Loading...
HomeMy WebLinkAbout18-Facilities Management . CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: James Sharer, Director Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of a contract with DC Electronics Two for the installation of an integrated security management system at City Hall in the amount of $51,108.30. Dept: Facilities Management Date: June 4, 2002 O,.,!r:n~L ti/UJi~J.i MlCC Meeting Date: July 1,2002 Synopsis of Previous Council Action: None Recommended Motion: Adopt Resolution. Contact person: James Sharer ames W. Sharer Director of Facilities Management Phone: 384-5244 1/ v Supporting data attached: Staff Report, Resolution, Bid Sheet Ward(s): 1 FUNDING REQUIREMENTS: Amount: $51,108.30 Source:: 001-325-5507 ~/iU Director of Finance Council Notes: 'BElS.o ;i! ;:;;l-OOd - c?- \ 'i Agenda Item No. :Jf= I </ 7/ljO?/' CITY OF SAN BERNARDINO - REOUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of a contract with DC Electronics Two for the installation of an integrated security management system at City Hall in the amount of $51,108.30. BACKGROUND Recently, staff had reviewed the security measures in place at City Hall. Facilities staff met with representatives of the Police Department and determined that many security systems used in City Hall were deficient. The first step staff implemented was to upgrade the video security system for the building. After reviewing various security systems, new cameras, a monitor, and digital recording equipment were put in place. As part of the continuing security enhancement effort, a proximity badge detection system was deemed necessary. This system will require that all employees be issued new identification badges that a proximity reader will detect and allow access to predefined areas at predefined times while limiting their access to other areas and at other times. Should an individual leave employment with the City, preventing access to all predefined areas is done by blocking their access rights even if they still had their badge. This system had to be part of an overall integrated security management system to ensure compatibility with the existing system and with the expansion of the current and future systems. See Attachment "A" for locations of Proximity Badge Detectors to be installed in Phases 1 and 2. Staff sent Invitations to Bid to 20 vendors, the SB Area Chamber of Commerce, and advertised a notice on the City's Web Page and in the Sun Newspaper. On April 15, 2002, a pre-proposal conference and site walk was conducted for bid #F02-042. Ten vendors that received bid packages attended that conference and job walk. On May 7, 2002, five bids were received, one was deemed non-responsive due to lack of information, and the other responsive bids are in the attached Bid Summary Sheet. Based upon funding of $50,000 for the project, staff reviewed the bids and determined that only phase one and phase two of the three phases could be completed at this time. A review team consisting of Jim Sharer and Neil Groom of Facilities Management, and Larry Martin from Information Services reviewed all the proposals. ADT and DC Electronics bid the recommended system, WinPak Pro. UPS Security and DDR Dataline bid alternate systems and furnished specifications on their systems. Staff determined the system from UPS was equivalent. The system from DDR was not determined to be equivalent. The last step was to determine best price for the system including installation. Since DC Electronics was ranked the highest overall and had the lowest price, staff recommends awarding a contract to them for phase one and two of the installation of an integrated security management system at City Hall in the amount of$51,108.30. FINANCIAL IMPACT The contract cost for phase 1 and 2 of the installation of an integrated security management system at City Hall will be in the amount of $51,108.30. The Facilities Management FY02/03 budget will be charged (account number 001-325-5507). The budget for this project was $50,000. The additional $1,108.30 will be paid from the Facilities Maintenance budget through anticipated savings on other projects. Staff plans to complete the third phase of the project during the fiscal year using project savings. This will come back to Council as a change order if the funding becomes available. RECOMMENDATION Adopt Resolution LOCATION OF PROXIMITY BADGE DETECTORS Basement Council Offices Lobby o o o o 4 Second Floor o Third Floor o Fourth Floor Phase 1 Phase 2 Phase 3 o o 2 2 o 8 Totals Phase 1 Basement Double Door Entrance from W. Parking Structure Information Systems Entrance from E. Hallway Information Systems Vault Room Information Systems Computer Room Information Systems Printer Room 6th Floor City Attorney Entrance from W. Hallway Mayor's and City Administrator's Entrance from Reception Area Mayor's Kitchen Entrance to Hallway in the Mayor's Wing Phase 2 Basement Facilities Management Entrance from E. Hallway Facilities Management Entrance to Information Systems Telephone Room Entrance from E. Hallway 2nd Floor Treasurer Entrance from W. Hallway Human Resources West Entrance from W. Hallway Human Resources East Entrance from C. Hallway City Clerk's Entrance from E. Hallway 3'd Floor Planning Department W. Entrance from Hallway Building Department E. Entrance from Hallway Lounge Entrance from E. Hallway Engineering Department Entrance from E. Hallway Fifth Sixth Floor Floor Total 0 8 0 0 11 0 0 6 0 3 25 Attachment "An C 2 3 4 5 6 7 8 9 10 II 12 ,-..- 13 '- 14 15 16 17 18 19 20 21 25 26 III ,,"'" ........ 27 III ':::;0 fr::\ rr0'\f; ,(",n,'\? \07 ~ d '~ RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY 0 SAN BERNARDINO AUTHORIZING THE EXECUTION OF A CONTRACT WITH D ELECTRONICS TWO, INC. FOR THE INSTALLATION OF AN INTEGRATE SECURITY MANAGEMENT SYSTEM AT CITY HALL IN THE AMOUNT 0 $51,108.30. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. DC ELECTRONICS TWO, INC. was the lowest responsive and responsible bidder for the installation of an integrated security management system at City Hall per Specification No. F02-042. A contract is awarded accordingly to said bidder in the total amount of $51,108.30. Such award shall be effective only upon being fully executed by both parties. All other bids, therefore, are hereby rejected. The Mayor is hereby authorized and directed to execute said contract on behalf of the City; a copy of the contract is attached as Exhibit "A" and incorporated herein by reference as fully as though set forth at length. SECTION 2. This contract and any amendment or modification thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any other 22 course of conduct of any party. 23 SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it 24 within 60 days of the passage of this resolution. 28 .p:: IS , r'/I/() C 2 3 4 5 6 7 8 9 10 11 12 C 13 14 15 16 17 18 19 20 21 22 23 24 25 1"'" 26 \..... 27 28 RESOLUTION. . . AUTHORIZING THE EXECUTION OF A CONTRACT WITH D ELECTRONICS TWO, INC. FOR THE INSTALLATION OF AN INTEGRATE SECURITY MANAGEMENT SYSTEM AT CITY HALL IN THE AMOUNT 0 $51,108.30. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 2002, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA LIEN MCGINNIS DERRY SUAREZ ANDERSON McCAMMACK City Clerk The foregoing resolution is hereby approved this day of ,2002. Judith Valles, Mayor City of San Bernardino Approved as to form and legal content: '\ .) ~z,w.-. lJ ~,-<<..-.., J<Jines F. Penman, City Attorney / / CITY OF SAN BERNARDINO 300 NORTH D STREET SAN BERNARDINO, CA 92418 PAGE 1 c EXHIBIT "A" AGREEMENT FOR SERVICES This AGREEMENT is made and entered into this _ day of . 2002, by and between the City of San Bernardino, California, a municipal corporation, hereinafter referred to as the "City" and DC ELECTRONICS TWO, INC., a California corporation, hereinafter referred to as "Contractor". WITNESSETH WHEREAS. City desires to obtain professional services for the installation of an integrated security management system at City Hall; and WHEREAS, in order to provide for the design, preparation of plans, securing of permits and approvals, drawings sufficient to allow review and construction, and to provide accurate as constructed drawings for record purposes of the installation of an integrated security management system at City Hall, it is necessary to engage the services of a licensed access control system contractor; and WHEREAS DC ELECTRONICS TWO, INC. was the lowest responsive and responsible bidder for the installation of an integrated security management system at City Hall per specification no. F02-042; and _., f \.- WHEREAS. San Bernardino City Council has elected to engage the services of Contractor upon the terms and conditions as hereinafter set forth. NOW, THEREFORE, it is mutually agreed, as follows: 1. SCOPE OF SERVICES Contractor shall perform those services specified in "Scope of Work" contained in the RFP F -02-042 Contract Documents, Plans and Special Provisions for the installation of an integrated security management system at City Hall and as referenced in the proposal dated May 7, 2002, a copy of which is on file in the office of the City Clerk and hereinafter referred to as "Work" and incorporated herein as though set forth in full. 2. TERM OF AGREEMENT The services of Contractor are to commence immediately after the City has authorized work to start by issuance of a Notice to Proceed. The scheduled completion dates are shown in the proposal and shall be modified to reflect the actual date ofthe Notice to Proceed and may be adjusted by the City as determined by progress of the work. This Agreement shall expire upon completion of the project or as directed by the City unless extended by written agreement ofthe parties. 3. STANDARD OF PERFORMANCE c Contractor will. at its sole expense: A. Complete all product, services, construction, and design work in conformance with all applicable federal. state. and local laws, codes, and standards as promulgated, which shall include without limitation: Standard Specifications for Public Works Construction (Greenbook); South Coast Air Quality Management standards; County of San Bernardino; r '- "..- '- ,- '- CITY OF SAN BERNARDINO 300 NORTH D STREET SAN BERNARDINO, CA 92418 PAGE 2 Controlling State Standards; Uniform Building Codes; Electrical, Mechanical, and Fire Codes; the City of San Bernardino's Standard Drawings and the project specifications. B. Conduct and carry out the Work in accordance with the terms and conditions of this Agreement and diligently pursue completion of the Work in accordance with the timetable set forth on herein C. Supervise and direct the Work, using Contractor's best skill and attention. Contractor will be solely responsible for and have control over the means, methods, techniques, sequences, procedures, and for coordinating all portions of the Work. D. Unless otherwise provided in this Agreement, provide and pay for all labor, materials, equipment, and tools necessary for the proper execution and completion of the Work. E. Enforce strict discipline and good order among the employees, subcontractors, and agents carrying out the Work, employ, and permit the employment of only qualified persons skilled in tasks assigned to them in performing the Work. F. Secure all governmental licenses and inspections necessary for the performance and completion of the Work in accordance with all laws, statutes, ordinances, building codes and regulations applicable to performing the Work (the "Applicable Laws") other than those to be obtained by City. G. Comply with and give all notices required by all applicable laws. However, Contractor does not assume the obligation to determine whether the Work or this Agreement is in accordance with all laws and regulations applicable to the City. H. Keep the facilities and the surrounding area free from the accumulation of waste materials and rubbish resulting from Contractor's performance of its obligations under this Agreement. On or before completion of the Work, remove from and about the facilities, all such waste materials and rubbish, and all of Contractor's tools, equipment, machinery and surplus materials, except that, as provided in Section 9, the City will remove and dispose of all toxic or hazardous material removed from the facilities. I. Take reasonable precautions for safety, and provide reasonable protection to prevent damage, injury, or loss as a result of the Work, including without limitation, coordinating the Work with the City's on-site safety program. 4, CHANGES/EXTRA SERVICES A. Performance of the work specified in the "Scope of Services" is made an obligation of Contractor under this Agreement, subject to any changes made subsequently upon mutual agreement of the parties. All such changes shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compensation due Contractor for the change in scope. Any change which has not been so incorporated shall not be binding on either party. B. No extra services shall be rendered by Contractor under this Agreement unless such extra services are authorized, in writing, by City prior to performance of such work. Authorized extra services shall be invoiced based on Contractor's proposed rates, a copy of which is included in the proposal and incorporated herein as though set forth in full. CITY OF SAN BERNARDINO 300 NORTH D STREET SAN BERNARDINO, CA 92418 PAGE 3 c S. COMPENSATION A. The City shall reimburse the Contractor for actual costs (including labor costs, employee benefits, overhead, profit, other direct and indirect costs) incurred by the Contractor in performance of the work, at the rates listed in the proposal and for the tasks completed and partially completed in accordance with monthly billings in an amount not to exceed $51,108.30. c B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity, or character of the work to be performed. Any such significant alteration shall be agreed upon in writing by City and Contractor before commencement of performance of such significant alteration by Contractor. Any adjustment of the cost of services will only be permitted when the Contractor establishes and City has agreed, in writing, that there has been, or is to be, a significant change in: 1) Scope, complexity, or character of the services to be performed; 2) Conditions under which the work is required to be performed; and 3) Duration of work if the change from the time period specified 111 the Agreement for Completion of the work warrants such adjustment. C. The Contractor is required to comply with all Federal, State and Local laws and ordinances applicable to the work and which are in effect as of the date ofthe notice to proceed. 6. PAYMENT BY CITY /"'" '-' A. The billings for all services rendered pursuant to this Agreement shall be submitted monthly by Contractor to City and shall be paid by City within 20 days after receipt of same, excepting any amounts disputed by City. B. Dispute over any invoiced amount shall be noticed to the Contractor within 10 days of billing and a meet and confer meeting for resolution of such dispute shall be initiated by the City within 10 days of notice of such dispute. Interest of 1.5% per month (but not exceeding the maximum rate allowable by law) will be payable on any amounts not in dispute and not paid within 30 days of the billing date, payment thereafter to be applied first to accred interest and then to the principal unpaid amount. On disputed amounts, interest shall accrue from 30 days of the invoice date if the amount in dispute is resolved in favor of the contractor. C. Should litigation be necessary to enforce any term or provision of this Agreement, or to collect any portion of the amount payable under this Agreement, then all reasonable litigation and collection expenses, witness fees, and court costs, and attorney's fees shall be paid to the prevailing party. The costs, salary, and expenses of the City Attorney and members of his office in connection with that action shall be considered as attorneys' fees for the purposes of this Agreement. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Facilities Management of the City, or his designee, shall have the right of General supervision over all work performed by Contractor and shall be City's agent with respect to obtaining Contractor's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Facilities Management or his designee. c CITY OF SAN BERNARDINO 300 NORTH D STREET SAN BERNARDINO, CA 92418 PAGE 4 B. Contractor shall perform the Work as an independent contractor and shall not be considered an employee of the City. This Agreement is by and between Contractor and the City, and is not intended, and shall not be construed, to create the relationship of agent, servant employee, partnership, joint venture, or association, between the City and Contractor. When Contractor believes that all or any phase of the Work has been completed in accordance with the terms of this Agreement, Contractor will submit to the City a Certificate of Substantial Completion, which describes the Work substantially completed and include a commitment by Contractor to complete any remaining portion of the Work or the completed phase. The parties intend that work will be accepted as it is substantially completed. The City will, within five business days after receiving the Certificate of Substantial Completion, inspect the Work that is described as completed in the Certificate of Substantial Completion. If the City does not accept that Work, The City will deliver written notice to Contractor describing in detail the material respects in which that work fails to conform to the description of that Work set forth on herein. In that case, Contractor will take such actions as it deems appropriate to cause that Work to conform to the description set forth on herein in all material respects. Contractor will then issue another Certificate of Substantial Completion pursuant to the provisions herein. c. D. c E. F. If that Work substantially conforms to the description of the a Work set forth on herein. the City will accept that Work by signing the Certificate of Substantial Completion and returning it to Contractor. If the City does not deliver a written notice to Contractor within 10 business days of receiving the Certificate of Substantial Completion, the City will be deemed to have signed and returned the Certificate of Substantial Completion. G. The date on which the City accepts Work or a phase of said Work referred to herein as the "Acceptance Date" of such Work or phase. 8. REPRESENTATIONS '- Each party represents that: A. It has all requisite corporate power and authority to execute and deliver this Agreement and to perform its obligations hereunder, and it is in good standing under the laws of the state of its organization or incorporation. B. The execution, delivery and performance of this Agreement have been duly authorized by its board of directors or governing body, as the case may be, and in accordance with its organizational documents. C. This Agreement has been duly executed and delivered on its behalf by Signatories so authorized and constitutes its legal, valid and binding obligation. The execution, delivery, and performance of this Agreement will not result in a breach or violation of nor constitute a default under any agreement, lease, or instrument to which it is a party. D. c CITY OF SAN BERNARDINO 300 NORTH D STREET SAN BERNARDINO, CA 92418 PAGE 5 E. To the best of its knowledge, there is no pending or threatened judicial action or administrative proceeding that could have an adverse effect on the validity or enforceability of this Agreement or such party's ability to perform its obligations under this Agreement. 9. DISCOVERY AND DISPOSAL OF HAZARDOUS SUBSTANCES A. If any Hazardous Substances are discovered at the facilities during the Work, such discovery shall constitute a cause beyond Contractor's reasonable control and Contractor shall have the right to cease the Work until the City, at its expense, as appropriate, tests, abates, encapsulates, cleans up, removes or disposes of such Hazardous Substances. B. If The City so requests, Contractor shall assist the City by providing the City a list of qualified disposal companies, arranging contracts between The City and a qualified disposal company and coordinating the Work with the activities of a qualified disposal company. Although budget costs for such services may be included in program proposals and cash flow analyses, the City will be directly responsible for contracts and payment to disposal companies. 10. INSURANCE/INDEMNIFICATION Contractor shall, at its expense, maintain commercial general liability coverage and employer's liability coverage of at least $1,000,000 for each occurrence, $2,000,000 aggregate, and workers compensation coverage, to protect such party and its officers, directors, agents and employees from any claims under workers' compensation and from any and all other claims for bodily injury, including death and personal injury, and from claims for property damage arising from Contractor's performance under this Agreement. Contractor shall submit to The City completed Certificates of Insurance evidencing such coverage. Contractor shall name The City of San Bernardino as an additional insured on the policy. Except for City's negligence or willful misconduct, Contractor shall indemnify, defend and hold City and its officers and employees harmless from all claims, damages, costs and expenses. including but not limited to damages to property or personal injury, arising from Contractor's performance under this Agreement. The provisions of this section shall survive the expiration or early termination of this Agreement. 11. DEFAULT AND TERMINATION A. If Contractor or the City: I) Fails to make any payment as it becomes due in accordance with the terms of the Agreement; 2) Fails to perform or observe any other covenant, condition, or obligation to be performed or observed by it hereunder; or 3) Made in this Agreement any materially false. misleading or erroneous representation to the other party Then the other party shall have the right to send a notice of termination of this Agreement. During the thirty (30) day period beginning on the date of such c A. c B. CITY OF SAN BERNARDINO 300 NORTH D STREET SAN BERNARDINO, CA 92418 PAGE 6 c notice, Contractor and City shall negotiate in good faith toward an amicable resolution of the default. If no such resolution is agreed upon in writing within such period, this Agreement shall terminate. B. If proceedings under any bankruptcy, insolvency, reorganization or similar legislation are instituted against or by a party, or a receiver or similar officer is appointed for a party or any of its property, and such proceedings or appointments are not vacated, or fully stayed, within thirty (30) days after the institution or occurrence thereof, the other party shall have the right to terminate this Agreement by written notice; such notice to be effective upon delivery. C. The non-defaulting party may, at its discretion, exercise all remedies available at law or equity or other appropriate proceedings, including bringing any action or actions from time to time for the recovery of damages as a result of such default, and all costs and expenses reasonably incurred in the exercise of its remedies hereunder. 12. ASSIGNMENT A. Except as provided in this Section, neither party will assign any of its rights or obligations hereunder without the prior written consent of the other party. This Agreement will bind and inure to the benefit of the successors and permitted assigns of the parties. B. The City may transfer or assign its rights and obligations under this Agreement to a successor purchaser of the facilities if such assignee or transferee explicitly assumes in writing the obligations of the City under this Agreement c 13. EXCUSED DELAYS If either party will be delayed in or prevented, in whole or in part, from performing any obligation or condition hereunder with the exception of the payment of money, or from exercising its rights by reason or as a result of any "force majeure" or due to the failure of the other party to perform its obligations hereunder, such party will be excused from performing such obligations or conditions while such party is so delayed or prevented. The term "force majeure" as used herein means acts of God, acts of government, strikes, lockouts, or other industrial disturbances, acts of public enemy, blockades, wars, insurrections or riots, epidemics. landslides, fires, storms, floods, earthquakes, explosions, water damage, lightning, freeze-ups, theft, malicious mischief, electrolytic or chemical action, unusual delays in transportation. or other similar causes beyond the control of such party. 14. NOTICES c Any and all notices between the City and Contractor provided for or permitted under this Agreement or by law will be in writing and will be deemed duly served when personally delivered to the party, or in lieu of such personal service when deposited in the United States mail, certified, postage prepaid, addressed to such party at the address of such party listed on the signature page to this Agreement or at such other address as is given to the other party by like notice. A copy of any notice to Contractor shall be sent to addressee on the signature page. CITY OF SAN BERNARDINO 300 NORTH D STREET SAN BERNARDINO, CA 92418 PAGE 7 c 15. MISCELLANEOUS c A. Term This Agreement will take effect when signed by both parties and, unless sooner terminated, will continue until project is completed but no later than one year after the effective date. B. Forum and Law This Agreement is considered to have been made at City of San Bernardino, County of San Bernardino. Contractor and the City agree that any and all disputes arising out of or in connection with this Agreement will be brought only in courts within the jurisdiction of the County of San Bernardino, CA and each agree to the service of process in accordance with the law of the State of California. C. Entire Agreement This Agreement, including its Exhibits, which Exhibits are incorporated into this Agreement in their entirety, contains the entire agreement between the parties with respect to its subject matter and supersedes all prior proposals, letters, brochures and other material relating to its subject matter. No amendment, waiver, or discharge of any provision of this Agreement will be valid unless in writing and signed by an authorized representative of the party against which such amendment, waiver, or discharge is sought to be enforced. D. Non-Waiver The failure of either party to insist in any instance upon strict performance of any of the provisions of this Agreement will not be construed as a waiver of any such provision nor affect any present or future right hereunder. E. Interpretation The headings and the table of contents are for reference and convenience only and will not be considered in the interpretation of this Agreement. The language used in this Agreement will be deemed to have been chosen by the parties to express their mutual intent and no rule of construction will be used to construe language against either party. F. Severability If any provision of this Agreement is held to be unenforceable, then both parties will be relieved of all obligations arising under such provision, but only to the extent that such provision is unenforceable, and this Agreement will be deemed amended by modifying such provision to the extent necessary to make it enforceable while preserving its intent or, if that is not possible, by substituting another provision that is enforceable and achieves the same objective and economic result. If such unenforceable provision does not relate to the payments to be made to Contractor, and if the remainder of this Agreement is capable of substantial performance, then the remainder of this Agreement will be enforced to the extent permitted by law. c c !'"''' "'-.. "- CITY OF SAN BERNARDINO 300 NORTH D STREET SAN BERNARDINO, CA 92418 PAGE 8 G. Independent Parties Nothing contained in this Agreement will be deemed or construed for any purpose, to establish, between the parties, a partnership or joint venture, a principal-agent relationship, or any relationship other than City and independent contractor. H. Non-Discrimination During the performance of this Agreement, Contractor agrees that Contractor shall not discriminate on the grounds of race, religious creed, color, national origin, ancestry, age, physical disability, mental disability, medical condition including the medical condition of Acquired Immune Deficiency Syndrome (AIDS) or any condition related thereto, marital status, sex or sexual orientation in the selection and retention of employees and subcontractors and the procurement of materials and equipment. Further, Contractor agrees to conform to the requirements of the Americans with Disabilities Act in the performance of this Agreement. 16. COMPLIANCE WITH CIVIL RIGHTS LAWS Contractor hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, age, disability, religion, sex, marital status, or national origin, in accordance with Federal, State, and Local laws. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. III III i._ c c c PAGE 9 CITY OF SAN BERNARDINO 300 NORTH D STREET SAN BERNARDINO, CA 92418 CITY OF SAN BERNARDINO DC ELECTRONICS TWO, INC. By: Its: Mayor Date: Address for notices: City of San Bernardino 300 North D Street San Bernardino, CA 92418 Attention: Jim Sharer Approved as to form and legal content: JAMES F. PENMAN City Attorney r, \ J ) T (e-VM~ By: ~ ,#<1-""'1''''''' (j By: Its: Date: Address for notices: DC Electronics Two, Inc. 1175 Center Street Riverside, CA 92507 Attention: Richard Jimenez, Project Engineer OWICE OF THE CITY CLERK RACHEL G. CLARK, C.M.C. - CITY CLERK 300 North "D" Street. San Bernardino. CA 92418-0001 909.384.5002' Fax: 909.384.5158 www.ci.san-bernardino.ca.us SM July 8, 2002 Mr. Richard Jimenez, Project Engineer DC Electronics Two, Inc. 1175 Center Street Riverside, CA 92507 Dear Mr. Jimenez, At the Mayor and Common Council meeting of July 1,2002, the City of San Bernardino adopted Resolution 2002-217 - Resolution authorizing the execution of a contract with DC Electronics Two. Inc., for the installation of an integrated security management system at City Hall in the amount of$51.108.30. Enclosed is one (1) original agreement. Please sign in the appropriate location and return the executed agreement to the City Clerk's Office, Attn: Michelle Taylor, P.O. Box 1318, San Bernardino, CA 92402, as soon as possible. Please be advised that the resolution and agreement will be null and void if not executed within 60 days, or by August 30, 2002. If you have any questions, please do not hesitate to contact me at (909)384-5002. Sincerely, ( Michelle Taylor Senior Secretary Enclosure CITY (JIo' SAN BERNARlJlNO AnOPTEl' SIURH. V,\UJES: Integrity' AccountabIlity. Respect lor Human Dignity' Honesty CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: July 19, 2002 TO: James Sharer, Director of Facilities Management FROM: Michelle Taylor, Senior Secretary RE: Resolution 2002-217 - DC Electronics Two, Inc. CC: Finance Attached is a fully executed copy of the agreement for services with DC Electronics Two, Inc., for the installation of an integrated security management system at City Hall in the amount of $51,108.30. The original agreement is on file in the City Clerk's Office. If you have any questions, please call me at ext. 3206. . ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM ~OO:).- .;)1'1 Absent -e- Meeting Date (Date Adopted): f) - \ -0 d- Item # Vote: Ayes \- '\ Nays kr Change to motion to amend original documents: .- \ 8 Resolution # Abstain -fr Reso. # On Attachments: L Contract term: - Note on Resolution of Attachment stored separately: -==- Direct City Clerk to (circle 1): PUBLISH, POST, RECORD W/COUNTY Date Sent to Mayor: fI- 3- (j:;J.- Date of Mayor's Signature: fl. 3-0';; Date of ClerklCDC Signature: "1- ~~ NulllVoid After: 100 DA'jJ ! g - 30-od By: - Reso. Log Updated: V Seal Impressed: 1../ Date Memo/Letter Sent for Signature: 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: /' Date Returned: ')-1 Y-o~ See Attached: See Attached: '1-<;;'0';1- Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433, 10584, 10585, 12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Copies Distributed to: City Attorney vi Parks & Rec. Code Compliance Dev. Services Police Public Services Water Notes: Yes / No By - Yes No~ By Yes N01 By Yes NO-7 By Yes No By_ EDA Finance ,,/ MIS fPt(' I L111"t;;-S Others: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready to File: ~ Date: 1-I7'-or Revised 01/12/01 MEMORANDUM DATE: TO: FROM: SUBJECT: January 29, 2002 Neil Groom, Facilities Management-Project Manager Carol Doemner RFP F-02-042 Integrated Security Management System Attached, please find the proposed schedule and final draft for the subject RFP. Please review these documents, paying special attention to the Recommended Vendor list, and forward your concurrence/comments no later than 12:00 Noon, Friday, March 29, 2002. Please call me with any questions at ext. 5548. 1. Issue RFP April 3, 2002 2. Advertise in Sun April 3, 2002 3. Pre-Proposal Meeting Monday, 10 AM April 15, 2002 4. Written Questions from Vendors due April 15, 2002 5. Responses from City April 20, 2002 6. Submission of Alternate Products for Approval April 12, 2002 7. Notification of Approval/Rejection of Alternate Products April 24, 2002 8. Proposals Due 3:00 PM, Tuesday, May 7, 2002 9. RFP Evaluation and Negotiations To Be Determined 10. Vendor Selection To Be Determined 11. Request for Council Action Due To Be Determined 12. Council Approval To Be Determined 13. Vendor Award To Be Determined I concur with the RFP as written / with the attached comments (circle one). / '"I) X ,X'C Signature fL. C( {l (l kCj,{ e f?uiJ Date Signed San Dernar Ino 8M April 3, 2002 SUBJECT: REQUEST FOR PROPOSALS RFP F-02-042 Gentlemen/Ladies: The City of San Bernardino (City) invites proposals from qualified vendors for: Integrated Security Management System on behalf of the City's Facilities Department. Please read this entire RFP package, paying particular attention to due dates, the Instructions to Offerors, Technical Specifications, General Specifications and Proposal/Price Forms. Proposals must include all requested information and forms, and must be signed by an authorized agent of the offering company in order to be considered responsive. Sincerely, 'vj~(U~KJ;U1~1c"1W1 Marsha Zeller j' Purchasing Manager CITY OF SAN BERNARDINO PAGE 1 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM I. INSTRUCTIONS TO OFFERORS A. Pre-proposal Conference A pre-proposal conference will be held at 10:00 a.m., April 15, 2002 at City of San Bernardino's Purchasing Division, 300 N. "0" Street, 4th floor, San Bernardino, CA 92418 All prospective Offerors are encouraged to attend the pre-proposal conference. B. Examination of Proposal Documents 1. By submitting a proposal, the Offeror represents that it has thoroughly examined and become familiar with the work required under this RFP and that it is capable of performing quality work to achieve the City's objectives. 2. The City reserves the right to remove from its mailing list for future RFP's, for an undetermined period of time, the name of any Offeror for failure to accept a contract, failure to respond to two (2) consecutive RFP's and/or unsatisfactory performance. Please note that a "No Offer" is considered a response. C. Addenda Any City changes to the requirements will be made by written addendum to this RFP. Any written addenda issued pertaining to this RFP shall be incorporated into the terms and conditions of any resulting Agreement. The City will not be bound to any modifications to or deviations from the requirements set forth in this RFP as the result of oral instruction. D. Clarifications 1. Examination of Documents Should an Offeror require clarifications of this RFP, the Offeror shall notify the City in writing in accordance with Section 0.2 below. Should it be found that the point in question is not clearly and fully set forth, the City will issue a written addendum clarifying the matter which will be sent to all persons who have requested the RFP. CITY OF SAN BERNARDINO PAGE 2 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM 2. Submittina Reauests a. With the exception of oral questions asked at any pre- proposal conferences, all questions, clarifications or comments shall be put in writing and must be received by the City no later than April 15, 2002, and be addressed as follows: City of San Bernardino 300 North "0" Street 4th floor, Attn: Carol Ooemner San Bernardino, CA 92418 b. The exterior envelope of all requests for clarifications, questions and comments must be clearly labeled, "Not an Offer." The City is not responsible for failure to respond to a request that has not been labeled as such. The City will also accept questions sent by facsimile machines; however, all faxed questions must be received by the City no later than the date and time specified above. Send facsimile transmissions to (909) 384-5043, attention Carol Doemner. c. Inquiries received after April 15, 2002 will not be accepted. 3. City Responses Responses from the City will be communicated in writing to all recipients of this RFP, and will be postmarked no later than April 20, 2002. E. Submission of Proposals 1. Date and Time All proposals are to be submitted to City of San Bernardino, Attention: Carol Ooemner. Proposals received after 3:00 p.m., Tuesday, May 7, 2002, will be rejected by the City. as non- responsive. 2. Address 2 CITY OF SAN BERNARDINO PAGE 3 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM Proposals shall be addressed as follows: City of San Bernardino 300 N. "0" Street, 4th floor San Bernardino, CA 92418. Proposals may be delivered in person to the Purchasing Department, 4th floor of the above address. 3. Identification of Proposals Offeror shall submit a proposal package consisting of: a) a signed original and three (3) copies of its proposal, and b) a completed and signed Price form in a sealed envelope, separate from the proposals, marked "Price Form". The proposal package shall be addressed as shown above, bearing the Offeror's name and address and clearly marked as follows: "RFP F-02-042: Integrated Security Management System" 4. Acceptance of Proposals a. The City reserves the right to accept or reject any and all proposals, or any item or part thereof, or to waive any informalities or irregularities in proposals. b. The City reserves the right to withdraw this RFP at any time without prior notice and the City makes no representations that any contract will be awarded to any Offeror responding to this RFP. c. The City reserves the right to postpone proposal opening for its own convenience. F. Pre-Contractual Expenses 3 CITY OF SAN BERNARDINO PAGE 4 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM Pre-contractual expenses are defined as expenses incurred by the Offeror in: 1. Preparing its proposal in response to this RFP; 2. Submitting that proposal to City; 3. Negotiating with City any matter related to this proposal; or 4. Any other expenses incurred by the Offeror prior to date of award, if any, of the Agreement. The City shall not, in any event, be liable for any pre-contractual expenses incurred by Offeror in the preparation of its proposal. Offeror shall not include any such expenses as part of its proposal. G. Contract Award Issuance of this RFP and receipt of proposals does not commit the City to award an Agreement. The City reserves the right to postpone proposal opening for its own convenience, to accept or reject any or all proposals received in response to this RFP, to negotiate with other than the selected Offeror(s) should negotiations with the selected Offeror(s) be terminated, to negotiate with more than one Offeror simultaneously, or to cancel all or part of this RFP. The City also reserves the riaht to apportion the award amona two or more Offerors. H. Acceptance of Order The successful Offeror will be required to accept a Purchase Order and/or a written Agreement in accordance with and including as a part thereof the published notice of Request for Proposals, including all requirements, conditions and specifications contained therein, with no exceptions other than those specifically listed in the written purchase order and/or Agreement. 4 L..~ CITY OF SAN BERNARDINO PAGE 5 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM SCOPE OF WORK Part I--GENERAL SCOPE OF WORK. ........................................................................... 7 GENERAL ..................................... ............. ........... ......................... ......... ............... .....7 NAME ... ......... .................... ....... ............................ ....... ...................... ........ ........... .......7 LOCATION AND ACCESS TO PROJECT ..................................................................7 PRECEDENCE.......... ... ...... .... ... ....... .... ... ...... ... ...... ... ......... ... .......... ... .............. ...........7 CODES AND STANDARDS ........................................................................................ 7 SUMMARY OF WORK INCLUDED ............................................................................. 7 ALTERNATES ............................... ...... .............................. ........... ............ ...................8 DEFINITIONS.. ............ ................. ......... ............. ............ ................... ........... ..... ........ 10 SYSTEM DESCRIPTION .......................................................................................... 10 BASIC SYSTEM CAPABILITIES ...............................................................................12 QUALITY ASSURANCE. ........................... ........................................... ........... ..... ..... 19 SITE CONDITIONS ...................................................................................................20 SUBMITTALS ......................... .............. ........................... ...... ................... .................21 EXTENDED SERVICE REQUiREMENTS................................................................. 21 SUPERVISION OF WORK ........................................................................................ 22 PROJECT RECORD DRAWiNGS............................................................................. 22 GUARANTEE...................... ........ ............................. ...... ............................ ...............23 Part II--PRODUCT SPECiFiCATIONS..........................................................................23 PRODUCTS............................. ......................................... ...... ................ ..... .............23 FRONT END SYSTEM ..............................................................................................23 FRONT END SOFTWARE SPECiFiCATIONS.......................................................... 25 FRONT END SOFTWARE REQUiREMENTS........................................................... 25 ACCESS CONTROL FIELD HARDWARE DEViCES................................................ 26 LINE DRIVERS AND MODEMS ................................................................................ 32 ACCESS CONTROL SPARES.................................................................................. 32 CCTV CONTROL EQUIPMENT ................................................................................ 33 American Dynamics............................................................................ ................ 33 5 -I CITY OF SAN BERNARDINO PAGE 6 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM Dedicated Micros................................................................................................ 33 Geutebruck......................................................................................................... 33 Javelin .................................... ............................................................................33 Burle................. ................................... ..................................... ...... ..... ......... ...... 33 Vicon .................................................................................................................. 33 Panasonic........................................................................................................... 33 PAGING.... ... ................ ... ....... ... ... ... ... ....... .... ... .... .......... ........... .... ........ ....... .......... .... 33 Part III--EXECUTION. ...................................................................................................33 GENERAL INSTALLATION ....................................................................................... 33 SITE MANAGEMENT RESPONSIBILITY ................................................................. 34 CHANGES.. ...................... ....................... ....................................... ..... ............ ..... .....34 SYSTEM COMPONENTS ......................................................................................... 34 WIRE AND CABLE ..................................................................................................;.34 TRANSMISSION SYSTEMS ..................................................................................... 35 CAMERAS .............. .................. ................................................................. ...... ..........35 START-UP RESPONSIBILITY .................................................................................. 35 PREPARATION FOR ACCEPTANCE (PRIOR TO FINAL INSPECTION) ................36 WARRANTY SERVICE .............................................................................................37 SPARE PARTS ....... ... ... ...... .., .,. ............. .... ... .... .... ......... ........ ... ... ... ..... ........ ..... ..... ... 38 6 CITY OF SAN BERNARDINO PAGE 7 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM PART 1-GENERAL SPECIFICATIONS GENERAL The purpose of this document is to specify the Architectural/Engineering and .Bid criteria for the design, supply, installation, and commissioning of an integrated Access Control, Alarm Monitoring, Video Badging, and CCTV Security Management System (ISMS). NAME The City of San Bernardino; shall be hereinafter referred to in this document as the CUSTOMER and the bid respondents shall be referred to as the CONTRACTOR. The term CUSTOMER includes direct employees and other appointed CUSTOMER agents such as architects or consultants. These agents may be requested by the CUSTOMER to represent the CUSTOMER in undertaking certain project tasks. LOCATION AND ACCESS TO PROJECT Various locations throughout the City as required. Any access using normal highway routing to the facility is acceptable. Permission for access to this facility may be revoked for any and all persons who violate facility traffic regulations including speed limits, parking restrictions and directions of the responsible security personnel. All of the CONTRACTOR'S personnel, operating forces, and delivery personnel shall be made aware of and shall comply at all times with the regulations and the directions of responsible CUSTOMER personnel. PRECEDENCE If any statement in this or any other specification is in conflict with any provision of the General Terms and Conditions to the contract, the provision stated in the General Terms and Conditions shall take precedence. Any questions, which require additional interpretation and guidance, shall be immediately brought to the CUSTOMER'S attention. Architectural drawings shall have precedence over other drawings in regard to dimensions and location. CODES AND STANDARDS A. Work shall be performed in accordance with the applicable international, federal, state, and local codes or standards current at the commencement of installation. The following list summarizes applicable standards: 1. UL 294, ULC 2. CE 3. FCC - Part 15, Part 68 4. NFPA70, NEC 5. IEEE, RS170 variable standard 6. IEEE, NTSC (color camera broadcast) 7. PAL (color camera broadcast, Europe) 8. CCIR (monochrome standard, Europe) B. Where more than one code or regulation is applicable, the more stringent shall apply. C. Cable installation, identification and termination shall be performed in accordance with the MANUFACTURER'S technical installation guidance, in addition to the applicable codes above. D. In the absence of the MANUFACTURER'S recommendations on conductor application, the CONTRACTOR shall ensure that the cable selected meets all technical requirements of the equipment to be installed. SUMMARY OF WORK INCLUDED A. Submittals shall be required at bid submission and prior to commencement of installation and training as described in this specification. L____ CITY OF SAN BERNARDINO PAGE 8 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM ./ Required at Bid Submission y See page 20-"SUBMITTALS" ./ Required prior to Commencement of Installation and Training )> See page 21-"EXTENDED SERVICE REQUIREMENTS" B. Materials 1. Furnish and install at locations that show the specified equipment to provide a completely operational Integrated Security Management System without additional cost to the CUSTOMER. 2. The following list of main items of the installation shall not be considered to be all inclusive: a) Card Readers/Keypads/Cards b) Card access control panels c) Alarm monitoring panels d) Output relay control panels e) Door locksllock power supplies f} Cameras g) Lenses (Fixed, Zoom, and Auto Iris) h) Camera Accessories (Mounts, Enclosures, and Pan/Tilt Motors) i) Monitors j) Video Switches k} Video Motion Detectors I) Pan/Tilt and Zoom Controllers m} Central Processing Unit (CPU) n} Modems and all related communications equipment o} Printers p} All power supplies or transformers q} Master desk/Work Station unit r) Upright equipment consoles s} Client/workstation Computers t} Wire for readers/panel communication u} Cablelwire for CCTV v} Badging printer/badging camera w} Paging System interface and equipment 3. Provide and install all equipment, components, wire, cable, antennae, and mounting hardware as required to meet manufacturer's specifications and documented installation procedures. 4. All materials and equipment shall be standard, regularly manufactured equipment. All systems and components shall be thoroughly tested and proven in actual field use. Where possible, all system components shall be from one manufacturer. Whenever components are included from sources other than the manufacturer of the system, the CONTRACTOR shall demonstrate and verify that the components are compatible, prior to system acceptance, and shall provide to the CUSTOMER that use of such components will not void or impair the system warranty . ALTERNATES The use of the name of a manufacturer, or any special brand or make, in describing any item in the bid documents does not usually restrict bidders to that manufacturer or specific article. Such identification is intended to be descriptive, not restrictive, and is to indicate the quality and characteristics of product that will be satisfactory. CITY OF SAN BERNARDINO PAGE 9 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM A. No Substitutes: The exact make and model number identified in this specification shall be provided without exception. Some items in this bid may have as part of their description, the term "No Sub". In order to provide uniformity and continuity in personnel training and service, or to maintain the integrity of standardization of products, or to conform to our current mode of operation, do not substitute these items. For items identified in this manner, no bids for substitute or alternate items will be considered. Notwithstanding the foregoing, the City may impose additional restrictions in the Specifications or Special Conditions sections of these documents. B. Or Equal: An item may be substituted for the specified item provided that in every technical sense, the substituted item provides the same or better capability. If the bidder proposes to furnish an "equal" product, the brand name of the alternate item should be clearly stated on the bid form. Unless clearly indicated by the vendor that an "equal" product is being offered, the bid will be considered as offering the brand name product specified. C. Or Approved Alternate: A substitute for the specified item may be offered for approval by the CUSTOMER. The proposed substitution must in every technical sense provide the same or better capability than the specified item. Warranty parts and labor must be equal to or better than the product specified. The costs and availability of replacement parts must be equal to or better than the product specified. Such requests for approval shall be submitted in accordance with the provisions of PART 1, BID RESPONSE, Prior Approvals, and must be obtained within the time frames outlined. If alternates are bid, literature must be submitted with the bid in order for the alternate to be considered. Literature must be descriptive enough for the Purchasing Agent to determine: (1) whether the product offered meets the minimum specifications required, (2) exactly what the bidder proposes to furnish, and (3) what the City would be committing itself to, by making the award. For specific requirements and approval process please refer to page 19-"Bid Response-item C. Prior Approval" for timeline and additional requirements. All items on which bids are submitted must in all cases be equal or better in quality and utility than those specified by the City. Determination of equality and acceptability of alternate products shall be solely at the discretion of the Purchasing Agent. The City reserves the right to waive a variation in specification if, in the opinion of the City, such variation does not materially change the item or its performance within parameters acceptable to the City. If the bidder proposes to modify a product so as to make it conform to the requirements of the request for bids, the bidder shall: (1) include with the bid, a clear description of such proposed modifications, and (2) clearly mark any descriptive material to show the proposed modifications. Modifications proposed after the bid opening to make a product conform to a brand name product referenced in the Request for Bids will not be considered. Caution to Bidders: The Purchasing Agent is not responsible for locating or securing any information which is referenced by the vendor, but not included with the bid response, and which is not reasonably available to the purchasing activity. CITY OF SAN BERNARDINO PAGE 10 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM DEFINITIONS A. Abstract Device (ADV): A logical representation of a physical device, such as a control panel or door. An ADV is similar to an icon, is placed on a Floor Plan Background, and is associated with a device in the system. The ADV provides a user-friendly interface for monitoring the status and controlling the actions of a physical device without concern for the device's hardware configuration details. B. Server: A server is a dedicated software program or PC that provides all clients (software applications or users) with equal access to the resource without the client having to know where the resource is physically located. For example in WIN-PAK PRO, a Server such as the Database Server, is a software program that provides all clients with access to the database, regardless of what PC the database actually resides on. A Client/Server design distributes system activities across many computers, minimizing bottlenecks and significantly improving system performance. SYSTEM DESCRIPTION A. The Integrated Security Management System (ISMS) shall be a modular, networked access control system capable of handling large proprietary corporations with multiple remote sites, alarm monitoring, video imaging, badging, paging, guard tour, and CCTV switcher control. The system shall allow for easy expansion or modification of inputs, outputs, and remote control stations. B. The system control at the central computer location shall be under a single software program control, shall provide full integration of all components, and shall be alterable at any time, depending upon the facility requirements. Reconfiguration shall be accomplished online through system programming, without hardware changes. C. The software program shall be a 32-bit, 3-tier client/server, ODSC compliant application based on Microsoft tools and standards. The software program shall operate in Windows NT 4.0 using Service Pak 4 or greater. D. The software program shall consist of multiple servers including, but not limited to, Database Server, Communications Server, and Client Workstation Server. The Servers shall be capable of being installed on one or more PCs across a network providing a distribution of system activities and processes. E. The system shall support multiple communication servers on a LANIWAN, to provide distributed networking capabilities, which significantly improve system performance. F. The database architecture shall utilize either Microsoft Access Uet} or Microsoft SOL Server 7.0. G. The system shall have the capability to communicate with the control panels via LANIWAN connections utilizing industry standard TCP/IP communication protocol. The system shall provide encryption via the TCP/IP connection. H. The system software shall allow support for multiple accounts allowing separate access to the card database, badge layout, operator access, and reporting. Physical hardware may be partitioned by operator level into sites. Sites may reside in multiple accounts. The system shall allow control of common areas between accounts. Access levels and time zones shall be global to allow for easy administration. The global access levels and time zones shall be capable of being used by several accounts. I. The software program shall use Abstract Devices (ADV) for representing hardware devices in the system, shall use Floor Plans to provide the user interface to control and monitor the system, and shall use Data Trees to organize, display, and control system information. ) CITY OF SAN BERNARDINO PAGE 11 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM J. The system shall support both manual and automatic responses to alarms entering the system. Each alarm shall be capable of initiating a number of different actions, such as camera switching, activation of remote devices, door control, and activation of WA V files. K. The system shall provide both supervised and non-supervised alarm point monitoring. Upon recognition of an alarm, the system shall be capable of switching CCTV cameras that are associated with the alarm point. The system shall be capable of arming or disarming alarm points both manually and automatically, by time of day, and by day of week. L. Access control functions shall include validation based on time of day, day of week, holiday scheduling, site code verification, automatic or manual retrieval of cardholder photographs, and access validation based on positive verification of card, card/PIN, card, and video. M. Camera functions such as pan/tilt, lens control, limits, and home position shall be supported by the system. Unless specific programming dictates otherwise, an operator shall be able to control these functions for all cameras so equipped. N. Live video from a CCTV system shall be able to be displayed on the computer screen. The live video window shall allow the user to change its size and location on the computer screen. Video controls (pan, tilt, zoom, and camera/monitor selection) shall be able to be sent to the CCTV system from the live video window. The user shall have the ability to freeze and save the video image to a file. O. Assigned passwords shall be possible to define the levels of system operation for each individual operator. System operation for individual operators shall include, but not be limited to, restricted time periods for login and default language selection at login. Operator actions range from basic monitoring to full control of the system including programming. P. The system programming shall be user friendly, and capable of being accomplished by personnel with no prior computer experience. The programming shall be MENU driven and include online "Help" or "Tutorial" information, as well as online data entry examples. The software shall utilize drop boxes for all previously entered system-required data. Q. After installation, the CUSTOMER shall be able to perform hardware configuration changes. These hardware configuration changes shall include, but not be limited to, door open time, door contact shunt time, point and reader names, when and where a cardholder is valid, and the ability to add or modify card databases as desired without the services of the CONTRACTOR or MANUFACTURER. R. Equipment repair shall be able to be accomplished on site, by module replacement, utilizing spare components. S. All control components shall utilize "Distributed-Processing" concepts. The distributed processing shall include the ability to download operating parameters to any field panel, thus allowing the field panel to provide full operating functions independent of any other system component. SYSTEM CAPACITIES A. The System shall require one master control file server station and be able to support a minimum of 5 additional concurrent (logged on) control locations, badging stations, or workstations, utilizing LANIWAN network software and hardware. B. The system software shall be capable of being installed on more than 100 PCs, but only the number of users allowed by the licensing agreement shall be permitted to be logged on at any given time. CITY OF SAN BERNARDINO PAGE 12 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM C. The system software shall not use a hardware dongle unless required by the system hardware and then only on the PC where the database server resides. No dongles shall be required at any workstations. D. Overall control of the access control, CCTV, paging, and alarm monitoring shall be through software control, which provides complete integration of the security components. E. The file server station shall operate in both a programmed and a manual mode. F. Capacities in a direct connect configuration per Windows NT 4.0 communication server with the Modular Control System shall be 32,768 readers, 100,000 card holders, 262,144 alarm points, 262,144 relay outputs, and a maximum of 64 switchers supporting 64 cameras and 64 monitors per switcher. G. Capacities in a remote connect configuration using Windows NT 4.0 shall be up to 250 remote dial-up sites, 128,000 card readers, 100,000 card holders, 1,024,000 alarm inputs, and 1,024,000,000 relay outputs. H. The system shall be expandable in modular increments to total capacity. The software shall not require installation of any modules or any other upgrading to achieve system maximum capacities. Upgrading a user license shall not require any additional software. BASIC SYSTEM CAPABILITIES The following functional capabilities are considered essential for the system described in this specification. The capabilities are to be considered standard, without the need for add-on software or hardware. A. General 1. All databases will have the ability to ADD, DELETE, REPORT, VIEW or EDIT information. 2. Provide storage of all system transactions in a retrievable file. 3. Log all events by time and date. 4. Provide capability to store all or selected system transactions to a disk file. 5. Provide ability for CUSTOMER to make system configuration changes such as, but not limited to door open time, door contact shunt time, point and reader names, when and where a cardholder is valid, and the ability to add or modify card databases at any time. 6. Support "Global Anti-passback", allowing cardholder to enter/exitany card reader on the same RS485 drop-line of panels. 7. Provide mode of system operation that stores system commands that were not accepted by the hardware. 8. Provide mode of system operation that does not allow the operator to clear an alarm prior to it being restored to normal. 9. Provide ability for manual operator control of system output relays. The manual functions shall include the ability to energize, de-energize, return to time zone, or pulse the output relay. The pulse time shall be a programmable setting.. 10. Provide ability to automatically display stored "video image" of cardholder, and switch real-time camera to card reader location for specific card usage. The card reader shall not activate the door lock until positive operator acknowledgment. 11. The cardholder "video image" pop-up shall be activated based on a priority level set to the cardholder or reader. Information in the pop-up shall include, but not be limited to, reader, time, date, cardholder name, and status. User shall be able to display up to 40 note fields. The size of the pop-up shall be adjustable by the operator. 12. Support multiple card reader technology including: a) Wiegand effect CITY OF SAN BERNARDINO PAGE 13 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM b) Magnetic stripe c) Proximity d) Biometrics e) Bar Code f) Keypad g) Card/keypad (PIN) h) High-speed long range Vehicle ID 13. Provide a means for backup and restore of any or all database system files. 14. Provide the ability to address up to 64 serial communication ports per communication server in Windows NT 4.0, where each port can be configured for either hardwired or dial-up. When configured for dial-up, anyone port can support multiple dial-up locations. 15. Provide the capability for direct connection to a network via network interface card. 16. All commands and updates to the panels shall be verified and shall automatically retry if communications have failed. 17. Provide the ability to select ACKlNAK communication feature by communications port for either dial-up or hardwire. 18. Provide a system scheduler that shall automatically: a) Call remote locations to retrieve history transactions and update panel information, including time and date. b) Activate or deactivate cards locally or at remote dial-up sites. c) Initiate a preprogrammed command event/action. d) Frequency shall be defined as Never, Now, Once, Hourly, Daily, Weekly, Once per 2 weeks, and Monthly. 19. Provide drop boxes for all system-required information that the user has previously entered. 20. Provide the ability to initiate a page to a paging system based on a transaction state. A transaction state shall be defined as Normal, Alarm, Trouble, Ajar, Trace, Not Found, Anti-Passback Violation, PIN Violation, Time Zone Violation, Site Code Violation, or Expired card, and System Alarms including, but not limited to, Panel Com, Panel Power Failure, and Tamper. B. Card Database 1. Cardholder information shall include unique card number up to 16 digits and optional Personal Identification Number. 2. Allow multiple cards per cardholder. 3. Provide 40 user definable fields. 4. Provide special card options that include, but are not limited to: a) Time zone reference, which defines valid time. b) Visitor use, which provides a specified activation date and expiration date (spanning years). 2. Provide a card "Trace" function. The Trace function shall allow normal access control, but will provide a tracking alarm at the system monitor. 3. Provide ability to store digital images of cardholder. 4. Provide the ability to prioritize specific card usage from 1 to 99 with separate priority options for Anti-passback, Trace, PIN Violation, Normal, Not Found, Expired, and Time Zone card activities or violations. 5. Allow the user the ability to assign an action message per event state and a "command file" per event state. 6. Upon editing card information, the updated information shall be sent automatically to the appropriate access control panel, when hardwired, with no other user CITY OF SAN BERNARDINO PAGE 14 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM intervention. If the port is dial-up, the entry will be stored on disk and shall be updated when connection is made to the remote loop. If the scheduler is used, then card updates shall be sent based on scheduling. 7. In a traditional (Wiegand) 5 digit card database, the numbers 0 and 65,535 shall not be valid card numbers as some devices transmit these numbers on an improper read. 8. In a 16-digit card database, the number 0 shall not be a valid card number as some devices transmit this number on an improper read. B. Access Levels 1. Provide the ability to define specific times of access. 2. Provide the ability to define specific reader points of access. 3. Provide the ability to define groups of relays, in elevator control applications, defining access to selected floors. 4. Provide a template of a defined access level detail, where changes can be made to the template and saved as a new access level detail. 5. Provide an access control tree structure that allows groupings of entrances. User shall have the ability to group program all entrances on the branch or make specific changes to individual entrances. C. Camera Control 1. Provide ability to interface to a microprocessor-based matrix video switcher via a system COM port. 2. Provide ability to program descriptions and camera titles for all system cameras. 3. Provide ability to manually switch any camera in the system to any monitor in the system. 4. Provide ability to automatically switch any camera in the system to any monitor in the system based on any alarm point or system alarm. 5. Provide ability to manually control the pan, tilt, and lens functions (zoom, iris and focus). 6. Provide ability to set and clear the movement limits of the pan and tilt mechanisms so equipped. 7. A "live view" from the CCTV switcher shall be displayed on the system computer. The view shall include pan, tilt, zoom, camera/monitor selection, and the ability to send user programmed information to the video switcher. The ability to change the size and iocation of the view shall exist. D. Alarm Monitoring 1. Report alarm point activity or status. 2. Reporting shall notify system of "Alarm," "Normal," or "Trouble" condition. 3. Display floor plan graphic for any active alarm point. 4. Provide ability to bypass alarms in the system. 5. Execute alarm notification in all modes of operation. 6. Allow automatic display of digital image of cardholder based on a priority threshold assigned to a card(s) or to a reader(s) and select which reader to monitor. The displayed image shall include, but not be limited to, the card holder's Name, Card Number, where and when used, card status, and any selected note fields. 7. Allow manual display of digital image of cardholder. 8. The card lookup table shall allow a search based on, but not limited to, Cardholder Name, Number, or Note Field. 9. Provide ability to acknowledge any alarm, card, or reader activity based on priority. '__00 CITY OF SAN BERNARDINO PAGE 15 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM 100 Provide display of system activity with the higher priorities displayed at the top of the list with identical points stacked with a frequency count of each point's change of stateo 110 Provide ability for the operator to acknowledge and clear alarms from displayo Prior to acknowledgment, the user shall be allowed to enter a response per alarmo The system shall offer a means to require acknowledgement of an alarm before it can be clearedo 120 Provide a display of the most current transactions in real timeo 130 Provide the ability for dynamic alarm monitoring of alarm points in real time on the system computer's video display terminaL 140 Provide the ability in the dynamic alarm display to color code each specific alarm point action of "Alarm", "Normal", "Trouble", and "Time Zone" controL 150 Provide a "System" alarm upon a loop integrity violationo 160 Provide a "Panel Not Responding" alarm if communication to a panel is lost 170 Provide real time printing of alarms as they occur by line printing with a dot matrix printer or provide printing of alarms, one page at a time, using typical Windows page printingo Eo Operator Database 1. Provide operator password control of all system and database functions. 2. Viewing of cardholder number or PIN number shall be restricted by operator leveL 3. Provide the ability to log operator transactions on the system printer as well as in' the history files. 4. Provide default language to be used based on operator's login. F. Panel 1. Provide ability to program Action Messages. A specific action message may be displayed for each alarm, system alarm (communication, ground fault, power, panel reset, low voltage, panel tamper), card, or reader usage state. A state shall be defined as Normal, Alarm, Trouble, Ajar, Trace, Not Found, Anti-Passback Violation, PIN Violation, Time Zone Violation, Site Code Violation, or Expired card. 2. Provide ability to prioritize a specific alarm point or system alarm (communication, ground fault, power, panel reset, low voltage, panel tamper), card or reader activity state from 1 to 99. A state shall be defined as Normal, Alarm, Trouble, Ajar, Trace, Not Found, Anti-Passback Violation, PIN Violation, Time Zone Violation, Site Code Violation, or Expired card. 3. Provide ability to program descriptions, shunt times, and momentary shunt times for all system alarm points. 4. Provide ability to program descriptions, pulse times, and energize times for all system output relays used for door control and other auxiliary functions. 5. Provide ability to program descriptions for all system card readers. 6. Monitor both supervised and non-supervised alarm points with the ability to select by point which point shall be supervised and define if the point is a normally closed or normally open point contact 7. Provide ability to interlock any alarm point condition to an output relay. 8. Provide ability to interlock any alarm point condition to another alarm point 9. Provide ability to interlock any alarm point to switch a camera to a system monitor. 10. Provide ability to program alarms and associate incoming alarms with related outputs. 11. Allow the user the ability to assign an action message per event state. CITY OF SAN BERNARDINO PAGE 16 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM 12. Provide a programmable "delay" setting up to 255 seconds for all system alarm points. The system shall not report the alarm condition until the delay setting has expired. 13. Allow for up to 8 different site codes to be used in the system. 14. Support up to 64 readers per Intelligent Control Module. G. Reports 1. Provide reporting capability for printing of selected system transactions from the disk files by specific time and date selection, range from time and date to time and date, or from start time to end time each day of the selected date range. 2. Provide feature to generate a history report for an alarm point(s) state. An alarm point state shall be defined as Normal, Alarm, Trouble, or Ajar. 3. Provide feature to generate a history report of system alarms. A system alarm state shall be defined by panel and include any of the following information: communication, ground fault, power, panel reset, low voltage, panel tamper, and loop communication. 4. Provide feature to generate a history report for a card(s) state. A card state shall be defined as Normal, Trace, Not Found, Anti-Passback Violation, PIN Violation, Time Zone Violation, Site Code Violation, or Expired card. Additional search criteria shall include cardholders that meet up to at least 3-note field restriction and filter the report with defined reader location(s). 5. Provide feature to generate a history report for system operator activities. Activities shall be at least, but not limited to, acknowledged transactions, database file modification, and comments made to alarm events. 6. Provide complete database reporting of all data programmed into the system data files. H. Tracking/Muster Report 1. A tracking feature shall allow the system operator to identify an area and the person(s) in that area. 2. Areas shall be defined by readers representing an IN or OUT read status. 3. An area defined as an exit shall remove the person from the tracking area. 4. A Muster area shall be defined by a reader(s) used to "muster" individuals in the event of an emergency. 5. Reports can be generated for the defined muster or tracking area. 6. Reports can be generated for all muster or tracking areas in the system. 7. Tracking areas can include "nested" areas. Nesting allows for various reports from a large area to smaller areas within the large area. 8. A Tracking and Muster area screen shall be continually updated with the most recent card activity, therefore minimizing the time required generating a report. g. A history priming feature shall load history activities for the defined amount of hours when the software is started. This priming feature shall be implemented in the event that the system computer is offline when a muster call is initiated, thereby allowing the implementation of the tracking and muster features of the software. The history priming time shall be operator selectable in 1-hour increments up to 99 hours. I. Time Zones 1. Time zone definitions shall include Starting time, Ending time, Days of the week, and Holiday override. 2. Time shall be definable in either AM/PM or 24-hour (military) time. 3. Maximum time zones that can be assigned to a panel shall be 63. CITY OF SAN BERNARDINO PAGE 17 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM 4. Maximum time zones that can be defined in a system shall be unlimited, consisting of63 times the number of panels used in the system plus those required by ADV's and operators. J. Floor Plan Graphic 1. Provide the ability to import floor plan graphics stored in a WMF format. 2. Provide the ability to associate ADV's to floor plan graphics allowing the user to control and monitor the system. 3. Provide the ability to link floor plan graphics together in a hierarchy fashion. 4. Allow multiple floor plan views to be displayed simultaneously. K. Remote Locations 1. Provide capability to place remote control panels in an offline mode. In the offline mode, the remote control panels shall retain all panel history events. The amount of historical events shall be limited to the panels buffer capacity. 2. Provide capability to place remote control panels in an offline mode where the remote panel will automatically call to the communications computer to report system alarms or to upload buffered events. 3. Ability to manage up to 250 remote locations. 4. Provide a user-definable schedule that will automatically add cards to any number of sites. 5. Provide system time schedules that the computer will use to automatically start uploading or downloading information to the remote sites. Information to be sent . to the panel shall include, but not be limited to, card database changes, time, date, and buffer condition. Information received from the panel shall include all buffered events. While connected to the remote site, the system software shall poll, verify, and report any loss of panel communication. If a site's communication time is longer than expected, the system will automatically adjust the time schedule to allow all selected sites to be updated. 6. Attaching a site to an auto-dial schedule will allow the system to automatically dial the remote site at a predetermined time. The auto-dial schedule is programmed with the ability to dial Once, Now, Hourly, Daily, Weekly, Two Weeks, Monthly, or Never to the remote site. 7. Provide the ability for the operator to program when the next scheduled update will occur, based on time and date. 8. Communication to remote dial-up sites shall be accomplished through the use of password protection. The remote site provides the system with a site 10; the system responds with the appropriate password. No commands or transactions occur until the communication link is verified. 9. The System shall be able to receive or send information to remote access control panels on demand. 10. The ability to configure how many redial attempts from the remote location shall be definable from 1 to 5. 11. The ability to pause between redial attempts shall be programmable from 1 to 120 seconds. 12. The ability to pause before disconnecting shall be programmable from 1 to 30 seconds. 13. Communication rates shall be 38.4k , 56.6k or greater baud. SPECIAL SYSTEM FUNCTIONS The manufacturer of the system shall provide in the system software the following unique applications as standard: CITY OF SAN BERNARDINO PAGE 18 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM A. ID Badging SystemNideo Image System 1. Allow any card data fields to be assigned to a badge. 2. Allow a stored cardholder image to be associated to any background. Each cardholder shall have anyone of the background layouts associated to it. 3. Provide the ability to create temporary or permanent badges. 4. Provide unlimited custom badge layouts (only limited by the hard disk capacity). 5. Provide 24-bit (16.7 Million)-color palette for background design or foreground text. 6. Provide ability to implement all fonts supported by Windows. 7. Provide import capabilities of background information by video camera or via BMP, JPG, or TGA files. 8. Provide import capabilities of video images from compatible BMP, JPG, PCX, or TGA file formats. 9. Provide for multiple bitmap images to be imported onto the badge layout. 10. Provide video capture capability from a compatible TWAIN device. 11. Provide video capture capability from a compatible video capture device, such as a high-resolution color camera. 12. Provide badges in horizontal or vertical format. 13. Provide capability for printout of cardholder badge by video or standard printers supported by Windows. 14. Provide ability for multiple card enrollmentlbadging stations on networked system. 15. Allow text fields up to 255 characters per field. 16. Allow merging of data field from card database to text field. 17. Allow a field to be defined for bar code usage merging data from the card database. 18. Allow up to 99 different photos of the cardholder to appear on the same badge. 19. Provide line, rectangle, rounded rectangle, and ellipses to be created on the backdrop with provisions for line thickness and color. 20. Provide signature capture or import capability that can be previewed in the cardholders badge or printed on the cardholders card. 21. Provide the capability to have a front and back layout selected for a cardholder and be able to print the card in one step (requires suitable printer) without the need to reinsert the card. 22. Provide the capability to encode a magnetic stripe with information from any of the card data fields to include, but not be limited to: First Name, Last Name, Card Number, Activation date, Expiration Date or any data from the card holders note field. 23. Information shall be encoded on track 1, 2, or 3 (requires suitable printer) without the need to reinsert the card. With suitable printer each track shall be encoded with ABA, lATA, or TIS format. B. Networking 1. Provide networking capabilities (LAN or WAN) (using Windows NT 4.0) as a standard feature, as defined by licensing, not as an installed software upgrade. 2. Provide 1 Server and licensing for 5 (minimum), 10, and 20 user workstation configurations. 3. Provide the ability for a network system to support concurrent users up to the license limit, i.e., one station adding cards and making badges, another station monitoring alarms, yet another running data base reports, another controlling door openings and alarm shunting, and so on. 4. Provide the following Server features: a) Print HistoricaVData Reports. CITY OF SAN BERNARDINO PAGE 19 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM b) Badging enrollment capable to server. c) Ability to edit databases for client and server. 5. Provide the following ClienllWorkstation features: a) Alarm Acknowledge -the system shall hold in a queue each transaction until acknowledged by the operator. b) System Control -the system shall provide panel control and alarm status. c) Database Reports/historical reports. d) Badging and card enrollment. e) Ability to edit databases for client and server. 6. Elevator Control a) Control access to specific floors by specific card number. b) Control access to floors by time of day. day of week. and holiday overrides. c) A minimum of 32 groups of floors shall be supported per elevator control reader. QUALITY ASSURANCE A. Manufacturer Qualifications: All system components shall be furnished by manufacturers of established reputation and experience who shall have produced currently operating Integrated Security Management Systems which include access control, alarm monitoring, CC1V video switching, paging, and video badging. Manufacturer shall be able to refer to similar installations rendering satisfactory service. Bidder Qualifications: At the time of bid, the bidder shall have manufactured, supplied, or installed other systems of similar size, complexity, and general operation as the system described in this specification. The bidder shall furnish in writing to the CUSTOMER proof of compliance with manufacturer's system installation certification program. Hold all legally required state contractor's licenses necessary to accomplish the installation and activation of the described system at the facilities indicated. CONTRACTOR shall submit copies of licenses to the CUSTOMER prior to the start of work. 1. B. 2. Have a local office staffed with factory trained technicians, fully capable of engineering, supervising installation, system start-up, providing the CUSTOMER training, and servicing of both hardware and software for systems of similar complexity and function as the system described in this specification. Indicate complete and total compliance with the provisions of this specification by leller, signed by an officer of the corporation, or a principal if other ownership is currently existing. This leller shall also clearly identify any exceptions to specification requirements. SYSTEM PROGRAMMING A. Database: The CONTRACTOR shall assist the CUSTOMER in selling up the system database requirements and formats. Forms to be utilized in collecting and entering all data shall be provided to the CUSTOMER by the CONTRACTOR. Wrillen instructions on the use of all forms shall be included. Examples of the sequence of completion for all related forms shall be provided. The CUSTOMER shall be responsible for the actual data collection and entry to ensure a complete understanding of the system and its contents. B. Programming: The CONTRACTOR shall initially configure the system in accordance with the design shown in the drawings. All the access control requirements, alarm point definitions, camera/monitor, alarm point call up and in/out relationships, individual component descriptions, and any other programmable parameters required shall be as CITY OF SAN BERNARDINO PAGE 20 300 NORTH D STREET SAN BERNARDINO. CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM TRAINING C. D. E. F. shown in the appropriate drawings and schedules. The CUSTOMER shall perform any additional programming with the assistance of the CONTRACTOR. The CONTRACTOR shall supply personnel to create a cadre of key CUSTOMER employees in the operation and maintenance of the installed system. A training program shall be designed to provide a comprehensive understanding and basic level of competence with the system. It shall be sufficiently detailed to allow CUSTOMER personnel to operate the system independent of any outside assistance. The training plan shall include detailed session outlines and related reference materials. The CUSTOMER personnel shall be able to utilize these materials in the subsequent training of their co-workers. Training time shall not be less than a total of forty (40) hours, and shall consist of: 1. Three periods: eight (8) hours during a 4:00 PM to 12:00 AM period, eight (8) hours during a 12:00 PM to 8:00 AM period and eight (8) hours during normal day shift periods for system operators. Specific schedules shall be established at the convenience of the CUSTOMER. 2. Eight (8) hours of system training shall be provided to CUSTOMER supervisory personnel so that they are familiar with system operation. 3. Eight (8) hours of system maintenance familiarization training shall be provided to CUSTOMER telecommunications personnel. The specified training schedule shall be coordinated with the CUSTOMER and will follow the training outline submitted by the CONTRACTOR as part of the submittal process. SYSTEM TESTING System Testing: The CONTRACTOR shall demonstrate the functionality of the system upon completion of installation, and shall document the result of all tests and provide these results to the CUSTOMER. SITE CONDITIONS A. Bidder's Responsibility: It shall be the CONTRACTOR'S responsibility to verify actual conditions. The CONTRACTOR shall walk the site, review the specifications and drawings, and advise the CUSTOMER in writing of any conditions, which may adversely affect the work, prior to the bid date. Dynamic site conditions are such that the drawings are accurate as of the date of production; however, CONTRACTOR must identify any changes that may affect the bid response. If no exceptions are presented, the CONTRACTOR shall become responsible for any changes to the work required as a consequence of such pre-existing conditions. B. The CONTRACTOR shall confirm the availability of the proper power source for each piece of specified equipment, through site visits and drawings as necessary. Where proper power does not exist, the CONTRACTOR shall provide it, using equipment and methods authorized by the CUSTOMER. The Bid Response must fulfill the intent of the drawings and specifications to the satisfaction of the CUSTOMER to be acceptable. C. Prior Approvals: Any substitution proposed by the CONTRACTOR for catalog numbers and specified brands or trade names, followed by the designation "or approved equal", shall be approved subject to the following provisions: 1. The CUSTOMER must approve all substitutions in writing. The CONTRACTOR shall submit to the CUSTOMER no later than twenty-one (21) calendar days prior to bid opening date, a typewritten list containing a description of each proposed CITY OF SAN BERNARDINO PAGE 21 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM substitute item or material. The CUSTOMER may change submittal period if the schedule permits such a change. 2. Sufficient data, drawings, samples, literature, or other detailed information that shall demonstrate to the CUSTOMER that the proposed substitute is equal in quality, appearance, and functionality to the material specified shall be supplied. 3. Fourteen (14) days prior to the bid opening date, an addendum shall be issued listing manufacturers' products, which have been approved for substitution. After that date, no substitutions shall be permitted. Such approval shall not relieve the CONTRACTOR from complying with the requirements of the drawings and specifications. 4. The CONTRACTOR shall be responsible, at the CONTRACTOR'S sole expense, for any changes resulting from the CONTRACTOR'S proposed substitutions which affect other parts of the CONTRACTOR'S own work or the work of others. 5. Failure of the CONTRACTOR to submit proposed substitutions for approval in the manner described above and within the time prescribed shall be sufficient cause for disapproval by the CUSTOMER of any substitutions otherwise proposed. SUBMITTALS Requirements at bid submission: At bid submission, submit an original and three (3) copies. The Original must be clearly marked. All submissions shall contain the following: A. Block diagrams of the proposed systems. B. A materials list with names of manufacturers, model numbers, and technical information on all equipment proposed. Product technical information sheets for each principal component in the proposed system. Include wire/cable specifications and wire/cable marking material. C. A statement listing every technical and operational parameter wherein the submitted equipment varies from that which was originally specified. If the submitted fails to list a particular variance and his submittal is accepted, but is subsequently deemed to be unsatisfactory because of the unlisted variance, the submitter must replace or modify such equipment at once and without cost to the CUSTOMER. D. A complete operations manual for the system products being supplied. All exceptions to this manual that shall be provided as a result of special requirements of this specification shall be identified on an attached document. EXTENDED SERVICE REQUIREMENTS Requirements after acceptance of bid: As soon as possible, after award of contract, submit for approval two (2) copies and one (1) sepia of each of the following: A. Wiring Diagrams: Provide complete point-to-point wiring diagrams for all systems and subsystems. Show all components in the communications path from the central control through all intervening system components, including terminal boards to the individual end devices and antennae pairs. Document dedicated leased lines and associated equipment required to complete a transmission path. The intent of this requirement is to provide a document that will permit end-to-end tracing of the system wire and cabling. Where conductors are grouped into a cable for long site runs, a single line properly identified shall be shown. Where these cables fan out for termination, individual wire termination and markings shall be shown. B. Operating Sequences: Provide a complete written description of the sequence of operation of the system. CITY OF SAN BERNARDINO PAGE 22 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM C. Equipment Locations: Provide drawings that show the elevations for every building that indicate exact locations of all equipment in the system, both new and existing. D. Shop Detail Drawings: These drawings shall indicate the accurate locations of all equipment associated with each system in respect to architectural and structural conditions. Drawings of components, equipment layouts, and other small size areas shall be dimensioned to the common scale of Y:.' or 1" per fool. Drawings of larger areas shall be dimensioned to the common scale of y." or 1/8" per fool. Drawings shall include explicit notes on the termination of all conductors and shields for each location. Architectural backgrounds shall be in accordance with the latest architectural drawings and shall be complete with elevations, sections, and details as required depicting the installation. If, upon preliminary submittal of drawings, there are corrections to be made, they shall be made to the drawings and resubmitted for approval without extra cost to the CUSTOMER. These drawings shall be approved prior to starting work. The decision of the CUSTOMER'S representative shall be final on all items. These drawings and changes, at completion of the job, shall become a part of the Contract Documents. E. Markings: Submit for approval wire marking, panel label, zone label, antenna, terminal strip numbering, and terminal strip identification styles and typical text as outlined in PART 3 -IDENTIFICATION AND TAGGING of this specification. F. Test Procedure: A written document detailing the test procedure of the system shall be supplied. This procedure shall include all tests required by the equipment manufacturer and by this specification. Copies of the test format shall be submitted which shall comply with the requirements stated in PART 3 - SYSTEM ACCEPTANCE REQUIREMENTS. The decision of the CUSTOMER'S representative shall be final on all items. The test procedure shall become a part of the Contract Documents. G. Training Plan: Submit the plan to be followed in training key employees in the operation and maintenance of the installed system, as previously described. SUPERVISION OF WORK A. The CONTRACTOR shall personally, or through an authorized and competent representative, constantly supervise the work from beginning to completion and shall, within reason, keep the same workmen and foreman on the project throughout the duration. B. Site Project Manager: 1. The CONTRACTOR shall provide a Site Project Manager to interface with all appropriate subcontractors during the installation of the system. 2. The Site Project Manager shall maintain continuing coordination with the CUSTOMER Project Coordinator, keeping him abreast of progress and informed on any problems that may develop. This is absolutely essential so that interference with daily facility operations is held to the minimum. C. Plan of Operations and Project Schedule: Before beginning work, the CONTRACTOR shall submit a complete plan and schedule of proposed operations for approval. The schedules of all subcontractors, transportation, storage, and all other matters affecting the work shall be accounted for on the project schedule. The schedule shall be updated with any revisions and presented to the CUSTOMER on a weekly basis. PROJECT RECORD DRAWINGS A. Project Record Drawings include all bid drawings and all submittals. B. The CONTRACTOR shall obtain, pay for, and keep up-to-date and available to the CUSTOMER or its representative complete blue line prints of the project clearly annotated with "as-buill" data as the work is performed. This data shall include the following: CITY OF SAN BERNARDINO PAGE 23 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM 1. Routing of signal wire and cables, including the designations assigned to each wire/cable and antenna placements. 2. Accurate location of all equipment installed under the specifications. 3. Complete equipment list for each functional area. 4. These drawings shall become part of the requirements for progress payments. C. Upon completion of this project, the information shown on these drawings shall be transferred to a complete set of full size, reproducible, front-reading mylars at no additional cost to the CUSTOMER. Any CUSTOMER backgrounds required shall be obtained at CONTRACTOR'S sole expense. These shall constitute the As-Built Drawings that shall be submitted in accordance with the provisions of PART 3 - SYSTEM ACCEPTANCE REQUIREMENTS. GUARANTEE A. Manufacturer Sign -oft: All equipment and systems shall be guaranteed by the CONTRACTOR for a period of two (2) years commencing with the filing date of the Notice of Completion, provided the system has been inspected and signed oft by the MANUFACTURER. The guarantee shall cover all costs for WARRANTY SERVICE, including parts, labor, prompt field service, pick-up, transportation, and delivery. The guarantee does not apply to printers, cameras, or monitors. The contract for service shall cover the period starting with the first expected activation of each system for installation and test and shall continue for an initial period of two years. A partial-year extension shall be acquired to cover the period to the end of the two-year guarantee and shall be handled such that a smooth transition to a CUSTOMER maintenance agreement can be achieved with no lapse in coverage. B. Contractor Sign Oft The CONTRACTOR shall guarantee all equipment and systems for a period of two (2) years commencing with the invoice date from the MANUFACTURER (badging printers, monitors, and communication devices excluded). PART II-PRODUCT SPECIFICATIONS PRODUCTS A. The quantities of components shall be determined and installed by the CONTRACTOR based on the requirement to provide a fully operational Integrated Security Management System (ISMS), as per the intent of the specification, and as shown on the drawings and recommended by the MANUFACTURER. B. Communication between components co-located shall be via coaxial cable or shielded twisted pairs. C. The system shall operate under Windows NT 4.0 using at minimum Service Pak 6. Communication between satellite stations and the master file server station shall be in accordance with conventional Windows NT 4.0 LANIWAN operation using TCP/IP protocol. FRONT END SYSTEM A. The master file server station, stand-alone stations, and workstations shall be IBM or IBM- compatible desktop (full-size) personal computers (PCs). The requirements for the PC shall be scaled according to system application requirements. B. Computer Specifications 1_ CITY OF SAN BERNARDINO PAGE 24 300 NORTH b STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM 1. Standard PC configuration shall be used for systems with 1-100 readers, 1- 25,000 cardholders, and 2 communication ports. The standard PC configuration shall be used for stand-alone system, workstations. or server. The PC shall be the Engineered Systems WPPAC201, WPPAC227, WPPWS201, WPPWS227, WPPFS201 or WPPFS227 or prior approved alternate. For system applications requiring additional communications ports, expansion cards shall be used as follows: Engineered Systems NTEXPDI4 for 4 additional ports, NTEXPDI8 for 8 additional ports, NTEXPDI16 for 16 additional ports, NTEXPDI32 for 32 additional ports, and NTEXPDI64 for 64 additional ports or prior approved alternate. 2. For performance PC system configurations that require high availability, the manufacturer shall be consulted for appropriate custom PC system configuration. C. Standard PC Specification: 1. CPU shall be a Pentium 111-800 or faster 2. RAM shall be 128 MB or more 3. Hard disk shall be a 10 GB SCSI or larger (Increased drive capacity shall be required in badging applications depending on image compression.) 4. 3.5" floppy disk and CD drive 5. Monitor shall be 17" 1024 x 768 true color or larger 6. 2 button mouse (PS2 mouse preferred) 7. Standard 101-keyboard layout and IBM-compatible keyboard 8. 10/20 GB SCSI Tape backup 9. 2 Serial communication ports 10. 1 Parallel port (2 Parallel ports for badging) 11. Microsoft Windows NT 4.0 with Service Pak 6 or greater D. Performance PC Specification: 1. CPU shall be a Pentium 111/4-855 or multiple processors 2. RAM shall be 128 MB per processor or more 3. Hard Disk shall be 20 GB SCSI or larger. (Increased drive capacity shall be required in badging applications depending on image compression.) 4. 3.5" floppy disk and CD-RW drive 5. Monitor shall be 19" 1280 x 1024 true color 6. 2 button mouse (PS2 mouse preferred) 7. Standard 101-keyboard layout and IBM-compatible keyboard 8. 10/20 GB SCSI Tape backup 9. 2 Serial communication ports 10. 1 Parallel port (2 Parallel ports for ID Badging) 11. Microsoft Windows NT 4.0 with Service Pak 6 or greater 12. Microsoft SQL Server 7.0 with Service Pak 2 or greater E. Communication Ports and Loops 1. The computer shall have two serial communication ports. If additional ports are required. they shall be provided by installing additional compatible multi-port cards. 2. Windows NT 4.0 system communication ports shall be expandable up to a maximum of 64 ports. Port expansion cards for Windows NT 4.0 shall be the Engineered Systems NTEXPDI4, NTEXPDI8, NTEXPDI16, NTEXPDI32, and NTEXPDI64 or prior approved alternate. 3. Each communication port shall support one local direct connect loop or multiple remote loops via modem. A local RS-485 multi-drop communication loop shall support up to 31 panels or 8 intelligent controllers, 512 readers, 4,096 output relays, or monitor up to 4,096 alarm points. For a remote configuration, up to 250 CITY OF SAN BERNARDINO PAGE 25 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM remote locations may be defined. Each remote communications loop shall be limited to the .same capacities as listed above. F. Video Image/ID Badging System 1. The Video Image/ID Badging System shall include a personal computer running the badging software, camera, SVGA monitor, Video/Badge Printer, and Video Capture Card (Signature Capture Pad optional) as listed below: a) Video Capture Card: A video capture card shall be required for Badging stations. The video capture card shall be the Engineered Systems PB- VC-8 or PB-VC-9 or prior approved alternate. b) Camera: A camera shall be required for badging cardholders. The camera shall be the Engineered Systems PBCAM-9 or prior approved alternate, with power supply, cable, and tripod. c) Camera Lighting Kit One camera lighting kit shall be required for each camera. The camera lighting kit shall be the Engineered Systems PBLK2 or prior approved alternate.. d) Badge Printer: A badge printer shall be required for producing cardholder badges. The badge printer shall be the Engineered Systems PB-VP-270r prior approved alternate. e) Signature Capture Pad: An optional signature capture pad shall be available for capturing cardholder signatures for inclusion on the badge. The signature pad shall be the Engineered Systems PB-SIG-CAP or prior approved alternate. G. Alarm & Report Printer: For page printing of alarms and reports, any printer that can be installed in the Windows NT 4.0 operating system shall be used. For single line printing the vendor shall supply a compatible printer and cable. FRONT END SOFTWARE SPECIFICATIONS A. The System software shall be Engineered System's W1N-PAK PRO or prior approved alternate Software requested for approved alternate status must meet or exceed all of the functionality requirements as listed below. B. Databases: The software shall provide edit, add, delete, search, sort, and print options for records in selected databases. C. Printer Output The software shall direct user-selected activity to the Windows supported printer. D. Monitor Display: The software shall display all system activity on a color monitor in real time, except for remote locations configured as dial-up. The software shall allow a WA V file to be played upon all alarm conditions. The software shall provide an acknowledge function for all incoming alarm messages that are defined for alarm acknowledgment. E. Disk Storage: The software shall store user-selected activity on the hard disk. Report options shall recall selected history information from the hard disk. The user may request . report information based on selected cardholders, specific areas and/or specific times. The software shall allow archiving by defined dates. F. English Descriptions: The software shall support descriptive names for all database entries. The card database shall include name, number, PIN, access level, status, activation, and expiration date or limited usage and 40 user-defined fields. FRONT END SOFTWARE REQUIREMENTS A. Password Protection: The software shall provide multi-level password protection, with user-defined operator name/password combinations. Name/password log-on shall restrict CITY OF SAN BERNARDINO PAGE 26 300 NORTH 0 STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM operators to selected areas of the program. The software shall allow the assignment of operator levels to define the system components that each operator has access to. B. Action Messages: The software shall allow recall of user created text messages upon any condition. C. Graphics: The software shall allow recall of user created screen graphics, upon alarm/trouble/normal conditions. These graphics shall allow the user to go from a general area to a specific area in various layers or stages and shall allow the user to monitor and control system devices from floor plans. D. Manual Panel Control: The software shall allow manual control of selected inputs, outputs and groups of outputs. Manual panel control shall include pulse, timed pulse, and energize/de-energize or return to time zone options for output points and shunt/un-shunt or return to time zone options for input points. E. CC1V System Control 1. The software shall provide complete control of all CC1V System functions from the computer keyboard. 2. The software shall support a CC1V system with up to 64 monitors and 64 cameras per CC1V switcher. 3. The software shall support individual camera/monitor connections, pan and tilt camera control functions and focus, zoom, and iris control motorized lens control functions. 4. Supported CC1V microprocessor-based switchers shall include, but not be limited to: American Dynamics, Burle, Dedicated Micros, Geutebruck, Javelin, Vicon, Panasonic, and Pelco, or equal. 5. The software shall activate selected camera/monitor combinations upon input point, system alarm, or card activity. 6. Software for the CC1V system shall allow the highest level operators to change the operating parameters of the system. The software features shall include the following capabilities: a) Edit camera title information, consisting of camera number and alphanumeric identification. b) Any camera/monitor combination can be programmed to an alarm or card reader. c) Program home positions for a pan and tilt camera. d) Enunciate local alarms and allow the operator to acknowledge these alarms at the local or remote control locations. 7. Video ImagingllD Badging a) The Video ImagellD Badging software shall be the Engineered Systems W1N-PAK PRO Badging System or prior approved alternate. b) The Video ImagellD Badging software shall store cardholder images on hard disk. Stored images shall be displayed upon request. c) Custom card backgrounds shall be displayed upon request. ACCESS CONTROL FIELD HARDWARE DEVICES The security management system shall be equipped with access control field hardware required to receive alarms and administer all access granted/denied decisions. All field hardware shall meet UL requirements. The system shall include the following components: 1. Intelligent Controller (PW5K1IC)-or prior approved alternate: An Intelligent Controller shall link the security management system software to all other field hardware components (card reader modules and input and output control .1 CITY OF SAN BERNARDINO PAGE 27 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM modules). The Intelligent Controller shall provide full distributed processing of access control and alarm monitoring operations. Access levels, hardware configurations, and programmed alarm outputs assigned at the administration workstation shall be downloaded to the Intelligent Controller, which shall store the information and function using its high-speed, local 32-bit microprocessor. All access granted/denied decisions shall be made at the Intelligent Controller to provide fast responses to card reader transactions. 2. Networking of Intelligent Controller: The system shall include a network interface module. The module shall be 10 Mbps. Ethernet based and capable of residing on a local area network (LAN) or wide area network (WAN) without connectivity to a PC serial port. Intelligent Controller's with the network interface module shall be able to communicate with the database server through industry standard switches and routers. 3. Offline Operation: In the event that the Intelligent Controller loses communication with system software, it shall continue to function normally (stand-alone). While in this offline state, the Intelligent Controller shall make access granted/denied decisions and maintain a log of the events that occur. Events shall be stored in local memory and uploaded to the system software after communications are restored. 4. Features: The Intelligent Controller shall contain the following features: a) Communications: The following communication formats shall be supported: (1) RS-232 at a speed of 38.4 Kbps. (2) RS-485 at a speed of 38.4 Kbps. (3) Ethernet at 10Mbps(10BASE-T, RJ45) 5. Memory: a) Real time program updates, and overall host communications shall utilize flash memory. b) Can be configured for up to 100,000 cardholders and 50, OOO-event buffer. 6. Additional ports: a) Shall be provided for connecting card readers and data gathering panels via RS-485 multi-drop wiring configuration. Three (3) ports shall be available with up to 32 total boards connected in any combination. b) Redundant connection to host via an additional RS-232 port. 7. Devices: Up to 32 devices consisting of reader interface modules, input modules, and output modules shall be supported. The devices shall be connected in any combination. 8. Processor: The Intelligent Controller shall contain a 32-bit processor. 9. Light emitting diodes (LED) shall indicate status of components and communication links. 10. Readers: The Intelligent Controller shall support the following: a) Up to eight card formats and facility codes. b) Multiple card technologies. c) Biometric interface support. d) Integration with other manufacturers' card readers. e) Issue code support shall be provided for both magnetic and Wiegand car readers. f) Up to eight-digit PIN codes. 11. Electrical Power: CITY OF SAN BERNARDINO PAGE 28 300 NORTH i) STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM a) Primary input power shall be 12VDC+10%@400 mA with an operating range of 10 VDC to 16VDC. b) The PW5K11C shall be equipped with an uninterruptible power supply (UPS) and backup battery. 12. Single Reader Module (PW5K1R1) or prior approved alternate: The Single Reader Module shall provide an interface between the PW5K11C and the card readers. The Single Reader Module shall operate with any card reader that produces a standard Wiegand (Data 1/Data 0) or Clock and Data communication output. The following requirements shall also apply: a) The card reader may be up to 500 feet from the Single Reader Module. b) Up to 32 Single Reader Module s shall be connected to each PW5K1IC. c) Up to eight (8) unique card formats shall be supported. d) The Single Reader Module shall support an integrated card reader/keypad. e) The Single Reader Module shall support three access modes upon loss of communication with the Intelligent Controller. These modes shall be: (1) Locked (2) Unlocked (3) Facility code f) Input power shall be 12VDC+10%@ 400 mA with an operating range of 10 VDC to 16VDC 13. Dual Reader Module (PW5K1 R2) or prior approved alternate: The Dual Reader Module shall provide an interface between the PW5K11C and the card readers. The Dual Reader Module shall operate with any card reader that produces a standard Wiegand (Data 1/Data 0) or Clock and Data communication output. A single PW5K11C shall be able to multi-drop up to thirty-two (32) Dual Reader Module s. The following requirements shall also apply: (1) Each Dual Reader Module shall support two card readers, each of which may be up to 500 feet from the Dual Reader Module. (2) Up to 32 Dual Reader Module s shall be connected to each Intelligent Controller. (3) Each Dual Reader Module shall include Three (3) relay inputs and two (2) relay outputs per reader. Two (2) additional inputs and two (2) additional outputs shall be available when the module is mounted flat. (4) Up to eight (8) unique card formats shall be supported. (5) The Dual Reader Module shall support an integrated card reader/keypad. (6) The Dual Reader Module shall support three access modes upon loss of communication with the Intelligent Controller. These modes shall be: (a) Locked (b) Unlocked (c) Facility code (7) Input power shall be 12VDC+10%@400 mA with an operating range of 10 VDC to 16VDC. 14. Input Module (PW5K1IN)or prior approved alternate: The Input Module shall monitor all system alarm inputs. The following requirements shall apply: (1) The Input Module shall provide up to sixteen (16) supervised alarm inputs to monitor and report fault conditions, (open, short, ground, or circuit fault) alarm conditions, power faults, and CITY OF SAN BERNARDINO PAGE 29 300 NORtH 0 STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM tampers. Upon alarm activation, the associated alarm condition shall be reported to the Intelligent Controller and subsequently to the system alarm monitoring workstation. (2) Light emitting diodes (LED) shall indicate the status of the sixteen (16) alarm zones, cabinet tamper, and power fault. (3) The input modules shall operate independently and in conjunction with the output modules (PW5K10UT)-or prior approved alternate, which shall send an output signal to a corresponding output device upon alarm activation. Upon alarm activation, the Input Module shall activate any or all alarm outputs within the Output Module. The Output Module shall provide sixteen (16) Form C outputs rated at 5A@30VDC. Upon receipt of an alarm input from the Input Module, the Output Module shall transmit an activating signal to a corresponding output device. (4) Up to thirty-two (32) Input Module s shall be connected to an available Intelligent Controller via RS-485 cabling. (5) Diagnostic light emitting diodes (LED) shall indicate Intelligent Controller communication, input zone scanning, and Input Module heartbeat. (6) The Input Module shall contain the following features: (a) Alarm contact status scanning at up to 180 times per second for each zone. (b) Eight configuration DIP switches to assign unit addresses and communications speed. (c) A low power CMOS microprocessor. (d) Filtered data for noise rejection to prevent false alarms. (e) Two form-C, 2A @ 28VDC contacts for load switching. (I) Two dedicated inputs for tamper and power status. (g) Individual shunt times (ADA requirement). (7) Input power shall be 12VDC+10%@ 350 mA with an operating range of 10 VDC to 16VDC. 15. Output Module (PW5K10UT) or prior approved alternate: The Output Module shall incorporate sixteen (16) output relays that are capable of controlling a corresponding output device upon any input activation or on command from the system. a) Output relays shall be capable of responding to: (1) Input alarms from within the same Intelligent Controller. (2) Commands from a system operator. (3) Time zone control commands for automatic operation. b) Output relays shall be capable of: (1) Pulsing for a predetermined duration, which shall be programmable for each relay individually. (2) Following any input point from an Input Module attached to the same Intelligent Controller (on with alarm, off when clear, or as required). (3) Responding on command from the system operator to pulse, command on, command off, or reset to normal state. c) Each Output Module shall provide 16 form-C relays rated at 2A @ 28VDC. The Output Module shall control the relays via digital communication. Upon receipt of input from the Input Module or command CITY OF SAN BERNARDINO PAGE 30 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM from the system operator, the Input Module will transmit an activating signal to the corresponding relay. d) Input power shall be 12VDC+10%@ 400 mA with an operating range of 10 VDC to 16VDC. 16. Card Readers/Keypads: System card reader/keypad specifications shall meet one or more of the following options: a) Magnetic Stripe Card Readers/Cards The system shall support use of a magnetic stripe reader. The reader shall recognize multiple encoding schemes. Reader electronics shall be encapsulated for environmental security. The reader shall be powered by +5VDC, supplied by the control panel. The card shall include a hot stamp indicating the encoded number. The reader shall meet the following specifications: (1) Magnetic stripe card encoding density: 75 to 210 BPI (2) Encoding type: Aiken Biphase (F/2F) (3) Track location: ANSI X4.16/IS0 3554, track #1 or#2 (4) Magnetic specification: ANSI X4.16/ISO 3554 (5) Thickness: 0.020 to 0.045 inches (0.511 mm Permissible jitter +/- 30% maximum, +/- 22% at 80% maximum speed) (6) Card Read speed: 1.69 to 1.71 IPS at 75 BPI, 1.21 to 122 IPS at 105 BPI, 0.85 to 85 IPS at 150 BPI, 0.61 to 61 IPS at 210 BPI (7) ANSI/ISO standard card life greater than 100,000 passes (8) Mechanical: Height: 1.75 inches (mm) (a) Width: 6.25 inches (159.7mm) (b) Depth: 1.5 inches (38.3mm) (c) Weight: 12 ounces (9) Electrical: Voltage: +5VDC, plus or minus 10% (regulated) (a) Current: Less than 50 mA (b) Microprocessor: Custom CMOS (c) Data Output: Standard Wiegand Data timing (d) Pulse Width: 45us +/-10 ms (e) Pulse Spacing: 1ms +/-10% Signal (f) LED: Bipolar, host controlled (10) Environmental: Storage temperature: -40 to +850 C (a) Operating temperature: 0 to +550 C (b) Operating relative humidity: 100% Reliability (11) MTBF: Card Passes - Greater than 1,000,000 card passes (a) Electronic - Greater than 750,000 hours (12) The card reader shall be Engineered Systems NR-1-Wr or prior approved alternate. (13) The card shall be the Engineered Systems NC-2 or prior approved alternate. 17. Wiegand Card Readers The system shall support the use of a Wiegand card swipe reader. Reader electronics shall be encapsulated for environmental security. The reader shall be powered by +5VDC. supplied by the control panel. The card shall use twenty-six (26) bits and have a hot stamp number equivalent to the encoded number. The reader shall meet the following specifications: a) Mechanical: Height: 2.3 inches (58.8mm) (1) Width: 5.3 inches (135.4mm) CITY OF SAN BERNARDINO PAGE 31 300 NORTH I:l STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM (2) Depth: 1.7 inches (43.4mm) b) The card reader shall be the Engineered Systems CR-1-or prior approved alternate. c) The card shall be the Engineered Systems SC-2-or prior approved alternate. 18. Proximity Readers The system shall support the use of a uni-directional proximity card reader. The card reader shall have a read range of five to eight inches. The reader shall be able to be mounted with its sides against metal door or window frames. An external +12VDC regulated power supply (PS-1-12E) or prior approved alternate shall power the reader. The card shall use thirty-four (34) bits and have a label indicating the encoded number. The reader shall meet the following specifications: a) Mechanical: Height: 5.0 inches (12.7cm) (1) Width: 5.0 inches (12.7cm) (2) Depth: 1.0 inches (2.54cm) b) Electrical: Voltage: +12 VDC nominal voltage (10.5-14 volts) (1) Current: 100-160 mA c) Environmental: Outdoor Operating Temperature: -22 to 150' F (-30 to 65'C) d) The card reader power supply shall be the PS-1-12E or prior approved alternate. The card reader shall be the Engineered Systems PRoP-PRO or prior approved alternate. The card shall be the Engineered Systems PX-4-H or prior approved alternate. 19. Barcode Readers The communication shall be Wiegand format with standard five-wire interface. The reader shall read all common barcode symbols such as Code 39, Interleaved 2 of 5, UPC/EAN, and Codabar. In addition, the reader shall decode Code 93, Code 11, Code 128, and MSI. The reader shall be auto discriminating, read in both directions, and compatible with most masking films. The reader housing shall be aluminum alloy with a polyester powder coat. The reader must be capable of reading visible as well as discreet/secure "invisible" barcode labels. Labels must be available as stick-on Mylar coated stock. Labels may also be generated from software such as "Quickdraw", "Labelmaster", etc. The reader and emulator must draw its power from the N-1000 panel, requiring no external power supply. The PW-2000 control panel will require no additional programming to accept the barcode data. a) Mechanical: Emulator Card Size 1.5" Long by 3.0" Wide by 0.75" deep (1) Emulator location up to 500 ft. from PW-2000-11 Control Panel (2) Reader Head: Composition Cast Aluminum, sealed unit (3) Size: 5" Long by 1.75" Wide by 1.5" High (4) Weight: 12 oz. b) Electrical: Emulator Power: PW-2000-11 or IV Control Panel (1) Reader Power: +5 VDC @ 30 mA c) Environment: Operating Temperature: -22'F to 158'F (-30'C to 70'C), 0-95% (1) Operating Humidity: 90% non-condensing d) The barcode reader shall be the Engineered Systems BR-70r prior approved alternate. CITY OF SAN BERNARDINO PAGE 32 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM 20. Keypads The system shall support the use of an 11-wire, 2-of-7 matrix keypad. The keypad shall be of Piezoelectric construction with LED's for visual acknowledgment of a valid code. The keypad shall incorporate an audio tone generator to acknowledge each input entry. Keypad electronics shall be encapsulated for environmental security. The keypad shall receive power from the control panel. a) Mechanical: Height: 4.5 inches (115mm) (1) Width: 3.0 inches (76.7mm) (2) Depth: 0.5 inches (12.8mm) b) The keypad shall be the Engineered Systems KP-10. LINE DRIVERS AND MODEMS A. The communications interface from system PC to control panels shall be RS-232C to RS- 485. B. The PW485-PCI-B 485 multi-drop line local shall provide an RS-485 interface through the PW-485-API-B 485 multi-drop line local to the PW-2000 Control and an RS-232C interface to a Personal Computer. 1. Mechanical: Height: 2.25 inches (51mm) a) Width: 4.0 inches (100mm) b) Depth: 5.25 inches (135mm) 2. Power: +9VDC @ 300mA C. CRT terminals, printers, and peripheral security devices connected with RS-232 shall not be more than 50 feet away, without using the appropriate modems. Beyond this distance a short-haul or leased-line modem shall be used for transmission over a pair of voice grade quality (3002) telephone lines or dedicated cable. D. RS-485 multi-drop applications shall not run more than 4000 feet or connect more than 31 control panels without line drivers or modems. 1. A panel in a remote 485 multi-drop communication configuration connected to a PW-485-HUB-B 485 multi-drop line remote dial-up system converter or prior approved alternate shall have the ability to interface to a standard, 9600 baud telephone line with Hayes (or Hayes compatible) auto-answer/auto-dial modems using the Engineered Systems M-9600 or prior approved alternate. 2. A panel in a remote communication loop configuration connected to a PW-485- PCI-B or prior approved alternate, 485 multi-drop line local converter shall have the ability to interface to a leased (9600 baud) telephone line with leased-line modems using the Engineered Systems M-9600-LO and M-9600-LA or prior approved alternate. ACCESS CONTROL SPARES A. Provide one (1) each of the following Engineered Systems Computer-or prior approved alternate components to serve as system spares: 1. PW-2000-IV or PW-2000-11 control panel 2. PW5K11C Intelligent Controller 3. PW5K11N Input Module 4. PW5K10UT Output Module 5. PW5K1 R2 Two Reader Module 6. PW-485-PCI-B (485 multi-drop line local) 7. PW-485-API-B (485 multi-drop line local) 8. PW-485-HUB-B (485 multi-drop line remote dial-up system) CITY OF SAN BERNARDINO PAGE 33 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM 9. Card Reader 10. Auto Dial Modem (M-9600 or installed equivalent) 11. S-4 Suppresser kit 12. X-4 Transformer CCTV CONTROL EQUIPMENT A. CCTV/Communication Interface Module PAGING A. 1. The CCTV interface module shall be the Engineered Systems PC-CCTV interface module. 2. CCTV System must have the ability to monitor, control, and perform manual and automated capabilities. The system must have the ability to interface with, but not be limited to, the following vendors' equipment: a) American Dynamics b) Dedicated Micros c) Geutebruck d) Javelin e) Burle f) Vicon g) Panasonic h) Pelco 3. The Contractor shall provide and install the CCTV equipment as part of the Integrated Security Management System. B. C. D. E. F. G. H. Paging system shall allow interfacing from the security system via phone line or direct connect to a relay output. Paging system shall allow user programmable alphanumeric messages to be sent. A single message shall be able to be sent to a group of pagers. Paging system shall allow messages to be repeatedly sent to ensure reception. Paging system shall have battery backup. Ability to timestamp a page shall be provided. The pager interface shall communicate to a standard alphanumeric pager. The pager interface shall be the Engineered Systems AS100-SP or prior approved alternate. PART III-EXECUTION GENERAL INSTALLATION A. Install, make fully operational, and test the integrated security management system as indicated both on the drawings and in this specification. Where information is not available from the CUSTOMER upon request, the worst case condition must be assumed for bidding purposes to ensure a complete, functional system. B. Where appropriate, interfaces with the CUSTOMER's Telecommunications System shall be coordinated with the CUSTOMER's Representative. C. All necessary back-boxes. pull-boxes, connectors, supports, conduit, cable, and wire shall be furnished and installed to provide a complete and reliable system. Exact location of all boxes, conduit, and wiring runs shall be presented to the CUSTOMER for approval in advance of any installation. CITY OF SAN BERNARDINO PAGE 34 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM D. Install conduit, cable, and wire parallel and square with building lines, including raised floor areas. Conduit fill shall not exceed forty (40) percent. E. All equipment shall be rack-mounted with sufficient clearance to meet all applicable codes and facilitate observation and testing. All equipment shall be securely fastened with appropriate fittings to ensure positive grounding and be free of ground loops throughout the entire system. Units shall be installed parallel and square to building lines. All wires shall be gathered and fastened to create an orderly installation. F. Seismic bracing shall be installed on appropriate equipment and antennas where local codes require such installation. SITE MANAGEMENT RESPONSIBILITY The CONTRACTOR shall provide an on-site Project Manager as defined in PART- SUPERVISION OF WORK. CHANGES Before proceeding with changes or claims for extras, the CONTRACTOR shall provide written notice, secure prior written approval from the CUSTOMER, and substantiate actual cost of each change or claim. The cost of each change shall be based upon the unit price list and cost breakdowns provided with the bid response. SYSTEM COMPONENTS A. If required by the CUSTOMER, prior to the delivery to the site for actual installation, all devices or requested subsystems shall be assembled in the Contractor's shop and shall be fully tested and demonstrated to the CUSTOMER. The CUSTOMER representative shall sign off each component. B. The CONTRACTOR shall record all serial numbers and provide a copy to the CUSTOMER. C. Rack-mount central components in the order recommended by the manufacturer. POWER QUALITY AND RELIABILITY A. Where required, provide 120 VAC, 60 Hz power from nearest electrical panel, through a junction box, to the system device. B. Test for ground loops that may result from use of different power sources for various components. C. Determine the availability of backup power for critical central system control components and provide UPS power if required. For the system PC(s), the UPS shall be sized to support the PC, monitor and attached peripherals, including modems, printers, and speakers in the event of a building power supply failure of up to 10 minutes. D. In coordination with the CUSTOMER, the CONTRACTOR shall identify key camera locations, which shall be provided backup power. WIRE AND CABLE A. After installation, and before termination, all wiring and cabling shall be checked and tested to ensure there are no grounds, opens, or shorts on any conductors or shields. A V.O.M. shall be utilized to accomplish these tests and a reading of greater than 20 Megohms shall be required to successfully complete the test. B. Visually inspect wire and cable for faulty insulation prior to installation. Protect cable ends at all times with acceptable end caps except during actual termination. At no time shall coaxial cable be subjected to any bend less than a six (6) inch radius. CITY OF SAN BERNARDINO PAGE 35 300 NORTH 0 STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM C. Fiber optic cable shall not be subjected to any bend of less than an eight (8) inch radius. D. Fiber optic cable shall be provided with guides and tie-downs on termination boards so that when terminated to the transmitter or receiver, each individual fiber shall be protected from inadvertent movement or impact that would exceed design tolerances and potentially damage the fiber. E. Protect wire and cable from kinks. F. Provide grommets and strain relief material where necessary, to avoid abrasion of wire and excess tension on wire and cable. IDENTIFICATION AND TAGGING A. All cables, wires, wiring forms, antennas, terminal blocks, and terminals shall be identified by labels, tags, or other permanent markings. The markings shall clearly indicate the function, source, and destination of all cabling, wiring and terminals. All cables and wires shall be identified, utilizing heat-shrunk, pre-printed, wire markers. B. All terminal points shall be appropriately labeled. TRANSMISSION SYSTEMS C. For any transmission system other than simple coax, test the signal path with an oscilloscope and a burst generator for a 4.2 MHz bandwidth with a minimum 80% of signal amplitude at 4.2 MHz received signal. If problems arise with discontinuities or reflections in the line, test with appropriate time domain reflectometry equipment. D. Where Fiber Optics is applicable, all products must be tested as part of integrated security management system. For reference, Fiber Options, Inc. is specified. CAMERAS A. B. C. Test each camera and all associated line transmission devices and cables for a crisp video signal, utilizing an oscilloscope. This test must be performed and signed off for each device in the system prior to setting the vertical interval switching for each camera. Adjust all new cameras for vertical interval switching. Adjust the V phase of each camera so that all video switches take place without roll, and so that the VCRs that record sequenced alarms roll only on initial kick-up to real time, but not on sequenced picture if multiple alarms are present. Attach all pole-mounted cameras to a stable platform, taking into account any external factors, i.e., wind, that may affect the transmitted picture. D. START-UP RESPONSIBILITY A. The CONTRACTOR shall properly ground each piece of electronic equipment prior to applying power. Properly ground all shielded wire shields to the appropriate earth ground at the hub end only, not at the remote or device end. B. The CONTRACTOR shall initiate system operation. Competent start-up personnel shall be provided by the CONTRACTOR on each consecutive working day until the system is fully functional and ready to start the acceptance test phase. If, in the CUSTOMER's judgment, the CONTRACTOR is not demonstrating progress in solving any technical problems, the CONTRACTOR shall supply Manufacturer's factory technical representation and diagnostic equipment at no cost to the CUSTOMER, until resolution of those defined problems. C. Where appropriate, the CONTRACTOR shall bring the System online in its basic state. It is the responsibility of the CUSTOMER to provide the specific database information that will provide full, integrated system operation. CITY OF SAN BERNARDINO PAGE 36 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM PREPARATION FOR ACCEPTANCE (PRIOR TO FINAL INSPECTION) A. Temporary facilities and utilities shall be properly disconnected, removed, and disposed of off-site. B. All systems, equipment, and devices shall be in full and proper adjustment and operation, and properly labeled and identified. C. All materials shall be neat, clean, and unmarred and parts securely attached. D. All broken work, including glass, raised fiooring and supports, ceiling tiles and supports, walls, doors, etc. shall be replaced or properly repaired, and debris cleaned up and discarded. E. All extra materials as specified shall be delivered and stored at the premises as directed. F. Test reports of each system and each system component, and As-Built project drawings shall be complete and available for inspection and delivery as directed by the CUSTOMER. SYSTEM ACCEPTANCE REQUIREMENTS Before final acceptance of work, the CONTRACTOR shall perform and/or deliver each of the following in the order stated. A. Systems Operation and Maintenance Manuals The CONTRACTOR shall deliver six (6) composite "Systems Operation and Maintenance" manuals in three-ring binders, sized to hold the material below, plus 50% excess. Each manual shall contain, but not be limited to: 1. A Statement of Guarantee including date of termination and the name and phone number of the person to be called in the event of equipment failure. 2. A set of operational procedures for the overall system that includes all required CUSTOMER activities and that allows for CUSTOMER operation of all system capabilities. This procedure shall fully address all CUSTOMER established system operating objectives. 3. Individual factory issued manuals, containing all technical information on each piece of equipment installed. In the event such manuals cannot be obtained from a manufacturer, it shall be the responsibility of the CONTRACTOR to compile and include them. Advertising brochures or operational instructions shall not be used in lieu of the required technical manuals and information. All manuals shall be printed to ensure their permanence. No "blueline" type of reproduction is acceptable. B. System Testing 1. Format: The CONTRACTOR shall perform all tests submitted in the "Test Procedure" section of PART 1 - EXTENDED SERVICE REQUIREMENTS. 2. Execution: Activate all alarm or other output devices that are in the system for proper operation, including supervisory and trouble circuit tests. 3. Report: A checkout report for each piece of equipment shall be prepared by the CONTRACTOR and submitted to the CUSTOMER, one copy of which shall be registered with the equipment manufacturers. This report shall include a complete listing of every device, the date it was tested and by whom, and the results and date tested (if failure occurred during any previous tests). The final test reports shall indicate that every device tested successfully. Submit two typed copies of the test reports on 8 Yz" x 11" paper, in a neatly bound folder to the CUSTOMER for approval. Failure to comply with this will result in a delay of final testing and acceptance. C. As-Built Drawings CITY OF SAN BERNARDINO PAGE 37 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM After completion of all the tests listed above, and prior to the Final Acceptance Test, the CONTRACTOR shall submit the complete As-Built drawings as identified in PART 1, PROJECT RECORD DRAWINGS. These drawings shall include: 1. As-Built conduit layout diagrams, including wire and cable tag designations. 2. Complete As-Built wiring diagrams, including complete terminal strip layout and identification, and wire termination and tagging for all conductors. 3. Locations for all major equipment components installed under this specification. D. Final Acceptance Test 1. After the testing report and as-built drawings have been approved by the CUSTOMER'S representative, the completed system shall be tested in the presence of the CUSTOMER'S representative. 2. Acceptance of the system shall require a demonstration of the stability of the system. This shall be adequately demonstrated if the system operates for a ninety (90) day period with a 99% system on-line reliability. Should major equipment failure occur, the CONTRACTOR shall replace component(s) and begin another ninety (90) day test period. This test shall not start until the CUSTOMER has obtained beneficial use of the system. If the requirements provided in the paragraph above are not completed within six (6) months after beginning the tests described therein, the CONTRACTOR shall replace the System with another one from approved Manufacturer, and the process shall be repeated until final acceptance of the System and its equipment by the CUSTOMER. 3. Once the final test is complete, each purchased spare component must be inserted into the System and the System tested in potentially affected areas again to insure complete functionality. The original removed parts will become the System spares. E. Notice of Completion When the Final Acceptance Test described above has been satisfactorily completed, the CUSTOMER shall issue a Letter of Completion to the CONTRACTOR indicating the date of such completion. The Notice of Completion shall be recorded by the CONTRACTOR upon receipt of the CUSTOMER completion letter. This date of record shall be the start of the two (2) year guarantee period. WARRANTY SERVICE A. The CONTRACTOR shall employ a factory-trained service organization within 100 miles of the job site. This organization shall have a minimum of five (5) years' experience in servicing integrated Access Control, Alarm Monitoring, CCN, and Video Badging Systems and equipment. B. Fully qualified repair and maintenance personnel shall be available on a twenty-four (24) hour a day basis, three hundred and sixty-five (365) days a year, with four (4) hour maximum response time for service. C. Normal service shall be defined as minor repairs and/or adjustments. Service of this nature shall be provided at no cost to the CUSTOMER during normal business hours, which are between 8:00 AM and 5:00 PM, Monday through Friday. For service calls requested by phone before 11 :00 AM on a weekday, service shall occur on a same-day basis. D. Emergency service shall be required for emergencies defined as critical equipment not being functional, and shall be furnished at no cost to the CUSTOMER. Emergency service shall respond within a four (4) hour period, twenty-four (24) hours per day, three hundred CITY OF SAN BERNARDINO PAGE 38 300 NORTH b STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM and sixty-five (365) days a year. A list of critical equipment shall be developed and coordinated by the CUSTOMER and the CONTRACTOR. SPARE PARTS A. A list of Integrated Security Management System spare parts is included in PART 2 - ACCESS CONTROL SPARES of this specification. The cost of these spares shall be included in the base system contract. B. Based on the CONTRACTOR'S and the manufacturer's experience with the equipment's performance history. the CONTRACTOR shall submit a final spares list for all functions for this system. This list shall be based on a philosophy of maintaining a central system operation with a simple remove/replace capability. The final spares list shall be developed as a result of a joint CUSTOMER/CONTRACTOR review of the recommended list during the installation phase. Submit this final recommended spares list for approval prior to system completion, so that these spares are available upon activation. END OF "SCOPE OF WORK" SECTION CITY OF SAN BERNARDINO PAGE 39 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM III. PROPOSAL CONTENT AND FORMS A. PROPOSAL FORMAT AND CONTENT 1. Presentation Proposals shall be typed, double spaced, and submitted on 8-1/2" x 11" size paper. Offers should not include any unnecessarily elaborate or promotional material. Information should be presented in the order in which it is requested. Lengthy narrative is discouraged, and presentations should be brief and concise. 2. Letter of Transmittal A Letter of Transmittal shall be included with the proposal, addressed to (buyer's name), and must, at a minimum, contain the following: a. Identification of Offeror, including name, address and telephone; b. Proposed working relationship between Offeror and subcontractors, if applicable; c. Acknowledgment of receipt of all RFP addenda, if any; d. Name, title, address and telephone number of contact person during period of proposal evaluation; e. a statement to the effect that the proposal shall remain valid for a period of not less than 90 days from the date of submittal; and f. Signature of a person authorized to bind Offeror to the terms of the proposal. 3. Technical ProDosal a. Qualifications. Related EXDerience and References of Offeror This section of the proposal should establish the ability of Offeror to satisfactorily perform the required work by reasons of: experience in performing work of a similar nature; demonstrated competence in the services to be provided; strength and stability of the firm; CITY OF SAN BERNARDINO PAGE 40 300 NORTH b STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM staffing capability; work load; record of meeting schedules on similar projects; and supportive client reference. Offeror shall: (1) Provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; number of employees; (2) Provide a general description of the firm's financial condition; identify any conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger) that may impede Offeror's ability to complete the project; (3) Describe the firm's experience in performing work of a similar nature to that solicited in this RFP, and highlight the participation in such work by the key personnel proposed for assignment to this project; (4) Identify subcontractors by company name, address, contact person, telephone number and project function and describe Offeror's experience working with each subcontractor; and (5) Provide, as a minimum, three (3) written testimonials as references from the project manager for each project cited as related experience; reference shall furnish the name, title, address and telephone number of the person(s) at the client organization who is most knowledgeable about the work performed. Offeror may also supply references from other work not cited in this section as related experience. b. Proposed Stamna and Proiect Oraanization This section of the proposal should establish the qualifications of the proposed project staff. Offeror shall: (1) Provide education, experience and applicable professional credentials of project staff; CITY OF SAN BERNARDINO PAGE 41 300 NORTH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM (2) Furnish brief resumes (not more than two [2] pages each) for the proposed Project Manager and other key personnel; (3) Indicate adequacy of labor resources utilizing a table projecting the labor-hour allocation to the project by individual task; (4) Identify key personnel proposed to perform the work in the specified tasks and include major areas of subcontract work; (5) Include a project organization chart which clearly delineates communication/reporting relationships among the project staff; and (6) Include a statement that key personnel will be available to the extent proposed for the duration of the project acknowledging that no person designated as "key" to the project shall be removed or replaced without the prior written concurrence of the City. c. Work Plan Offeror shall provide a narrative, which addresses the Scope of Work and shows Offeror understands the City's needs and requirements. Offeror shall: (1) Describe the approach to completing the tasks specified in the Technical Specifications; (2) Outline sequentially the activities that would be undertaken in completing the tasks and specify who would perform them; and (3) Furnish a schedule for completing the tasks in terms of elapsed weeks from the commencement date. Offeror may also propose enhancement or procedural or technical innovations to the Technical Specifications, which do not materially deviate, from the objectives or required content of the project. CITY OF SAN BERNARDINO PAGE 42 300 NORtH D STREET SAN BERNARDINO, CA 92418 F02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM d. Exceptions/Deviations State any exceptions to or deviations from the requirements of this RFP, segregating "technical" exceptions from "contractual" exceptions. Where Offeror wishes to propose alternative approaches to meeting the City's technical or contractual requirements, these should be thoroughly explained. 4. Appendices Information considered by Offeror to be pertinent to this project and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Offerors are cautioned, however, that this does not constitute an invitation to submit large amounts of extraneous materials; appendices should be relevant and brief. B. LICENSING AND CERTIFICATION REQUIREMENTS By submitting a proposal, offeror warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFP are currently held by offeror, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in offeror's proposal. Proposals lackina copies and/or proof of said licenses and/or certifications may be deemed non- responsive and mav be reiected. C. COST AND PRICE FORMS Offeror shall complete the Price Form in its entirety including: 1) all individual tasks listed and total price; 2) basis on which prices are quoted; and 3) Offeror's identification information including a binding signature. Offeror shall state cash discounts offered. Unless discount payment terms are offered, payment terms shall be "Net 30 Days". Payment due dates, including discount period, will be computed from date of City acceptance of the required services or of a correct and complete invoice, whichever is later, to the date City's check is mailed. Any discounts taken will be taken on full amount of invoice, unless other charges are itemized and discount thereon is disallowed. PRICE FORM (To be submitted with proposal documents) REQUEST FOR PROPOSALS: RFP F-02-042 DESCRIPTION OF WORK: Integrated Security Management System OFFEROR'S NAME/ADDRESS: NAMElTELEPHONE NO. OF AUTHORIZED REPRESENTATIVE ANNUAL PURCHASE ORDER Effective on or about July 1, 2002 through June 30, 2003 plus two single year options, for City's partial requirements, on an as-needed basis, with no guaranteed usage for Integrated Security Management System. Option year one, if exercised, shall be effective July 1, 2003 through June 30, 2004. Option year two, if exercised, shall be effective July 1, 2004 through June 30, 2005. Actual option year pricing shall be negotiated with the successful Offeror(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. Please provide detailed Firm Fixed Price cost information in the spaces provided below and any other incidental or additional costs required to complete the Technical Specification requirements. ENCLOSE DETAILED COST/PRICING SHEET WITH PROPOSAL Are there any other additional or incidental costs, which will be required by your firm in order to meet the requirements of the Technical Specifications? Yes / No (circle one). If you answered "Yes", please provide detail of said additional costs: Please indicate any elements of the Technical Specifications, which cannot be met by your firm. Have you included in your proposal all informational items and forms as requested? Yes / No . (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFP close date. Terms and conditions as set forth in this RFP apply to this proposal. Cash discount allowable Net thirty (30) days. % days; unless otherwise stated, payment terms are: In signing this proposal, Offeror warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: Received on: Received on: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: DATE SIGNED: COMPANY NAME & ADDRESS: PHONE: FAX: IF NOT SUBMITTING AN OFFER, PLEASE STATE REASON(S) BELOW: NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCil, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFP F-02-042. Business Name Business Address Signature of offeror X Place of Residence Subscribed and sworn before me this day of ,2002. Notary Public in and for the County of , State of California. My commission expires ,20_. SECTION IV. EVALUATION AND AWARD -I SECTION IV. EVALUATION AND AWARD A. EVALUATION CRITERIA 1. Capabilities of Firm to Effectively Complete the Project Requirements - 30% Depth of Offeror's understanding of, and ability to manage, City's requirements; ability to meet task deadlines; utility of suggested enhancements or technical innovations. 2. Qualifications of Firm/Related Experience - 30% Experience in providing services similar to those requested herein; experience working with public agencies; strength and stability of the firm; strength, stability, experience and technical competence of subcontractors; assessment by client references; qualifications of project staff; key personnel's level of involvement in performing related work; logic of project organization; adequacy of labor commitment. 3. Reasonableness of Cost and Price - 25% Reasonableness of the individual firm-fixed prices, and competitiveness of quoted prices with other proposals received; adequacy of the data in support of figures quoted; basis on which prices are quoted. 4. Completeness of Response -15% Completeness of response in accordance with RFP instructions; exceptions to or deviations from the RFP requirements which the Offeror cannot or will not accommodate; inclusion of required licenses and certifications; other relevant factors not considered elsewhere. B. EVALUATION PROCEDURE All proposals received as specified will be evaluated by City staff in accordance with the above criteria. Additional sub-criteria beyond those listed may be considered by the evaluators in applying the major criteria to the proposals. During the evaluation period, the City may require an on-site visit and/or tour of the Offeror's place of business. Offerors should be aware, however, that award may be made without vendor visits, interviews, or further discussions. C. AWARD Depending on the dollar amounts of the offers received, City staff will either select the vendor best meeting the above-specified criteria or submit to City Council, for consideration and selection, the offer(s) judged by staff to be the most competitive. The City reserves the right to withdraw this RFP at any time without prior notice and, furthermore, makes no representations that any contract(s) will be awarded to any Offerors responding to this RFP. The City expressly reserves the right to postpone proposal opening for its own convenience, to waive any informality or irregularity in the proposals received, and to reject any and all proposals responding to this RFP without indicating any reasons for such rejection. The City also reserves the riaht to award its total reauirement amona two or more Offerors as City staff may deem to be in its best interests. In addition, negotiations mayor may not be conducted with Offerors; therefore, the proposal submitted should contain the Offerors most favorable terms and conditions, since the selection and award may be made without discussion with any Offeror. SECTION v. GENERAL SPECIFICATIONS GENERAL SPECIFICA liONS I. Each proposal shall be in accordance with Request for Proposals (RFP) Number F-02-042. All specifications are minimum. Offerors are expected to meet or exceed these specifications as written. Offeror shall attach to proposal a complete detailed itemization and explanation for each and every deviation or variation from the RFP specifications and requirements. Conditional proposals, or those that take exception to the RFP specifications and requirements, may be considered non-responsive and may be rejected. 2. The City reserves the right to accept or reject any and all proposals and to award a contract to the offeror who best meets our requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to specifications in appropriate circumstances. Purchase shall be on a best buy basis after due consideration of all relevant factors, including but not limited to, workmanship, accessibility of parts and service, known evidence of manufacturer's or offeror's responsibility and record, durability and known operational record of product and suitability as well as conformity to City needs and requirements. In all cases the best interest of the City shall prevail in all contract awards. 3, The City of San Bernardino reserves the right to purchase more or less than the quantities specified at unit prices offered. 4. Proposals shall be firm offers, subject to acceptance or rejection within 90 days of the opening thereof. 5. Regular dealer. No offeror shall be acceptable who is not a reputable manufacturer, dealer or provider of services of such items as submitted for proposal consideration. 6. All materials, workmanship and finish entering into the construction of the equipment must be of the best of these respective kinds and must conform to the character of the equipment and the service for which it is intended to be used and shall be produced by use of the current manufacturing processes. "Seconds", factory rejects, and substandard goods are not acceptable. 7. Each offeror shall submit with his proposal a copy of the proposed product specifications, complete detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials, services and parts offered. 8. Manufacturer and/or Contractor (Contractor) shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino, or any of its officials or agents for the use of any patented process, device or article forming a part of equipment or any item furnished under the contract. 9. Each offeror must state in his proposal the guaranteed delivery date of product and/or services in number of calendar days from the date of contract execution by the City of San Bernardino, time is of the essence relative to this contract. Contractor shall prosecute the work continuously and diligently and shall deliver the offered items at the earliest possible date following the award of the contract. 10. Each offeror shall list in his proposal all factory, manufacturer's and/or dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the same attached to the proposal. 11. Contractor shall furnish and deliver to the City complete equipment and/or services as proposed and awarded, ready for installation and fully equipped as detailed in these specifications. 12. Price shall be quoted F.O.B. San Bernardino(all transportation charges shall be fully prepaid), and shall include all discounts. Offer shall include California sales tax, where applicable, computed at the rate of 7.75% (this will normally be shown as a separate line item on the price form). 13. City shall make payment within thirty (30) days after the complete delivery and acceptance of the specified items by the City of San Bernardino and receipt of the offeror's priced invoice. 14. All "standard equipmenf' is included in any offer. Offerors furnishing proposals under these specifications shall supply all items advertised as "standard" equipment and/or services even if such items are not stipulated in the specifications, unless otherwise clearly excepted in the proposal. 15. The items which the offeror proposes to furnish the City must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California, whether such safety features and/or items have been specifically outlined in these specifications or not. 16. Contractor delivering equipment and/or services pursuant to this RFP specifications shall guarantee that equipment and/or services meet specifications as set forth herein. If it is found that equipment and/or services delivered do not meet requirements of these specifications the Contractor shall be required to correct the same at their own expense. 17. By submitting a bid, each offeror agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City, and that it is, and will be impractical and extremely difficult to ascertain the actual damage which the City will sustain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is delayed due to strikes, injunctions, government controls, or by reason of any cause or circumstance beyond the control of the contractor, the time for delivery may be extended (in the City's sole discretion) by a number of days to be determined in each instance by mutual written agreement between the Contractor and the Purchasing Manager of the City of San Bernardino. The City shall not unreasonably refuse such extension. 19. Contract. Each proposal shall be submitted and received with the understanding that acceptance by the City of San Bernardino of proposal in response to this solicitation shall constitute a contract between the Contractor and the City. This shall bind the Contractor to furnish and deliver at the prices offered and in complete accordance with all provisions of RFP No. F-02-042. In most cases the basis of award will be the City's standard purchase order that mayor may not incorporate this solicitation by reference. 20. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his tenure or for one year thereafter shall have any interest, direct or indirect in this contract or the proceeds thereof. Furthermore. the parties hereto covenant and agree that to their knowledge no board member. officer or employee of the City has any interest, whether contractual, non-contractual, financial or otherwise, in this transaction. or in the business of the contracting party other than the City. and that if any such interest comes to the knowledge of either party at any time. a full and complete disclosure of all such information will be made in writing to the other party or parties. even if such interest would not be considered a conflict of interest under Article 4(commencing with Section 1090) or Article 4.6 (commencing with Section 1120) of Division 4 of Title I of the Government Code of the State of California. 21. One Document. These specifications, the notice inviting proposals, RFP F-02-042, the contractor's proposal, the written agreement executed by the parties, the purchase order and all documents referred to in the complete specifications and purchase order, and all modifications of said documents shall be construed together as one document. Anything called for in anyone of said documents shall be deemed to be required equally as if called for in all. Anything necessary to complete the work properly shall be performed by the contractor, whether specifically set out in the contract or not. All sections of the specifications shall be read as constituting a whole and not as an aggregation of individual parts, and whatever is specified in one section shall be construed as applying to all sections. 22. The City of San Bernardino reserves the right to accept or reject any and all proposals. 23. Prompt payment. Each offeror may stipulate in the proposal a percentage prompt payment discount to be taken by the City in the event the City makes payment to the Contractor within ten(10) working days of receipt of material and approval of invoice. For the purpose of this provision, payment is deemed to be made on the date of mailing of the City check. NOTE: prompt payment discounts will only be used during bid evaluation in the case of ties. 24, Inquiries. Direct all inquiries to Carol Doemner at 909-384-5548. Technical questions may be sent via fax to 909-384-5043. The answers to material questions will be provided to all potential offerors. 25. Proposal/Price forms. No proposal will be acceptable unless prices are submitted on the pricing forms furnished herein, the pricing forms are submitted in a separate sealed envelope, and all required forms are completed and included with proposal. Deliver all proposals, signed and sealed to the Purchasing Division, Finance Department at 300 North "D" Street, 41h Floor, City Hall, San Bernardino, California 92418. CLEARLY MARK THE SPECIFICATION TITLE "Integrated Security Management System" AND NUMBER (F-02.042) ON THE OUTSIDE OF THE ENVELOPE, 26, Time. All proposals must be received in the Purchasing Division no later than (proposal due date) where at such time and said place proposals will be publicly opened, examined and declared. Any proposal may be withdrawn by offeror prior to the above scheduled time for the opening of proposals. Any proposal received after that time and date specified shall NOT be considered. 27. The City of San Bernardino reserves the right at its own discretion to award separate contracts for each category, or to award multiple contracts, or to award one contract for furnishing and delivering of all equipment and/or services in all categories. 28. Equipment. In the purchase of equipment, Contractor shall be required to furnish one (1) OPERATORS MANUAL and one (1) PARTS MANUAL for all equipment offered. 29. In submitting a proposal to a public purchasing body, the offeror agrees that if the proposal is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (U.S.C. Sec 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700 of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the offeror for sale to the purchasing body pursuant to the proposal. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the offeror. 30. CONTRACTOR shall indemnify, defend and hold City, its officers, employees and agents harmless from any claim, demand, liability, suit, judgment or expense (including, without limitation, reasonable costs of defense) arising out of or related to Contractor's performance of this agreement, except that such duty to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by City's willful misconduct or sole negligence. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees" for the purposes of this paragraph. 31. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall maintain in effect policies of comprehensive public, general, and automobile liability insurance, in the amount of $1,000,000 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the City's Risk Manager prior to undertaking any work under this Agreement. The policies shall name the City as an additional insured and shall provide for ten (10) day notification to the City if said policies are terminated or materially altered. 12 J;^ITPlI7' Ib. PiRr;QR~1^~I(,Ei aQ~I~ TRg CQRtNmt~r'''iII;9 r9'1wir;gg t9 fwrRit:R ~ g~mRigr'& QRggk, "aRifigg Q~uagl,: gr f,sitR~yl pglfGrR=li3Rg9 ~9Rg R=lagg J9a:;ablg t~ tR9 C'ity "I iaR igrRa~iRg iR aR aR=l~'IRt 9qlaliiil.l 19' 1QQo4. 91 tAg pJ:Qp9tal Pl=j;Q t9 iRGyrg tAg ggRtraGtgr'G mitRPl1 pg~FR=laRGg gftt.:1iG g'ij'Rtriiil~t iaiQ s'rr;gb,,' GRail be twt;jg~t t9 tAg Rilpprg"al "flRg ('it'.: 9t iaR igrRargiRQ, g9RQg GI.Hill gg iR agggrgilRS9 "'itR Q~iRaRgg ~Jg iJ1, iggti9R J~gQ. 3RQ tRQ ggrpgNith~R iGGwiR~ Gli1ig g9RQ GRail Ra"g a ratiRg iR liaatt'g r::RQtlt r'~'if2Rt iRGUraRgg ~Yig9 9f" ^ II gr g9tt~r 33. Written contract documents, duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s) that may result from the RFP. 34. City may, at its discretion, exercise option year renewals for up to 5 years, in one year increments. 35. By submitting a proposal, offeror warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFP are currently held by offeror, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in offeror's proposal. ProDosals lackinll cODies and/or Droot ot said licenses and/or certifications may be deemed non-resDonsiye and may be reiected. RFP.F02.042: PROPOSAL REQUIREMENTS CHECKLIST' PRICING FORM Place an mark in the appropriate celf(s), AL T, OPT, NA, ;. Type in an Explanation where pertinent. Alternates are those that perfonn the same function as the stated item. Clarify whether alternates are included n bid price. at Available ~ems are those items that your linn can not oomply with or does not have. iOptional items are those that are not included in the Bid Price. neluded items are those that are included in the Bid Price. Requirements ,", A. The quantities 01 componenls shall be detennined and installed by the CONTRACTOR based on the requirement to provide a fully operational Integrated Security Management System (ISMS), as per the intent 01 the spec;fication, and as shown on the drawings and recommended by the MANUFACTURER. B. Communication between components co-Iocated shall be via coaxial cable or shielded twisted pairs. Your Company" "'TIe Here AL T (Alternate Proposed) NA (Not Available) OPT (Optional) INC (Induded) tNC OPT NA. AU ~Ptanation - --_.~~ I -_ -----i-.~,__-i--------:--_ : ~._-+- C. The system shall operate under Windows NT 4.0 using at minimum Service Pak 4. Communication i! i between satellite stations and the master file server station shall be In accordance with conventional Window: ! I NT 4.0 LAN/WAN operation using TCP/IP protocol. 1 1 I 4. FRONT END SYSTEM . ~-- f---t---+--~- -I- _---1-.--. A. The rnaster file server station, stand-alone stations, and workstations shall be IBM or iBM-<:ompatible I' desktop (ful~size) personal compu/els (PCS). The requiremenls lor the PC shall be scaled acoording to I' i I ,,' , system application requirements. .~_._ I 1-.,------.L~..! B.ComputerSpecifications .- ,---; i 1-- ~-------- .,~ --~-~--_. f--' .--I---i- I 1. Standard PC configuration shall be used for systems with 1-100 readers, 1-25,000 cardholders, and 2 communication por1s. The standard PC configuration shall be used for stand-alone system, workstations, or sOlVer. The PC shall be the Engineered Systems WPPAC201, WPPAC227, WPPWS201, WPPWS227, WPPFS201 or WPPFS227 or prior approved alternate. For system applications requiring additional : communications ports, expansion cards shall be used as follows: Engineered Systems NTEXPDI4 for 4 I additional ports, NTEXPDI8 lor 8 additional ports, NTEXPDI16 for 16 additional ports, NTEXPDI32 lor 32 I' additional ports, and NTEXPDI64 for 64 additional por1s or prior approved alternate. i I 2. For perfonnance PC system oonfigurations that require highav;;i~bilily, the manufacturer shall be-~- -----J1- ---i i-- -- consulted for appropriate custom PC system configuration. ---1--L C.StandardPCSpecificalion:----_____ ~i-~_l_~ I -~;--------- - 1. CPUshail be a Pentium 1II-ll00orfaster I ,t. .-~ -2lU(Mshallbe128MBor-more .~--- -----;--+-; -- r---------~----- --,----1.--L.~ - 1-- I ; : i ~-i -t----l- , ----- , I I ~----- ---+--,~--~- f------------ --- - ~-H 3. Hard disk shall be a 10 GB SCSI or targer (Increased drive capacity shall be required in badging applications depending on image compression.) 4. 3.5" ttoppy dISk and CD drive 5. MOnitorsna" De 1(" 1U<4 X 7bll true COlOr or larger 6. 2 button mouse (PS2 mouse prefemed) 7. Standard 1 01-keyboard layout and IBM-compatible keyboard ~ , . o. . ,ape oac.up 9. 2 Sanal communication ports --1- J------L ' '0.lParailelport(2Parallelportsforbadg~-----~--~------------ ---, : : ~l1MicrosoftWlndowsNT4.0withServICePak60rgreater _:=====~~-~~ ~ In-I-L~ --rrPerfonn;lncePC Spedfication: , ' I -- ~ ---------- -1~ShallbeaPentiumIlV4-855ormuttipleprocessOl'S ~_. '-~~= ~.~I:'-:~_:= .:r_-~~_ __=~~:_~~-- --2.IlAI.1sIiail be 128 MB per processor or more 3. Hard Disk shail be 20 GB SCSi or larger. (Increased drive capacity shall be required in badglng-- - --t~ - +1 -!-- r----- - --~ applications depending Oil image compression.) I I I - T.33'l1OPPYdrskandCD-RWdrive --~---- - --+---1--+ . 5. Monitor shalt be 19" 1280 x 1024 true color -. - ---I T--~--t- o. L Dutton mouse 1"~L mouse prere,,",,) - - - - r;--t-- -I -- - 7. Standard 101-keyboard layout and IBM-<:ompali6i. keyboaid---~---- --~--~---- -- - -~-- +-t - - . . -.- -- --~-- - ~ ______n -- ------ ~----- .--------.~ ... ---~------- -----_ ____ ___L-___._ ~_______._ RFP.F02-G42: PROPOSAL REQUIREMENTS CHECKLIST' DRICING FORM Place an mark in the appropriate ceff(s), AL T, OPT, NA, ..:. Type in an Explanation where pertinent. Itemates are those that perform the same function as the stated item. Clarify whether alternates are included n bid price. ot Available items are those items that your finn can not comply with or does not have. plional items are those that are not included in the Bid Price. neluded items are those that are included in the Bid Price. equlrements ape up -"["""2 Senal communlcation ports ~_._-------- -~--------~._~---_.._------- -- 10. 1 Parallel port (2 Parallel Ports ioriO Badgll,gj-- -----.--. ---- ------.- 11. Microsoft Windows NT 4.0 With Service Pak 6 or greater -- . ------ -'12: MII:rosoft SOL Server 7.0 with Service Pak 2 or greater' tJ:ommunication Ports and Loops "---- n' .----------- .- ------------ 1. The computer shall have two serial communication ports. If addmonal pom are required, they shall be provided by installing additional compatible mufti.port cards. 2. Windows NT 4.0 system communication pom shall be expandabie up to a maximum of 64 pom. Port expansion cards for Windows NT 4.0 shall be the Engineered Systems NTEXPDi4, NTEXPDI8, NTEXPDI16, NTEXPDI32, and NTEXPDI64 or prior approved altemate. 3. Each communication port shall support one local direct connect loop or mumple remote loops via modem. A local RS485 multi-drop communication loop shail support up to 31 panels or 8 inteil~ent conlrollers, 512 readers, 4,096 output relays, or monilor up to 4,096 aiann poinls. For a remote configuration, up to 250 remote locations may be defined. Each remote communications loop shall be limited to the same capacities as listed above. -r.V~eo image/lD Badglng System Your Campanv .. -'1'18 Here AL T (Altemate Proposed) NA (Not Available) OPT (Optional) tNC (Included) IINC OPT. NA AL T I~PlanatiOn I .__ . ______.,_n_ _-----I-___.."'____-.-L____ ---LJ__..l__ -.- ----~-I---l--- 1. The V~eo lmage/ID Badging System shail indude a pelSOnal computer running the badging software, ' camera, SVGA monitor, VideolBadge Printer, and V~eo Capture Card (S~nature Capture Pad optional) as ilsted below: a) V~eo Capture Card: A ~deo capture card shall be required for Badging stations. The video capture card shall be the Engineered Systems PB-VC-B or PB-VC-9 or prior approved altemate. b) Camera: A camera shail be required for badging cardholders. The camera shail be the Engineered Systems PBCAM-9 or prior approved altemate, with power supp~, cable, and tripod. c) Camera L~hting K~ One camera I~hting kit shail be required for each camera. The camera I~hting kil shail be the Engineered Systems PBLK2 or prior approved altemate.. d) Badge Printer. A badge printer shail be required for produdng cardholder badges. The badge printer shail be the Engineered Systems PB.VP.270r prior approved altemate. e) Signature Capture Pad: An optional signature capture pad shall be available for capturing cardholde signatures for inclusion on the badge, The signature pad shall be the Engineered Systems PB-SIG- CAP or prior approved alternate. G. Alarm & Report Printer. For page printing of alanos and repom, any printer that can be installed in the Windows NT 4.0 operating system shall be used. For single line printingthe vendor shail supp~ a compatible printer and cable. 5. FRONT END SOFTWARE SPECIFICATIONS A. The System software shail be Engineered System's WIN.PAK PRO or prior approved altemate Software requested for approved altemate status must meet or exceed ail of the functionality requiremenls as listed below. B. Databases: The software shan provide edit, add. delete, search, sort, and print options for records in selected databases. C. Printer Output: The software shall direct user.selected activity to the Windows supported printer. , __..__L-----L-_.--1 i __1-__ , i u;-__---j--_ ! I , , ! __.--1-__ __ __i RFP.F02.042: PROPOSAL REQUIREMENTS CHECKLIST' DRICING FORM Place an mark in the appropriate ceil(s), Al T, OPT, NA, ;, Type in an Explanation where pertinent. Itemates are those that perform the same function as the stated item. Clarify whether ahemates are included n bid price. ot Available items are those items that your finn can not comply with or does not have. ptlonal items are those that are not included in the Bid Price. neluded items are those that are included in the Bid Price. Requirements D. Monitor Display: The software shall display a" system activity on a color monitor in real time, except for remote locations conf~ured as dial.up. The software shall allow a WA V file to be played upon all alann conditions. The software shall provide an acknowledge function for all incoming alann messages that are defined for alarm acknowleclgmenl E. D~k Storage: The software shall store user-selected activity on the hard disk Report options shall recall selected history information from the hard disk. The user may request report information based on selected cardholders. specific areas and/or SpecifIC times. The software shall allow archiving by defined dates. F. Engl~h Descriptions: The software shail support descriptive names for all database entries. The card database shall include name, number, PIN, access level, status, activation, and expiration date or limited . usage and 40 user-defined fields. I t6. FRONT END SOFTWARE REQUIREMENTS Your Company "~rne Here AL T (Alternate Proposed) NA (Not Available) OPT (Optional) INC (Included) IINC . OPT NA. AL T I~XPlanation A. Password Protection: The software shall provide multi-level password protection, with user-defined operator name/password combinations. Name/password iog-on shall restrict operators to selected areas of the program. The software shall allow the assignment of operator levels to define the system components that each operator has access to. ..--- --------'--- B. Action Messages: The software shall allow recall of user created text messages upon any condition. C. Graphics: The software shail allow recall of user created screen graphics, upon alannltrouble/nonnal conditions. These graphics shall allow the user to go from a general area to a specific area in various layers or stages and shall allow the user to monitor and control system dev... trom floor plans. D. Manual Panel Control: The software shail allow manual control of selected inputs, outputs and groups of outputs. Manual panel control shall include pulse, timed pulse, and energlze/de-energ~e or retum to time zone options for ou1put points and shuntJun.shunt or return to time zone options for input points. TCC1V System Control 1. The software shall provide compiete control of ail CCTV System functions from the computer keyboard. 2. The software shall support a CCTV system with up to 64 monitors and 64 cameras per CCTV switcher. 3. The software shall support individual camera/monitor connections, pan and tilt camera control functions and focus, zoom, and iris control motorized lens control functions. 4. Supported CCTV microprocessor-based switchers shall include, but not be limited to: American Dynamics, Burle, Dedicated Micros, Geutebruck, Javelin, Vicon, Panasonic, and Peleo, or equal. 5. The software shall activate selected camera/monitor combinations upon input point system alarm, or card activity. 6. Software for the CCTV system shail allow the highest level operators to change the operating parameters of the system. The software features shall include the following capabilities: a) Edit camera title information. consisting of camera number and alphanumeric identification. -D) Any camei1llmOnitor combination can be programmed to an alann or card reaaer:--- - --CYP"rogram home positions for a pan and tilt camera. ------ d) Enunciate local alarms and allow the operator to acknowledge these alarms at the local or remote control locations. -___L~---1- ___t____I____-----L_ ! I --I RFP.F02.042: PROPOSAL REQUIREMENTS CHECKLIST ~ nqlCING FORM Place an mark in the appropriate cell(s}, AL T, OPT, NA, t. . Type in an Explanation where pertinent. Ilemates are those that perform the same function as the stated item. Clarify whether alternates are included bid price. I Available items are those items that your firm can not comply with or does not have. ptional items are those that are not included in the Bid Price. eluded items are those that are included in the Bid Price. Requirements a) The Video Image/ID Badging software shall be the Engineered Systems WIN.PAK PRO Badging System or prior approved alternate. b) The Video Image/ID Badging software shall store cardholder images on hard d~k. Stored images shall be d~played upon request -----CfCUstom card backgroundssmillbe dISplayed upon request. ---- -----~-~------- 7. ACCESS CONTROL FIELD HARDWARE DEVlCES.----. ..------ The security management system shall be equipped with access control field hardware required to receive alanns and administer all access granted/denied decisions. All field hardware shall meet UL requirements. The system shall include the following components: I !I 1. Intell~enl Controller (PW5K11C)-or priorapproved altemate: An Intell~enl Controller shall link the security management system software to ali other field hardware componenls (card reader modules and input and ouIptJl control modules). The Intell~enl Controlle",hall provide full distributed processing of access control and alann monitoring operations. Access levels, hardware conf~urations, and programmed alann ou!puls ass~ned at the admln~lration wor1<station shall be downloaded to tl1e Intell~enl Controller, which shall store the Information and fundion using its h~h.speed, local 32.M microprocessor. All access granted/denied decisions shall be mede al the Intell~enl Controller to provide lasl responses to card reader transactions. 2. Nelworldng of Intell~enl Controller. The system shall indude a nelwork interface module. The module shall be 10 Mbps. Ethemet based and capable of residing on a local area nelwo!l< (LAN) or wide area network (WAN) without connectivity to a PC serial port. Intell~ent Controlle(s with the network interface module shall be able to communicate with the database selVer through Induslly standard switches and routers. 3. Offline Operation: In the event that the Intelligent Controller loses communication with system software, ~ shall continue to function nonnal~ (stand-alone). While in th~ offline stale, the Intell~enl Controller shall make acx:ess granted/denied decisions and maintain a log of the events that occur. Events shall be stored in local memory and uploaded to the system software after communications are restored. 4. Features: The IntelhgenTController shall contain the following-features: ----------ajCOmmunications: The'folkiWlng oommumcation formats SI1alllie supported: . --l1)lls:232iitllspeJoT38.4 Kbps. --(2)~1 a speed of 38.4 Kbps. emel al ps 45) 5. Memory: -------~----- a) Real time program updates, and overall host commumcatioiis shalrutilize flash memory. b) Can be configured for up to 100,000 cardholders and 50, OOO..ventbu!fijf:' -n-b."ACditionalports: _____.._n________.__~_n___ nn__ a) Shall be provided for connecting card reade", and data gathertng panels via RS-485 mulll-drop wirtng configuration. Three (3) ports shall be available with up to 3210tal boards connected in any combination. .. . --0) Redundanl connection tohosiVia an adOrIIonal RS=232' porl' Your Company .'-'..,e Here AL T (Allemale Proposed) NA (Nol Available) OPT (Optional) INC (Induded) I'NC · OPT NA AL T I Explanation __ _---1_'--___ -+ _n __---+_ -----~-----I--.- -i-----.r-----;---- ___-1-__ __________ _~________.___________________" __ __nn-+-- _...__ 7. Devices: Up to 32 devices conSisting of reader interface modules, input modules, and output modules I shall be supported. The devices shall be connected in any combination. 8. Processor: The Intelligent Controller shall oontaln a 3m processor.----- 9. L~hl emittingaiodes (LED) shall Indicate status of components anil communication links. 10. Reade",: The IntelllQenl Conlroilershall suppoiflfiO'lOllciNmg'.---- ------ .. +.---.-- ..____-L____~ RFP.F02-G42: PROPOSAL REQUIREMENTS CHECKLIST . "~ICING FORM Place an mark in the appropriate cel/(s), AL T, OPT, NA. ~ .;, Type in an Explanation where pertinent. Itemates are those that pertonn the same function as the stated item. Clarify whether alternates are included n bid price. ot Available items are those items that your finn can not comply with or does not have. ptional items are those that are not included in the Bid Price. neluded items are those that are included in the Bid Price. Requirements a p elfJ tea onnatsa BCI es. -... b) Mumplecard tedmo~ieS:--'-~-'---~---'~' -- --c) Biometric interraCe suppo([----~-.-- ------ ----------.--~---- - . -- d) Integration with other manufacturersr cardreaders:------ . - .--.errssue code support shalf be provided for both magnetic and Wiegand car readers. ---~_. Q Up to elQht-dlQit PIN codes. ----~~ 11. Electrical Power. :1 II a) Primary input power shall be 12VOC+l0%@4oomAwithanoperating range of 10 VDC to 16VDC. b) The PW5K11C shall be equipped with an uninterruptible power supply (UPS) and backup battery. 12. Single Reader Module (PW5K1R1) or prior approved alternate: The Single Reader Module shall provide an interface between the PW5Kl1C and the card readers. The Single Reader Module shall operate with any card reader that produces a standard Wiegand (Data 1IData 0) or Clock and Data communication output The following requirements shaH also apply: .. ---.rTlie card reader maY6ii up to 500 feet from the SU1g1er<eaoer Module. b) Up to 32 Singie Reader MOdUle s shall be connected to each PW5KlIC. c) Up to e~ht (8) umque card formats shall be supported.-' ---d)'The Slngie Reader Module shall support an Integrated card readerlkeypad. e) The Single Reader Module shall support three access modes upclfIloss of communication with the intell~ent Controller. These modes shall be: (1) locked (2) Unlocked ----.-. (3) FaCIlity code----~._-----.---.. . -~---- ------f) Input power shall be 12VDC+10%@4oomAwithanoperatingrangeof10VDCto 16VOC------ 13. Dual Reader Module (PW5K1R2) or prior approved alternate: The Dual Reader Module shall provide an intertace between the PW5Kl1C and the card readers. The Dual Reader Module shall operate with any card reader that produces a standard Wiegand (Data llData 0) or Cklck and Data communication output. A single PW5Kl1C shall be able to mum-drop up to thirty-two (32) Dual Reader Module s. The foilowing requirements shall also apply: (1) Each Dual Reader Module shall support two card readers. each of which may be up to 500 feet from the Dual Reader Module. -12)1fp to 32 Dual Reader Module s shalf])e connected to eaCh Intelligent Controller. .--~ --- (3) Each Duai Reader Module shail indude Three (3) relay inputs and two (2) relay outputs per reader. Two (2) addffional inputs and two (2) additional outputs shall be available when the module' mounted flat (4) Up to elQht18JUnfq"uecardlOrmals shall be-supportea:---- -- ---------~ --'-T5fThe Dual Reader MOdufe shail support an integrated card reailOrlkeypad. --"-' .-..----------------- (6) The Dual Reader Module shail support three access modes upon loss of communication wilh the Intell~ent Controller. These modes shall be: --~ Locked _m .----.--.-'------~--------------~---- '---l6f~------ -~---- -\cfl'adlitycode-'- .------------ --- ----- ---- (7) Input power shail be 12VDC+l0%@4oomAwithanoperating range of 10 VOC to 16VDC. 14. Input Module (PW5KlIN)or prior approved alternate: The Input Module shall monitor all system alann Inputs. The following requirements shall apply: Your Companv" "'1e Here Al T (Me mate Proposed) NA (Not Available) OPT (Opilonal) INC (Included) DPT NA' AU xplanation .____..'--.____l.___ _~______ _ I ---"""-~--r----'--'--'--'-- ___~_~______l ----1--- -----1. ____:. ---1----1--- .. _L___..1. ._, .L __ _'__~___.._~_~_ - .-----+-- ---"-'--"--T- .u __-'__.j.__n----L '_'_ -+- ------J _ --..!-.--- i.. ___L_ RFP.F02-042: PROPOSAL REQUIREMENTS CHECKLIST' DRICING FORM Place an mark in the appropriate cell(s), AL T, OPT, NA, ;, Type in an Explanation where pertinent. Itemates are those that perform the same function as the stated item. Clarify whether alternates are included n bid price. ot Available items are those items that your firm can not comply with or does not have. ptional items are those that are not included in the Bid Price. neluded items are those that are included in the Bid Price. Requ remeots (1) The Input Module shall provide up to sixteen (16) supelVised alann inputs to montlor and report fault conditions, (open, short, ground, or circuit fault) alarm conditions, power faults. and tampers. Upon alann activation, the associated alann condition shall be reported to the Intelligent Controller and subsequently to the system alarm monitoring workstation. (2) Light emtlting diodes (LED) shall indicate the status of the sixteen (16) alann zones, cabinet tamper, and power fault. (3) The input modules shall operate independenUy and in conjunction with the output modules (PW5Kl DUT)-or prior approved altemate, which shall send an output signal to a corresponding output device upon alarm activation. Upon alarm activation, the Input Module shall activate any or all alann outputs within the Output Module. The Output Module shall provide sixteen (16) Fonn C I outputs rated at SA @JOVDC. Upon receipt of an alann input from the Input Module, the Output Module shall transmtl an activating signal to a corresponding output device. i -..---.. .. .---~..-. (4) Up to thirty-two (32) Input Module s shall be connected to an available Intelligent Controller via RS-485 cabling. 1 I' (5) Diagnostic light emtlting diodes (LED) shall indicate Intelligent Controller communication, input zone scanning, and Input Module heartbeat (6) The Input Module shall oontaln the following features: ----~.----- (a) Alann conladslatus scanning at up to 180 times per second for eath zone. (b) Eight configuration DIP switches to assign untl addresses and communications speed. (c) A low power CMOS mlClOprocessor. --. '-'-(a)l'illOred data for no~e rejection to preveriflilSearanns~-'-'--------'-' -- - (e) Two form-C, 2A @ 28VOC contacts for load switching." ,. -. -- --...------ (f) Two~nputsfortamperand power status. ---------- --------------wrfridiVidiial shunt times (ADA requirement). ------.----... --- ---- (7) Input power shall be 12VDC+l0%@350mAwithan operating range of 10 VOC to 16VDC. 15. Output Module (PW5Kl OUT) or prior approved altemate: The Output Module shall incorporate sixteen (16) output relays that are capable of controlflng a corresponding output device upon any input activation or on command from the system. s) Output relays shall be caPable of responding to: ---------- -.---- --------------- (1) Input alarms from-within the same Intelligent ContrOlfer.--.----- -- -- ---- (2) Commands from a system operator. ---.--- -------------------- (3) Tune zone control commands for automatiCoperiffon:------- ----------- ----- b) Output relays shall be capable of: -------..-------.------ (1) Pubing for a predetennined duration, which shall be programmable for each relay indr"idual~. (2) Following any input point from an Input Module attached to the same Intelligent Controller (on with alann. off when clear, or as required). (3) Responding on command from the system operator to pulse, command on, command off, or reset to nonnal state. c) Each Output Module shall provide 16 form-C relays rated at 2A @ 26VDC. The Output Module shail control the relays via digital communication. Upon receipt of input from the Input Module or command from the system operator, the Input Module will lransmtl an activating signal to the corresponding relay. Your Company u-'TJe Here AL T (Alternate Proposed) NA (Not Available) OPT (Optional) INe (Induded) OPT NA AL T ~xplanatlon ___+._~_---i-__~-.-. .~ --~.___..i.._____i__.___~__ u-L__-l-.. _ _-L ---.--- 1--.-- ___,____-l__ RFP-F02-042: PROPOSAL REQUIREMENTS CHECKLIST ~ PRICING FORM Place an mark in the appropriate cell(s), AL T, OPT, NA, ;. Type in an Explanation where pertinent. Itemates are those that perform the same function as the stated item. Clarify whether alternates are included n bid price. ot Available items are those items that your firm can not comply with or does not have. ptional items are those that are not included in the Bid Price. eluded items are those that are included in the Bid Price. equlrements d) Input power shall be 12VoC+10%@400mAwithanoperaUngrangeof10VoCto16VoC. 16. Card ReadersIKeypads: System card readerlkeypad specifications shall meet one or more of the following options: - a) Magnetic f>tilpOCafifReadeiSlCards-- - ----- --- The system shall support use of a magnetic stripe reader. The reader shall recognize multiple encoding schemes, Reader electronics shall be encapsulated for environmental security. The reader shall be powered by ~VOC. supplied by the control panel. The calli shall indude a hot stamp indicaUng the encoded number. The reader shall meet the following specifications: (1) Magnetic stripe card encoding density: 75 to 210 BPI __n____ (2) EncodIng type: Aiken Blphase (Ff2F) - - ------.--".~--- ---- -- (3) Track location: ANSTX4.167ISCJ~tniCklff orfff-- ._~---- ------ (4) Magnetic specificaUOn: ANSI X4.16nSO 3554 - .-.----------- ..------- (5) Thickness: 0.020 to 0.045 inches (0.511 mm Permissible jiller .------<T-3O'ii. maximum. +/- 22% at 80% malumum speed) . -~CardRead speed: 1.69 to 1]1 iPS at T511l'i;T2TtOT22ll'S8f1U5Bl'f.---...... -------0.85 to 85IPS-arnogPf,lf.llflO6flPSaf2TOllPT---------- ---l7JARSUISO standalll call1lffegreaterthan 100.000 passes - ---.--------- . (8) Mechanical: -----.----.-..-~------~..--....--------- (a) Width: 6.25 Inches (159.7mm) ---------...---... (b) Depth: 1.5 Inches (38.3mm) ____n_____________________ (c)WelQht 12 ounces .----.--.---.---------.--------- ---------- - ..-- -.-------- -- -- --- --- ---- ------ .---.----------- (9) Elec1ricai: --"--ralCUnent:lessthan50mA .----.-......--- ------ ---.------. '---"'(b) MICroprocessor. Custom CMOS (0) Data Output: Standalll Wiegand Data Uming --...---- (d)PuIseWidth:45us+/-10ms ----------------- (8) Pulse SpaCing: 1ms-+l-10% Signal ------ (ij lED: Bipotar. host controlled (10) Environmental: . (a) OperaUng temperature: 0 to~ n'--(6fOperaUng relative humidity: 100% Reliability (11)MTBF: --------- ------------- (a) Electronic - Greaterthanl5O](lOliOuii---'-"-- --------- (12) The calli reader shali be Engineered Systems NR- 1 -W,'or poor approved altemate: ------ (13) The card shall be the Engineered Systems NC-"2'""cir-pnorapproved altemate. ..-.-- ----- - .n17.WlO9andCai1fl<eaaerii.-------- ----.. The system shall support the use of a Wiegand card swipe reader. Reader electronics shall be encapsulated for environmentai security. The reader shail be powered by ~VOC. supplied by the control panel. The calli shall use twenty-s~ (26) bils and have a hot stamp number equivaientto the encoded number. The reader shall meet the following specifications: - --a)MechanicaT---- . (1) Width: 5.3TnChOST135.4mm) "-12) Depth: 1] inches (43.4miiir------.. ---------..-....-- ------ ---b)'Trie calli reader shanoe the Engineered Systems CR-1-or pnor approved altemate. -'Cjihe calli shalfDeilieEilglneered Systems SC-2-or poo(appiOvooaltemate. -------- -- Your Company .1~'l1e Here Al T (Attemate Proposed) NA (Not Available) OPT (Optional) INC (induded) IINC . OPT NA. Al T l~xPlanatlon -1--- __---L__ i- -+------r--- -...- ~~-._------ _____L --L ____ ~ I ---I- -j -- .__1 RFP.F02.042: PROPOSAL REQUIREMENTS CHECKLIST' DRICING FORM Place an mark in the appropriate cellfs), AL T, OPT, NA, ;, Type in an Explanation where pertinent. Iternates are those that perform the same function as the stated item. Clarify whether alternates are included n bid price. Not Available items are those nems that your finn can not comply with or does not have. ptional items are those that are not included in the Bid Price. neluded items are those that are included in the Bid Price. equlrements . roxlml ea ers Your Company l' "'11e Here AL T (Altemate Proposed) NA (Not Available) OPT (Optional) INC (Included) INC OPT NA AL T planation The system shall support the use of a unkiirectionaJ proximity card reader. The card reader shall have a read range of f~e 10 e~ht inches. The reader shall be able to be mounted with its sides against metal doo or window frames. An extemal +12VOC regulated power supply (PS.l.12E) or pnor approved altemate shall power the reader. The card shall use thirty.four (34) bits and have a label indicating the encoded number. The reader shall meet the following specifications: ajMechaOlcal: -------- ..----~-.~ -----,..- __--1-___L___ (1) Width: 5.0 inches (l2.7cm) ------..-----.---.---.. . - +--- . -..... (2) Oepth: 1.0 'nches 12:54ciiiJ--~.---. .-...--...-.---.... -. '--- b)Eleclrical: ---;-....-..... (l)Currentl00.l60iiIA'- ......------. ----. -. c) Environmental: ~_._-~---------._--~ -----.~-------- .----- - ---CI)lhe-card readeTpower-supply shall bitfle-pg:-f-f2E"or prior approveaattemate.-.------ _____'n e) The card reader shall be the Engineered Systems PR.P.PRO or prior approved aRemate. -- - - f) The card shalTlielfieEngineered Systerris~or prior app'roved alternate. -'-f9. Barcoael<eiidiii.-~'--' ---.----.-... The communication shall be Wiegand fannat with standard five-wire Interface. The reader shall read all common barcode symbols such as Code 39. Interleaved 2 of 5, UPCIEAN, and Codabar. In addition, the readershall decode Code 93, Code 11, Code 128, and MSI. The readershall be auto discriminating. read in both directions, a.nd compatible with most masking films. The reader housing shaR be aluminum alloy with a polyester powder coal The reader must be capabie of reading vlsibkl as well as discreeUsecure 'invOible' barcode labeis. Labels must be available as stick-on Mylar coated stock. Labels may aiso be generated from software such as "auickdraw", "labelmaster" I etc. The reader and emulator must draw its power from the N.1000 panel, requinng no extemal power supply. The PW.2000 control panel will require no additional programming to aooeptthe barcode data. a) Mechanical: ---....---m EmulaiOilOiition up 10 500 fl horn l'W-=-2OQO-1I ControfPaner---'- (2) Reader Head: Composition Cast Aluminum, sealed una _._~~_._~-- (3) SiZe: 5' Long by 1.75' Wide by 1.5' HlQh (4) WelQht 12 oz. b)Electricaf ....---..,------- (1) ReadetPower. +5'\7llC'(W30iiIA" ....--.--....- .--" -.-- . c) Environment: ._~---- --~--,------ (1) Operating HumidifY: 9O"%non-oondensrng------ "----- -~-- d) The barcode reader shall6ii the Engrneeiiia-sysfiiiliSll'R:70r pnorapproved aiiemate. .- -ZO.Keypads n'_____n.._.__...__._.._ ----...-.--. The system shall support the use of an l1-wire, 2-of.7 matrix keypad. The keypad shaii be ofPiezoelectJic construction with LEO's for visual acknowledgment of a valid code. The keypad shall incorporate an audio lone generalor 10 acknowi~e each input enlIy. Keypad electronics shaii be encapsulated for environmental Sl!O.lrity. The keypad shall receive power from the control panel. a) Mechanical: -"-------~--"---~-----,---------- - --..-- (1) Width: 3.0 inches (76.7mm) ---- --~-----------,,------ -(2j1lOpth'O.'5TnChEiS'('r2:8'milij.----. .. --- - ,--+----.j, ------,--. . -1-_-'. .._.~n ~ -----1---.---- -+ i ., RFP-F02-042: PROPOSAL REQUIREMENTS CHECKLIST . "~ICING FORM Place an mark in the appropriate call(s), AL T, OPT, NA, \. .,;. Type in an Explanation where pertinent. Your Company'- ..,e Here AL T (Altemate Proposed) NA (Not Available) OPT (Optional) INC (Included) IIINC OPT NA. AL T I~XPlan.tiOn 8. The PW-465-PCI-B 465 multklrop line local shall provide an RS-465 intertace through the PW-465-API-B 485 muW-<lrop line local to the PW-2000 Control and an RS-232C intertace to a Personal Computer. 1. MechanICal: --..--.-....- - ~-._-,-----_._-.-- a) Width: 4.0 Inches (l00riiml-~~--------_._----------- ---:~- . b) Oepth: 5.25 Inches (135iiiiiij ------ n - - --~~- ------2. Power: ---- ---------. ---------------------------~-- --------~--- I C. CRT tennina~, printers, and peripheral security devices oonnected with RS-232 shall not be more than 50 feet away, without using the appropriate modems. Beyond this distance a short-haul or leased-line modem shall be used for transmission over a pair of voice grade quaiity (3002) telephone lines or dedicated cable. D. RS-485 multi..clrop applications shall not run more than 4000 feet or connect more than 31 control panels without line drivers or modems. 1. A panel in a remote 485 muW-<lrop oommunioatiion oonfiguration oonnected to a PW-465-HUB-8 465 multklrop line remote dial-up system oonverter or prior approved altemate shall have the ability to intertace to a slandanl, 9600 baud telephone line with Hayes (or Hayes oompatible) auto-answer/auto-<l~1 modems using the Engineered Systems M-96OO or prior approved alternate. 2. A panel in a remote communication loop configuration connected to a PW-485-PCI-B or prior approved altemate, 485 muW-<lrop line local oonverter shall have the ability to intertace to a leased (9600 baud) telephone line with ieased-Iine modems using the Engineered Systems M-9600-LO and M-9600-LA or prior approved alternate. 29: ACCESS CONTROL SPARES - A. Pro~de one (1) each of the following Engineered Systems Computer-or prior approved altemate components to serve as system spares: 1. PW-2000-IV or PW-2000-11 control panel - 2.PW5KllClntelligentController 3. PW5Kl1N Inpumodule . "TPW5K1OUT OUtput Modu~--- - 5.PW5K1R2TwoReaderModule - -_._._-~------ 6. PW-465-PCI-B (485 multklrop.lmekXil/. T.l'W-485-API-B (465 multklrop line local) ----- -- . -~---- -. .-.--...-- . 8. PW-485-HU8-B (465 muW-<lrop hne remote dia~up systein'-- 9. Card Reader ------ --------------.--...-.~ ln~Aulo O"mooem (M-9600 or installed equivalent) . ... ..-. - .- . ------ - ------- -~4SuiiPressi;ikif------~----- ... ----- -12:")(-4 Transformer .---------------- rern CONTROL EQUIPMEN'--- ------.---~- -- --------~~- --.-- ommunlCation IntertacelJ(di\e--------------.-.---.--... . - TTnecc1VTntertace module Shall be the EngineeredSy.teriiSJ>C-CCT\rmtertace module. . ---~-...j_._--- . .- ____L.)~__~__~ i I I -------.---j- --- '-- ~'___-l-__J____ i i -------'------+---------:- ___L_____j_____ 2. CCTV System must have the ability to monitor, control, and perform manual and automated capabilities The system must have the ability to interlace with, but not be limited to, the following vendors' equipment ---a}Amenciin-Oynamrcs--" -----------~-..-----._. - - -------------- RFP.F02-042: PROPOSAL REQUIREMENTS CHECKLIST . "~ICING FORM Place an mark in the appropriate cel/(s), AL T, OPT, NA, ~ .;, Type in an Expfanation where pertinent. Your Campanv' - "18 Here Alternates are those that perform the same function as the stated item. Clarify whether alternates are included n bid price. AL T (AItemate Proposed) Not Available items are those items that your firm can not comply with or does not have. NA (Not Available) !optional items are those that are not included in the Bid Price. OPT (Optional) Included items are those that are included in the Bid priCe. INC (IndudeO) ReqUirements INC OPT NA ALT bplanatlon b) DeOicated M~ros -----CjGeutebruck ---- --- ..._.-.-.~----------- -- -- ------- --..._-----_._- ------ --- n -- --. ----------- - il) Javelin ---------------- . ---------.-.----... -- ---- --- -- ___ _H_' - ---._- - ejlrurre-- --- ---- - ---------------- --- ---_._--_._._-_.._-~---- ... -..-- --- n'___ -- ---- - ---------------- , -- nV~ _._-_...._~-- ----------------- ~-------------------_._-, ----- -- .---- ---- -------- g) PanasonTc- - - - - -. ~-----------------_._---- ________~__.n___ -- _~___n___'.__'_ ~-- ----. h)Pe~ -------------- ----- n_..____..__ -------------- -- -----, -- -- 1-- -- ..------- 1- ------~--,~---~-- --------- - -.-. -- -- .------- 3_ The Contrador shall provide and install the CCTV equipment as part of the Integrated Security Management System. iI.PAGING ---..----- ---~--------------------- -_.-----_._--------~----------- .---- .------ - - --- -----.- - -~----- ....--- - ---. "----+---~- 1----- A. Paging system shall allow interfacing from the security system via phone Une or direct connect to a relay output B. Paging system shall iiIIOYiUSer programmable alphanumenc mesSages to be-senr------- ~-- - ..--.-------+--- --"- - _________n__ i , : , .-------------- ---- - --C. A Single message shall be able to be sent to a group of pagers.--- ------------ -------;------,-.-,..---t------- , - i 0_ Paging system shall allow messages to be repeatedly sent to ensure reception_ -- - _nO_ _ .__I_______L______ -~ n___ -~-,-,- - E_ Paging systemshali have battery DacIWp:----- ----- -- ----------- ----- - --+-'--__L__ --- I ; I 1': Ability to timestamp a page shall be provideO. --~--- - _._~_.--------------------- _-._---!.-..___+-_n__ ___~. on - --- ------ ---.-- -lr.Tfie pager interface shall comiTiuniCife to s- standard alphanumeric pager. --------- ___c__ - L - n __n____-.___ --- - --rrTftifpage'r"ihTenace snail De trie t:nglnee~1(S1O(}:SP-ofpffijr-ap~-----m,- _n~_:__, n___ ----------.. ,. . - ,. . ELECTRONICS Two YOUR SECURITY. CUR PRIORITY. . . \':::::S'{f' << r.''-..'''~. ' !--) .1 " );;.,.'. , \'::./ \2~.>1 u . CITY OF SAN BERNARDINO . RFP F-02-042 . . INTEGRATED SECURITY MANAGEMENT SYSTEM . 300 NORTH "0" STREET . . - - - - . 11715 C...-nIft ST . RIV_ CA 821507 . (_1688-2028 . (_1688-8318 STATIl UC 1870388. ALARM uc. IAC04343. U.L.IS1544ti 1/)0;) , 4/2 - ~ SECTION A: SECTION B: SECTION C: SECTION D: SECTION E: SECTION F: City of San Bernardino 300 N. "D" Street, 41hFloor San Bernardino, CA 92418 RFP F-02-042 INTEGRATED SECURITY MANAGEMENT SYSTEM T ABLE OF CONTENTS PROPOSAL FORMAT AND CONTENT I. Presentation 2. Letter of Transmittal 3. Technical Proposal a. Qualifications, Related Experience and References of Offer b. Proposed Staffmg and Project Organization c. Work Plan d. ExceptionslDeviations LICENSING AND CERTIFICATION REOUIREMENTS COST AND PRICE FORMS (In Separate Sealed Envelope As Stated in RFP) NON - COLLUSION AFFIDAVIT PRODUCT SPECS CONDUIT SCHEDULE ELECTRONICS Two Ou" ""'L]""'~. 1 1 75 CENTER ST . RIVERSIDE. CA 92507 . (909)686 - 2029 . (909)686 - 6318 STATE Lie #670389. ALARM Lie. #AC04343. u.L. #55446 - ELECTRONICS Two OUR PRIORITY. SECTION A PROPOSAL FORMAT AND CONTENT f 175 CENTER ST . RIVERSIDE, CA 92507 . (909)686 - 2029 . (909)686 - 63 t 8 STATE Lie #670389. ALARM Lie. #AC04343. U.L. #55446 [-'-'/'-~ \!.'. ([1 ELECTRONICS Two OuR PR'DR'TY. May 7, 2002 City of San Bernardino 300 North D Street, 4th Floor San Bernardino, CA 92418 RE RFP F02-042 Letter of Transmittal To: City of San Bernardino Purchasing From: DC Electronics Two, Ine 1175 Center St Riverside, CA 92507 909-686-2029 Attached is our proposal to provide an Integrated Security Management System as specified in the above referenced Request for Proposal All items and work will be provided by D. C Electronics Two, lnc, excluding the door hardware Our subcontractor for the installation of door hardware will be FM Lock & Safe. Our bid proposal does include the pricing for their scope of work We acknowledge that we have received Addendum #1 to the RFP F 02-042 and will adhere to the specifications and scope of work as outlined in both All pricing in our proposal will remain valid for a period of not less than 90 days from the date of submittal, May 7, 2002 I am authorized to bind D. C Electronics Two, Inc. to the terms of the RFP and all addenda I am also the contact person for the proposal evaluation and can be reached at the address below or (909) 686-2029 ext. 13. Respectfully submitted, D. C Electronics Two, lnc ~'"~ Project Engineer Ricb-'![~t@<ictwo. <,:om c...l: ~ ELECTRONICS Two 1 175 CENTER ST. RIVERSIDE, CA 92507. (909)686-2029. (909)686-6318 STATE LIC #670389. ALARM LlC #Aco4343. UL #55446 - . ..- . .. .. a. - - - .- - .- - .- - - - - - .- - - - - - - .. - .. - - - - - Technical ProDosal Qualifications. Related EXDerience and References (l) D. C. Electronics Two, Inc. is a California Corporation established in 1985. We have one office located at 1175 Center Street in Riverside. We currently have a staff of fifteen employees. We are a licensed contractor in the State of California with a C-IO and C-7 classification. We also have an ACQ and anACO license with THE Bureau of Security and Investigative Services. We specialize in the following trades and services: a. Installation of security alarms, camera systems, access control systems, intercom systems and fire alarm systems; b. U.L. Central Station Monitoring offire alarm systems and security alarm systems; c. Maintenance and inspections of fire alarm systems. We are currently certified with Underwriter's Laboratories to install and inspect fire alarm systems and certified as a DVBE minority contractor with the Office ofSma1l Business Certification and Resources. (2) Our firm is financially secured and autonomous. In a period of five years, our revenue has more than doubled. We do not have any pending litigation and have never filed for bankruptcy. We do not anticipate any office closure or mergers. (3) We are an authorized Northern Computers Engineered Systems Group Dealer and have been installing and maintaining Northern equipment for the past six years. We are currently contracted with several departments of the County of Riverside and have installed the Engineered Systems as specified in the RFP in over 13 oftheir :~ locations. - _ I!!:LEOTNONfl:OB TwO v"~,, ~~~d"'H. Du" _'''.'T~. 1 175 CENTER ST . RIVERSIDE, CA 92507 . (909)686 ~ 2029. (909)686 ~631 8 STATE Lie #670389. ALARM UC #Ac04343. UL #55446 .. .. .. .. .. (4) FM Lock & Safe is our subcontractor to provide and install the door hardware required to ,.. - .. - - - - work with the access control system. FM Lock is located at 286 N. San Jacinto Avenue in Hemet. Our contact is Steve Koehn and he can be reached at (909) 855-5775. They have been in business for 16 years and possess a valid C-28 license (#790010). We have been working with FM Lock & Safe for over three years and are very satisfied with the quality and timely completion of their work. - (5) Please find attached letters of references for related project experience as outlined in the - - .. RFP. b. ProDosed Sta:fline and Proiect Ol"l!:anization - - - - - - .. - - - - - - - - - - :~ _ ELECTRONICS Two YDU" "U'L>~'-", CUR _"""TY. - (1) All proposed D. C. Electronics Two, Inc. project staff have a minimum 00 years on the job training. They have been factory trained by Northern Computers for proper installation, service, and troubleshooting. (2) The proposed Key project manager is Richard Jimenez - Project Engineer, who has been with D. C. Electronics Two, Inc. for eight years. He is certified by Northern Computers for access control and carries a NICET Level II certification. He specializes in the planning and engineering of Access Control Systems using Network LANIW AN systems. He is trained on PC setup and installation and knowledgeable with access control using SQL server. The proposed Key Installer is Tammy Scott - Lead Technician, who has been with D. C. Electronics Two, Inc. for five years. She is certified by Northern Computers for access control. She specializes in the installation process, training and testing for access control. 1175 CENTER ST. RIVERSIDE, CA 92507 _(909)686-2029. (909)686-6318 STATE uc #670389. ALARM UC #Aco4343. UL #55446 - .. ~ .. ... - - (3) . She is trained in low voltage wiring, connection oflow voltage systems, and programming of access control. SEE ATTACHED TASK LABOR ALLOCATION TABLE (4) The key personnel proposed to perform the work in the specified task are Richard - - - . - . - - - (5) (6) - - - - - - - - c. - - - - - - - - - :~ _ ELECTRONICS TwO YD'J~ ~L~U";~V. OuR .....OR'T't. - Jimenez and Tammy Scott. Richard Jimenez will be the designer and engineer of the system. He will coordinate with the City to design the system Tammy Scott will be the installation manager. She will coordinate the schedule and installation process. She will also coordinate with the subcontractor, FM Lock & Safe, who will be installing the door hardware. SEE ATTACHED PROJECT ORGANIZATION CHART D. C. Electronics Two, Inc. understands that key personnel will be available to the extent proposed for the duration of the project. We acknowledge that no person designated as "key" to the project shall be removed or replaced without prior written concurrence of the City. Work Plan (1) D. C. Electronics Two, Inc. plans to complete the task specified in the technical specifications, after award ofRFP by scheduling a initial meeting to verifY all locations ofaccess controlled doors, meet with the City's IT department to gather more information regarding the LAN, set a schedule to begin the project, and perform the installation, testing, and training. 1175 CENTER ST . RIVERSIDE. CA 92507 . (909)686 ~2029 . (909)686 ~ 6318 STATE uc #670389. ALARM UC #Aco4343. UL #55446 - w (2) D. C. Electronics Two, Inc. approach to complete the task specified in the Technical - w Specification is: '.. a. Schedule initial meeting with City (Richard Jimenez, Tammy Scott) .. b. Job-walk with City (Richard Jimenez) ... .. c. Schedule beginning project date with City (Richard Jimenez) ... d. Coordinate with key installer (Richard Jimenez & Tammy Scott) .. e. Proceed with install (Tammy Scott, Installation crew) ... .. f. Complete install (Tammy Scott, Installation crew) ... Schedule final job-walk with City (Richard Jimenez, Tammy Scott) - g. h. Schedule training with City (Tammy Scott ... ... (3) SEE ATTACHED PROJECT DEVELOPMENT SCHEDULE - - ... d. ExceptionsIDeviations - D. C. Electronics Two, Inc. has proposed no exception to or deviations from the requirement of ... this RFP. - ... ... Respectfully submitted, D. C. Electronics Two, Inc. ~-!!- Project Engineer ... ... - ... - - - - :~ _ ELECTRONICS Two t 175 CENTER ST . RIVERSIDE, CA 92507 . (909)686 ~ 2029 . (909)686 ~631 8 STATE uc #1670389. ALARM UC #Ac04343 eLL #55446 VOuR ,,~~u~.o~. guOl _.......,.,.. ... - . Department of Public Social Services REFER REPLY TO: The County of Riverside, Department of Public Social Services (DPSS) implemented a keyless entry system at four facilities. DC Electronics II (DC II) won the bid and currently we are working with them on all future sites. The scope of the RFP called for the vendor to plan, install and monitor Fire/Life/Safety alarm, installation of closed circuit television, intrusion alarm, distress alarm and keyless entry door access technology for five facilities. Work performed by DC II was within the scope of the RFP and met all general requirements. DC II met all dead lines and worked well above DPSS expectations. Winpak Pro was introduced as the card access software. It will allow centralized card access to our fifty plus facilities. DC II worked closely with the Winpak Pro vendor, Northem Computers, to design and install our card access system. DPSS onsite Winpak Pro operators receive their initial training from DC II. DC II and DPSS keep an open line of communication regarding software issues. The Riverside County Department of Child Support Services and Riverside County Purchasing have both modeled our security operation. The County of Riverside, DPSS, highly recommends DC II to develop card access for the City of San Bemardino. The City of San Bernardino is cordially invited to look at our card access operation. . - . '. . . . Dennis J. Soyle, Director . - May 6, 2002 - Marsha Zeller Manager City of San Bernardino Purchasing Division 300 North D Street San Bernardino, CA 92418 - - - - - Dear Ms. Zeller, - - - - - - - - - - - - Sincerely, - - - id L. err DPSS Logistics Group Administrative Manager (909) 358-3162 - - - - - o AdministrativeOFtice 4060 County Circle Drive Riverside, CA, 92503 o Bigibility AdminstrBtive Svcs. 3950 Reynolds Road Riverside, CA. 92503 o Staff Development Training Ctr. 22690 Cactus Ave. Ste. 100 Moreno Valley, CA. 92553 o DPSS Medi-Cal Unit Riverside County Regional Medical Center 26520 Cactus Avenue Moreno Valley, CA. 92555 o 1605SpruceStreet Riverside, CA. 92507 o 1020lowaAvenue Riverside, CA. 92507 03021 Franklin Avenue Riverside. CA. 92507 o AdoptionSeNices 10281 KiddStreet Riverside. CA. 92503 o ArIingtonDffice 10281 KiddStreet Riverside, CA. 92503 o 4260TeQuesquiteAvenue Riverside, CA. 92501 o 23119 Cottonwood Ave, Building C, 2JW! Roar Moreno Valley, CA. 92553 01151 North A Street Penis. CA, 92571 o 2055 N, Penis Blvd. Ste.B Penis, CA. 92571 o 575 Chaney Street Bsinore, CA. 92530 o 1075N.StateStreet Hemet, CA. 92543 o 43264 Business Park Drive Building B SuiteS.1 Temecula, CA. 92590 o 505 S. Buena Vista Corona, CA. 91720 o 3178 Hamner Avenue Noreo, CA. 91760 o 47950 Arabia Street Indio, CA, 92201 o 68615 Perez Rd. Unit 9 A Cathedral City, CA. 92234 o 71-777 San Jacinto Drive Rancho Mrage, CA. 92234 o 161 West Ramsey Banning, Ca. 92220 o 1225WestHobsonWay Blythe, CA. 92225 - - COUNTY OF RIVERSIDE JOHN REPLOGLE Director . DEPARTMENT OF 2041 Iowa Avenue Rivenide, CA 92507 ,. '. . CHILD SUPPORT SERVICES 1370 South State Street, Ste. A San Jacinto, CA 92583 .. 47-940 Arabia Street Iodin, CA 9220 I . 1287 W. Hobson Way Blythe, CA 92225 .. - IN REPLY REFER TO: .. - May 7, 2002 .. - DC Two Electronics 1175 West Center Street Riverside, Ca 92507 .. - To Whom It May Concern: - - I have had the opportunity to work with DC Two Electronics on several projects over the past few months. We are currently undergoing a complete turnover of our security/access system for all of our facilities within Riverside County. DC Two Electronics has been wonderful to work with. They have made themselves available to me constantly during the learning curve process. We received ample training manuals and helpful after-hours cards to use at our disposal. - - .. - The level of service received during this conversion process, far exceeded our expectations. We would be more than happy to recommend DC Two Electronics to anyone and will defmitely use their services again. Please contact me if you have any questions. - - - Sincerely, - - Nicole Windom-Hurd Department of Child Support Services Administrative Supervisor nwindom@co.riverside.ca.us (909) 955-9825 phone (909) 955-9404 fax - - - - - - - - - - - .. .. .. RKM Realty Group 4505 Allstate Drive, Suite 103 Riverside, CA. 92501 Phone (909) 778-0726 Fax (909) 781-6110 ". '. .. i. .. . May 3, 2002 .. City of San Bernardino 300 North D Street San Bernardino, CA. 92418 .. - .. Re: D.C. Electronics Two, Inc. - Dear Sir or Madam: - - During the past fifteen (15) years my company has developed, built and leased over 120,000 square feet of office space to the following agencies: - - 1. Internal Revenue Service - 1040 Iowa Avenue, Riverside, CA. - 33,800 square feet; 2. Department of Public Social Services - 1020 Iowa Avenue, Riverside, CA. - 25,000 square feet; 3. Riverside Registrar of Voters - 1280 Palmyrita Avenue, Riverside, CA. - 20,000 square feet; 4. Riverside County Sheriff - 12080 Palmyrita Avenue, Riverside, CA. - 20,000 square feet; 5. State of California Employment Development Department - 1100 Palmyrita Avenue, Riverside, CA - 24,000 square feet. - - - - - - - For each agency, D.C. Electronics Two, Inc. provided the security systems, cameras, card access systems and fire systems. They are thoroughly professional, highly competent, take great pride in their work and are there when you need them. I recommend them highly. - - - Sincerely, ~\b - - - Robert K. McKernan President - - RKMIbed - - - - ., I I I c:: , - 0 .- - o. cu ~ ~ (J 0 I H - - . cu UJ" I U ~ ~ I -0 :J Z. 0 o~ ~~ .c:: I I H ~ I u · 0 IiJ · .c .J 6 , 11.1>- CU I - I ~ t/) CU ~ I- ~ ~ I I ~ 0 E 0 '-S> I "0 "2 -- Q) ~ 1ii Q) VI E \ E >- c. c: 0 ()c Q) VI I!! ~ 0 " 1ii .~ Q) '" u OJ >- E "0 ~ Q) UJ Q) '" 0> "E c: - Q) " Q) .5 c: c: I 0 0> 'S; 0:: '" 0 'C: c: Q) <5 L: " '~ 0> 'E "0 "E 0 ~ Z c: OJ L: 0 Q) 'C: ~ VI 0 :5 - Q) E () Q) 0> "0 OJ Q) ~ ~ - 0> :c c: c: I ,5 .~ c: c: 'c: t;; '~ 0> ::J 1ii ::J '" 0> e ~ 0 e .~ 1ii 1ii c: Q) Q) W 0.. 0.. :; t- t- t- .5 .5 t- , I ELECTRONICS Two YOUR 9F.:CUR1'TY. OUR PRIORITY. Project Organization Chart I ~ I ~ I I I I I I YICI..' Pn.::'ldtnt Gcon~<.: Dd VeI!c :. I I Pf(I!l'CI ~:nf',1nt;Tr RIchard lunt.'ol Z In.;;rallariof1 i\Lln,l~tr TaJllnJ} SLort Inst:all.ltlOll (,n:w ( )fficc :\Lina.l!:t'f Dcbl1lC Swans( 111 'E ., E Cl c. c: ':; 'E g E CJ) N -c:~g.~~ O=c:cn :J 0 en 'm nI OL...Q)L...oC ::!;a.f-f-ll. ., '" '" .<= .>< c. - ., '" ~ ~ ,- .0 ~ o ~ ...., a. 'E ., E Cl c. c: ':; 'E gE C)t? - e g> c: G.I c: C):;::; '2 en :J 0 II) "n; ca o '- Q) '- .c ::!;a.f-f-ll. Q) - ::s "'C Q) .s:: o. (J ~~ CJ) H .... . s::: U). Q) ~ u~ E -0 z. a. o~ 0 I o:~ - I H Q) U" > W' Q) .J~ C I iii' I .... (J Q) I "- I 0 ~ a.. I I I Cl ., - c: '" :;:: '" ., .<= ., .>< c. ::!; - ., '" ~ 0; ~ ,- I :;:: .0 ~ 'c o ~ ....,a. - I 'E ., ~Eo> ~c co .9- .~ ca 0 a::l E ~.- ~ C"E C).ol) a; ~ ~ co g'.s.o- ~'~C:O=.~mE .cQ;)go~cac:o ~~:!ctl-t:u:u . .. - ~ .. ,. '.. ELECTRONICS Two YOUR SECURITY. CUR PRIDRITY. III - . .. . .. SECTION B . .. . .. .. .. LICENSING AND CERTIFICATION REQUIREMENTS - .. - .. - .. - .. - .. - .. - .. .. .. - .. 1175 CENTER 5T . RIVERSIDE, CA 92507 . (9091686-2029. (9091686 -6318 STATE ue #670389. ALARM Lie. #AC04343. U.L. #55446 - - .. - .. .. .. .. .. .. .. .. ~_. . State of California 4 ~ CONTRAC~~fv~~6~~i~SE BOARD WJ lite"" Num-670389 Emilj CORP Busi~"NamIJJ C ELECTRONICS TWO INC .. .. .. .. III .. CI"'i1i~lIon(C-7 C10 - EIPir..nDI1()4 /30/2003 L~L~ I I .. .. - .. - .. - .. - .. - .. - - - .. - - - - - - .. . / ~~bi~~{~::~~:;~!~;i\:,:!jJi~,:l:~\~;~;,:~:,., ~l\'..'; ~.' i ' ? ':~:/ I " --, .~. ;'-',' ,., ~, , _,', /.: , .~ ; '..AtARM COMPA . \. i. .~ .': ",_~, "c ,. '~"_' ;.,:: '. _,' -.,' . _', '.' ~ - .. ,.- . , , . , . '," ",,' . NON-TRANSFERABLE ';'U;t;.;~'i It;,;}] \\:lfI,t};\iJ~J~ \'W~t{~V}1~"#J~~; ~;'lh.it"eati\(a 0$:';' "';lty", 8'6'& rh~e~jigl;l,tiv'e;jser\l;j '~~:: /r/ . " '~gt~.::.e;e~~tm5:~!(j( .,J". }" , .' ~'t61 3".7~400,O;' . ". J ,>. IEb MANXGEl{' ',,':: ': .;: _."" ',' ,'. '.::--.," VAUD UNTIL Jlc'Q3791 02 300D 14 ACO 4343 - D.C. ELECTRONICS TWO, INC. UTANA LAWRAY DEL VALLE 1175W. CENTERST RIVERSIDE CA 92507 )2J:b2 -"'" (0-2'". .' .I." - - - - D.C. ELECTRONICS TWO, INC. 1175 W. CENTER ST RIVERSIDE CA 92507 .i:-" - - - UJJ2 _2/02: - u__ NON-TRANSFERABLE -,-- POST IN PUBLIC VIEW _u__ WF>jAc6':o~/3D/OO -.. - - - - ..J:{'k/r.-~-; ,;o,:/r".;:.,;f'-"'-'''>0'h~.;;;, -:it >:,:;:.,,: ~.$;;"- /"";'/-,;;:0,!."':'2~- './-': ~"";,,$,,-' ./-':. ::'-"'9'~'~""'~""""''''' I ~CCCCOOCOCCCCCOCOCOOOCOCCOCCCG~~CCCCCCCCCCCCCCOC~OCCCCCCCCCCOCCCOCCCCDCC~ ~ 01 0 " .. a!----- ----- , .. ~i VL Underwriters Laboratories Inc.@ " o " 0' ..<~ ~ ", 0' "' .. Oi 0' o ", - C! " w, .. Di at - 51 g! .. - - - - - .. - .. - .. - - - - - - - - .. - - - .. - - - .. - .. Northbrook,IL Santa Clara, CA Melville, NY Research Triangle Park, NC Camas, WA A not-tar-profit organization dedicated to public safety and committed to quality service Applicant ID No: 476552-001 Servlce Center No: 1 Expires: 31-MAR-2003 . ~} CERTIFICATE OF COMPLIANCE THIS IS TO CERTIFY that the Alarm Servlce Company Indicated below Is Included by Underwriters Laboratories Inc. (UL) in Its Product Directories as eligible to use the UL listing Mark In connection with Certificated Alarm Systems. The only evidence of compliance with UL's requirements Is the Issuance of a ULCertlflcate for the Alarm System and the Certificate Is current under UL's Certificate Verification Service. Listed Servlce From: RIVERSIDE, CA Alarm Service Company: (476552-001) DC ELECTRONICS TWO INC 1175 W CENTER ST RIVEl'iS1DE, CA 92507 Service Center: (476552-001) DC ELECTRONICS TWO INC 1175 W CENTER ST RIVERSIDE, CA 92507 The Alarm Servlce Company is Listed In the following Certificate Servlce Categories: File - Vol No. roN L~MgCere~~ UUJS PROTECTIVE SiGNALING SERVICES - LOCAL, AUXILlAl'iY, l'iEMOTESTAT10N. AND PROPRIETARY S5446 - 1 ... THIS CERTIFICATE EXPIRES ON 31-MAR-2003'" "LOOK FOR THE UL ALARM SYSTEM CE~E" -~-~ S c;;...> Engineering Manager ! .JJ - .. State of California' State and Consumer Services Agency. Gray Davis. Governor ~~--=.::DHARTMENT-OF~.ENERAb-SERVICES l. 1.fJ6" Office of Small Business Certification and Resources .= 15311 Street, Second Floor . Sacramento. California 95814-2016 - . - S6 APP 20000915 .. ... September 15, 2000 .. ... REF# 0003698 D C ELECTRONICS TWO INC 1175 W CENTER ST RIVERSIDE CA 92507 .. ... Deer Business Person: .. ... Congratulations on your certified small business status wtth the State of California. Your certification entttles you to benefits under the state's Small Business Participation Program wtthin state contracting, including a five percent bidding preference and special provisions under the Prompt Payment Act. ... ... Certification period ... ... Your certification period for each ~\lsirtes~'.type,!s: ....." _,:~,~; t,;,n/.<':j_, ",;..~ ~.. ~c:..;~-" _--'_ ':.-'1;..., ......... ,'t\i,;!~r.r"~';t. ... ' FfDtnL'''''" r_ i \'- P-'-r. " .:- (-r,' ,.......;.......-- "-~;: S~.$ ~,,,,~,..r.i::1 "'.~.. ... ~-' ,~- , , ~;;:. ..,~~_ ,'"l ~i' CONSTRUCTION # ~! .~h13/2~'~~13o-1.lW~Gm,;":~", \ ~ ~ ,:~(-;. ~ ~;,~ "}-:;:o; ~ :;;,Vr 'I,~r-;~ <"_. '~~ ~:. Annual Submission Requitiine'~t ': :1: "'i<~:j~'$' "':?-'-'t;;/.;~?1\ 5 ~ Proof of Annual Receipts ;"". .~;,~~~o~,~i~~~~~:i~~~~~~;~~/ To maintain your certified status, you must submtt af1l\l,l~lIy to our:i#ibe an ENTIRE SIGNED copy of the federal tax return for your firm and all affiliates. Include ALL sc~lllli1li!$;'funms, statements, and any other support documents as filed wtth the Intemal Revenue Service (IRS). Any firm submtting to our office Form 1040 Individual federal tax returns must include ALL Form W-2s associated with that tax return. I nd ustry ... - - - - ... - ... IMPORTANT! Please ensure your submttted tax retum copies are SIGNED by an authorized owner/officer. Unsigned tax return copies are a common oversight as most copies from tax preparers are not ordinarily signed. Because most businesses do not immediately file their tax returns at the end of their tax year, we will accept a temporary Affidavtt of Income. A copy is enclosed for your convenience. Submtt the Affidav~ of Income to our office wtthin the first month following the close of your firm's tax year. The affidavtt is valid for 90 days. When the affidavtt expires, submtt a signed copy of your firm's federal tax return--including all attachments, statements, etc. - ... .. ... - - If you requested a tax filing extension from the intemal Revenue Service, submtt a copy of the extension to our office. When your tax returns are complete, submtt the entire signed federal tax return no later than two weeks after the tax filing extension expires. - ... Prompt Payment Program - The Prompt Payment Act encourages state agencies to pay the undisputed invoices of certified small businesses and registered nonprofit organizations on a timely basis. Prompt payment is reinforced by adding interest penalties for late payment. Covered under the Act are certified small businesses that are etther a service, manufacturer, or non-manufacturer firm, and nonprofil organizations registered wtth the OSBCR. - - - - - .. Office of Small Business Certification and Resources ... . ---~~WGga' D-caEc:rRONlCS TWO 1NC Scetoml>er-H;.~ S8 APP 20000915 .. 2 .. Compensation on late or unpaid progress payments for certified construction firms is addressed in Public Contract Code, Section ~10261.5. .. .. The Prompt Payment Program includes the use of a rubber stamp to alert state agencies of a firm's certified small business or registered nonprofit status. .. .. Ordering a rubber stamp .. Rubber stamps are available in two styles: - - Tradttional rubber stamp Pre-inked rubber stamp $15 $25 - To purchase a rubber stamp, return the enclosed "Prompt Payment Stamp Request" to the OSBCR wtth your check or money order made payable to the "Department of General Services." - .. Reporting Business Changes - Submtt all address and other contact infonmation changes to the OSBCR. All submtttals must be signed by an owner or officer and may be faxed or mailed. - - Report all changes in business name, structure, or ownership by submitting to the OSBCR a new "Small Business and/or Disabled Veteran Business Enterprise Certification Application" (STD. 812). - - Your finm's business infonmation must remain current wtth the OSBCR or your certification status may be subject to suspension and subsequent revocation. - - Proof of Eligibility .. Maintain this original certification letter for Mure business needs. To demonstrate your finm's small business eligibility, include a copy of this letter in your state contract bid submittals. - .. Prior to contract award, agencies will assure the vendor is in compliance with Public Contract Code, Section 10410 et seq. addressing conflict of interest for state officers, state employees or former state employees. - Certification Renewal - - A renewal application will be mailed to you prior to the expiration of your small business certification. If you do not receive an application, please call us so that you may timely renew your certification. - - - - - - - - - - - Office of Small Business Certification and Resources --------..- RCr# 0003S98--&EHlCCTRONICC~- -- . September 1<) , 2{l(\l)- S8 APP 20000915 - - 3 - If you have any questions, please contact me at 916.323.2738, e-mail jeanne.simmons@dgs.ca.gov. or fax 916.442.7855. To better serve you, please have a copy ofthis letter and the "Small Business and/or Disabled Veteran Business Enterprise Certification Application" (STD.812) booklet when you call. The OSBCR offers various programs to further participation in state contracting. You may visit our Intemet website at www.dgs.ca.gov/osbcr, or call our OSBCR Telephone Information System at 916.322.5060. . - . - Sincereiy, . J~y~~ ~eanne M. Simmons Certification Officer Office of Small Business Certification and Resources - . - - - APPLTR Rev_ 8113/99 - - - - - - - - - - - - - - - - - - - - - - - - - ------- - - . - - - . - . - - - - - - - - - - - - - - - - - - - - - - - - - - Office of Small Business Certification and Resources . ~Ef# 0003698 [) ea~e-T~GNjeS"f-WO tNG .. September 1.5,-2000------- SB APP 20000915 4 Standard Industrial Classification (SIC) Code(s) Certification Approval Attachment You selected the following Standard Industrial Classification (SIC) codes andlor contractor's license classifications to describe your firm's business: 'Construction firms are classified by their California contractor's license classification(s). 4-0igit SIC Code' Industry SIC Code Description CONSTRUCTION Low Voilage Communications and Wiring Systems Electrical (general) C-07 C-10 - - - ~ - ,. .. - ELECTRONICS Two YOUR SECURITY. OUR PRIORITY. ,M . ,. . . '. SECTION D 'M .. ,M .. .. NON - COLLUSION AFFIDAVIT .. .. .. .. - - - - .. - - - - - - - ," - - 1175 CDlTER liT 0 RIVERSIDE, CA 921507 0 (9091686-20290 (9091686-6318' 5TATE UC: #670389 0 ALARM Uc:. #AC04343 0 U.L. #55446 - - - ~ '. '", NON. COLLUSION AFFIDAVIT ,,. '. TO: THE COMMON COUNCil, CITY OF SAN BERNARDINO '. - In accordance v.ith Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: . - That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint difree competitive bidding in connection with RFP F-02-042, . - . - Business Name D. C. ELECTRONICS TWO. INC. - Business Address 1175 ,CENTER STJl.l'ET, RIVERSIDE, CA 92507 Signature of offeror X /,--_/' /.... ~- - - /" - - Place of Residence - - Subscribed and sworn before me this 72:b day of ~____, 2002, 0 Notary Public in and for the County o~~D~tate of California. ~L\ My commission expires _ ,2cOB. - - - - - - iiv;,,~=';''';;;~::1 ~, . '. COMM.#1217668 Z 2' NOTARY PUBLIC, CALIFORNIA ~ - . 00" . SAN BERNARDINO COUNTY ... My CommISSion Expires April 30, 2003 - - - - - - - - - - .. .. - .. .. . .. ELECTRONICS Two YOUR SECURITY. OUR PRleRITY. . .. .. .. . .. SECTION E . .. - - - - PRODUCT SPECS - - - - - .. - - - - - - - - - - - - 1175 CENTER 5T . RIVERSIDE, CA 92507 . (909)686-2029 . (909)686 -6318 STATE uc #670389. ALARM uc. IIAC04343. U.L. #55446 - - .. '"' - - - - - - .. - Card Access Control System Configuration Guide - - - - - - - November 23,1998 '"' - - - - .. - - - - - - - - - - TD9004 ver. 1.4 - - - .. - CARD ACCESS CONTROL SYSTEM CONFIGURATION GUIDE - - - Access Control "" Access control is computerized control over entry to any area that can be secured with a lock and key. Entry is only allowed to authorized people at authorized times. Control of who is allowed to come and go is easily maintained. The weakness of a lock and key security system is the key. The key is a readily duplicated piece of metal that gives anyone who holds it access to an area. The risk of lost or stolen keys, with the expense of changing locks, is a costly problem. Access control is an effective and affordable solution to this prob- lem. With access control, each person receives a card or keycode which restricts access to authorized areas at authorized times. A small. programmable control panel allows or denies access. If a card is lost or stolen. or if a keycode is no longer secure. the control panel can be reprogrammed quickly and easily. An additional benefit of access control is report capability. The system provides reports of all card/ keycode activity. including whether access was granted or denied. and why. A permanent record of all entries to an area can be maintained. The Card Access Control System Configuration Guide describes basic Northern Computers. Inc. access control configurations and shows required equipment. ... IIlI "" II1II OIl Ill! ... III!I iii ! II IIIi Ill! .. Table of Contents IIlI , lOll N-1 000-II/N-1 000-II-UL. Card Access Control Panel...................................................................................................................... 2 Ill! "" N-1 000-III/N-1 OOO-IV. Card Access Control Panel.................................................................................... .............. .................... 3 N-1000 Readers and Cards. .......................................................................................................................... 4 N-1000-1I: Two Door Control. ......................................................................................................................... 5 N-1000-IV: Four Door Control. .................................................................................................. ..................... 6 Fiber Optics Wired Systems. ...................................................................................................,..................... 7 Local Card Access Control Configuration. .........................................,.......................................................... 8 Remote Site Configurations. ..................................................................................,............. .......................... 9 WIN-PAK Integrated Facility Management System Configuration. ............................................................. 10 Network Configuration. ..............................................................,.,.............................. ................................. 11 Equipment Checklist. ...........................' .......................................................,............................................... 13 IIlI OIl lII,I iii " IIIiI II! iii ., IIIi 1 II! III III! IIIi - - CARD ACCESS CONTROL SYSTEM CONFIGURATION GUIDE - - - N-1000-II/N-1000-II-UL CARD ACCESS CONTROL PANEL - - _ Two door access control. _ Supports two card readers or two keypads. _ Supports Wiegand, Magstripe, Proximity, Keypad, and Biometric technologies. _ 16 normally-closed, non-supervised alarm points (8 when matrix keypads are used). One alarm input reserved for primary power fail indication and one alarm input reserved for tamper. - - - - - _ 4 double pole, double throw (DPDT) dry contact relays with both normally-open and normally-closed sides, rated for 12 VDC at 2.5 amps or 24 VDC at 1.25 amps. _ 4,000 standard card/keycode capacity and 5,000 standard buffer capacity. _ Power requirements: 12 VAC, 40 VA (X-2 transformer) or12 VDC linear 2 amp continuous (PS-1-12). _ Battery backup: 8 VDC (5 amp/hour) battery for up to three hour backup. _ Memory backup: 3 VDC lithium battery for up to 30 day memory backup. _ Enclosure: Hinge cover with lock and key. Enclosure tamper switch (requires one alarm point). _ The N-1000-II-UL is UL listed 294 for access control. The N-1000./I.X1N.1000-/I-X-UL provides four additional relays (eight total) and has expanded memory. Consult factory for systems requiring more than 10,000 card/lceycode or 6,000 buffer capacity. - - - - - - - - - - - - - - - - - - - - - - - - 2 - - - CARD ACCESS CONTROL SYSTEM CONFIGURATION GUIDE jj . . - .. - N-1 OOO-III/N-1 OOO-IV CARD ACCESS CONTROL PANEL '" ... _ Two door access control/ four door _ Supports two card readers or two keypads / four readers two keypads _ Supports Wiegand, Magnetic Stripe, Proximity, Keypad, and Biometric technologies. _ 16 normally-closed, supervised alarm points or non-supervised point selectable/system alarms for communications, power, tamper, ground fault. low power, 5-volt short, and reset. _ 4 double pole, double throw (DPDT) dry contact relays with both normally-open and normally-closed sides, rated for 30 VDC at 2 amp inductive 5 amp resistive. _ 5,000 standard card/keycode capacity and 10,200 standard buffer capacity.' _ Power requirements: 16.5 VAC, 50 VA (X-4 transformer) or 12 VDC linear 2 amp continuous (PS-1-12). _ Battery backup: 12 VDC (4 amp/hour) battery for up to 3 hour backup -load dependent. _ Memory backup: Super capacitor for up to seven days. _ Enclosure: Hinge cover with lock and key. Enclosure tamper switch (system alarm point). _ FIFO Buffer _ Supports 5 digit Wiegand (1-65,500) or 12-digit card numbers (12 of 37 digits definable for a number range of 1 to 999,999,999,999). _ Anti-Passback Learn Mode _ "Split" Timezones _ Programmable card/buffer size from defaults _ 20ma or RS485 communications jumper selectable _ Resetable fuses _ Both N-l000-1I1 & N-l00Q-IV are UL listed 294 for access control. _ Options: . AEP-3: 8 Additional Relays (DPDT). Up to 2 AEP-3s are supported. . Detachable terminal blocks III ... III ... " III l1li l1li I " IIIi " l1li IIlI l1li " .. III l1li III! ... '" 'The N.1ooo./II.X1N-1ooo-IV-X provides four additional relays (eight total) and 25,000 card /6,600 buffer .. memory. Consult factory for systems requiring more than 25,000 card/keycode or 6,000 buffer capacity. IIlI ... III .. 3 II!! iii II! iii - - - CARD ACCESS CONTROL SYSTEM CONFIGURATION GUIDE N-1000 READERS AND CARDS - .. - .. - .. - .. - - - .. - .. - .. - .. - .. - 1 .. Wiegand Technology I_U BR-7 ~ CR-1 , TR-1 1<=11 CI-1 " " Locks r~=~ ML801HC-US28 rn ~"''" J!1 KR-1 Magstripe Technology I~_.:J NR-1-WR Keypad Technology ~:,.. ~:"' KP-10 KP-11 ~' ..-- on KP-12 ~::" KP-13 N-' 000 Series Control Panel Exit Devices / ~ R94QO or R9800 G EXB-1 <iID DS-1S0 Proximity Technology 0 IJ ~ PR-ASR-603 PR-ASR-60S PR-ASR-110-BL ~ Ej ~ PR-THIN -. PR-P-PRO PR-ASR-620 ~ ; ~ PR-MAX-PRO PR-PROX-PNT PR-MINI-PROX Compatible Cards WIEGAND TECHNOLOGY SC-1: Wiegand cards with no hot-stamped number. For CR-1. TR-1. and CI-1. SC-2: Wiegand cards printed with encoded number. For CR-1. TR-1. and CI-1. PVC-W-2: Similar to SC-2 with one side suitable for direct printing. - 2 KI-1: - KI-2: Wiegand keys with no hot-stamped number. For KR-1. Wiegand keys hot-stamped with encoded number. For KR-1. - MAGSTRIPE TECHNOLOGY 3 NC-2: Magstripe cards printed with encoded number. For NR-1-WR. PVC-M-1: Similar to NC-2 wtth one side suitable for direct printing. PROXIMITY TECHNOLOGY 4 PX-121-1: Proximtty card for use with PR-ASR-603/PR-ASR-605/PR-ASR-620. PR-ASR-110/PR-ASR-112. Encoded number on label. PVC-I-3: Similar to PX-121-1 with one side suitable for direct printing. S PX-4-H: Proximity cards for use with PR-PROX-PNT. PR-MINI-PROX. PR-P-PRO. PR-MAXI-PRO. and PR-THIN. PVC-H-1: Similar to PX-4-H with one side suitable for direct printing. - - - - - - Photo /0 cards (laminate or PVC) are also available for all readers. .. - - 4 - CARD ACCESS CONTROL SYSTEM CONFIGURATION GUIDE jj ... IIII! ... N-1000-1I: Two DOOR CONTROL IIII! . X-2 Transformer ... N-1000-11 'f- IIII! -h l!) .. o €) (!) 5-4 , r- ~.-+-; ____.nn...... . . . . , ,- i 5-4 :.......... ... ............ ....;,..::::; Suppressor PS-1-12E 1 Kit 12VDC power j supply for locks j O€)(!)! €) .., ML8011-LC-U528 Maglock III! lOll Card Reader #1 OR Keypad #1 * ~ III! ... IllI lOll II .II Exit Device Card Reader #2 OR Keypad #2* ~ ~ Exit Device I ! DOOR #1 NOTE: Door strikes (NSl12S-R) or magnetic locks (ML8011-LC-US28) can be used to secure doors. DOOR #2 . lIli III I oj! CABLE SPECIFICATIONS NCI PART NUMBER DISTANCE LOCATION WIRE TYPE RATING Non Plemnn Plemun A N-IOOO-II to card 6 conductor, 18 gauge (0.75 mm') NC1861/BL NCP1861/BL 500' reader shielded B N-IOOO-II to exit Twisted pair, 22 gauge shielded NC2221/BR NCP2221/BR 2000' device/alarm point C Door power cable Twisted pair, 18 gauge shielded NC182l/0R NCPI821/QR 2000' D Connn loop cable Twisted pair, 18 gauge shielded NCI82l/GR NCPI821/GR 2000'/Paul (20 mal For keypads (when card & pin are used), . limited to 2 keypad 12 conductor, 18 gauge shielded NCl8121NL NCPI8121NL 500' (card-pin) per panel N-IOOO-IV I!I!! III " IIiIi " IIiI III! IiIi ., ,.j 5 !IIIl ... !II .. - ~ CARD ACCESS CONTROL SYSTEM CONFIGURATION GUIDE - - - N-1000-IV: FOUR DOOR CONTROL - -h 6l 'f- - X-4 Transformer . N-' OOO-IV - 5-4 . Suppressor :::: ::::: :::........ · " ..l.e ---, , , ,- - . P5-1-12E 12VDC power supply for lock For: For: Total possible devices N-IOOO-IIl N-IOOO-IV - IN Card Reader OR IN Keypad" ~ Readers or 2 4 Keypads: KP-Il/13 S-4 2 4 Lock 2 4 Door Sensor 2 4 OUf"Card Reader Card PIN/Keypads 2 2 OR OUT Keypad" X-4 PS-I-12E . - - - - - - - - - CABLE SPECIFICATIONS NOTE: Door strikes (NS112S-R) or magnetic locks (ML8011-LC-US28) can be used to secure doors. - - NCI PART NUMBER DISTANCE LOCATION WIRE TYPE RATING Non Plenum Plenum A N-l000-1I to card 6 conductor, 18 gauge (0.75 rnrn') NC1861/BL NCPI861/BL 500' reader shielded B N -IOOO-II to exit Twisted pair, 22 gauge shielded NC2221/BR NCP2221/BR 2000' device/alarm point C Door power cable Twisted pair, 18 gauge shielded NCI82110R NCP1821/0R 2000' 0 Corom loop cable Twisted pair, 18 gauge shielded NCI821/GR NCP18211GR 2000'/Paul (20 mal For keypads (when card & pin are used), . limited to 2 keypad 12 conductor, 18 gauge shielded NCI8121NL NCP18121NL 500' (card-pin) per panel N-IOOO-IV - - - - - - - - - - - - 6 - - . CARD ACCESS CONTROL SYSTEM CONFIGURATION GUIDE - . - FIBER OPTICS WIRED SYSTEMS Ill! Fiber Converter N-485-PCI-2 - III - Fiber Network --+ N-l00D-IV N-l00D-IV N-1000-IV Ill! ... Fiber Converter - - III! ... OR Ill! .. Personal Computer ~ N-485-PCI-2 Fiber Converter = N-100Q-IV N-l00D-IV N-l00D-IV I (maximum 31 N-l000 panels) Personal Computer I ~ Fiber Converter ! Fiber Converter ~ N-1000-IV " .. Fiber Converter III! .. NCI PART NUMBER DISTANCE LOCATION WIRE TYPE RATING Non Plenwn Plenum A PC to C-IOO-Al 6 fl. 9-25 converter cable fiber CBL-2 optics C-IOO-Al to first B controller, controller to Twisted pair, fiber optics NCI821/GR NCPI821/GR 2000' controller, and last 18 gauge (0.75 mm') shielded controller to C-IOO-AI C N -485 dropline cable 120 ohm, 20.3 pF Twisted pair NC2021/GY NCP20211WH-A 2000' shielded, fiber optics " .. I "" IroIi II1II .. 7 . lliI " l1li - - CARD ACCESS CONTROL SYSTEM CONFIGURATION GUIDE - .. .. LOCAL CARD ACCESS CONTROL CONFIGURATION 20mA Communication Loop Standard Configurations use 2 Com- ports for 2 loops. Optional configura- tion of up to 32 PortslLoops is avail- able. .. .. .. .. . =...e = Printer Recommended 31 control panels Maximum 63 control panels 2 m ommumcat,on Loo . .. .. , , , IBM Compatible PC I running Northern Computer's software I PC-AC-101 I L______________________~ N-1QOO-1I N-100Q-1lI or N-1000-IV - N-1000-11 N-1000-11 Ii Ii - - - - .. .. RS-485 Communication - CBL-1 ,------- I ' I I I I =:;~~~~ I Standard Configurations use 2 Com- ports for 2 loops. Optional configura- tion of up to 32 PortslLoops is avail- able. - .. ... N-485-PCI-2 .. I I I I : IBM Compatible PC running Northern I Computer's software I I PC-AC-102 , l__________2 e RS-485 Multi-Drop Line I I N-l0QO-ml " N-1QOO-IV " N..1QOO-llwilh N-485-API-2 - .. . - II N-485-API-2 " N-1QOO-lII " N-l00o-IV - - - - II N-4/:I5-API..2 " ~100{;.-11I " N-,OOO-IV - - - Maximum 31 devices per dropline - - CABLE SPECIFICATIONS - NCI PART NUMBER DISTANCE LOCATION WIRE TYPE RATING Non Plenum Plenum A PC to C-100-Al 6 ft. 9-25 converter cable CBL-2 C-100-AI to first B controller, controller to Twisted pair, NCl8211GR NCP1821/GR 2000' controller, and last 18 gauge (0.75 mm') shielded controller to C-100-Al C N-485 dropline cable 120 olnn, 20.3 pF Twisted pair NC2021/GY NCP202I/WH-A 2000' shielded .. - - - .. - - 8 - - - CARD ACCESS CONTROL SYSTEM CONFIGURATION GUIDE - - REMOTE SITE CONFIGURATIONS III ... M-9600-2 e.... M.9600.2 Configuration Dial-Up *"20 mA Configuration available, consult factory III ... III ... * 4 readers only when used with N-1000-IV III ... N-485-HUB-2 €) RS-485 Multi Dropline Recommended 31 control anels III ... M-9600-2 'N-l DOO-IV iii iii 'N-1OOO-IV iii iii - - N-1OOO-1II0f N.l000.IV " N-l000-11 with N.46S.API.2 - - ! - - - - - " IIIi M-9600-LA e .... M.9600.LOILA Configuration Lease Line (Real time) *"20 mA Configuration available, consult factory ~ lOll "'! "'" * 4 readers only when used with N-1000-IV IIIl ... N-485-PCI-2 €) RS-485 Multi Dropline Recommended 31 control anels IIII! .. 'N-1000-IV - N.'OOlJ-lIlor N-l0Q0-IV " N.l000-lIwilh N.485.API-2 - - II! .. M-9600-LO 'N-1000-IV iii iii - - - - - - II! .. CABLE SPECIFICATIONS NCI PART NUMBER DISTANCE LOCATION WIRE TYPE IVJING Non Plenum PIeIIIIID A PC to modem 6 fl. 9-25 converter cable CBL-2 B N -485 dropline cable 120 olnn, 20.3 pF Twisted pair NC202I1GY-A NCP20211WH-A 2000'lPair shielded " IIIIIi IIIl ... !II 9 ... III! IIIi - - CARD ACCESS CONTROL SYSTEM CONFIGURATION GUIDE - - WIN-PAK INTEGRATED FACILITY MANAGEMENT SYSTEM CONFIGURATION. 0/ PB.SIG-CAP PC-W$-114 . Signature Capture Workstation . Pad (optional) (uploS WOfkstations} : NCI PART NUMBER DISTANCE LOCATION WIRE TYPE RATING Non Plenwn Plemnn A PC to C-IOO-Al 6 ft. 9-25 converter cable CBL-2 C-IOO- A I to first B controller, controller to Twisted pair, NCI821/GR NCPI8211GR 2000'/Paul controller, and last 18 gauge (0.75 mm') shielded controller to C-IOO-AI C PC-CCTV to CCTV Dependent upon CCTV System model System D CCTV System to Coax video cable NCC59206/BK NCP59206/WH cameras - - - - x == Up to 63 panels per local or remote 20 mA loop. y = Up to 31 panels per local or remote 485 dropline. - . . . . - . _ _ _ - - cOM' C-1QO.Al - NOTE: . Up to 32 communication loops. Up to 5 workstations - r - -_.- -- ..-.. -.. . GBl.' =.... = - ~1000 Alarm & Report Prinlef PC.FS-101 File Server Station .. WIN-PAK File Setver ..... -- - - -. - :-_........ "0 - PB-VP-4T Badge Printer - - PB.CAM-4 CBL.VB,CAM - - PB.LK-l , lighlingKit PB.TRI.POD - - - - - - CABLE SPECIFICATIONS - - - - - - - - - - - - - To Local Doors X Diaf-Up (20 mA Configuration does not support the Remote site ca/ling in). X M-200 Leased-Line X M-JOO-LO or LA Local y To Dial-Up Remote Doors y N.4B5-PCI.2 M.9600-2 Y To Leased-Line Remote Doors M-9600-LQ or LA , , : :UC8b1e;nd . ._PC-CCTV :~DDDDO:1oI<4M PC-CCTV Interface Module Requ;.edfo.someCCTVsyslems. ConsoK factor) for CCTV Interface Compatibility. 10 CARD ACCESS CONTROL SYSTEM CONFIGURATION GUIDE NETWORK CONFIGURATION . jj IIIIl - - IIIIl --------1 I I I I CBL-' : I C-' OO-A' Refer to pgs. 5 & 6 I I for panel wiring detail I File Server Server with 8 Pons Work Station 8 Port Baclging Server Badging Workstation Work Station 11 - IIIIl ... ., ..i WIN-PAK PC-FS-101 PC-WS-101 PC-FS-114 PC-WS-114 ., .. II!! ... l1li IIIIi "'! "" III! IIIi l1li .. II!! - II!! iii III! iii III! IIIi l1li , ..i l1li .. l1li .. II!I! III - - ~ .. ... NOTES ... ... - ... - ... - ... - ... - ... - ... - ... - - - ... - - ... - - - ... - - - - - - - - EQUIPMENT CHECKLIST III! PROGRAMMING DEVICE KEYPADS - WIN-PAK Software (order separate C- 100-Al) 0 KP- 10 (1 1 conductor, J box mount) 0 PANELS I PANEL EQUIPMENT KP-11 (5 conductor, J box mount) 0 IIIll KP-12 (11 conductor, mullion mount) 0 .... N-l000-11 0 Kp.13 (5 conductor, mullion mount) 0 N- l000-II-UL' 0 IIIll N- 1000-II-X 0 INPUT I OUTPUT DEVICES .... N- 1000-II-X-UL' 0 EXB-l Exit Pushbutton 0 N-l000-1II/IV 0 D5-150 Motion Detecting Egress"'''' 0 IIIll N- 1 000-IIII1V-X 0 ML8011-LC-US28 Magnetic Door Lock" 0 .... X-2 Transformer (one per N-l000-11 panel) 0 Output device power supplies 0 OR NSl 12S-R Ansi Prep Strike" 0 PS- 1 -12E Power Supply & Enclosure 0 j (Can be used with either N-1000-1I/1I1/1V) COMMUNICATIONS OR X-4 Transformer (one per N-l000-III/IV panel) 0 C-l00-Al 0 $-4 Suppressor Kit (one per door) 0 N-485-PCI-2 0 ~ N-485-API-2 0 CARD READERS I CARDS N-485-HUB-2 0 CR-l 0 M-300-LO & M-300-LA, M-9600-LO & M-9600-LA ~ TR-l 0 are used in pairs: CI-l 0 M-300-LO leased-line originate modem 0 SC-l Cards 0 (1 LO & LA set per remote communication loop) ! SC-2 Cards 0 M-300-LA leased-line answer modem 0 PVC-W-2 Cards 0 (1 LO & LA set per remote communication loop) KR-l 0 M-9600-LO 0 KI-l Keys 0 (1 LO & LA set per remote communication loop) " KI-2 Keys 0 M-9600-LA 0 .. NR-l-WR 0 (1 LO & LA set per remote communication loop) NC-2 Cards 0 M-9600-2 auto-answer/auto-dial modem 0 IIlI! PVC-M- 1 Cards 0 (one at personal computer PLUS , PR-ASR-603 0 one per remote communication lOop) ... PR-ASR-605 0 CABLE II! PR-ASR-ll0-BL (requires PS-1-12E) 0 CBL-2 (personal computer to C-1OQ.Al 0 PR-ASR-120 (requires PS- 1 -1 2E) 0 or modem) iii! PR-ASR-122 (requires PS-1-12E) 0 Modem (at remote loop) to C-l00-Al 0 PX-121-1 Cards 0 Communication loop (C-100-Al to first 0 " PVC-I-7 Cards 0 controller, controller to controller and .. PR-P-PRO (requires PS-1-12E) 0 last controller to C-100-Al) PR-MINI-PROX 0 NC1821-GR or NCP1821-GR (N-l000 0 II!! PR-MAX-PRO (requires PS- 1 -24E) 0 to comm. loop 20ma) PX-4-H Cards 0 NC18121-YL or NCP18121-YL (N-l000 0 .. PVC-H-4 Cards 0 to keypads) (11 conductor) PS-1-12E (powers 2 prox readers on same panel) 0 NC2221-BR or NCP2221-BR (N- 1000 0 Ill! PS-1-24E (powers 2 prox readers on same panel) 0 to alarm input devices) ooi NC1821-0R or NCP1821 -OR (N- 1000 0 to output devices) NC2021-GY-A or NCP2021-WH-A 0 Ill! (RS-485 dropline cable) ... NCC59206-BK or NCP59206-WH 0 (Coax video cable) IIlI! * includes X-2 transformer n requires PS-1-12E ... III .1 iIli - .. .. - "" - Northern Computers Internacional, Cia. Ltda Av. Los Shyrys #1548 y Naciones Unidas Edificio AlFll Pisos 410 y 5to. Quito, Ecuador Tcl: (593) (2) 265-588/91 fax: (593) (2) 461-379 .. . .. .. .. . Northern Computers Internacional SA de C.V. . IBSEN No. 40 SUite 402 _ Col. Polanco C.P.11560, Mexico OJ. Mexico - Tel: (52) (5) 280-7890 .. fax: (52) (5) 280-8555 .. .. .. .. - Northern Computers - (Australia) Ply Ltd. Unit 7, Federation Business Centre 198 Young Street Waterloo, NSW, 2017 Australia Tel: (612) 9699-3700 fax: (612) 9699-3101 .. .. .. .. - - - - Northern Computers. Inc. 5007 S. Howell Ave. . Milwaukee, WI 53207 Tel: (414) 769-5980. Toll-free: (BOO) 323-4576 fax: (414) 769-5989 - Northern Computers (UK) Ltd. Module 'C', Jenner Rd, Manor Royallnd ParK, Crawley, Sussex, RH10 2GA United Kingdom Tel: (44) 1293592700 fax: (44) 1293523061 Northern Computers (HK) Ltd. Unit 1521, 151F of Star House 3 Salisbury Road, 1.5.1 Kowloon, Hong Kong Tel: (852) 2528-1897 fax: (852) 2528-4599 Northern Computers - Russia 117198, Moscow, Russia 11311 Leninsky Prospeld 810ck E, 6th floor, (E601) Tel: (7) 095 723 2626 fax/Phone: (7) 095 956 5428 Northern Computers (Canada) Ltd. 1980 Sherbrooke west SUite 820 Montreal, Quebec Canada, H3H 1 E8 Tcl: (514) 933-3363 fax: (514) 933-3447 Northern Computers - France Pare d' Activites La Verriere Gare Batiment Vauban, 24 78320 LA VERRIERE france Tel: 33-1-30-13-03-93 fax: 33-1-30-13-03-90 Northern Computers do Brasil Ltda. Ave. Angelica 672 Conj. 76f78 EdificioDetroit CEP 01228-000 Sao Paulo, Sp - Brasil Tcl: (55) (11) 826-4944 fax: (55) (11) 826-0649 - .- - - - - - .. .. Northern Computers, Inc. 5007 S. Howell Ave. . Milwaukee, WI 53207 Tel: (414) 769-5980. Toll-Free: (800) 323-4576 Fax: (414) 769-5989 .. - .. .. IIIlI , .. IIIlI ..oi ~ III ~ m NOTICES ~ Fire Safety Notice: Never connect any card reader devices or locks to doors, gates or barriers without first consulting the local fire codes. You must consult with and get approval of, local fire officials before installing locks or devices on any doors that may be fire exits. Use of egress push buttons may not be legal. Single action exit may be required. Always obtain proper permits and approvals in writing before installing equipment. Notice: This equipment complies with the limits for class A computing devices in accordance with the specifications in Subpart S of Part 15 of FCC Rules which are designed to minimize radio frequency interference in a residential installation. There is no guarantee that radio or television interference will not occur by activating this equipment. Notice: The information in this document is subject to change without notice. Notice: This document and the data herein shall not be duplicated, used or disclosed to others for procurement or manufacturing, except as authorized with the written permission of Northern Computers, Inc. The information contained within this document or within the product itself is considered the exclu- sive property and trade secrets of Northern Computers, Inc. All information in this document or within the software product itself is protected by the copyright laws of the United States. "" IlIi IIIlI ... ... IIiIi !II III 'Ill IIIi 'Ill .. IBM, PC-DOS and MS-DOS are registered trademarks of International Business Machines Corp and Microsoft Corp. Copyright: 1986. 1987. 1988. 1989. 1990 The use of Wiegand. Hughes, and Motorola mayor may not be registered trademarks/technoJogies of those respective companies. III! .. 'Ill , .. II!! III .. .. ... - .. .. ,'" .. ELECTRONICS Two YOUR SECURITY. OUR PRIORITY. .. .. '. .. . .. SECTION F .. .. .. - .. - CONDUIT SCHEDULE .. .. .. .. .. - .. - - - - - .. - - - - - 1175 CENTER ST. RIVERSIDE, CA 921507 . (909)686-2029 . (909)686 -6318 STATE we #670389. ALARM LIC. #AC04343. U.L. #55446 - ~ "~ Date: May 7, 2002 - '. To: City of San Bernardinio 300 North "D" Street 4th floor, Attn: Carol Doemner - '. Job: RFP F-02-042 - . Re: Electrical Requirements - '. The electrical requirements are as follows: - . (I) (2) 120V 15amp Duplex outlet at each control panel location 120v 15amp outlet at each power supply location - . DZiCSTWO,C-- Richard Jimenez Y- Project Engineer - .. - .. - .. - .. - .. - .. - .. - .. - .. ELECTRONICS Two YOUR SECURITY. CUR PRIORITY. - 1175 CENTER ST . RIVERSIDE, CA 92507 . (909)686 - 2029. (909)686- 6318 STATE UC #670389. ALARM Ue. #AC04343. U.L. #55446 .. . - - - . - '" ... IIlII ... II!II ... IIlI ... II1II ... .. 1M III! .. III! .. IIIJI ... Ill! ... Ill! .. Ill! .. II .. III! .. ., .. III! ..