR3
Samsung
SRD1670DC
Digital Video
Recorder, DVR2
Samsung
SRD1670DC
Digital Video
Recorder, DVR1
Samsung
SRD1670DC
Network Video
Recorder
Samsung
SRN1670D
Network Video
Recorder
Samsung
SRN1670D
13
Sixstrand, 62.5mm
Fiber to Room # 201
Fiber Junction Box,
Video Transceiver
NVT Network video
Technologies
NV-213A
Requested Equipment and Specifications
Bidders shall propose a plan to upgrade the current video surveillance systems utilizing IEEE Ethernet
(hard-wired and/or wireless) technology integrating with as much of the current HSD resources as
possible. The system components shall be installed and connected to the owner’s Ethernet
infrastructure and as specified herein. System shall be of a “network” architecture using Ethernet (IP)
cameras and centrally located Ethernet servers. The centralized server/recording equipment (if new is
required) shall be installed in the Owner’s existing server rooms as required. Contractor shall advise,
coordinate and work cooperatively with Owner representatives or owner’s designee related to any
configuration changes required and/or proposed for Owner’s existing infrastructure (VLAN, routing,
firewall, etc.)
The Contractor shall supply, connect, configure, test, document, and train Owner representatives and
warrant a fully operational and compliant network video monitoring system, complete and with full
functionality as specified herein.
14
New Equipment/Support Requested
Item
Internal IP Color Camera
External 180 degree Color IP Camera
Internal IP Color Camera
External 180 degree Color IP Camera
Internal IP Color Camera
External 180 degree Color IP Camera
Internal IP Color Camera
External 180 degree Color IP Camera
Internal IP Color Camera
External 180 degree Color IP Camera
Internal IP Color Camera
External 180 degree Color IP Camera
Internal IP Color Camera
External 180 degree Color IP Camera
External Directional Color IP Camera
Internal IP Color Camera
External 180 degree Color IP Camera
External Directional Color IP Camera
HP or Cisco POE 24 Port Switch 10/100/1000
HP or Cisco POE 24 Port Switch 10/100/1000
HP or Cisco POE 24 Port Switch 10/100/1000
HP or Cisco POE 24 Port Switch 10/100/1000
HP or Cisco POE 12 Port Switch 10/100/1000
Cat 5E or Cat 6 Cable as needed to connect cameras
Quantity
10
3
11
6
20
5
31
0
0
4
7
5
31
5
9
4
5
2
1
2
1
4
1
Building
Hudson Prairie Elementary
Hudson Prairie Elementary
North Hudson Elementary
North Hudson Elementary
EP Rock Elementary
EP Rock Elementary
Willow River Elementary
Willow River Elementary
River Crest Elementary
River Crest Elementary
Houlton Elementary
Houlton Elementary
Hudson Middle School
Hudson Middle School
Hudson Middle School
Hudson High School
Hudson High School
Hudson High School
EP Rock Elementary
Willow River Elementary
Hudson Prairie Elementary
Hudson Middle School
Houlton Elementary
All Buildings (Please quote but
note that some cabling may be
done in-district.)
RJ-45 Connectors, patch panels, and junction boxes
as needed
Upgrade for Intellex Systems as/if needed to support
additional/new IP cameras including all
switches/connectors/cables
Software and Licenses as Needed to support
additional IP cameras and remote access
Training on all new materials/software
Options on 1, 3, and 5 year support contracts for all
systems
All Buildings
15
All work, products, and materials shall conform to the following standards as applicable for the intended
use:
1.
2.
3.
4.
5.
6.
7.
EIA/TIA Commercial and Administration Standards
NEC
IEEE 802
IETF RFCs
FCC – All Applicable Rules and Regulations
UL
MOSHA Safety Standards
Proposed system shall provide full functionality of the following feature sets and/or standards either in
the Central Control software or in conjunction with proposed camera equipment, and shall provide all
management, configuration and control of features and/or standards from Central Control software
administrative interface:
1. Administration access shall be protected by unique and secure log on (User ID and Password)
2. System administration shall be capable of complete system configuration back-up and full
system restoration from a previously saved configuration
3. System reporting shall include, but not be limited to:
a. Real time camera status
b. Historical camera utilization for administrator defined period
c. Status of all system components
d. Digital zoom of streaming and stored images as available for newer cameras
e. Ad hoc access to streaming and stored video from any properly authenticated device
with network access
f. H.264 Decoding
g. Motion detection and alarm-based recording
h. Video client support for the following:
i. Web Browser (IE, Firefox, Chrome)
ii. Microsoft Windows 7 or higher
iii. Android/iOS remote access preferred but not required
4. System shall be configured to provide standard acceptable Ethernet Quality of Service (QoS)
identification at both later two (2) and layer three (3) to Owner’s network infrastructure so as
to insure end-to-end priority delivery of video traffic across the network.
a. IPSec
b. IEEE 802.3p
5. In the event of a power failure, system shall automatically re-initialize and “become active” to
the last configuration in use with no human intervention.
6. Historical video must be able to be saved to an external, non-editable format for use in legal
cases.
16
Minimum Equipment Specifications:
A. One hundred fifty eight (158) Ethernet cameras shall be provided. Cameras shall meet or
exceed the following specified capabilities:
1. One hundred fourteen (114) Standard Interior Cameras
a. 1/3” Progressive scan CCD fixed cameras
b. 45 degree variable focal range: 0mm to infinity
c. Activity/motion detection
d. Remote/Auto focus (optional)
e. 0.5 lux minimum illumination
f. 1280 x 960 Image Size (Resolution)
g. H.264 Compression
h. MPEG4 Compression
i. 30fps Maximum Frame Rate
j. 10/100 Ethernet (RJ-45) connector (or wireless)
k. IEEE 802.3af Power over Ethernet (or alternate power source if wireless)
l. Operating temperature range from 45 – 110 degrees Fahrenheit.
m. Internal image memory for motion based buffering
n. Cameras shall be installed in mechanical flush mounted, tamper and
Impact resistant ceiling dome enclosure.
2. Eleven (11) Exterior Standard Fixed CCD cameras. Cameras shall meet
or exceed the following specified capabilities:
a. Backlight compensation
b. Activity/motion detection
c. Remote/Auto focus
d. 0.3 lux minimum illumination
e. 1600 x 1200 Image Size (Resolution)
f. H.264 Compression
g. Motion JPEG Compression
h. 30fps Maximum Frame Rate
i. 10/100 Ethernet (RJ-45) connector (or wireless)
j. IEEE power over Ethernet compliance (or alternate power source if wireless)
k. Internal image memory for motion based buffering
l. Operating temperature range from 14 – 140 degrees Fahrenheit.
m. Integral sun shroud
3. Thirty-three (33) Exterior 180 degree view color cameras. Cameras shall meet or
exceed the following specified capabilities:
a. 8.0 Megapixel
b. Minimum Resolution: 2400 x 1800
c. Minimum Framerate: 10 fps
d. IR Filter
e. Activity/motion detection
f. 10/100 Ethernet (RF-45) connector or wireless
g. IEEE power over Ethernet compliance (or alternate power source if wireless)
h. 0.1 Lux (color) at F/1.2
i. Automatic exposure
j. Automatic white balance
k. Brightness, Contrast, Saturation Controls
l. Internal image memory for motion based buffering
m. Operating temperature range from 14-140 degrees Fahrenheit
17
B. Ethernet cameras shall properly and acceptably communicate over, and attach to, Owner’s
standard Ethernet communications network provided by others and be powered by use of IEEE
compliance as needed.
C. Cameras shall conform to and/or support the following certifications, features, standards
and/or protocols:
1. Secure network access incorporating user ID and password protection
2. NTP
3. SNMP
4. FCC Part 15 Subpart B Class B
5. Underwriters Laboratories Listed
6. IEEE 802.3 (Ethernet) UTP eight (8) pin modular connector
D. All cameras and/or camera enclosures shall be firmly and securely mounted to
finished ceiling, wall, or other surfaces as required and/or specified herein to maximize coverage
and minimize tampering potential.
E.
VMS Server (as/if needed)
1. Provide IP based Video Server for the System as/if needed:
a. Chassis Type: 2U Rack Mounted preferred
b. Processor: Dual Quad Intel Xeon, dual processor
c. Storage: PERC H310 RAID Controller
e. Operating System: Microsoft Server 2008
e. RAM: 8Gb
f. Support for up to Eight (8) 3.5” Drives
g. Video Card: 1 Gb 64 bit DDR PCI
h. DVD +/- RW
i. LAN: Embedded dual port gigabit
j. USB Mouse/Keyboard
k. 3 year Warranty
F.
Video Storage (as/if needed)
1. Provide a minimum of 20TB of available digital storage to store video events for a
minimum retention of 30 days for all cameras. (Camera recording at a minimum of 15
frames per second)
G.
Wiring
1. The work includes supply and connection of all Ethernet cables. All patch cables shall
meet Category 5e or 6 specifications
Contractor shall be familiar with the environment where work will be done as specified herein and make
every reasonable effort to minimize interference with Owner’s or other contractor’s activities.
Work Areas shall be cleaned at the end of each day. All debris shall be cleared, removed and disposed of in
an approved container for the site. All equipment and tools shall be removed from common areas and
stored in approved, secure storage locations. Any work that may impede the general use of the space
and/or other contractor’s work and cannot be removed shall be flagged and cordoned off by the
Contractor prior to their departure.
18
All equipment and materials shall be installed in a neat and organized manner. Best practices
installation principles shall be used throughout the project. The Contractor shall furnish, set in place, and
install all equipment necessary for a fully compliant and operational system as specified herein.
A.
The installation process includes, but is not limited to the following:
1. Inventory receipt of all components and equipment
2. Storage of all equipment and components until such time those items are
installed according to the specifications
3. Transport equipment to the Owner’s installation location(s)
4. Assemble, install, configure and test all equipment and components,
maintaining accurate inventory records and status documents and discarding
packaging
5. Collect all information necessary to accurately program all system devices to
the Owner’s intended use and need
6. Label all system devices as may be appropriate and required by Owner
7. Complete end user and system administrator training programs as specified
herein
8. Work shall be performed to meet local codes and industry standards including
proper grounding and bonding of installed equipment
9. Work includes extending Ethernet from installed equipment, as required, to
Owner identified connection outlets at all locations
10. Wherever possible, reuse any existing ceiling tile access holes from the
previous system
11. It shall be the responsibility of the Contractor to repair or replace any damage done
to the structure of finishes in the building by the Contractor. If in the course of
work, Contractor damages, marks or misplaces any surfaces or access
plates/panels the Contractor shall repair and/or replace the surface, plate or
panel to the original condition.
19
Training
A. Contractor shall provide training for the Owner designated system administrator(s).
Owner shall designate up to Eleven (11) administrators to be trained. Training shall be a
minimum of two (2), four (4) hour sessions in length, at the convenience of the Owner
personnel, and of sufficient duration to satisfactorily complete training on all system
administration functions including, but not limited to:
One session for technical administrators to include:
1. Basic trouble shooting of the installed system and components including diagnostic
and problem resolution actions.
2. System back-up and restore functions and procedures for all system parameters and
configurations.
3. Camera additions, moves, changes and reconfiguration.
One session for end-user administrators (Principals and Police Department Representative)
1. Basic viewing, searching, monitoring of cameras
2. How to contact support
3. Recording video segments to disk
4. Review of system alerts, logs and monitoring of configuration parameters
including, but not limited to, camera configuration changes, video transmission
changes and camera status.
5. Remote access
Warranty
Complete installation shall be free from defect and/or failure for a period of three (3) years. Any
replacement, upgrade or fix, including labor for any nonconforming or non-operational part of the system
shall be fixed and/or replaced at no cost to Owner.
Manufacturer’s warranty shall be provided for all components of the system. Any documents and/or
submittals required by individual manufacturers for compliance with the standard and/or applicable
extended warranty programs shall be provided and submitted for approval by the Contractor.
Contractor shall provide the following response times for all malfunctioning equipment:
1. Twenty-four (24) hours or less for matters that render twenty percent (20%) or more of the
system unable to maintain normal functionality.
2. Two (2) business days for matters not meeting the above criteria.
3. Response time shall be measured from the time Contractor is notified by Owner to the time
work is begun to resolve the matter.
System warranty shall commence on date of substantial completion as certified by Owner.
20
Part 3 – Instructions to Bidders
Ownership
Bidders prepare and provide proposals without any cost to the Owner. Once opened, proposals become
the sole property of the Owner. Bidders have no claim to, or ownership of proposals opened.
Proposals become subject to all legal statutes including, if applicable, United States and Wisconsin
Freedom of Information Acts and related laws.
Proposals may be withdrawn and/or changed any time prior to the proposal opening.
Compliance
The Bidders’s proposal shall include all services, supplies, components and equipment required to provide
a complete turnkey system which meets or exceeds all RFP specifications for each given bid line being
proposed.
By their response, Bidders agree to comply with all sections, terms, conditions and/or requirements of the
contract documents except as expressly noted. Exceptions to any proposal sections, terms, conditions
and/or requirements deemed excessive by the Owner may disqualify Proposal.
In compliance with the Freedom of Information Act, the Owner shall make proposal documents available
for public review after issuance of purchase order to the successful Contractor.
In connection with the execution of this Contract, Contractor and any Subcontractors shall not
discriminate against any employee or applicant for employment because of race, religion, color, sex, age,
or national origin.
Negligence in preparation, improper preparation, errors in, or omissions from Proposals shall not relieve
Bidder from fulfillment of any and all obligations and requirements of the Contract Documents.
All Proposal documents and worksheets must be completed in detail and submitted together on time.
Protection and Safety
Contractor shall continuously maintain adequate protection of all Work from damage and shall protect the
Owner’s property, both physical and electronic, from injury or loss arising in connection with the
execution of the Contract. Contractor shall make good any such damage, injury or loss, except such as
may be directly caused by agents or employees of the Owner. This requirement shall also apply to
structures above and below ground as conditions of the site require.
Contractor shall be solely responsible for, and have control over means, methods, techniques, sequences
and procedures for initiating, maintaining and supervising all safety precautions and programs in
21
connection with the performance of the contract. Contractor shall take all necessary precautions for the
safety of employees and visitors on the site of the Project and shall comply with applicable provision of
federal, state and municipal safety laws and building codes to prevent accidents or injury to persons on,
about, or adjacent to the premises where the Work is being performed. Contractor shall erect and
properly maintain at all times, as required by the conditions and progress of the Work, all necessary
safeguards for the protection of workers and the community.
Contractor shall provide, prior to beginning any work at the sites, certificate of insurance for delivery to
Owner indicating all required insurance coverage is in force.
1.
2.
3.
4.
5.
6.
Worker’s Compensation and Employer’s Liability Insurance
a. Coverage A – Statutory
b. Coverage B - $1,000,000 per Accident
Broad Form Comprehensive General Liability Insurance (including – Premises, Elevators,
Contractor’s Protective Liability, Contractual, Products and Completed Operations – including
Broad Form Extensions).
a. Each Occurrence - $1,000,000
b. General Aggregate - $2,000,000
c. Products and Completed Operation Aggregate - $2,000,000
d. Personal Injury and Advertising Injury - $1,000,000
e. Fine Legal - $50,000
Sub-contractors Operations, Products – Completed Operations and Contractual Liabilities, plus
such excess coverage as may be appropriate for the limits listed.
Policies shall include notification clause requiring ninety (90) days written notice to Owner in
the event of policy cancellation, expiration, nonrenewal, coverage reduction or other material
change.
Contractor shall not commence work under the Contract until after all insurance required
herein has been obtained and certificates for such are approved by Owner.
Contractor agrees to indemnify and hold harmless the Owner, including their agents and
employees, from and against all claims, damages, losses and expenses, including but not
limited to, attorney fees arising out of, or resulting from the performance of the work.
All labor and materials shall be furnished and installed in strict accordance with the latest applicable
codes, ordinances and regulations of any governing body having jurisdiction over this project. The
Contractor shall give all notices and comply with all codes, laws, ordinances, rules and regulations of any
authority having jurisdiction, which bears on the performance of its work. The Contractor shall pay for
all licenses, permits, taxes, and fees required for this project; and shall comply with all federal, state, local
and Owner’s policies, codes, and laws. The Contractor shall submit copies of all approved certificates
and approvals to the Owner upon receipt. All such licenses, permits, taxes and fees shall be included in
base proposal.
22
Sub-Contractors and Material Suppliers
The successful Bidder shall submit to the Owner a complete list of all sub-contractors and all material
suppliers proposed to engage on the work. Sub-contracts shall not be awarded until after they have
been approved by the Owner. Names of any principal sub-contractors must be listed on the Proposal
Form.
Drawings, Diagrams, and Illustrations
Building drawings showing placement of current and proposed video cameras may be received by
contacting Nancy Toll, Technology Coordinator for the Hudson School District at tollnl@hudson.k12.wi.us .
These drawings are available in both PDF and Visio formats. Drawings must remain confidential to the
Bidder and destroyed after the proposal process unless Bidder is awarded the Contract by the HSD.
Drawings may not be published in any public forum in order to maintain security of students and staff in
the HSD. The Owner has only suggested camera locations on these drawings and is open to location
changes proposed by the Contractor if Owner deems proposed location improves safety and security
measures for the District.
Proposal Response Format
Bidders shall provide two (2) complete Proposal copies in hard copy format. Responses shall be in a
bound tabulated format. Each response shall have tab indicators for each section.
All Proposals shall be clearly marked on the outside and must include the following.
included in this document for you to use if needed.
A Proposal label is
1. Bidder identification
2. Project Name (HSD Video Surveillance RFP)
3. Proposal submission date
Proposals shall include a complete index of documents which includes:
1. Section 1 – Overview, which shall contain copies of cover letter and/or executive overview.
2. Section 2 – Forms
a. Proposal Form including Alternates and Principal Subcontractors
b. Three (3) References
c. Schedule of Values/Materials/Costs
3. Section 3 – Material white papers or specification sheets
4. Section 4 – Proposed implementation plan including camera placements, installation plan, and
training.
5. Section 5 (optional) – Any other materials Bidder wishes to include
23
Owner reserves the right to, at its sole discretion; require potential contractors to clarify any aspect of
their proposal.
Issuance of a Purchase Order by Owner in response to a valid proposal shall be a Notice to Proceed, and
shall become part of, but not limited to, all terms, conditions and requirements herein. Notice to
Proceed shall have the full effect of contract award, and shall make all terms, conditions, requirements
and responsibilities of Bidder binding upon issuance. Notice to Proceed, once issued, shall become an
inseparable part of the contract documents herein, and constitute both Bidder’s and Owner’s acceptance
of contract.
24
Part 4 - Forms
Intent to Bid Form
INTENT TO BID FORM
Complete and submit the following form if you intend to submit a Proposal for this project.
Completed forms must be received on or before 4:00 PM CST on Wednesday, December 17,
2014. Only bidders returning a completed “Intent to Bid Form” will be notified of any addenda for
this RFP.
Company Information
Name: _________________________________________
Address Line1: _________________________________________
Address Line2: _________________________________________
City, State and Zip Code _________________________________________
Primary Contact Information
Name: _________________________________________
Phone No.: _________________________________________
Fax. No.: _________________________________________
E-Mail Address: _________________________________________
Submit completed form to:
Nancy Toll
Technology Coordinator
Hudson School District
642 Brakke Dr, Suite 101
Hudson, WI 54016
25
Sealed Proposal Label
SEALED BID LABEL
Separate, or fold over, the label on the line below, and affix to the exterior of sealed
container so information is clearly visible for Proposal Submission. Insure label is
attached in a manner to prevent accidental removal or defacement. Label shall serve as
sole identification for sealed proposal at submission.
_____________________________________________________________________
BID TO: Hudson School District
Attention: Nancy Toll
642 Brakke Dr, Suite 101
Hudson, WI 54016
PROPOSAL FROM:
___________________________________________
___________________________________________
___________________________________________
PROJECT: VIDEO SURVEILLANCE/MONITORING SYSTEM
DUE: 12:00 P.M. ON Friday, January 9, 2015
26
Proposal Form
PROPOSAL FORM
PROPOSAL TO: Hudson School District
642 Brakke Dr, Suite 101
Hudson, WI 54016
PROPOSAL FROM:
___________________________________________
___________________________________________
___________________________________________
PROJECT: VIDEO MONITORING/SECURITY SYSTEM
The undersigned, having familiarized themselves with all local conditions affecting the
cost of work, and having examined the site and all applicable Proposal Documents
herein, and herein referenced, including, but not limited to, all addenda issued thereto,
hereby propose to furnish all labor, material, equipment, applicable taxes and services
required for proper completion of each of the following categories of this project for the
sum of:
_________________________________________________Dollars ($____________).
Said amount written above constituting the Base Proposal
TAXES:
Proposal sum includes all applicable taxes, licenses and fees.
ALLOWANCES:
Base proposal includes all applicable allowance cost(s) as set forth herein.
ACKNOWLEDGEMENT OF ADDENDA:
The following addenda have been received, are hereby acknowledged, and their
execution is included in both base proposal and alternate proposals herein.
Addendum No._____Dated_____________ Addendum No._____Dated_____________
27
ALTERNATES:
Base proposal amount may be increased or decreased in accordance with each of the
following alternate proposals as may be selected, following procedures stated herein.
Voluntary Alternates shown below are identified and described in detail on appropriate
attachment(s) as referenced herein.
Voluntary Alternate A ____________________________________________________
Voluntary Alternate B ____________________________________________________
Voluntary Alternate C ____________________________________________________
Voluntary Alternate D ____________________________________________________
Voluntary Alternate E ____________________________________________________
PRINCIPAL SUBCONTRACTORS
As required herein, the following Subcontractors are proposed to be used for this
project:
Legal Name:__________________________Work Proposed_____________________
Legal Name:__________________________Work Proposed_____________________
Legal Name:__________________________Work Proposed_____________________
AGREEMENT:
The undersigned agrees to execute an agreement for work covered by this Proposal
on the Owner’s standard Purchase Order for which terms and conditions are expanded
to include all Proposal and Contract Documents.
In submitting this proposal, it is understood that the Owner reserves the right to reject any or
all proposals. It is further agreed that this proposal is binding for a period of Ninety (90) days
from the day of proposal opening:
Respectfully submitted,
Date: ________________________
Firm Name: ________________________
By: ________________________
Signed: ________________________
Title: ________________________
Official Address:
________________________
________________________
Telephone Number: ________________________
Fax Number: ________________________
Email Address_____________________________
28
References
REFERENCES
Customer name: __________________________________________________
Address: __________________________________________________
City/State/Zip: __________________________________________________
Contact name: __________________________________________________
Contact title: __________________________________________________
Phone: __________________________________________________
E-mail: __________________________________________________
Scope of project: __________________________________________________
________________________________________________________________
________________________________________________________________
Date of completion: ___________________
Customer name: __________________________________________________
Address: __________________________________________________
City/State/Zip: __________________________________________________
Contact name: __________________________________________________
Contact title: __________________________________________________
Phone: __________________________________________________
E-mail: __________________________________________________
Scope of project: __________________________________________________
________________________________________________________________
________________________________________________________________
Date of completion: ___________________
Customer name: __________________________________________________
Address: __________________________________________________
City/State/Zip: __________________________________________________
Contact name: __________________________________________________
Contact title: __________________________________________________
Phone: __________________________________________________
E-mail: __________________________________________________
Scope of project: __________________________________________________
________________________________________________________________
________________________________________________________________
Date of completion: ___________________
29
Schedule of Values/Materials/Cost
Bidder may submit their own version of this form with slight variation. All information in this form is
required. Form submitted must materially match below both in content and format.
ID
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
20
29
30
Quanitity
Part #
Mfg and Description
Unit Cost
Total Proposed Cost
Total Labor for Installation
Total Labor for Configuration
Total Training Costs
1 Year Support Cost
3 Year Support Cost
5 Year Support Cost
Grand Total Excluding Yearly Support Must Match Base Proposal on Proposal
Form
$
30
Download