You are on page 1of 60

Department of Materials Management

Division of Procurement
MONTGOMERY COUNTY PUBLIC SCHOOLS
Rockville, Maryland

Request for Proposal 4248.1


Elementary Schools Access Control Systems
RFP 4248.1

Table of Contents
SECTION I GENERAL SECURITY REQUIREMENTS
1.0 Intent ....................................................................................................................................1
2.0 Background ..........................................................................................................................2
3.0 Scope of work.......................................................................................................................2
4.0 Contract Term ......................................................................................................................4
5.0 Definition of Terms ...............................................................................................................4
6.0 Code Requirements .............................................................................................................5
7.0 Regulatory References.........................................................................................................5
8.0 Quality Assurance ................................................................................................................6
9.0 Instructions to Bidders..........................................................................................................7
10.0 Warranty.............................................................................................................................11
11.0 Format of Response...........................................................................................................12
12.0 Project Submittals ..............................................................................................................14
13.0 Delays, Extensions and Late Completions.........................................................................16
14.0 Indemnity Agreement .........................................................................................................17
15.0 Insurance Requirements ....................................................................................................18
16.0 Payment Procedures..........................................................................................................19
17.0 Contractor Default ..............................................................................................................20
18.0 Pricing ................................................................................................................................20
19.0 Project Manager .................................................................................................................20
20.0 Inquiries ..............................................................................................................................20
21.0 Termination for Default or for Convenience of MCPS ........................................................21
22.0 Invoicing .............................................................................................................................22
23.0 References .........................................................................................................................22
24.0 Schedule of Events ............................................................................................................22
25.0 Pre-BID Conference ...........................................................................................................23
26.0 Addenda/Errata ..................................................................................................................23
27.0 Inquires...............................................................................................................................23
28.0 Documents to be Submitted in Response to This RFP ......................................................24

SECTION II
SYSTEMS SPECIFICATIONS
1.0 GENERAL ........................................................................................................................25
2.0 Access Control Equipment .................................................................................................25
3.0 Single Door Network Access Control Unit..........................................................................34
4.0 Contactless Smart Card Reader ........................................................................................36
5.0 Contactless Smart Card Access Control Credential...........................................................37
6.0 Request to Exit Motion Sensor...........................................................................................39
7.0 Concealed Door Position Switch ........................................................................................39
8.0 Video Intercom System ......................................................................................................39
9.0 IP Camera ..........................................................................................................................40
10.0 Intercom Speaker, Microphone and Call Button.................................................................41

SECTION III PERFORMANCE REQUIREMENTS


1.0 Installation Practices ..........................................................................................................42
2.0 Power Requirements..........................................................................................................44
3.0 Security Conduit Systems ..................................................................................................44
4.0 Product Delivery, Storage and Handling ...........................................................................45
5.0 Repair and Cleanup ...........................................................................................................45

ii
RFP 4248.1

6.0 Training of Owner Personnel..............................................................................................45


7.0 Observation of Work...........................................................................................................46
8.0 Checkout of systems ..........................................................................................................46
9.0 Acceptance of Systems......................................................................................................47

SECTION IV PROPOSAL FORMS


1.0 Supplementary Information ................................................................................................48
2.0 Service Rates .....................................................................................................................48
3.0 Extended Maintenance Warranty .......................................................................................48
4.0 Completion Date.................................................................................................................48
5.0 Nondisclosure Agreement ..................................................................................................49
6.0 Addenda Acknowledgement...............................................................................................49
7.0 Bidder Acknowledgement...................................................................................................50
8.0 Owner Acceptance .............................................................................................................50
9.0 Bid Forms & Equipment Schedules....................................................................................51

iii
RFP 4248.1

iv
RFP 4248.1

I. GENERAL SECURITY REQUIREMENTS

1.0 INTENT

Montgomery County Public Schools (MCPS) is seeking a qualified vendor to supply and
implement an integrated access control security system at elementary schools within Montgomery
County, Maryland.

1.1 These specifications and related security drawings describe security systems consisting of
integrated access control, video intercom, monitoring and control. The specifications set forth,
detailed functions and standards of quality for the systems, their components and the methods of
installation and operation. The bid proposal shall be prepared to reflect the standards of quality
specified herein, employing equipment, which meets or exceeds these specifications.

1.2 The bid shall be for complete and operational systems. It is the responsibility of all bidders to
carefully examine all bid documents, including drawings, and to notify the Owner of any apparent
inconsistencies and inaccuracies prior to submission of their bid. Questions regarding this RFP
must be submitted, in writing, by close of business August 3, 2009. Questions and Answers will
be distributed to all Contractors at the pre-bid conference August 7, 2009 (see 24.0 Pre-Bid
Conference). Any interpretation of bid documents will be made by written addendum issued by
the Owner to all bidders. All Bidders will acknowledge receipt of each addendum in their Bid
Proposals.

1.3 The Contractor shall deliver complete and operational systems to the Owner on a turnkey basis,
complete with interface to existing equipment and not-in-contract (NIC) work. All engineering,
labor, materials, delivery, storage of materials, permits, etc., that are necessary to satisfy the
contract documents, shall be provided by the Contractor. Installation shall be complete from the
designated point of electrical power service connection to the final connection of apparatus or
pieces of equipment unless modified by the drawings or specifications.

1.4 The drawings included in this specification package are intended to convey the general design of
the systems. The plans are not intended to show complete and accurate details of every aspect of
every adjunct building system or systems. The drawings show those device locations and
relationships. The Contractor is responsible for making all field measurements necessary for
establishing the exact locations and relationships necessary for the installation of equipment.

1.5 Due to the condition that parts of this job site are finished spaces including paint, trim, wall
covering, floor treatments, lighting and building mechanical systems, the Contractor shall perform
the work specified herein such that at the completion of his work, all finished space is restored to
the original existing condition prior to the commencement of work. During the course of
performing the work specified herein, if the Contractor should encounter any damaged finishes in
any area where the Contractor’s work is to be performed, the Contractor shall notify the Owner in
writing prior to performing work in that area. Only after receiving written confirmation in 48
hours that the existing conditions have been documented and that authorization has been given to
proceed, shall the Contractor proceed with the work in these areas.

1
RFP 4248.1

2.0 BACKGROUND

The Montgomery County Public Schools is the largest school district in the State of Maryland and
the 16th largest school district in the country. The school district employs more than 21,000
employees who provide service to more than 137,000 students in 199 schools.

3.0 SCOPE OF WORK

The Montgomery County Elementary School access control project shall be an integrated access
control and video intercom system consisting of: an IP access control solution utilizing existing
HID Iclass cards and to be administrated from the existing central dispatch and alarm center.
Cards shall be able to be issued and activated from both district security and the Elementary
School locally. The integrated IP video intercom shall consist of a desktop application that pops
up video and alerts assigned workstations that someone has pressed the intercom button. The user
will have the ability to talk to the user at the door and shall have the ability to release the electric
door hardware for entry. This shall be able to be used locally at the school or from central
dispatch. The camera shall be recorded at the camera and shall have a minimum of 24 hours of
recording on motion.

3.1 These specifications and related security drawings describe the Integrated Access Control for the
Montgomery County Elementary Schools located in Montgomery County Maryland. The scope of
the security project includes fully integrating all systems as described in the Specifications; The
Contractor shall provide all necessary manpower or premium time to complete the security project
by the construction time line and completion dates listed in construction documents.

3.2 The Contractor shall coordinate with the Owner to set up all aspects of operation for the security,
solutions and network requirements.

3.3 The Contractor shall provide all security, video surveillance equipment and programming needed
to complete the security and video surveillance systems as detailed in the bid documents.

3.4 The Contractor shall coordinate with the Owner’s IT personnel regarding network drop
requirements for the network connectivity. All device network drops provided. Terminated and
tested by Contractor.

3.5 The Contractor shall deliver complete and operational systems to the Owner on a turnkey basis,
complete with interface to not-in-contract (NIC) work. All engineering, labor, materials, delivery,
storage of materials, permits, etc., that are necessary to satisfy the contract documents, shall be
provided by the Contractor. Installation shall be complete from the designated point of electrical
power service connection to the final connection of apparatus or pieces of equipment unless
modified by the drawings or specifications.

3.6 Provide the turnkey design and installation of integrated access control systems and subsystems to
provide the functional performance as described herein. Integration shall be between the specified
subsystems and shall include interconnection to other building systems as required to provide the
specified functionality. Design and installation shall include final connection to power circuits,
connection to the building ground bus system and all ancillary equipment needed for a complete
and operational integrated security and surveillance systems.

2
RFP 4248.1

3.7 The Contractor shall provide all required ancillary equipment whether specifically stated herein or
not for complete and operational systems as specified herein.
3.8 The Contractor shall provide all required security devices as shown on drawings.

3.9 At the conclusion of the project, the Contractor shall provide the Owner with complete and
detailed engineering documentation for all hardware and software components, which are
incorporated in the facility.

3.10 Mounting techniques that deviate from the manufactures recommended practices and appearance
and finishes of all equipment or devices not specified in the bid documents shall be submitted to
and approved by the Owner prior to the installing such equipment.

3.11 The Contractor shall schedule and perform all fabrication, installation, testing, documentation
and training of the Owner's personnel.

3.12 The access control software shall be part of the overall ISMS (Integrated Security Management
System) platform. This will include the following features and functionalities:

3.12.1 Unified GUI (Graphical User Interface) incorporating Door control, monitoring of
intrusion detection system devices, access to both live and recorded video and visitor
management.
3.12.2 Use of floor plans to graphically depict security incidents and control of devices and
cameras.
3.12.3 Access control shall utilize a single PoE (Power over Ethernet) port to the secure side of
the door to control all access control functionality including power (except door locking
hardware which will be powered locally).
3.12.4 All door locking hardware and power provided by General Contractor.
3.12.5 All conduits and raceways from access control device location to IP controller provided by
Contractor.
3.12.6 One user license per site shall be included with the access control system.

3.13 The video surveillance management platform shall be software based solution and be loaded,
configured and tested on the camera locally.

3.14 The IP video surveillance system shall be integrated into the access control system and intrusion
detection system to allow for viewing alarm and access control events.

3.15 All PoE network switches shall be provided by the owner.

3.16 Static IP addressing shall be used. A separate security VLAN and block of IP addresses shall be
provided by the owner to the Contractor.

3.17 All infrastructure cabling, network terminations and patch panels to be provided by the Contractor.

3
RFP 4248.1

4.0 CONTACT TERM

The term of contract shall be for two (2) years as stipulated in the RFP. However, the contract
may not begin until one day after approval by the Board of Education and will conclude as stated
under the contract term. MCPS reserves the right to extend this contract at existing prices, terms
and conditions for up to three (3) additional one (1) year terms. Written notice indicating MCPS’
intention to pursue the extension of the contract will be issued to the successful vendor(s) 90 days
prior to the expiration of the original contract. The vendor(s) shall have ten days from the date of
notification to return the notice acknowledging its intent to accept or reject the extension. Once all
responses are evaluated, MCPS staff may make a recommendation to the Board of Education to
extend the contract or decide to rebid. If the contract is extended by the Board of Education a
contract amendment will be issued.

5.0 DEFINITION OF TERMS

5.1 The "Owner" is Montgomery County Public Schools and is referred to throughout this document
as if singular in number and masculine in gender. The term "Owner" means the Owner or his
authorized representative.

5.2 The "Consultant" is James Gompers and is referred to throughout this document as if singular in
number and masculine in gender. The term "Consultant" means the Consultant or his authorized
representative.

5.3 The “Project Manager” is TBD and is referred to throughout this document as if singular in
number and masculine in gender. The term "Project Manager" means the Contractors Project
Manager or his authorized representative.

5.4 The "Bid Documents" include this specification in its entirety, the project drawings, any
attachments and all associated correspondence and addenda.

5.5 A "Bidder" is one who submits a Bid for a prime contract with Montgomery County Public
Schools for Work described in this specification.

5.6 A "Sub-bidder" is one who submits a Bid to a Bidder for materials or labor for a portion of the
work.

5.7 The "Contractor" is a Bidder who has been awarded a contract based upon his proposal to perform
the work defined in this specification.

5.8 The "Project" is the total construction designed by the Consultant of which the work performed
under this Contract is a part.

5.9 "Addenda" are written or graphic instruments issued by the Owner prior to the execution of the
Contract, which modify or interpret the bidding documents by addition, deletion, clarification or
correction.

5.10 A "Unit Price" is an amount stated in the Bid as a price per unit of measurement for materials and
service.

4
RFP 4248.1

5.11 The term "NIC" refers to work or equipment which is not in contract and for which the Contractor
is not responsible, except as otherwise stated herein.

5.12 The term "Provide" or "Provision" shall mean furnish and install, complete and ready for use.

5.13 The term "Furnish" shall mean purchase and delivery to the site, complete and ready for
installation.

5.14 The term "Install" shall mean to receive, inspect, handle, unpack and install, complete and ready
for use, including connections, adjustments and testing.

5.15 Where the words "Equivalent", "Approved", "Satisfactory", and other words of like import are
used, determination and approval of the Owner is intended, unless otherwise specified and is so
understood.

6.0 CODE REQUIREMENTS

6.1 It is not the intent of this specification to provide all details of design and fabrication. The
Contractor shall insure that equipment has been designed and fabricated in accordance with
applicable engineering codes and standards as listed in this document. When specific requirements
are stated in this document that exceed and/or overlap those requirements of the codes and
standards referenced here, this document shall govern.

6.2 The Contractor shall be responsible for investigating code, union, permit and contract issues to
guarantee compliance with existing requirements.

6.3 Design, material, fabrication, testing, inspection, certification, documentation and operation shall
conform to the following referenced codes, regulations, standards, specifications, and addenda, as
applicable.

6.4 The Contractor shall provide for the inspection of work as may be required by municipal
authorities and shall provide the results of such tests to the Owner.

7.0 REGULATORY REFERENCES

7.1 In addition to local governing regulations, the Contractor shall comply with the applicable
provisions of the following publications. Where standards and publications are identified, they
shall be the most current version.

 National Electrical Code


 Electronic Industries Association Standards
 National fire Protection Association (NFPA) Publication 101 Life Safety Code & NFPA 70
 Underwriters Laboratories, Inc UL 294 Access Control System Units & UL 1076 Proprietary
Burglar Alarm Units and systems
 Americans with Disabilities Act (ADA)
 Occupational Health and Safety Association Requirements (OSHA)
 Applicable Federal, state, county and local laws, regulations, ordinances and codes

5
RFP 4248.1

7.2 In the event of conflicting requirements between the authorities cited above or between authorities
cited and those specified, such disagreements shall be resolved by the Owner.
7.3 Nothing in this Section, including revocation of certain specific codes, standards, or specifications,
shall relieve the Contractor of the responsibility for compliance with the codes, standards, or
specifications, which are generally recognized to be applicable to the Work specified herein.

8.0 QUALITY ASSURANCE

8.1 Contractor Qualifications

8.1.1 The work specified herein shall be performed by a qualified Contractor as defined and
described herein.

8.1.2 The Contractor shall be a firm with a minimum of three (3) years experience in the
fabrication, assembly and installation of electronic security systems of a magnitude and
quality equivalent to those specified herein.

8.1.3 The Contractor shall maintain a local service facility within 50 miles of Montgomery
County, Maryland and an organization capable of providing comprehensive maintenance
and service for the proposed systems, including replacement parts.

8.1.4 The Contractor shall be a licensed security systems installer in compliance with all
provisions of the local codes and regulations.

8.1.5 The Contractor shall have completed at least three (3) projects of similar size and nature in
the last two years. The Contractor shall submit a description of each project along with
references including names, mailing addresses and telephone numbers.

8.1.6 Installation of the security subsystems shall be conducted by installers and a project
management team approved and licensed in accordance with local regulations. As required
by the specifications, provide skilled craftsmen trained and experienced in the installation
of the specified systems including technicians, electricians, carpenters, software specialists
and locksmiths as required. As required by the specifications, provide all fire stop material,
coring, framing and blocking or other work required.

8.1.7 The Contractor shall provide continuous management and supervision of the installation
for the duration of the project. This management shall be present from the start of the
project through installation, training and commissioning of the system. Incremental, part
time or critical path management shall not be acceptable.

8.1.8 The Contractor shall utilize the manufacturer’s staff as needed to assist in programming
and commissioning of the system.

8.1.9 The Contractor shall be an authorized dealer, reseller or distributor of any and all systems,
software, devices and components needed to complete the project.

6
RFP 4248.1

9.0 INSTRUCTIONS TO BIDDERS

9.1 General

9.1.1 These specifications and the related drawings set forth design parameters and standards of
quality for the systems and methods of installation and operation. All bids shall be based
upon providing the functions and meeting the standards of quality as herein specified,
employing equipment, which meets or exceeds these specifications.

9.1.2 In the event of a conflict between this specification and the Drawings or between two
provisions of the same contract document, the decision of Owner shall be final as to which
shall be controlling.

9.1.3 Reasonable changes in device locations and equipment prior to rough installation shall be
included at no additional cost.

9.1.4 The Contractor shall furnish all cable, material and ancillary equipment, whether
specifically mentioned herein or not, to insure complete operating systems.

9.1.5 During the course of the installation the Contractor shall provide the following:

a. All information necessary for the Owner to operate the installed systems and to
perform comprehensive maintenance, repair and modification.
b. Provide all equipment for the system checkout and acceptance tests.
c. Provide maintenance and operator training for designated employees of the Owner.

9.1.6 The Contractor’s on site project manager shall carry cellular telephones compatible with
the construction environment to provide a means of communication with the Owner.

9.1.7 Bid Security

a. Bid security is required for this project.


b. Bid security shall be a Bid Bond or a Certified Check or a Cashier’s Check in the
amount of 5% of the bid, based on the total base bid, payable to the Owner.
c. A Company issuing a Bid Bond (AIA Form 310, 1970 edition) must be licensed to do
surety business in the State of Maryland and have at least a (“B+”) rating in Best’s.

9.1.8 Performance Bond

No contract shall exist until MCPS receives a duly executed Performance Bond in the
amount of one hundred percent (100%) of the contract, made payable to MCPS as security
for the faithful performance of the contract and having as surety thereon such surety
company or companies as are acceptable to MCPS and as are authorized to transact
business in the State of Maryland. In the event the Performance Bond is not delivered
within ten (10) days of Notice of Award then the offer may be ruled null and void and the
award shall be made to the next lowest responsive offerer.

The Contractor shall pay the premium for the bond.

7
RFP 4248.1

9.1.9 Sales Tax

a. Maryland State Sales Tax does NOT apply to this project. Owner will provide tax
exempt number to successful Contractor.

9.1.10 Vendor Obligation

Contractors’ and sub-contractors’ responsibility regarding registered sex offenders:

A new Maryland Law that became effective June 22, 2006, requires that any person who
enters a contract with a county board of education or a non-public school “may not
knowingly employ an individual to work at a school” if the individual is a registered sex
offender. An employer who violates this requirement is guilty of a misdemeanor and if
convicted may be subject to up to five years imprisonment and/or a $5000 fine.

Each contractor shall screen their work-forces to ensure that a registered sex offender does
not perform work at a county public school and also ensure that a subcontractor and
independent contractor conducts screening of its personnel who may work at a school. The
term “work-force” is intended to refer to all of the contractor’s direct employees and
subcontractors and/or independent contractors it used to perform the work. Violation of
this provision may cause MCPS to take action against the contractor up to and including
termination of the contract.

9.1.11 Multi-Agency Participation

MCPS reserves the right to extend the terms and conditions of this solicitation to any and
all other agencies within the state of Maryland as well as any other federal, state,
municipal, county, or local governmental agency under the jurisdiction of the United States
and its territories. This shall include but not be limited to private schools, parochial
schools, non-public schools such as charter schools, special districts, intermediate units,
non-profit agencies providing services on behalf of government, and/or state, community
and/or private colleges/universities that required these goods, commodities and/or
services. Use of this solicitation by other agencies may be dependent on special local/state
requirements attached to and made a part of the solicitation at time of contracting. The
supplier/contractor agrees to notify the issuing agency of those entities that wish to use any
contract resulting from this bid and will also provide usage information, which may be
requested. A copy of the contract pricing and the bid requirements incorporated in this
contract will be supplied to requesting agencies. Each participating jurisdiction or agency
shall enter into its own contract with the Award Bidder(s) and this contract shall be binding
only upon the principals signing such an agreement. Invoices shall be submitted “directly”
to the ordering jurisdiction for each unit purchased. Disputes over the execution of any
contract shall be the responsibility of the participating jurisdiction or agency that entered
into that contract. Disputes must be resolved solely between the participating agency and
the Award Bidder. MCPS assumes no authority, liability, or obligation on behalf of any
other public or non-public entity that may use any contract resulting from this bid MCPS
pricing is based on the specifications provided in this solicitation.

8
RFP 4248.1

9.1.12 eMaryland Marketplace

As of June 1, 2008 Maryland law requires local and state agencies to post solicitations on
eMaryland Marketplace. Registration with eMaryland Marketplace is free. It is
recommended that any interested supplier register at www.eMarylandMarketplace.com,
regardless of the award outcome for this procurement as it is a valuable resource for
upcoming bid notifications for municipalities throughout Maryland.

9.1.13 Information Available

a. In addition to the information contained in the Bidding Documents, the following is


available to bidders on request:

 Due to the nature of the work, the Contractor is recommended to familiarize


himself with the existing conditions by conducting a walk-through of the existing
building prior to submitting bids. A walk-through can be coordinated with MCPS
Security Department. Contractors are strongly urged to conduct site verification
prior to bidding.

9.2. Voluntary Alternate Bid Proposals

9.2.1 If a Bidder has recommendations which will improve the performance of a system or
which will reduce costs without loss of performance, all bidders is encouraged to submit
these recommendations, along with his bid, in the form of proposed alternates. Costs for
alternates shall be shown separately from, and not commingled with, the costs of the
system as specified. Bids shall be evaluated on the basis of the Base Bid, however all
recommendations that are of value to the Owner may be considered in the evaluation of bid
proposals.

9.3 Material and Workmanship

9.3.1 Unless otherwise specifically provided in this contract, all equipment, material and articles
to be incorporated in the work shall be new and of the most suitable grade for the purpose
intended. The Contractor shall supply the latest model available, at the time of bidding, of
each piece of equipment. Unless otherwise indicated in the specifications, all equipment
shall be standard, unmodified production models.

9.3.2 Warranties of all work and installed products shall be in accordance with the contract
general provisions and as cited herein.

9.3.3 All work shall be executed in accordance with the best practice of the trade involved as
specified or detailed.

9
RFP 4248.1

9.4 General Arrangement of Contract Drawings

9.4.1 The contract drawings and specification indicate approximate locations of equipment and
are conceptual and schematic in nature. The installation and locations of equipment and
devices shall be governed by the intent of the design and of the security systems concepts
presented by these specifications and contract drawings, with due regard to actual site
conditions; coordination with the work of other trades; manufacturers' recommendations;
ambient factors affecting the equipment; and operations in the vicinity. The contract
drawings are diagrammatic and conceptual and do not show all components, materials,
offsets, bends, elbows, and other specific elements, which may be required for proper
installation.

9.4.2 Quantities, when listed, are approximations. The successful Contractor will be responsible
for providing all components necessary for complete and operational systems based on a
turnkey system price. All bidders should, therefore, verify the quantities of each item he
plans to supply based upon the specifications of that equipment.

9.5 Exceptions to the Specifications

9.5.1 All exceptions to these specifications and drawings shall be made with the bid submission
and shall be identified by Section, Paragraph and by item. In the absence of exceptions,
these specifications and drawings shall be binding in letter and intent on the successful
bidder. It shall also be assumed that all bidders has examined, in detail, the design and
specification of the system and is prepared to take full responsibility for the installation
and performance of the complete installation as designed.

9.6 Manufacturer’s Representative

9.6.1 The services of a qualified manufacturer's technical representative, thoroughly experienced


in the installation and operation of the type of system being provided under this contract
and with no less than five (5) continuous years of technical experience as a manufacturer's
representative, shall be obtained by the Contractor, at his own expense, to consult on
equipment selection, installation, and testing of the specified systems if and as
requested by the Owner or their authorized representatives.

9.7 Extended Maintenance Support

9.7.1 After the initial one year warranty period, the Contractor shall be capable of providing, or
arranging for under a firm contractual basis, all on-going repair, scheduled maintenance,
and warranty repair and maintenance support to the Owner for the installed systems on a
year-round basis. [Note: This is in addition to the mandatory one-year warranty and repair
service required in the base bid by the specification.] Repair or maintenance services shall
be available within twenty-four (24) hours upon a call by the Owner. The Contractor shall
submit a cost proposal for a four (4) year maintenance and service agreement for all
equipment furnished within this specification. The cost should be broken down for each
year of maintenance service. First year is included with the initial warranty.

10
RFP 4248.1

10.0 WARRANTY

10.1 The Contractor, as a condition precedent to the final payment, shall execute a written guarantee
(warranty) to the Owner certifying that all the contract requirements have been completed in
accordance to the final specifications and contract drawings and warranting all labor, materials and
equipment furnished by him under this contract to remain in satisfactory operating condition
(ordinary wear, tear, abuse and causes beyond his control for this work excepted) for a period of
not less than one (1) year.

10.1.2 The one (1) year warranty period shall commence upon final acceptance of the Contractors
completed work. Final acceptance shall be the date on which the Owner formally
acknowledges acceptance in writing. Completed work includes all punch list items being
corrected and all submittals being received and approved.

10.1.3 As provided by the warranty, all defects or damages due to faulty materials or
workmanship shall be repaired or replaced without delay to the Owner’s satisfaction at the
Contractor's expense.

10.1.4 As part of the warranty, the Contractor shall provide for one fourth quarter preventative
maintenance inspections at his cost. Preventative maintenance shall include but not be
limited to cleaning, adjustments, necessary repairs, and servicing of all equipment to insure
continued operation in accordance with the contract documents and the Manufacturer’s
specifications. The awarded Contractor shall work with the MCPS Project Contact to
schedule preventative maintenance visits.

10.1.5 A manufacturer’s software maintenance agreement shall be included with the one (1) year
warranty period and shall include all software updates, revisions and telephone service
assistance shall be performed in accordance with the following schedule:

a. 8:00 A.M. to 5:00 P.M. Business days, excluding holidays with an eight (8) hour
response time. This schedule shall include all other components and devices. The
Contractor as part of his bid shall provide an afterhours labor rate for any warranty
service required during the hours not covered by this schedule.

10.1.6 In the event that any manufacturer customarily provides a warranty period greater than one
(1) year, the Contractor's warranty shall be for the greater period of time.

10.1.7 In no case shall the warranties be voided where user-programmable changes are performed
by the Owner's trained system programming representative. Such programming changes
shall include but not be limited to redefining system input/output points, operation
characteristics, time delays, and report formats to the Owner's site-particular requirements.

10.2 Warranty Service

10.2.1 In the event that defects in the workmanship and/or materials are identified during the
warranty period, the Contractor shall provide all labor and materials as necessary to
promptly correct the defect at no additional cost to the Owner.

11
RFP 4248.1

10.2.2 The Contractor shall utilize trained and experienced personnel in the operation and
maintenance of the installed systems to perform service and repair work under this
warranty.

10.2.3 Warranty repair or replacement service during the first thirty (90) days after final
acceptance shall be performed in accordance with the following schedule:

a. Seven (7) days per week, twenty-four (24) hours per day with a four (4) hour response
time. This schedule shall apply to all of the security system equipment and
components.

10.2.4 Warranty repair or replacement service 90 days after final acceptance shall be performed in
accordance with the following schedule:

a. 8:00 A.M. to 5:00 P.M. Business days, excluding holidays with an eight (8) hour
response time. This schedule shall include all other components and devices. The
Contractor as part of his bid shall provide an afterhours labor rate for any warranty
service required during the hours not covered by this schedule.

10.2.5 Warranty service shall include the replacement of any and all parts and/or components as
required to restore normal system operation. In the event that the system parts or
components must be removed for repair, it shall be the responsibility of the Contractor to
furnish and install loaner equipment as required to restore normal system operation until
the repaired parts or components can be repaired or re-installed.

10.2.6 The Contractor shall maintain an inventory of spare parts or arrange for manufacturer’s
part support as required to insure that all critical component failures are corrected within
forty eight (48) hours after the Owner’s request for service. If the system operation is not
fully restored at the end of this time interval, the Owner reserves the right to request the
Contractor to provide on-site manufacturer’s service technicians at no cost to the Owner.

10.2.7 The Contractor’s warranty shall include the correction of all software defects, which may
be identified during the warranty period. Any failure of the software to perform as
specified by the software manufacturer shall be included.

10.2.8 Immediately following the completion of the warranty repair or service call, the
Contractor’s service technician shall submit a written report to the Owner which details the
service work performed the cause of the trouble and any outstanding work which is
required to restore complete and normal operation. Owner personnel must sign off on all
repair or service calls to verify completion of work.

11.0 FORMAT OF RESPONSE

11.1 Responses to this RFP should be in the same sectional format and sequence as this RFP and
provide an individual response to each RFP specification. All proposals must be presented using
the same numbering sequence and order used in this RFP document or as otherwise specified by
MCPS.

12
RFP 4248.1

11.2 Vendors must include any and all statements and representations made within its proposal in the
contract for services with MCPS. This includes, but is not limited to, the vendor’s point-by-point
response to this RFP. If vendor responds only “Understand and comply” it is assumed that the
vendor complies with MCPS’ understanding of the requirement.

MCPS shall not be responsible nor be liable for any costs incurred by the vendor in the preparation
and submission of their proposals and pricing.

11.3 All bidders must submit the following information with his bid, or his bid will be considered as
non-responsive to the request for proposal:

The name of each proposed subcontractor indicating the work he is to perform, a statement of his
qualifications, a financial statement from the most current fiscal year, and a listing of similar
projects which he has successfully completed. Each subcontractor is subject to approval by the
Owner.

11.4 The price for the systems as specified, the prices for mandatory and recommended alternates, the
prices for service work not included in the warranty, and prices for a service contract. The prices
for Engineering, Fabrication and On-Site Installation of each system must include all subcontract
labor costs. All bidders shall list all deviations or exceptions to these specifications as proposed
alternates.

11.5 A project management outlines indicating the organization plan to be devoted to the project. The
outline should identify the Project Manager to be assigned to this project with a list of his
qualifications indicating similar completed projects, which he has previously successfully
managed. The outline should also indicate the number of installation teams, their staffing, and an
estimated scope of work to be followed by each installation team and subcontractor.

11.6 A detailed installation schedule (Gant Chart) listing key activities, milestones and target dates.

11.7 The Bid Proposal Forms are at the end of this specification in Section IV and include sample
Equipment Schedules, Cost Summary sheets and Master Cost Summary.

11.8 The decision as to whether a proposed system or equipment satisfies the specifications will be
determined by the Owner. If it is his decision that a Bid Proposal does not comply with the
technical specification, the proposal will be eliminated from further consideration.

11.9 All bidders shall submit one (1) original and three (3) copies of the RFP and a soft copy. All
bidders should be prepared to furnish duplicate copies of his RFP Proposal if he is awarded a
contract. If it is the Owner's decision that a Bid Proposal is in general compliance with the
technical specification but contains some few ambiguities or few apparent deviations from the
technical specification, he may, at his option, request a conference with all bidders to clarify these
deviations.

13
RFP 4248.1

11.10 All bidders shall submit a Bid Bond in the amount of 5% of its bid along with the bid proposal.

Proposals shall be submitted in the same order as the RFP. Proposals in response to this RFP are
due at 2:00 p.m., August 17, 2009 at the address below. One (1) original and three (3) copies of
the RFP and a soft copy should be sent by mail, courier or hand delivered to:

Montgomery County Public Schools


Division of Procurement
850 Hungerford Drive, Room 162
Rockville, MD 20850

12.0 PROJECT SUBMITTALS

12.1 Submittal Procedures

12.2 The Contractor shall place a permanent label or title block on each submittal for identification
purposes. The name of the entity that prepared each submittal shall be on the label or title block.
A space approximately 4" x 5" on the label or beside the title block on drawings shall be provided
to record the Contractor’s review and approval markings and the action taken.

12.3 Each submittal shall be appropriately packaged for transmittal and handling. A transmittal form
shall be used by the Contractor when sending any submittal to the Owner. Submittals received
from sources other than the Contractor, or without a transmittal, will be returned without action.

12.4 The Contractor shall maintain a file copy of each reviewed and accepted submittal on site.

12.5 Submittals shall be returned without review if the submittal is incorrectly prepared or is
incomplete. Extensions of time will not be granted for improperly submitted Work. It is especially
essential that all submittals are complete.

12.2. Shop Drawings

12.2.1 General

a. The Contractor shall submit shop drawings of the systems to indicate the work to be
carried out for the new systems and devices.
b. Shop drawings shall be in the form of instrument-drawn, accurately scaled drawings,
showing methods of fabrication, interconnection and wiring diagrams, schematics, wire
and conduit sizes, installation and equipment locations, and details of installation, as
well as all field verified (by the Contractor) conditions and dimensions necessary for
satisfactory installation. Freehand sketches will not be accepted. All shop drawings
shall be drawn in AutoCAD Version 2000 or later.
c. Where custom components are to be used, drawings and functional specifications shall
be provided to the Owner for inspection and approval prior to fabrication and
installation.
d. Shop drawings will be reviewed for general conformance with the design concepts.
Apparent dimensional and quantitative discrepancies observed during the review will
be noted for the Contractor's convenience only and should not be accepted as correct or
complete or in any way understood to modify the Contractor's responsibilities as a part
of this Contract.
14
RFP 4248.1

e. Shop drawings shall be presented in a clear and thorough manner. Details shall be
identified by reference to sheet and detail, schedule, or room/space numbers shown on
the Drawings.
f. Do not use Shop Drawings without the Owner's appropriate final stamp indicating
action taken in connection with construction.

12.2.2 Submittal Scope of Detail: The Contractor, at a minimum, shall include the following
information within the shop drawings:

a. Floor plan drawings, including all walls, doors and room numbers, showing exact
locations of security devices and equipment. Floor plan drawings shall also include:

 All wire runs with their respective wire designations.


 Legends indicating device type and manufacturer’s model number.
 Label or number each device.

b. Floor plan drawings, including all walls, doors and room numbers, showing exact
power requirements, conduit routing, conduit size, junction and back box locations,
termination panels, transformers if any and power supplies. The conduit drawings shall
include point to point field wiring information and fill details for all conduit runs.
c. A block diagram of each system showing the basic configuration and interrelationships
of all system components.
d. Point to point field wiring diagrams of system interconnections and device connections
including interface work to not in contract items. These diagrams should show all of
the components in each system as well as the wiring cable/color codes.
e. Terminal block connection diagrams for all system components.
f. Detail drawings, which clearly illustrate the typical mounting configuration of each
major equipment item. While some drawing details may be "typical," the Contractor's
drawings shall illustrate the installation detail of each unique application.
g. Detailed schematic drawings of all custom work, circuitry, and interfaces to not in
contract work.
h. Fabrication shop drawings for all custom equipment.
i. Elevation drawings or digital photos of each security cabinet showing all security and
security related equipment locations. These drawings shall also include wiring and
power requirements.

j. Engineering calculations concerning wire sizes to ensure that the proper cable sizes
have been provided.
k. A detailed outline of the Owner training information to be provided at a later date.

12.3 Operation, Maintenance, and Service Manuals

12.3.1 Prior to final acceptance operation, maintenance and service manuals shall be submitted to
the Owner for systems and equipment provided under this contract. The Contractor shall
provide one master record set and additional 1 operation manual and 1 soft copy for system
operation for all systems included.

15
RFP 4248.1

12.3.2 Each manual shall be compiled, assembled and indexed in an easily identifiable hard-cover
form. Corrections, additions and modifications to these manuals shall be made by collation
of revised or added material.
12.3.3 The manuals shall contain all instructions required for the operation and maintenance of
the systems installed. At a minimum, each manual shall include the following information:

a. Complete operating instructions for each system and component.


b. Complete maintenance instructions, wiring diagrams, troubleshooting instructions.
c. System service instructions for work which manufacturers recommend user service.
d. Complete parts lists for each major item of equipment and/or for each system.
e. Manufacturer’s installation manuals for each system or equipment type.
f. Complete collection of manufacturers' product and catalog literature for equipment and
systems installed under this contract.
g. Manufacturers' warranties.
h. Operating characteristics, performance data, ratings, and manufacturers' specifications
for each item of equipment or system.
i. Where practical, internal wiring diagrams and schematics.
j. Name, address, and telephone number for service for each item of equipment or
system. This shall include each manufacturer, local manufacturer’s representative and
subcontractor.
k. Software User Documentation: Manual shall include operating instructions,
programming instructions, technical documentation and maintenance procedures to
permit making changes to system configuration, time changes, etc.

12.4 Record Drawings

12.4.1 The Contractor shall provide, and keep up-to-date, a complete record set of drawings
which shall be corrected and shall show every change from the original Specifications and
Contract Drawings through final acceptance. This set of prints shall be kept on the job site
and shall be used only as a record set. (This shall not be construed as authorization for the
Security Contract or to make changes in the work without proper approvals.)

12.4.2 Record drawings shall include all of the information required in the Shop drawing
submittals but revised to reflect the as-built conditions.

12.4.3 After review of the submitted record documents by the Owner, the drawings will be noted
and returned to the Contractor. If the drawings are acceptable, the Contractor shall then
submit two hard copies and one copy of the drawing files on a CD formatted for use by
AutoCAD, Release 2000 or later and in PDF format. If the drawings are not acceptable, the
Contractor shall resubmit two (2) bond copies of the revised record drawings within ten
(10) business days.

13.0 DELAYS, EXTENSIONS AND LATE COMPLETIONS

13.1 It is to be understood and agreed that time is of the essence in the execution of this project and that
the Contractor will conduct his work diligently and expeditiously to assure it is performed in
accord with the contract schedule.

16
RFP 4248.1

13.2 Time extensions shall be granted only for delays, changes or suspensions of the work by the
Owner, or for strikes, lockouts or other cause beyond the Contractor's reasonable power to control
or avoid and due to no fault of the Contractor.

13.3 To qualify for a time extension, the Contractor must notify the Owner in writing. Notification shall
include complete details of the nature of the delay and estimated length. Claim for extension must
be made within seven (7) days of the date that the Contractor reasonably should have known of the
cause of such delay.

13.4 If the Owner determines that delay is due to no fault of the Contractor and will delay completion
of the work, the Owner shall determine in fairness to both parties whether, and to what date, the
completion of the work shall be extended.

13.5 In the event that the Contractor does not perform all work within the time prescribed in the
contract and defined by the approved schedule, no partial invoices will be approved or processed
until all work has been completed and accepted by the Owner.

13.6 If completion of the Contractor's work as specified herein is delayed beyond the published project
completion date due to causes which are within the reasonable control of the Contractor, such
delay may be considered by the Owner as default by the Contractor and Owner shall assess
liquidated Damages in the amount of $500.00 per day, not as a penalty but as an agreed upon sum
of actual damages to Owner.

14.0 INDEMNITY AGREEMENT

14.1 The Contractor shall indemnify, defend any and all suits, and hold harmless of the Owner and any
of the officers, directors, employees or agents, and the Owner, and the Consultant, for any and all
loss, liability, damages, attorney's fees and all other costs and expenses paid or incurred arising
from any claim, investigation, adjustment, defense or appeal due to the following.

14.1.1 Damage to property and/or injury to persons (including death) alleged or claimed to have
been caused by or through the performance by the Contractor of the work.

14.1.2 Patent or trademark infringement alleged or claimed with respect to any equipment items
furnished under this contract and used as a total system.

14.2 If the use of any part of the work furnished under this contract is enjoined or restricted due to any
of the activities listed above, the Contractor shall, at the Contractor's expense, procure for the
Owner the right to continue to utilize such items, or replace and modify such items, upon written
approval of the Owner, in such a way that it will not continue to constitute such a violation.

14.3 In the event the obligation to indemnify and hold harmless contained in the preceding paragraph is
limited or restricted by law or public policy, such restriction or limitation shall be considered as
contained in the preceding paragraph as if expressly written herein.

17
RFP 4248.1

15.0 INSURANCE REQUIREMENTS

The Contractor shall maintain Comprehensive Business insurance for protection from claims
under the Workmen’s Compensation Act, claims for damages because of bodily injury, death, or
property damage to others, including employees of the Board of Education; and claims for
damages arising out of the operation of motor vehicles, which may arise during the performance of
the contract whether caused by the contractor or by any subcontractor or anyone directly or
indirectly employed by either of them. The contractor shall also maintain product liability
insurance. The aforementioned insurance shall cover the duration of the contract period, including
all periods of the time and all places where work is performed under an expressed or implied
warranty. The limits of such liability insurance for each occurrence shall be equal to or greater
than $500,000 for Bodily Injury and $100,000 for Property Damage.

Prior to the execution of the contract by Montgomery County Public Schools (MCPS), the
proposed awardee must obtain at its own cost and expense insurance with insurance
company/companies licensed to do business in the state of Maryland. This needs to be evidenced
by a certificate of insurance and/or copies of the insurance policies. The insurance must be kept in
force and effect until termination of the contractual relationship with MCPS. Contractor’s
insurance shall be primary. Expected liabilities include the following:
Commercial General Liability

A minimum limit of liability of two million dollars ($2,000,000) combined single limit, for bodily
injury and property damage coverage per occurrence including the following coverages:

Contractual Liability
Premises and Operations

Independent Contractors
Products and Completed Operations

Automobile Liability Coverage


A minimum limit of liability of two million dollars ($2,000,000) combined single limit, for bodily
injury and property damage coverage per occurrence including the following:
Owned automobiles
Hired automobiles
Non-owned automobiles

Worker’s Compensation/Employer’s Liability


Meeting all requirements of Maryland Law and with the following minimum limits:
Bodily Injury by Accident - $500,000 each accident
Bodily Injury by Disease - $1,000,000 policy limits
Bodily Injury by Disease - $500,000 each employee

Additional Insured
Montgomery County Public Schools must be named as an additional insured on all liability
policies.

18
RFP 4248.1

Policy Cancellation
Forty-five (45) days written notice of cancellation or material change of any of the policies is
required.
Certificate Holder:
Montgomery County Public Schools
Division of Procurement
850 Hungerford Drive, Room 162
Rockville, Maryland 20850

16.0 PAYMENT PROCEDURES

16.1 Statements for project related equipment purchased for installation and stored in the Contractor's
local warehouse shall be honored. The Contractor shall be required to purchase Liability Insurance
covering any such equipment to protect the Owner's equity. Proof of such insurance shall be
provided to the Owner.

16.2 On or about the first day of each month during the term of this project, The Contractor shall
submit to the Owner a request for payment consisting of an itemized statement of all costs,
expenses, charges and so forth which are due to the Contractor for work which was performed
during the preceding month. The statement shall show the various manufactured items
individually and separately from the labor charges. Application and certificate for payment forms
published by the American Institute of Architects shall be completed and submitted with each
payment request. Along with the request for payment, the Contractor shall be required to provide
lien waivers as proof of payment to all subcontractors for all invoices paid by the Owner to the
Contractor.

16.3 Within thirty (30) days of receipt of the request for payment, the Owner shall pay the Contractor
ninety percent (90%) of the amounts approved.

16.4 Ten percent (10%) of all approved payments shall be retained by the Owner and shall be paid to
the Contractor after total completion of the project and final acceptance of the system as specified
in this contract.

16.5 The final payment amount shall not become due until the Contractor delivers the following to the
Owner:

16.5.1 A complete release of all liens, financial obligations or claims from himself, subcontractors
and suppliers of material to other agents acting on his behalf in connection with the work
or arising out of the work.

16.5.2 An affidavit that, so far as he has knowledge or information, the release as described above
includes all the labor and materials for which a lien could be filed.

16.6 If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the
Owner all monies that the latter may be compelled to pay in discharging such a lien, including all
costs and attorney's fees.

19
RFP 4248.1

17.0 CONTRACTOR DEFAULT

17.1 In the event that the Contractor in any way defaults in the performance of the work specified
herein, including failing, refusing or neglecting to supply sufficient material or tools or properly
skilled workmen as required to execute the work with reasonable diligence, the Owner may at any
time following written notice to the Contractor of such default take over and complete the work.

17.2 Default shall additionally result if the Contractor or his creditors seek relief under any insolvency
law or if the Contractor is judged bankrupt. In the event of such Contractor insolvency or
bankruptcy, the Owner may at any time take over and complete the work.

17.3 In the event of default, the Owner shall pay the Contractor for only that material and/or work
provided at the time of default.

17.4 The action by the Owner of taking over and completing the work upon default by the Contractor
shall not constitute a waiver of or election among any other rights or remedies that the Owner may
have against the Contractor.

18.0 PRICING
The above bid is based upon the unit prices plus engineering, fabrication and onsite installation
costs which are itemized on the attached Equipment Schedules and Cost Summary Sheets. The
undersigned further agrees that these unit prices plus sales tax, will apply for adds and deducts to
the scope of work defined in the Contract Documents. Additional labor or material authorized
during the course of the Contract will be accepted at the unit prices listed herein plus sales tax and
installation charges. Prices for reducing material, after submittal approval, will be a minimum of
75% of the unit prices plus total sales tax and installation charges.

NOTE: Amount shall be shown in both written and figure form. In case of a discrepancy between
them, the written amount will govern.

19.0 PROJECT MANAGER

The MCPS project manager for the proposed procurement is:

Montgomery County Public Schools


Department of School Safety and Security
Mr. Doug Steel
850 Hungerford Dr., Room 207
Rockville, MD 20855
Phone: 301-279-8488

All prospective offerors are cautioned that information relating to the proposed procurement may be
obtained only from Barbara Regalia, CPPB, Senior Buyer, Division of Procurement as indicated in

20.0 INQUIRIES

Any attempt to solicit information from other sources within the MCPS system may be cause for
rejection of the responsible officers’ proposal.

20
RFP 4248.1

21.0 TERMINATION FOR DEFAULT OR FOR CONVENIENCE OF MCPS

21.1 The performance of work under the contract may be terminated by MCPS in accordance with this
article in whole or, from time to time, in part:

21.1.1 Whenever the contractor shall default in performance of this contract in accordance with
its terms (including in the term "default" any such failure by the contractor to make
progress in the prosecution of the work that would endanger such performance) and shall
fail to cure such default within a period of ten days (or such longer period as the director of
the Division of Procurement may allow) after receipt from the superintendent of a notice
specifying the default; or

21.1.2 Whenever for any reason the Board of Education shall determine that such termination is
in the best interest of MCPS.

Any such termination shall be effected by delivery to the contractor of a Notice of


Termination specifying whether termination is for the default of the contractor or for the
convenience of MCPS, the extent to which performance of work under the contract is
terminated, and the date upon which such termination becomes effective. If after notice of
termination of this contract for default under (1) above and if it is determined for any
reason that the contractor was not in default pursuant to (1) or that the contractor's failure
to perform or to make progress in performance is due to causes beyond the control and
without the fault or negligence of the contractor pursuant to the provisions of the clause of
this contract relating to excusable delays, the Notice of Termination shall be deemed to
have been issued under (2) above; and the rights and obligations of the parties shall in such
event be governed accordingly.

21.1.3 After receipt of a Notice of Termination and except as otherwise directed by the
contracting office, the Contractor shall:

a. Stop work under the contract on the date and to the extent specified by the Notice of
Termination
b. Place no further orders or subcontracts for materials, services, or facilities, except as
may be necessary for completion of such portion of the work under the contract as it is
not terminated
c. Terminate all orders and subcontracts to the extent that they relate to the performance
of work terminated by the Notice of Termination
d. Assign to MCPS in the manner and to the extent directed by the director of the
Division of Procurement all of the rights, title, and interest of the contractor under the
orders or subcontracts so terminated, in which case MCPS shall have the right, in its
discretion, to settle or pay any or all claims arising out of the termination of such orders
and subcontracts
e. With the approval or ratification of the superintendent, to the extent he may require,
which approval or ratification shall be final and conclusive for all purposes of this
clause, settle all outstanding liabilities and all claims arising out of such termination of
orders and subcontracts, the cost of which
f. would be reimbursable in whole or in part in accordance with the provisions of this
contract

21
RFP 4248.1

g. Transfer title to MCPS (to the extent that title has not already been transferred) and
deliver in the manner, at the times, and to the extent directed by the director of the
Division of Procurement (a) the work in process, completed work, supplies, and other
materials produced as a part of, or acquired in respect of the performance of, the work
terminated by the Notice of Termination and (b) the completed or partially completed
plans, information, and other property which, if the contract had been completed,
would be required to be furnished to MCPS
h. Complete performance of such part of the work as shall not have been terminated by
the Notice of Termination
i. Take such action as may be necessary, or as the director of the Division of Procurement
may direct, for the protection and preservation of the property related to this contract
which is in the possession of the contractor and in which MCPS has or may acquire an
interest

The Contractor shall proceed immediately with the performance of the above
obligations despite any delay in determining or adjusting the amount of the fee, or any
item of reimbursable cost, under this clause.

22.0 INVOICING

Payments shall be made upon receipt of service. The vendor shall submit invoices to the project
manager for payment approval MCPS Department of School Safety and Security, 850 Hungerford
Dr., Room 207, Rockville, MD 20850. All invoices and proposals shall identify pertinent
information such as fixed or hourly rate and the type of services performed.

23.0 REFERENCES

Vendors are required to provide references. The references shall have company name, contact
person, address and phone number of three (3) current customers for which similar services have
been provided for school systems of a comparable size.

If the referenced information is not accurate and MCPS cannot contact the person(s) named, your
response may not be considered.

24.0 SCHEDULE OF EVENTS

The anticipated schedule for activities related to this RFP is as follows:

RFP Issued: July 24, 2009


Vendor Questions Due: August 3, 2009
Pre-bid conference: August 7, 2009
Proposals Due: August 17, 2009
Project Completion: January 1, 2010

Anticipated Award Date: Board Of Education meeting September 8, 2009

All dates are subject to change at the discretion of MCPS.

22
RFP 4248.1

25.0 PRE-BID CONFERENCE

A pre-bid conference for prospective vendors will be held on Friday August 7, 2009 at 11:00 a.m.
Montgomery County Public Schools, 850 Hungerford Dr., Room 127, Rockville MD 20855.
Attendance at this conference is strongly encouraged, but is not mandatory. The purpose of the pre-
bid conference is to allow vendors the opportunity to obtain clarification of the RFP, receive the
responses to the written questions and ask questions directly of MCPS staff to assist them in
preparation of their proposals. Any questions and responses which change the scope of work or
make a substantive change to this RFP will be shared will all vendors. Vendors who plan to attend
the pre-bid conference should fax, 301-279-3173, or email, Barbara_Regalia@mcpsmd.org the
names of the person(s) who will be attending. Due to limited space, please send no more than two
(2) representatives.

26.0 ADDENDA/ERRATA

Changes and addenda to a solicitation may occur prior to the solicitation opening date and time. It
is the bidder’s responsibility to check the MCPS website, www.mcps.k12.md.us/depts/materials/
under “Event Calendar” or contact the Division of Procurement at 301-279-3172 to verify whether
Addenda/errata have been issued. Failure to provide the signed acknowledgement of the
addenda/errata may result in a bid being deemed non-responsive.

27.0 INQUIRES

Inquiries regarding this solicitation must be submitted in writing, to Barbara Regalia, CPPB,
Senior Buyer, Montgomery County Public Schools, 850 Hungerford Drive, Room 162, Rockville,
MD 20850, fax number 301-279-3173. Questions must be received by 5 p.m. Monday August 3,
2009 Eastern Standard Time in order for the bidder to receive a response at the pre-bid conference.
The Board of Education will not be responsible for any oral or telephone explanation or
interpretation.

Vendor contact with any other MCPS employee regarding this solicitation until the contract is
awarded by the Board of Education will be considered by MCPS as an attempt to obtain an unfair
advantage and result in non-consideration of its bid. The MCPS Division of Procurement website
address is http://MCPS.k12.md.us/depts/materials/

23
RFP 4248.1

28.0 DOCUMENTS TO BE SUBMITED IN RESPSONSE TO THIS RFP

One (1) original and three (3) copies of the RFP and a soft copy are to be submitted.

The proposal must be signed by an official having authority to contract with MCPS. The firm and
the official’s name shall be used in the contract process.

The documents required above must be received by the closing time and date set forth in the
transmittal letter and addressed to Montgomery County Public Schools, Division of Procurement,
Room 162, 850 Hungerford Drive, Rockville, Maryland 20850.

MCPS reserves the right to make an award without further discussion of the proposals received.
MCPS may also negotiate with the one offerer who submits the best proposal or with two or more
offerers who are in the competitive range. Therefore, it is important that your proposal be
submitted initially on the most favorable terms from both the technical and cost standpoints. After
the submission and closure of proposals, no information will be released until after the award. It is
understood that your proposal will become a part of the official file on this matter without
obligation to MCPS.

24
RFP 4248.1

II. SYSTEMS SPECIFICATIONS

1.0 GENERAL
The system specification has several systems and subsystem as follows:

1.0.1 Integrated Access Control


1.0.2 Integrated Network Video Intercom System

1.1 The Contractor shall be responsible for providing complete and operational systems and
subsystems, including all hardware, software, wire, cable, terminal blocks, labor, management,
engineering, training, testing and connection to NIC work.

1.2 The Contractor shall provide interfaces between systems and subsystems and NIC work as
required fulfilling the features and functions specified herein.

1.3 The Contractor must maintain an inventory of spare parts required to provide full maintenance and
service on the systems installed as stated in Division 1 Warranty and Warranty Service. The
inventory shall include those parts recommended and submitted as part of the prefabrication
submittal. The identified items on the spare parts list shall be subject to owner approval. In
addition to the Contractor’s inventory of spare parts, critical components shall be identified by the
Contractor so that at the Owner’s option they can be purchased as spare parts and stored on site.

1.4 At any point during the installation process, equivalent products may be substituted for previously
approved products only after a written request from the Contractor has been approved by the
Owner. All requests for substitute equipment must reflect a complete description of the proposed
substitute equipment, including manufacturer's technical descriptions, drawings and technical
performance. Additionally, the Contractor must identify the impact of substitutions on work
included in this contract whether already complete or remaining to be done as well as on NIC
work. The final decision as to whether a proposed substitute is equivalent to that specified, and
therefore, acceptable, will be determined by the Owner.

2.0 ACCESS CONTROL EQUIPMENT

System basis for design MAXxess eAXxess IP Access Control/Security Management System
(EAC/SMS )

2.1 System Architecture

2.1.1 The Access Control and Security Management System ( EAC/SMS ) shall consist of an
Access/Security Management System Server and EAC/SMS Workstations, EAC/SMS
software, printers, and card readers and alarm input/control output Access Control Units
(ACU.) The EAC/SMS shall include all sensors, locking hardware, request-to-exit
devices, and accessory devices necessary for a fully operational system.

25
RFP 4248.1

2.1.2 The EAC/SMS Computer/File Server shall support all System monitoring and
administrative functions. EAC/SMS Workstations may be deployed remotely as required
for monitoring/control and administrative functions. Workstations may be resident
anywhere the Security Systems communications circuit is extended, or communicate by
means of existing or new LAN/WAN network connectivity. To ensure the secure transfer
and storage of data, all system modules connected to the network, including the database,
shall be encrypted. The EAC/SMS System shall deploy a Symmetric Key system of
encryption with a Block Cipher using a minimum of a 128-bit Key. The type of encryption
deployed shall meet the U.S. Government’s Advanced Encryption Standard (AES) and
shall be of the Rijndael or 3DES methodology.

2.1.3 All operator interface with the System shall be through the EAC/SMS Computer. System
display terminals - cathode ray tube(s) (CRTs) and/or liquid crystal display(s) (LCDs) shall
display real-time System messages, data files and records, operator instructions, data
programming information and custom graphic illustrations. The EAC/SMS software shall
be compatible with Windows split-screen and multi-screen functionality. System
keyboard(s) shall provide for entry of operator commands and acknowledgements and
System database queries.

2.1.4 The EAC/SMS Computer/ Server shall be provided by Owner.

2.1.5 The EAC/SMS Software shall be of adequate size and processing power to support the
following minimum capacities:

a. Workstations: 1 expandable to 50 including the


Host Computer/File Server
b. Printers: 2 expandable to 10
c. Card Readers Unlimited
d. Alarm Input Points Unlimited
e. Control output points Unlimited
f. Cards Up to 100,000

2.1.6 The EAC/SMS System shall incorporate distributed processing. Access Control Units
(ACUs) shall provide an intelligent interface between point monitoring devices, card
readers and the EAC/SMS Computer/File Server.

2.1.7 Point monitoring and access control messages from field-installed devices shall be
collected by the ACUs and transmitted to the EAC/SMS Computer.

2.1.8 The EAC/SMS System shall incorporate computer hardware and Software specifically
designed to support multi-user, multi-tasking point monitoring and access control.

2.1.9 Communications between the EAC/SMS Computer and the workstations shall be over the
Owners provided network communications and shall be fully supervise able.

2.1.10 The EAC/SMS System shall be capable of granting access through controlled doors with
the use of the following Reader Technologies.

a. Iclass Smart Card

26
RFP 4248.1

2.1.11 The EAC/SMS System shall monitor the alarm input point status of the following
equipment and Systems.

a. Access Control: Card Reader Controlled Door Held Open Alarm, Intrusion Alarms,
and Invalid Card Use Alarms; annunciated as separate alarms.
b. Door Position Switches: Normally closed contacts from concealed door position
switches, surface mounted door position switches or overhead door position switches
to monitor the secure status of each door in the System.
c. CCTV System

 NVR Recording status


 Video Matrix Switch video loss alarms
 Video multiplexer video loss alarms
 Video motion detection alarms.

e. Uninterruptible Power System (UPS): UPS alarm and battery run alarm contacts
f. Power Supplies: Power supply, low battery and power fail alarm contacts.
g. Fire Alarm System: Normally closed dry contacts from the fire alarm System for
monitoring the fire alarm, System trouble, manual unlock switch and automatic unlock
status, and manual unlock key switch position.

2.1.12 The EAC/SMS System shall provide control point outputs to equipment and Systems such
as the following:

a. Access Control: Door control activated by wireless entry receiver, card reader,
EAC/SMS System workstation keyboard, door release pushbutton, time schedule or
automatically as a result of a predefined event.
b. CCTV System: Camera alarm call up control to provide for automatic camera selection
and display routing within three seconds of alarm activation or any other predefined
event. Camera call up and display routing shall be controlled via TCP/IP or similar
interface to CCTV System.

2.1.13 Normally closed magnetic concealed door position switches, surface mount door position
switches or overhead door position switches to provide for monitoring of the open/closed
status of certain doors.

2.1.14 Personnel duress alarms shall be provided. Duress buttons shall be located below counter
tops or in the knee space of desks in an accessible location.

2.1.15 Certain electric locking mechanisms shall be connected (hard wired) to the building fire
alarm System for fail-safe release upon any fire alarm. A single low voltage/low current
normally closed dry contact from the fire alarm system shall be provided by the fire alarm
contractor in the fire control room. This contact shall open on any fire alarm condition.
Provide all additional UL listed fail safe relays and power supplies as necessary to
interface to this contact and unlock all of the doors designated as “fail safe”.

27
RFP 4248.1

2.1.16 Request-to-exit pushbuttons for unlocking electromagnetic locks on certain proximity


reader controlled doors shall be provided as indicated. Request to exit pushbuttons shall be
wired to the request to exit input of the associated ACU. Activation of the request to exit
pushbutton shall release the lock and shall shunt the intrusion alarm output. The request to
exit button shall contain an adjustable time delay relay for door unlock and shall be fail
safe, to release the door(s) in the event of a failure of the exit control circuitry within the
ACU. All request to exit pushbuttons shall be labeled to meet local codes.

2.1.17 Request-to-exit motion sensors for detecting authorized exits shall be provided for certain
card reader doors. The motion sensor shall be wired to the request-to-exit input of the
ACU. For doors equipped with electromagnetic locksets, activation of the motion sensor
shall release the electric locking mechanism and shall shunt the intrusion alarm output.
With doors equipped with electric locking mechanisms that are free exiting at all times (i.e.
mortise electric locks, electric strikes, etc.), the motion sensor shall only shunt the intrusion
alarm output and shall not unlock the lock.

a. Door Release Pushbutton Units


b. Provide door release pushbutton units as required.
c. The door release pushbuttons shall be wired to the request to exit input of the ACU. On
doors not equipped with proximity readers (as applicable), the pushbutton shall be
wired to an adjustable (1 to 60 seconds) door unlock/alarm shunt time delay relay.
Provide time delay relays as needed to satisfy this requirement.

2.2 Software Requirements

2.2.1 General

a. The EAC/SMS System software shall be designed to support Multi-tasking/multi-user


applications. Independent, simultaneous performance of multiple system functions
from system workstations or ACUs shall not cause an appreciable reduction in system
performance or response time.
b. The System shall allow the operator to switch between the System software and other
applications while the System software is running. Switching between applications
shall be accomplished through the use of hot keys on System keyboard or by a
computer mouse. The System shall be configured such that only an operator logged in
at the “System Administrator” level can allow configuration to minimize the System
software and switch to other applications. If an alarm condition occurs while the
System software is minimized, the System software shall be maximized, become the
active window in the foreground, and display the map and associated map icon in
alarm.
c. The EAC/SMS System software shall be menu driven with help screens to assist the
operator. The EAC/SMS System keyboard shall be equipped with function keys and a
computer mouse to call up help screens and standard operator tasks such as
arm/disarm, lock/unlock, card holder review, alarm acknowledge, map call up, etc.,
with a single keystroke or click of the mouse button.

28
RFP 4248.1

d. The EAC/SMS System shall provide for an unlimited number of password restricted
operator access levels. This feature shall restrict access to sensitive programming
functions to authorized personnel only. The highest-level password shall have access to
all System databases and functions. Each password shall be individually programmable
to restrict operator access to programming and operator functions, commands, database
access, and alarm point and control point functions. The System shall limit the ability
to upgrade or update the software to the System Master Only. In addition the System
shall allow for the implementation of Strong Passwords for increased System security
for logon and authentication. Strong Passwords shall be a minimum of six (6)
characters long using at least three of the following four classes: English upper case
letters, English lower case letters, Arabic numerals, and non-alphanumeric special
characters.
e. The EAC/SMS System shall provide an audit feature to maintain an historical record of
what changes were made and who made them.
f. Graphical Maps

 The EAC/SMS System shall provide for map graphics that graphically depict
EAC/SMS System status. Icons placed on graphical backgrounds shall be used to
indicate the real time status of each System connection including card reader
connections, alarm inputs, control point outputs, communication connections, etc.
 The icon of the device in alarm shall be differentiated from other device symbols
by enhancement, color change and/or flashing. Different enhancements shall
indicate normal, alarm, trouble, time schedule shunt, manual shunt and other status
conditions provided by the System.
 The EAC/SMS System shall be capable of being configured to automatically call
up a graphical map upon System-generated alarms without an operator request.
 The EAC/SMS System shall provide for the import of graphics generated by other
drawing programs.

g. Upon operator acknowledgement of alarm, the EAC/SMS System shall display up to


one section of text for each alarm. The first line shall be the alarm message, and the
additional space shall be used for a user programmable response message or instruction
list unique to each alarm point.
h. The EAC/SMS System shall provide for a status screen on the EAC/SMS System
CRT/LCD. The status screen shall be manually displayed by an operator any time
during a session with a mouse click. The operator shall be able to select any group to
view in more detail. The status screen shall display the following:

 A complete list of all alarm points displaying the status of each alarm point
 A complete list of all doors displaying the status of each door.
 A complete list of all outputs displaying the status of each output
 A complete list of all Alarm Zones displaying the status of each Alarm Zone

i. Multiple alarms may be queued in their order of priority.


j. In addition to the visual annunciation of alarms specified, the EAC/SMS System shall
be capable of providing customized audible voice annunciation and action taking
messages for each alarm input. This feature shall allow the system administrator to
type in the announcement message during the configuration of the alarm. The use of
pre-recorded .wav files will not be accepted.

29
RFP 4248.1

k. The EAC/SMS System shall be capable of sending email messages to designated


recipients upon a change of status of any of the alarm inputs and Systems designated
for monitoring.
l. The EAC/SMS Computer and Event Printer shall display and record the alarm message
in real time including: the time, date location, point description, event type and point
status of each point transaction.
m. The EAC/SMS System database program shall be capable of printing, displaying and
archiving of all point transactions. The EAC/SMS System shall allow the owner to
override this mode on a point-by-point basis.
n. The operator shall be able to verify current status of any point in the System and change
any of the programmable point descriptors via the EAC/SMS Computer Workstation
o. All software applications shall be specifically designed for the security and access
control. A current high-level language shall have been used to develop all application
programs.
p. The EAC/SMS System shall include a schedule program that will allow the owner to
automatically schedule events such as report printing, output commands, door access,
alarm access, etc. on a time/day programmable basis up to one year in advance.

2.2.2 Access Control

a. The EAC/SMS System shall provide control point outputs for lock power control
activated by card reader, EAC/SMS System Computer keyboard or time schedule.
b. All alarm control points as well as card reader inputs shall be capable of independent
time schedule via software controls from the EAC/SMS Computer.
c. The EAC/SMS System shall provide for controlled access through card reader
controlled doors based on the card user’s access levels. An access level shall define a
door or group of doors accessible by a cardholder during a certain time period(s). Time
periods shall include both authorized days and hours. The EAC/SMS System shall
provide for controlled access through card reader controlled doors based on the card
users Precision Access. Users shall be allowed to add or remove selected doors within
an access level for individual cardholders. This shall also include the ability to assign
multiple access levels to cardholders.
d. The EAC/SMS System shall provide for automatic card activation and expiration by
specified time and date.
e. The EAC/SMS System shall store in memory every card access transaction, describing
the nature of the transaction, time, date, reader location, and card holder name and
validity status.
f. The EAC/SMS System shall provide for alarm indication at the EAC/SMS Computer
for unauthorized reader use attempts. Unauthorized reader use alarms shall be user
selectable on a reader-by-reader basis. When configured in Card and PIN mode the
system shall automatically invalidate the badge after five consecutive invalid PIN
attempts. The system shall not allow duplicate PIN numbers.
g. The EAC/SMS System shall provide CRT/LCD screen display and event printing of
card use (all transactions or violations only; by card and/or by reader).
h. The EAC/SMS System shall provide momentary or maintained release of card reader
controlled door locks via the EAC/SMS Computer keyboard.

30
RFP 4248.1

i. The EAC/SMS System shall provide for user programming of the following data for
each card:

 Card number (internal and hot stamp)


 Access Levels
 Authorized Areas
 Effective Date
 Expiration Date
 Card holder Name
 Card holder ID number
 Employee status (active, retired, temporary, etc.)
 Card holder department name
 Card holder automotive license number
 Card holder home telephone number
 Card holder business phone number
 Company name (if other than System owner)
 Seventy (70) user definable fields.

j. The EAC/SMS System shall allow cardholder tracking by individual cards.


k. The EAC/SMS System cardholder database shall allow for the import of cardholder
data with ASCII files created from other databases or Systems.

2.2.3 CCTV Integration

a. The EAC/SMS system shall have an add on software module which provides the
ability to seamlessly integrate to CCTV recording and control devices such as DVRs
(digital video recorders), NVRs (network recording devices) and IP cameras.
b. The EAC/SMS system shall utilize dual screen capability to allow the operator to view
live or prerecorded video on one monitor while viewing the SMS desktop on the other
screen.
c. The EAC/SMS system shall allow the connection to and the control of multiple
different manufacturers’ video devices simultaneously utilizing a common graphical
user interface. The Graphical User Interface (GUI) shall be capable of displaying up to
64 cameras in any single view and shall allow an unlimited number of views to be
configured.
d. The EAC/SMS CCTV Integration GIU shall allow the operator to:

 Manually select cameras or views


 Control the Pan Tilt and Zoom of the cameras
 Control the Iris of the camera
 Set and Select preset camera positions
 Search and Display recorded video

e. The EAC/SMS system shall provide the capability to automatically control the display
and recording of any configured camera or cameras based on a predefined event or
message.

31
RFP 4248.1

2.2.4 Database Queries, Editing and Printing

a. The EAC/SMS System shall provide for database queries, database editing and report
printing via user definable parameters. The EAC/SMS System shall be capable of
printing requested queries and reports to the EAC/SMS Computer screen or its
associated report printer. In addition, the EAC/SMS System shall be capable of
conducting a file search by field or combination of user definable fields. Upon the
users request, searched and sorted files shall be capable of being printed in the order
dictated by the user, i.e. alphabetically by last name, numerically by badge number,
alphabetically by department name, alphabetically by physical characteristics such as
height, hair color, eye color, etc.
b. The EAC/SMS System shall provide for database queries on any field or combination of
fields in the System databases. The EAC/SMS System shall allow the operator to edit the
queried records after the search.
c. Database operations that require a large number of temporary files to be generated as a
result of database queries (i.e. SQL) shall not affect any aspect of overall System
performance. The EAC/SMS System processor and RAM capacity shall be sized to
efficiently process and store specified minimum number of EAC/SMS System
transactions, while maintaining the specified EAC/SMS System transaction speed
when operating in a database query mode.
d. The EAC/SMS System shall have a Database Partitioning feature that shall allow
groups to share a single database while at the same time, partition the single database
and operational functions to maintain individual group security through individual
secure segments to be managed by individual tenants and those designated as System
Master. Database Partitioning shall support multiple tenant locations at one site, and/or
it shall support a single organization occupying multiple buildings and locations.
e. The event printer shall record in real time with time designations all or owner selected
EAC/SMS System activities, including but not limited to:

 Log on and Log off denoting operator’s I.D.


 Program Changes
 Alarm Conditions
 Alarm Resets
 Alarm Acknowledge
 Control Commands
 Selective Card Tracking
 Invalid Card Use
 Selective Reader Tracking
 Visitor Card Use

32
RFP 4248.1

f. The EAC/SMS System shall provide for report printing and/or display of any group of
events within any selectable time period. The Report printer shall be capable of
producing a hard copy of any report that the System may generate. Reports shall
include historical events, defined by any combination of the following categories:

 All Events
 Location
 Point Number
 Event Type (e.g. intrusion, door open, etc.)
 Point Status (e.g. on, off, alarm, normal, shunted, etc.)
 Management reports of transactions history by card number, cardholder data, reader
number, time period, or invalid attempts.
 Audit trail reports

g. The EAC/SMS System shall incorporate a minimum of 100 preprogrammed reports.


Such preprogrammed reports shall be capable of “point and Click” selections at the
EAC/SMS Computer.
h. The EAC/SMS System shall provide for display and or report printing of user
generated custom reports. Sorts and queries for custom reports shall be by any field or
combination of fields of the cardholder, card reader, alarm input point and control
output point databases. Custom report generators shall be user friendly and shall not
require the knowledge of high level programming languages.
i. The EAC/SMS System shall provide ability for the e-mailing of report outputs.
j. The EAC/SMS System shall allow the exporting of report outputs to a delimited text
file or html file
k. The EAC/SMS System shall allow the exporting of report outputs directly to another
database.
l. The EAC/SMS System shall have a Universal Interface/Gateway capability to integrate
Third Party Devices or Systems. This Universal Gateway capability will reside on the
EAC/SMS Server and will provide a bi-directional Serial Interface (I/F) Library of
both Generic and Application Specific Integration. Each I/F Library shall allow for
inputs and commands, as well as bi-directional control of external systems. The
Universal Gateway will operate as a secure multi-tasking service of the EAC/SMS
System so EAC/SMS thru-put and operations are intact and System resources are
properly administered.
m. The EAC/SMS System shall have a fully integrated Environmental Security Module
(ESM) with the capability of detection and identification of toxic gases, Chemical
Warfare Agents including Soman, Sarin, VX, Mustard, and Lewisite. The
Environmental Security Module shall include a suite of sensors integrated with the
EAC/SMS System capable of detecting over 1,000 chemical and gas compounds with
flexible monitoring, custom alarm thresholds and EAC/SMS System initiated counter
measures. Detection devices shall include single compound detectors as well as fixed
and transportable Ion Mobility Spectrometers capable of detecting up to 30 individual
compounds simultaneously. Detection levels shall be in the parts-per-billion range
with detection times in the 3-second range.

33
RFP 4248.1

2.3 Technical Specifications

2.3.1 Access/Security Management System (EAC/SMS System) Software

a. The EAC/SMS System software shall comply with all of the functional requirements
listed in the Bid Documents.
b. The software shall have available as an option a fully integrated video badging product.
c. Acceptable manufacturers for the software are:

 MAXxess Systems

2.3.2 EAC/SMS Computer

a. The EAC/SMS Computer is existing in the main computer room at 850 Hungerford,
Rockville, MD

3.0 SINGLE DOOR NETWORK ACCESS CONTROL UNIT (ACU)

3.1 Provide network door controller(s) as shown on the project plans. The network door controller
shall provide access control processing, host functionality and power for a single door, including
reader, lock, door status, request-to-exit device And auxiliary sounder.
3.2 The network door controller shall accept Wiegand output card readers and card formats up to 128
bits in length.
3.3 The network door controller shall provide a complete, fully featured access control hardware and
firmware infrastructure for host-based access control software applications.
3.4 The network door controller shall communicate with hosted access control software using TCP/IP
protocol over Ethernet or Internet and shall have an RS-232 port for Modem or connectivity to
other systems.
3.5 The network door controller shall provide full distributed processing of all access control
functions. The unit shall provide fully functional off line operation when not actively
communicating with the host access control software application; performing all access decisions
and event logging. Upon connection with the host access control software application, the
network door controller or network controller/reader shall upload all buffered off-line transactions
(minimum of 5,000) to the host software.
3.6 The network door controller shall incorporate a 32-bit 100 MHz RISC processor running the
Linux operating system. The unit shall include a Windows® DLL, and the direct-communication
OpinAPI for integration to host-based access control applications.
3.7 The network door controller shall not be a proprietary product of the manufacturer of the host
access control software application, and must have the ability to migrate to an alternative
manufacturer’s host access control software application by remote reconfiguration or firmware
upgrade and without intervention from the original controller manufacturer.
3.8 The network door controller shall provide diagnostics and configuration operations through
connection to a local laptop computer.

34
RFP 4248.1

3.9 The network door controller shall provide on-board Flash memory to allow program updates to be
downloaded directly via the network. The network door controller or network controller/reader
shall provide the following minimum memory:

3.9.1 8 MB on-board Flash memory


3.9.2 32 MB SDRAM
3.9.3 256k SRAM

3.10 The network door controller shall provide the following certifications:

3.10.1 UL 294 Listed Access Control System Units


3.10.2 FCC Class A Verification

3.11 The network door controller shall meet the following physical specifications:

3.11.1 Dimensions: 3.3” W x 4.8” H x 1.5” D (83.8 mm x 121.9 mm x 36.3 mm


3.11.2 Weight: 6.8 oz (.195 kg)
3.11.3 Cover Material: UL94 Polycarbonate
3.11.4 Power Requirements – 250-1000 mA @ 12 VDC provided either through :

a. 12 – 16 VDC linear Power Supply


b. 802.3af compliant Power Over Ethernet (POE) device

3.11.5 Temperature: 32° to 122° F (0° to 50° C)


3.11.6 Humidity: 5% to 95% relative, non-condensing
3.11.7 Visual Indicators:

a. System Activity LED


b. Network Activity LED

3.11.8 Communication ports and connectors:

a. RJ-45 connector for Ethernet TCP/IP (10/100baseT)


b. Wiegand/Clock-and-Data reader data port
c. RS-232 port for optional modem or serial communications
d. Door position input with programmable End of Line supervisory capability up to 6K
Ohm.
e. Request to exit (REX) input with programmable End of Line supervisory capability up
to 6K Ohm.
f. Non-latching configurable door lock output relay

Unpowered (Dry) contact rated 2A @ 30VDC


Powered (Wet) contact rated for up to 600mA @ 12VDC Note: The 600 mA is
shared between two relays
g. Non-latching alarm annunciation output relay

 Unpowered (Dry) contact rated 2A @ 30VDC


 Powered (Wet) contact rated for up to 600mA @ 12VDC
 Note: The 600 mA is shared between two relays

35
RFP 4248.1

h. 12VDC Power input


i. Tamper input (Can have a built-in additional external tamper)
j. AC Power Fail input (Can be configured for general purpose use)
k. Battery fail input (Can be configured for general purpose use)

3.12 Cable Distances:

3.12.1 TCP/IP: 328 feet (100m) using CAT 5 cable


3.12.2 Wiegand: 500 feet using 9-conductor stranded, overall shield 22 AWG cable (Alpha
1299C)
3.12.3 Input circuits: 500 feet using 2-conductor shielded 22AWG cable (Alpha 1292C) or
18AWG cable (Alpha 2421C)
3.12.4 Output circuits: 500 feet using 2-conductor 22AWG cable (Alpha 1172C) or 18AWG
cable (Alpha 1897C)
3.12.5 RS-232: 50 feet using 9-conductor stranded 22AWG cable (Alpha 1299C or Alpha 58119)

a. The network door controller shall be warranted against defects in materials and
workmanship for 18 months.
b. The network door controller shall be an HID p/n 82000 EdgePlus E400.
c. Provide network controller/reader(s) as shown on the project plans. The network
controller shall provide access control processing, host functionality and power for a
single door, including lock, door status, request-to-exit device And auxiliary sounder.

4.0 CONTACTLESS SMART CARD READER

4.1 Provide surface mounting style 13.56 MHz contactless smart card readers suitable for minimal
space mounting configurations as shown on the project plans.
4.2 Contactless smart card readers shall comply with ISO 15693, ISO 14443A (CSN), and ISO
14443B and shall read credentials that comply with these standards.
4.3 Using serial communication lines the reader shall have the ability to write transactions to iCLASS
credentials.
4.4 Contactless smart card readers shall output credential data in compliance with the SIA AC-01
Wiegand standard as follows:

4.4.1 Reads standard proximity format data from HID iCLASS cards and outputs data as
encoded.
4.4.2 Reads card serial number (CSN) of a MIFARE card with configurable outputs as 26-bit,
32-bit, 34-bit, 40-bit, or 56-bit.

4.5 Data security with HID iCLASS cards shall use 64-bit authentication keys to reduce the risk of
compromised data or duplicate cards. The contactless smart card reader and HID iCLASS cards
shall require matching keys in order to function together. All RF data transmission between the
card and the reader shall be encrypted, using a secure algorithm. Card readers shall be provided
with keys that are compatible with the iCLASS cards.

4.5.1 Optionally, readers with site-specific custom keys shall be available from the factory or on
site through the use of an HID CP400 or CP575A programmers.
4.5.2 Optionally, card data may be protected with DES or 3DES encryption through the use of
an HID CP400 or CP575A programmers.

36
RFP 4248.1

4.5.3 Optionally, custom keys uniquely matched to individual sites/customers are available to
provide a non-interchangeable, high level of security through the use of the HID iCLASS
Elite formatting program.

4.6 The contactless smart card reader shall provide the ability to change operational features in the
field through the use of a factory-programmed command card. Additionally, firmware may be
updated by flashing the reader. Command card operational programming options shall include:

4.6.1 Output configurations


4.6.2 LED & Audio configurations

4.7 Typical contactless smart card read range shall be:

4.7.1 2” – 3” (5.0 – 7.6 cm) using HID iCLASS card.


4.7.2 1” (2.5 cm) using HID iCLASS Key
4.7.3 1” (2.5 cm) using HID iCLASS Tag
4.7.4 1” – 1.5” (2.5 – 3.8 cm) using HID iCLASS Prox
4.7.5 1” – 2” (2.5 – 5.0 cm) using MIFARE Card (card serial number only)

4.8 Contactless smart card readers shall meet the following electrical specifications:

4.8.1 Operating voltage: 9 – 12 VDC, reverse voltage protected. Linear power supply
recommended.
4.8.2 Current requirements: (average/peak) 350/520mA @ 12 VDC

4.9 Contactless smart card readers shall meet the following certifications:

4.9.1 UL 294
4.9.2 FCC Certification

4.10 Contactless smart card readers shall meet the following environmental specifications:

4.10.1 Operating temperature: 32 to 113 degrees F (0 to 45 degrees C)


4.10.2 Operating humidity: 5% to 95% relative humidity non-condensing
4.10.3 Weatherized design suitable to withstand harsh environments

4.11 Contactless smart card reader cabling requirements shall be:

4.11.1 Cable distance: (Wiegand): 500 feet (150m)


4.11.2 Cable type: 5-conductor #22 AWG w/overall shield
4.11.3 Standard reader termination: Double row terminal strip

4.12 Warranty of contactless smart card reader shall be one year warrantee against defects in materials
and workmanship.

5.0 CONTACTLESS SMART CARD ACCESS CONTROL CREDENTIAL

5.1 The contactless smart card shall function as an access control card, used with access readers to
gain entry to controlled portals and to hold identification information specific to the user.

37
RFP 4248.1

5.2 The contactless smart card shall be a passive device, with an operating frequency of 13.56 MHz,
and shall meet ISO 15693 and ISO 14443B2.
5.3 The card shall contain a 64 bit unique serial number.
5.4 The contactless smart card shall have the following available memory configurations:

5.4.1 16 Kbits (2Kbytes) EEPROM memory configured with 2 application areas.

5.5 Each application area shall contain a unique 64 bit diversified authentication key to reduce the risk
of compromised data or duplicate cards. The contactless smart card and card reader shall require
matching keys in order to function together. All radio frequency (RF) communication between
card and reader shall be encrypted, using a secure algorithm.

5.5.1 Optionally, the card may be protected with DES or 3DES encryption algorithms through
the use of an HID CR400 or CP575A Programmer.
5.5.2 Optionally, through the use of the HID iCLASS Elite formatting program, custom keys
uniquely matched to individual sites or customers may be used to provide a non-
interchangeable, high level of security.
5.5.3 Wiegand card data, up to 84 bits in length, shall be encoded in Application Area 1 for use
with access control systems.

5.6 The contactless smart card will support programming and updating of custom applications after
issue, using an appropriate HID iCLASS reader/writer or authorized HID iCLASS enabled
reader/writer.
5.7 Typical contactless smart card read ranges shall be:

5.7.1 2.0-3.0" (5.0-7.6cm) with an HID R10 iCLASS Reader.


5.7.2 2.0-3.5" (5.0-8.9cm) with an HID R30 or RW300 iCLASS Reader
5.7.3 2.5-4.5" (6.3-11.4cm) with an HID R40 or RW400 iCLASS Reader
5.7.4 3.0-4.0” (7.6-10.1 cm) with an HID RK40 or RWK400 iCLASS Reader
5.7.5 16"-18” (40-45 cm) with an HID R90 iCLASS Long Range Reader

5.8 The contactless smart card shall meet the following physical characteristics:

5.8.1 Dimensions, per ISO 7810: 2.125” x 3.375” x 0.030” (53.98mm x 85.60mm x 0.76mm).
5.8.2 Weight: 0.20 oz. (5.7 g)
5.8.3 Material and construction: PVC card materials. Card surface shall be glossy and of a
material compatible with direct to card dye-sublimation or thermal transfer printing. Card
construction shall meet durability requirements of ISO 7810.
5.8.4 Internal antenna configuration shall allow a single slot punch on the vertical (short) side of
card.
5.8.5 The card may be marked with an external ID number, either in inkjet or laser-etched
numbering that may match the internal programmed ID number. If the external number
does not match the internal number, a cross-reference list is provided to detail the
internal/external numbering sequences.
5.8.6 Optionally, the card may contain a magnetic stripe.
5.8.7 Optionally, the card may be printed with custom graphics, may be built to a custom
thickness and may contain security and anti-counterfeiting features.

5.9 Contactless smart card shall meet the following environmental specifications:

38
RFP 4248.1

5.9.1 Operating Temperature: -40oF to 158oF (-40oC to 70oC)


5.9.2 Operating Humidity: 5% to 95% relative humidity non-condensing.

5.10 Warranty of contactless smart cards shall be lifetime against defects in material and workmanship.
5.11 Contactless smart card credential shall be HID Corporation iCLASS card, base P/N 200X Series.

6.0 REQUEST To EXIT MOTION SENSOR

6.1 The Request to Exit Motion Sensor shall meet the following minimum specifications:

6.1.1 Detection Technology Passive Infrared


6.1.2 Detection Pattern Narrow beam 35 degree cone
6.1.3 Output contact normally open
Contact is closed when sensing
Zone is entered or exited
6.1.4 Power requirements 12 to 24 VDC

6.2 Acceptable manufacturer for the Request to Exit Motion Sensor is:

6.2.1 Detection Systems, Inc. 150i


6.2.2 Honeywell IS320

7.0 CONCEALED DOOR POSITION SWITCH

7.1 The Concealed Door Position Switch shall operate with up to a ½”gap between the switch and the
magnet when mounted in a steel door and frame. The contact configuration shall be normally
closed when the door is closed. The switch and magnet shall mount in a 3/4’ diameter hole.
7.2 Acceptable manufacturer for the concealed door position switch is:

7.2.1 Sentrol Model 1125 Series (standard).

7.3 Surface Mount Door Position Switch

7.3.1 The Surface Mount Door Position Switch shall operate with a gap of up to 3” between the
switch and the magnet. Provide armored cable from the switch location to the associated
junction box in order to conceal the wire. The contact configuration shall be normally
closed when the door is closed.

7.3.2 Acceptable manufacturers of the Surface Mount Door Position Switch is:

a. Sentrol model 2500 series

8.0 VIDEO INTECOM SYSTEM

IQaccess Remote Video Monitoring Software


Architectural and Engineering Specification

39
RFP 4248.1

8.1 Manufacturer

IQinVision
33122 Valle Road
San Juan Capistrano, CA 92675
Phone +1 949.369.8100
Fax +1 949.369.8105

8.2 Product Description

8.2.1 The specified product is a software upgrade for all IQeye PRO LINE cameras that enables
multiple users to receive alerts via a pop-up video window when the camera receives an
internal or external trigger. The first responder has then has the option to activate a relay,
signal a third party device via TCP/IP. For IQeye PRO LINE cameras that have bi-
directional audio, the user can also receive audio from a microphone attached to the
camera as well as send an audio signal to the camera which can then be amplified via
powered speakers connected to the camera.

8.3 General Product Requirements

8.3.1 The product will allow up to 8 local or remote users to register with each IQaccess enabled
IQeye PRO LINE camera.
8.3.2 The product will be its own application that will run on Windows XP and VISTA
operating systems.
8.3.3 The product will not require a browser to operate.
8.3.4 The product can be configured to automatically start whenever the PC starts.
8.3.5 The product can automatically search the network and identify any IQaccess enabled
camera on the same subnet.
8.3.6 The product will allow users to register their PC with any/all IQaccess enabled cameras
provided they have the appropriate credentials.
8.3.7 The product will allow remote users to register with the IQaccess enabled cameras via
direct connection or a Port Forwarded address.
8.3.8 The product will allow users with administrative credentials to disable selected users from
accessing the camera.
8.3.9 The product can be configured so that relay activation and/or third party system activation
will require a password for each activation.
8.3.10 The product can will have two profiles, 24/7 and on schedule.
8.3.11 When registering with a PC with IQaccess, users can elect to receive alerts 24/7 or within
the schedule hours.
8.3.12 The product will allow administrators to chose the name of the relay trigger button that
appears in the alert screen.
8.3.13 The product will deliver video using either MJPEG or H.264 compression
8.3.14 The video will be at 640x480 resolution
8.3.15 The video will be at up to 2 images/second
8.3.16 The audio will be 64Kb G.711 full duplex

9.0 IP CAMERA

9.1 The IP camera shall be an IQeye732

40
RFP 4248.1

10.0 INTERCOM SPEAKER, MICROPHONE AND CALL BUTTON

10.1 Shall be designed and submitted with proposal. Unit shall be weather resistant and tamper
resistant.

41
RFP 4248.1

III. PERFORMANCE REQUIREMENTS

1.0 INSTALLATION PRACTICES

1.1 General

1.1.1 Installation shall include the delivery, storage, setting in place, fastening to the building
structure, interconnection of the system components, alignment, adjustment and all other
work whether or not expressly described herein, which is necessary to produce tested and
operational systems, as defined in Section II.
1.1.2 All installation practices shall be in accordance with, but not limited to, these
specifications and drawings. Installation shall be performed in accordance with the
applicable standards, requirements and recommendations of the current National Electrical
Code, National Fire Protection Agency, American Institute of Architects, Underwriters
Laboratories, Americans with Disabilities Act, local City codes and additional authorities
having jurisdiction.
1.1.3 If, in the opinion of the Contractor, an installation practice is desired or required which is
contrary to these specifications or drawings, such installation shall not commence until
written request for modification has been made to the Owner and the Owner has approved
such modifications.
1.1.4 During the installation, and up to the date of final acceptance, the Contractor shall be under
obligation to protect his finished and unfinished work against damage or loss. In the event
of such damage or loss, the Contractor shall replace or repair damaged or lost work at no
cost to the Owner.

1.2 Equipment Installation

1.2.1 The Contractor shall comply with the manufacturer's instructions and recommendations for
installation of products in the applications indicated.
1.2.2 Anchor each product securely in place, accurately located and aligned with other work.
1.2.3 The Contractor must take such precautions as necessary to prevent and guard against
electromagnetic and electrostatic hum, to supply adequate ventilation and to install the
equipment so as to provide reasonable safety for the operators.
1.2.4 In the installation of equipment and cables, consideration shall be given not only to
operational efficiency, but also to overall aesthetic factors.
1.2.5 Equipment fastenings and supports shall be adequate to support their loads with a safety
factory of at least three.
1.2.6 The Contractor shall provide uniform installation of the security system’s supervisory
resistors where required. The precise location of each resistor shall be carefully and
accurately documented on the project record documents.
1.2.7 At all new security or equipment cabinet locations, the Contractor shall provide and install
a wire management system to run wires to the appropriate cabinets from the point they
leave their conduit or wire trough.
1.2.8 Conflicts between the manufacturer's instructions and the specification shall be promptly
brought to the attention of the Owner by the Contractor prior to the initiation of any related
work.

1.3 Clean, Square Installation

1.3.1 All equipment shall be clean and free of paint and other defacing materials.
42
RFP 4248.1

1.3.2 All installations shall be square and plumb. The Contractor shall take care that other trades
do not deface equipment and do not move equipment out of square and plumb. If
equipment is moved, the Contractor shall reinstall the equipment to be square and plumb.

1.4 Cable Installation

1.4.1 All field wiring required for interconnection of the various security system components
shall be installed in a conduit raceway. Refer to the security conduit and electrical
drawings for sizes and routing.
1.4.2 All circuits shall be protected to avoid interruption of service due to short circuiting or
other conditions, which may adversely affect the connecting devices.
1.4.3 All cabling in racks, cabinets and junction boxes shall be neatly strapped, dressed and
adequately supported. Cable installation shall conform to good engineering practices and
to the standards of the current National Electric Code NFPA 70.
1.4.4 Screw terminal blocks or connectors shall be furnished for all cables, which interface with
racks, cabinets, consoles or equipment modules.
1.4.5 Care shall be exercised in wiring so as to avoid damage to the cables and to the equipment.
All joints and connections shall be made with mechanical butt splice connectors or crimp
connectors. Wire nuts shall not be an acceptable splice method. The crimping tool used
shall be recommended by the manufacturer.
1.4.6 All security systems conductors shall be separated from 120 VAC primary power lines.
Security systems conductors shall not share any conduit in which primary power
conductors are run.
Junction and receptacle boxes carrying 120 VAC, or higher voltage, shall not in any way
be attached to or carry security systems conductors.
1.4.7 All cabling shall be U.L. listed for its intended application and shall meet or exceed the
standards as recommended by the manufacturers of the components being interconnected.
All cables used shall be 100% shielded unless manufacturer's recommendations dictate
otherwise.
1.4.8 Conductors interconnected to equipment subject to movement shall be stranded or shall be
of a type manufactured specifically for such interconnections.
1.4.9 All conductors shall be run continuously between sensors, processors, junction boxes,
terminal strips or panels, and other approved devices. Splices between such locations are
not to be permitted. Necessary junctions shall be made in accordance with manufacturer's
requirements for equipment connections.
1.4.10 All conductors shall be color coded and tagged consistently. Marking codes used on cables
shall correspond to codes shown on the drawings. Each connection shall be permanently
labeled or coded to show the zone, instrument or item served.
1.4.11 All system wiring shall be installed in accordance with the instructions provided by the
manufacturers of the components being used in the system and in accordance with codes,
specification and standards as referenced herein.
1.4.12 All mounted wire ties, which are used, shall be the screw down type. Wire ties utilizing
only an adhesive back are not acceptable.

1.5 Security Signal Grounding Practices

1.5.1 A single system signal ground point shall be established at all equipment and cabinet
locations and to be provided and installed by this Contractor. This shall consist of a single
grounding point to which all grounds in the system are connected.

43
RFP 4248.1

1.5.2 Any cable or wire that is shielded shall be properly grounded in accordance with the best
engineering practices of the trade and with manufacturer's recommendations and
specifications. At a minimum, the shield of a shielded cable used for data and
communications transmission shall be grounded at one end, preferably the end closest to
the head end equipment and the security system ground bus.
1.5.3 Under no circumstances shall the AC neutral, either in a power panel or in receptacle
outlets, be used for the security system ground reference point.

1.6 Control of Electromagnetic Interference (EMI)

1.6.1 All equipment shall be installed in accordance with manufacturers' specifications and
recommendations to assure compliance with FCC certifications and requirements. This
shall include proper installation to maintain case integrity, proper fastening of conductors,
wires, cables and connectors, use of appropriate connectors and fasteners and following
manufacturers' recommendations for grounding practices.
1.6.2 The Contractor shall certify compliance with manufacturers' recommendations and
specifications regarding control of EMI, and with other sections of this specification if they
are more stringent than the manufacturers' specification and recommendations. Such
certification shall be submitted with the pre-fabrication submittals described in Division 1
of this specification.

1.7 Labeled Doors and Frames

1.7.1 In no instance shall any UL labeled door or frame be drilled, cut, penetrated or modified in
any way.
1.7.2 The Contractor shall be responsible for replacing any labeled door or frame that is
modified without prior written approval from the Owner.
1.7.3 The Contractor shall pay special attention to the installation of security devices in doors
and frames and coordinate this work.

2.0 POWER REQUIREMENTS

2.1 The Contractor shall provide new or extend existing 120VAC power circuits to security related
equipment. New 120VAC circuits shall be dedicated, non-switched 20 Amp circuits with isolate
ground.

3.0 SECURITY CONDUIT SYSTEMS

3.1 The Contractor shall provide a security conduit system to support the security systems as required
by national and local codes. All required conduit, boxes, connectors, pull cables etc. shall be
provided for a complete end to end conduit system.
3.2 Contractor provided conduit shall be installed in accordance with applicable electrical Work
standards, national and local codes, and NFPA seventy (70), as well as manufacturers' specifications
of installed equipment.
3.3 All work shall be in accordance with the National Electrical Code (NEC) and local governing codes
and laws.
3.4 All conduits shall be Electrical Metallic tubing (EMT), except where otherwise noted. Exceptions
shall be requested of the Owner as appropriate. Minimum size of conduit shall be three quarter (3/4)

44
RFP 4248.1

inch unless otherwise specified. Fastenings and supports for conduit shall be in accordance with the
national and local codes.

4.0 PRODUCT DELIVERY, STORAGE AND HANDLING

4.1 Deliver, store and handle products in accordance with the manufacturer's recommendations, using
means and methods that will prevent damage, deterioration and loss, including theft. Materials
delivered to the Project site shall be stored and protected to effectively prevent theft or damage from
weather or physical abuse, either deliberate or inadvertent.
4.2 The Owner assumes no responsibility or liability for the loss by theft, vandalism, or burglary of
material or equipment stored on or at the Project site.
4.3 Materials shall be received, receipted for and handled by the Contractor’s personnel.
4.4 Access to the Project site for on and off-loading of all materials, structures, and equipment shall be
coordinated with and approved by the Owner.
4.5 Before any Work is started, the Contractor shall coordinate with the Owner use of areas for staging
and storage or materials and equipment.
4.6 The Contractor shall keep all route and site areas free and clean at all times of any dirt, debris, or
other material resulting from his operation.
4.7 The Contractor shall schedule all deliveries to minimize long-term storage at the site and to prevent
overcrowding of construction spaces.
4.8 Coordinate all deliveries with the installation time to ensure minimum holding time for items that
are flammable, hazardous, easily damaged, or sensitive to deterioration, theft and other losses.
4.9 Deliver products to the site in the manufacturer's original sealed container or other packaging
system, complete with labels and instruction for handling, storing, unpacking, protecting and
installing.
4.10 Inspect products upon delivery to ensure compliance with the Contract Documents, and to ensure
that products are undamaged and properly protected.
4.11 Store products at the site in a manner that will facilitate inspection and measurement of quantity or
counting of units.

5.0 REPAIR AND CLEAN UP

5.1 On a daily basis during the execution of the Contractor’s work, the Contractor shall remove all his
refuse from the premises. The Contractor shall leave the relevant areas and equipment clean and
usable.
5.2 Any damage to the Project site, its equipment, or its contents which occurs in the course of the
Contractor’s work shall be brought to the attention of the Owner and shall be repaired to its original
condition by the Contractor at no cost to the Owner.

6.0 TRAINING OF OWNER PERSONNEL

6.1 The Contractor shall be responsible for training of security personnel on all aspects of all the
security systems and subsystems as specified herein and included as part of this project.
6.2 Training shall be accomplished by fully qualified personnel who are thoroughly knowledgeable of
the installation, equipment and software of the system. Instructions shall cover the material
presented in the manuals through the use of classroom presentations and on-equipment training.
6.3 The basic training shall provide information regarding the basic functions and operation of the
systems and equipment, how the systems work together and the operational intent of the systems.
6.4 Information on each course (operator, maintenance, or programmer) concerning class schedules,
number of students per class, course outlines, names, qualifications and experience of the personnel
45
RFP 4248.1

proposed to conduct the training and a copy of the instructor's manual and handouts shall be
provided by the Contractor at least thirty (30) days in advance of the first class. Instructions shall be
provided on-site and shall commence after the system is fully operational and shall be completed
prior to system acceptance and turnover to the Owner.
6.5 All training activities shall be scheduled such that installation work is not disrupted or subjected to
unscheduled interruption and/or delay. The Contractor shall advise the Owner of maintenance and
operator training schedules at least fourteen (14) days prior to commencement of such training.
6.6 A minimum of four (4) hours of scheduled; formal maintenance training shall be provided to the
Owner's maintenance personnel on site.
6.7 A minimum of twelve (12) hours of scheduled, formal training shall be provided for the Owner's
operating personnel in the proper operation and programming of the systems installed. This training
shall be provided on site.
6.8 At the conclusion of training activities, the Owner's designated personnel shall be fully capable of
performing all reasonable system operations and maintenance.
6.9 The Owner shall reserve the right to utilize video and/or audio equipment for purposes of recording
any portion of the subcontractor's training programs.

7.0 OBSERVATION OF WORK

7.1 During the course of system installation, the Owner reserves the right to periodically observe the
work of the Contractor to observe the quality of workmanship and progress of the work.
7.2 The Owner reserves the right to reject any material or installation practice which, in his opinion, is
not in accordance with the specification either before or after installation.
7.3 Rejected work and materials shall be removed at once and replaced with work and materials
acceptable to the Owner.
7.4 Approval of partial payment applications does not constitute approval by the Owner of completed
work. The Owner reserves the right to disapprove partial payment applications if a substantial
portion of the inspected work is not in accordance with the specifications or if the work is
significantly behind schedule due to delays caused by the Contractor.
7.5 If the Owner encounters work, which is not acceptable, he will notify the Contractor of such in
writing.

8.0 CHECKOUT OF SYSTEMS

8.1 The Contractor shall perform all tests and adjustments, furnish all test equipment and consumable
supplies necessary and perform any work necessary to establish performance levels for the system in
accordance with the specifications. The scope of such testing activities shall include, but not be
limited to, the following:

8.1.1 Checking each systems software installation for compliance with published performance
standards.
8.1.2 Checking each system component, including all inputs and outputs, for compliance with
published performance standards.
8.1.3 Adjusting each piece of equipment as required for optimum performance and to meet the
manufacturer's published specifications.
8.1.4 Documenting the system power-up and power-down procedures and incorporating this
information into the system operation and maintenance manuals.

8.2 Each device shall be tested as a working component of the completed system.
8.3 All system controls shall be inspected for proper operation and response.
46
RFP 4248.1

8.4 All system components shall be verified to function as an integrated system.

9.0 ACCEPTANCE OF SYSTEMS

9.1 When the Contractor feels that the work is complete and ready for the Owner's use, it will perform a
pre-final review of all the systems to ensure that all of the systems are installed and operating as
specified. Prior to scheduling the Acceptance Test, the Contractor shall provide written proof of the
Contractors pre-final review test to the Owner. This shall consist of activity reports, date and time of
pre-final testing and personnel conducting the test.
9.2 Subsequent to the Contractor's pre-final review of the completed system and completion of the
project record documentation, the Contractor shall notify the Owner in writing that the system is
ready for acceptance testing. The Owner along with representatives of the Owner will make a
detailed review of all work included in the contract.

9.2.1 If work is found unacceptable, the Owner will furnish to the Contractor a list of incomplete
or incorrect items. Upon receipt of this detailed punch list from the Owner, an installation
review report shall be prepared by the Contractor showing, by system, each outstanding
item on the punch list. After all items appearing on the installation review report are
completed, a second written request for system approval shall be made to the Owner. Upon
correction of each punch list item, an appropriate notation shall be entered on the system
report.
9.2.2 After the re-test, if all systems are acceptable and having satisfactorily established
compliance with previously approved submittals, the systems shall be commissioned for
on-line operation.

9.3 The Contractor shall provide all test equipment materials and technicians to assist in the acceptance
tests.
9.4 The system acceptance test shall consist, but not be limited to the following activities:

9.4.1 Review of all system documentation.


9.4.2 The operation of all system components and hardware will be tested in the presence of the
Owner and the Owner’s representatives.
9.4.3 Both subjective and objective tests shall be employed by the Owner to determine
compliance with the specifications. Each system component shall be indivisibly tested to
confirm proper operation.
9.4.4 If, during any testing activities, it is determined by the Owner that significant adjustments
are required or equipment must be repaired or replaced, testing may be suspended or
continued at the Owner's option. The Contractor shall have personnel available at the site
to perform adjustments and/or repairs during the test procedure, as required.
9.4.5 In the event that the Contractor must modify, alter or remove system hardware or software
components in order to correct deficiencies identified during the acceptance testing
process, the Owner shall re-start all acceptance test procedures, or any part thereof,
subsequent to correction of the deficiency.

9.5 The security systems shall not be accepted by the Owner until all base contract work has been
completed, all remedial work is performed, all documentation is complete, accurate and acceptable,
and the Owner's personnel are trained.
9.6 In the event that the acceptance tests must be suspended due to the systems not being complete and
operational, the Contractor can, at the option of the Owner, be charged for any additional expenses
incurred by the Owner due to the suspension.
47
RFP 4248.1

IV. PROPOSAL FORMS

1.0 SUPPLEMENTARY INFORMATION

The undersigned has attached to this bid proposal form, all supplementary information required by
the specifications. The attached information is an integral part of this proposal. The undersigned
further agrees that if awarded the Contract, all work defined by the plans and specifications will be
completed according to the construction schedules listed therein.

2.0 SERVICE RATES

The undersigned proposes to provide maintenance and repair services to the work provided after
the first year maintenance and warranty provided as part of this contract on an as-needed basis.
The rates for performing this work shall hold for two years from the date of final system
acceptance and shall be calculated as follows:

Field Labor: $ per hour for work time on site


Shop (Bench) Labor: $ per hour for work time at the repair facility of the
Replacement
Components: Cost of components plus percent (%) overhead and profit
Outside Services: Cost plus percent (%) overhead
Replacement Equipment: Not to exceed the unit prices listed in proposal

The above labor rates are based upon service during regular Owner business hours.
Overtime service labor shall be calculated at one-hundred and fifty percent (150%) regular service
labor.

3.0 EXTENDED MAINTENANCE WARRANTY

The undersigned proposes to provide an extended maintenance and warranty contract in addition
to the first year maintenance and warranty included as part of this work. The rates for providing
this service for the prior, following the date of system acceptance would be:

Second year rate: $ per year, payable in four (4) equal quarterly installments
Third year rate: $ per year, payable in four (4) equal quarterly installments
Fourth year rate: $ per year, payable in four (4) equal quarterly installments;

(Bidder shall attach a copy of his maintenance and warranty contract conditions to this proposal.)

4.0 COMPLETION DATE

The undersigned agrees that the work to be performed under this contract shall be commenced
within ten (10) days from the date of work order by Owner and shall be completed on or before
the approved schedule completion date, which is January 1, 2010. In the event that the Contractor
does not perform all work within the time prescribed in the contract, no partial invoices will be
paid after the agreed contract completion date until all work has been completed and accepted.

48
RFP 4248.1

5.0 NONDISCLOSURE AGREEMENT

Recognizing the confidential nature of the information associated with this project, the
undersigned agrees that he shall not discuss nor disclose any details of this project of the internal
operations of the Owner with any persons or agencies that are not directly concerned with the
project. No information relative to this job may be released by the Contractor for publication
without prior written approval from the Owner. All drawings and documentation associated with
this project shall be property of the Owner. At the conclusion of the work, after all as-built
negotiations have been incorporated onto the drawings and are approved by the Owner, all original
drawings, reproducibles, and blueprint copies shall be turned over to the Owner.

6.0 ADDENDA ACKNOWLEDGEMENT

Receipt is hereby acknowledged of the following addenda:

No. No. No. No. No. No.

49
RFP 4248.1

7.0 BIDDER ACKNOWLEDGEMENT

The undersigned agrees, if awarded the contract, to commence work within ten (10) days from date of
work order from the Owner.

It is understood that the Owner reserves the right to accept or reject any and all bids and to waive all
irregularities. It is further agreed that this bid shall be valid and not withdrawn for a period of sixty (60)
days from the date of opening thereof.

Respectfully submitted,

(Seal if bid is by a corporation)


By:

Title:

ALL BIDDERS ARE: (Fill in one)

A Corporation, chartered in the State of


authorized to do business in the State of Maryland.

A Partnership, composed of

An Individual, operating under the name of

8.0 OWNER ACCEPTANCE

I, ( ), being the duly authorized representative


of the Owner, do hereby accept the Bid Proposal of the above company for the work described
within these specifications.

50
RFP 4248.1

9.0 BID FORMS & EQUIPMENT SCHEDULES

INTEGRATED ACCESS CONTROL BASE BID

DESCRIPTION: MANUFACTURE UNIT EXTENDED UNIT LABOR


ITEM QUANTITY
AND MODEL PRICE PRICE LABOR EXTENDED
1

10

11

12

PAGE TOTAL

51
RFP 4248.1

BID FORMS & EQUIPMENT SCHEDULES

INTEGRATED ACCESS CONTROL BASE BID

DESCRIPTION: MANUFACTURE UNIT EXTENDED UNIT LABOR


ITEM QUANTITY
AND MODEL PRICE PRICE LABOR EXTENDED
13

14

15

16

17

18

19

20

21

22

23

24

PAGE TOTAL

52
RFP 4248.1

BID FORMS & EQUIPMENT SCHEDULES

INTEGRATED ACCESS CONTROL BASE BID

DESCRIPTION: MANUFACTURE UNIT EXTENDED UNIT LABOR


ITEM QUANTITY
AND MODEL PRICE PRICE LABOR EXTENDED
25

26

27

28

29

30

31

32

33

34

35

36

PAGE TOTAL

53
RFP 4248.1

BID FORMS & EQUIPMENT SCHEDULES

INTEGRATED ACCESS CONTROL BASE BID

DESCRIPTION: MANUFACTURE UNIT EXTENDED UNIT LABOR


ITEM QUANTITY
AND MODEL PRICE PRICE LABOR EXTENDED
37

38

39

40

41

42

43

44

45

46

47

48

PAGE TOTAL

54
RFP 4248.1

BID FORMS & EQUIPMENT SCHEDULES

INTEGRATED ACCESS CONTROL BASE BID

DESCRIPTION: MANUFACTURE UNIT EXTENDED UNIT LABOR


ITEM QUANTITY
AND MODEL PRICE PRICE LABOR EXTENDED
49

50

51

52

53

54

55

56

57

58

59

60

PAGE TOTAL

55
RFP 4248.1

9.1 Directions for Completing the Equipment Schedules and Cost Summaries

1. For each system Equipment Schedule, the bidder must indicate the item and quantity he proposes to
furnish, the manufacturer of the equipment, and the manufacturing model number or name. If an item
is not a standard manufactured item already in production at the time of the bid, it must be labeled as
"CUSTOM".
2. For each system Equipment Schedule, the bidder must list the unit price of each piece of equipment
regardless of whether it is to be furnished as part of the base bid.
3. Equipment prices shall include indirect costs such as warranty, shipping, insurance, handling, and
overhead and profit.
4. System engineering, fabrication and installation shall not be included in equipment prices. Prices for
system engineering, warranty, fabrication and installation shall be listed on the "Cost Summary"
sheets.
5. Subcontract work shall be itemized on separate sheets. The price for subcontract work shall not be
combined with the prices of the prime contractor's work.
6. Sample "Equipment Schedules" and "Cost Summary" forms are enclosed for the benefit of bidders.
7. Prices for Alternates should be listed on an "Alternate Equipment Schedule" and the "Alternate Cost
Summary" form.
8. The Completed Equipment Schedules, Cost Summaries, Master Cost Summary, and Alternate Cost
Summary forms shall be submitted as part of the Bidder's proposal.

56

You might also like