Preview only show first 10 pages with watermark. For full document please download

Npsd Wireless Rfp.docx - Tate County School District

   EMBED


Share

Transcript

Request for Proposal 2017 – 2018 Security Camera Project Tate County School District Notice to Bidders Notice is hereby given to interested bidders that the Tate County School District will receive written, sealed bids until the hour of 10:00 a.m. on Tuesday, June 13th, 2017, at the Tate County School District Central office at 574 Parkway, Coldwater, MS. Bids will be opened at 10:00 a.m. on Tuesday, June 13th, 2017, in the Board Room or other designated area of the Tate County School District Central Office. 2017 – 2018 Security Camera Project The Tate County School District wishes to enhance its existing IP based camera system with upgraded cameras in some areas and new cameras in areas that are not presently covered by video surveillance. The proposal shall take into account the present system that is already installed at Independence High School and Strayhorn High School and make sure that any new systems are compatible with the system that is already in place. Some of the existing cameras will need to be repaired and/or upgraded to support audio. Also, reconfiguration of the present system may need to be done to accommodate any new equipment. The reconfiguration must also include repair of any problems with the present camera system. Areas that are required to be covered will be reviewed in the required walkthrough. Proposals should include a realistic assessment of actual present coverage as well as cabling and other equipment necessary to support the needs outlined above. Technical specifications of equipment should be provided with the proposal along with the Scope of Work describing this “turn-key” project. The proposal must guarantee performance sufficient to fulfill the needs of the Tate County School District as requested within this RFP. After implementation of the successful Vendor's proposal, if additional equipment, cabling or labor is needed, the Vendor will bear all costs necessary to satisfy the requirements of this RFP. There should be no reoccurring costs for further functionality. It is the Vendor's responsibility to ensure that the equipment proposed meets the performance specifications of the manufacturer and the previously stated requirements. The Tate County School District will not release the Vendor from the performance guarantee required above, because of malfunctions or defects in equipment due to manufacturer error or flaws in the equipment. Because of the diversity of possible solutions, the Tate County School District is asking for detailed proposals to accomplish the task. Specifications will be general and minimal to allow proposals to be as innovative as possible. All prospective Vendors must complete a district walkthrough or onsite survey in order to be eligible to submit a bid. To schedule a walkthrough or onsite survey, you will need to contact Rogers Smith (see 1 contact information below). Proposals from Vendors who do not complete the onsite survey or walkthrough WILL NOT be considered. Bids will be due at 10:00 a.m. on Tuesday, June 13th, 2017. For more information, contact Rogers Smith, Technology Director, via phone (662) 562-5861 or by e-mail ([email protected]). CLARIFICATION If after the completion of this project, during normal operation of the network, the District discovers that the video surveillance system will not allow for the coverage required in this RFP as stated in paragraph three in page one of this document, then the Vendor will be required to do whatever is necessary to meet the specifications with no additional cost to the Tate County School District. General The specifications herein are provided to convey the intent of the systems and upgrades and do not indicate every cable or component necessary for the complete system that the proposing Vendor shall provide. Prices quoted shall be all-inclusive (including all applicable taxes, shipping cost, installation of equipment, training, technical support and trash removal) and represent complete installation and integration with the existing network and systems where necessary. Prices quoted in the Vendor’s response will remain in effect for a period of twelve (12) months from the time of the contract signing. Omissions in the proposal of any provision herein described shall not be construed as to relieve the Vendor of any responsibility or obligation to the complete and satisfactory delivery, operation and support of any services. Should the Vendor have questions or find discrepancies in, or omissions from this RFP, or shall be in doubt to its meaning, the Vendor shall at once notify Tate County School District. All questions should be addressed to Rogers Smith as outlined below. The preferred mode of contact is via email. Rogers Smith Tate County School District 574 Parkway Coldwater, MS 38618 [email protected] 662-562-5861 (office) Questions must be submitted to the email address [email protected]. If a response is not received within 24 hours, it is the responsibility of the respondent to call Rogers Smith at 662-562-5861 (office) to confirm receipt of the message. All questions and responses will be posted immediately on the District’s Procurement page at www.tatecountyschools.org It is the sole responsibility of the respondent to visit this page prior to bid submission to ensure they have the latest information. Any modifications or clarifications will be posted as an addendum on the Tate County School District website. Addendums may also be requested by email from any respondents after the walkthrough is completed. 2 BID SUBMISSION INSTRUCTIONS Bids will be opened at 10:00 a.m. on Friday, June 13th, 2017, in the board room or other designated area in the Tate County School District Central office at 574 Parkway, Coldwater, MS. Bids must be submitted in a sealed envelope clearly marked as follows: “2017 Security Camera Project” Envelopes not so marked will remain sealed. The Tate County School District Board of Trustees or Superintendent reserves the right to reject any and/or all bids and waive any informalities. The first page showing in the bid submission packet must be Attachment A so the total bid price may be easily seen for the bid tabulation. Failure to comply may result in bid disqualification. Bids must include the following: Attachment A Completed and Signed by the bidder. (THIS PAGE MUST BE THE FIRST PAGE IN THE BID SUBMISSION DOCUMENTATION) Attachment B Completed. “Tate County Security Camera Project” should be clearly marked on the face of the envelope as well as the opening date of June 13th, 2017. It is the sole responsibility of the respondents to ensure their responses arrive in a timely manner. Late arrivals will be rejected. The Tate County School District is not responsible for delays of any commercial carrier or delays incurred by the respondents. Oral, telephone, or telegraphic bids will not be considered. Signatures on the proposals shall be in longhand and executed by a principal duly authorized by the Vendor to make a contract. Certificate of Responsibility A. Each Bidder submitting a bid in excess of $50,000 on public projects must show on his bid and on the face of the envelope containing the bid, his Certificate of Responsibility Number, as required by Section 31-3-5 and 31-3-21 (latest edition) Mississippi Code of 1972. If the bid does not exceed the amount of $50,000 on public projects, a notation so stating must appear on the face of the envelope. When multiple contractors submit a joint venture bid in excess of $50,000.00 on public projects, a Joint Venture Certificate of Responsibility Number is required on the bid and face of the envelope. If the Joint Venture has not Joint Venture Certificate of Responsibility number, then each member of the Joint Venture must indicate their individual Certificate of Responsibility numbers on the bid and on the face of the envelope. B. Each subcontractor who’s Subcontract exceeds $50,000 on public projects shall have a Certificate of Responsibility Number, as required by Section 31-3-15 and 31-3-21 (latest version), Mississippi Code. C. No bid will be opened, considered or accepted unless the above information is given as specified. Sufficient evidence that said Certificate of Responsibility has been issued and is in effect at the time of receiving bids must be submitted when required by the Owner. Likewise, it 3 shall be the responsibility of the Prime Contractor to require a Certificate of Responsibility Number from any subcontractor where applicable. Evaluation Methodology The Tate County School District Board of Trustees or Superintendent will award a contract based on the Vendor submission that best meets the needs of the school system with regard to the current Technology Plan, future growth, RFP specifications, and not necessarily the lowest price even though price will be the priority factor. Due to the nature and diversity of the proposals, a significant amount of time may be required to determine which proposal provides the best option for The District. The evaluation process will not be complete until The District has determined the best proposal based on all factors. The following factors will be considered when evaluating responses: ● ● ● ● Price of goods and services. Preference will be given for prior positive experience with the Vendor. Preference will be given to locally based Vendors. Preference will be given for Vendors whose product requires no recurring costs for future functionality. Financing This project will be funded from Tate County Schools District Funds. This project is subject to funding availability and contingent upon Board Approval. Vendor Qualifications The Tate County School District may make such investigations as deemed necessary to determine the ability of the bidder or subcontractors or suppliers to perform the work, and the bidder shall furnish to the Tate County School District all such information and data for this purpose as the Tate County School District may request. The Tate County School District reserves the right to reject any bid if the evidence submitted by or investigation of such Bidder fails to the satisfy the Tate County School District that such bidder is properly qualified to carry out the obligations of the contract and/or to complete the work contemplated therein within the time required. The bidder is specifically advised that any person, firm or other party to whom it proposes to award a subcontract or purchase order under this contract must be acceptable to the Tate County School District. The successful Vendor (contractor) must have or be certified with the following: ● ● ● ● ● 4 Be able to supply all products and services. Be an authorized dealer in the State of Mississippi for all products. Have current liability insurance and workers compensation insurance (please enclose a copy of each with your bid). Provide the documentation of the Vendor’s wireless, switching and cabling certifications. Participate in the mandatory walkthrough. Any bid submitted by a Vendor who does not complete the mandatory walkthrough will be returned unopened. There will be no exceptions. Disqualification of Bidder The Tate County School District reserves the right to award to other than the lower bidder when, in the judgment of the district administration, it is in the best interest of the district do so. A Bidder may be disqualified for such reasons as: A. Bidder’s failure to comply with requirements regarding Certificate of Responsibility. B. Bidder’s failure to sign Bidder’s Proposal Form or to otherwise properly complete the Proposal Form. C. Bidder’s failure to complete the mandatory Pre-bid onsite walkthrough. D. Bidder being in litigation with the Tate County School District. E. Bidder having defaulted on a previous contract. F. Bidder having preformed unsatisfactorily on a previous contract, including but not limited to the Bidder’s failure to fulfill the warranty obligations of a previous contract with the Tate County School District. G. Bidder’s failure to include documentation for required certifications and authorizations. The above is not an inclusive list. Objective: With the need of video surveillance increasing for various reasons, the Tate County School District’s objective is for Vendors to propose a solution that will meet the criteria of providing the District with adequate video surveillance. Safety, informational needs, an increase in litigation, and proof of actions or events are just a few of the reasons that the Tate County School District seeks to increase the use of video in and around the school campuses and the Central Office. Current Camera System Configuration Both Independence High School and Strayhorn High School have a present system installed. Each school also has a video server for storage of the video from the cameras. The existing servers have between 15TB and 20TB of storage. They are running on the existing LAN and are not on a separate VLAN. Each server has a static IP address and is viewable at any location within the school district. Each system also has a dedicated external IP address so the cameras can be viewed from the internet when outside the District. Classroom Counts – Cameras will not be installed in classrooms but the doors must have coverage ● Strayhorn High School has 30 Classrooms and 4 Other Areas ● Strayhorn Elementary has 30 Classrooms and 4 Other Areas ● Coldwater Attendance Center has 24 Classrooms and 6 Other Areas ● District Office and bus shop will not be included in this RFP. ● Independence High School has 28 Classrooms and 6 Other areas ● East Tate Elementary has 48 Classrooms and 6 other areas 5 ● The CTC has 7 Classrooms and 4 Other Areas (General Floor plans will be available at the walkthrough. Onsite walkthroughs will identify building materials, existing cabling, etc. Vendors will be responsible for taking any needed measurements during the walkthrough.) Current Network Bandwidth and WAN Configuration ● ● ● 6 Each building in the Tate County School District is presently connected to the District Office via ASE lines provided by AT&T. Servers and centralized devices are located on the building sites and at the Central Office. Each site has a several switch cabinets and a main demark area. Details will be given at the onsite survey or walkthrough. Currently, the District has a 250Mbps Internet connection that services the entire district which connects at Central Office. Traffic from the Internet is firewalled, filtered and regulated by devices located at the school sites. Equipment & Installation Specification All cable and cabling components including jacks and patch panels used in this proposal will be minimum Category 5e or Category 6 rated if installed by the Vendor. If any existing cabling is used, it must be minimum CAT5e or better. Please keep in mind the following items:  Since the District already has invested significant resources to the existing systems, any new system will be required to be compatible and integrate with the existing system.  The video management system must be Video Insight Video Management and associated software accessories or approved equivalent. Scalable video management software hosted on commercial grade servers with Microsoft Windows operating system. Industry standard server and storage platforms supplied by Video Insight, Video Insight certified integrator, or customer supplied. The VMS shall be a true hybrid system capable of integrating existing or new analog and/or IP cameras into the IP infrastructure. The VMS shall support virtually all leading IP and analog camera and encoder manufacturers for user choice and design flexibility. The VMS shall be full featured with client software applications intended for o a. Live video monitoring o b. Real-time alarm monitoring and display o c. Alarm display prioritization o d. System management o e. Instantaneous retrieval of archived video o f. Evidence production on AVI files that can be viewed on any PC o g. Export of tamper evident video on recordable CD’s or DVD’s.     ● ● ● ● ● ● ● ● ● ● 7 Bid must include cabling and all necessary components (patch cables, patch panels, jacks and mounts, crimp ends, etc.). Bid must include cost of labor and installation. Cabling must be neatly ran and connected to the wall via J-hooks in ceiling and may not lay directly on ceiling tiles. When cabling runs outside of the building it must be placed in EMT conduit and attached to walkways. Vendor may use existing equipment such as raceways and J hooks if desired. The contractor shall provide proof of licensing by the Mississippi Board on Private Security run by the Department of Public Safety. The contractor shall provide a proposed Installation Schedule. The contractor shall have a 24/7 service hotline with a 6 hour onsite response time. The contractor shall provide a proposed project implementation team, including resumes. The contractor shall provide (3) examples of similar size & scope projects specifically within the K-12 market. ● The contractor shall have bonding capacity with bid bond, payment/performance bond to support the total value of the project. All work must be performed by qualified and trained workers. ● The District/Superintendent/Board reserves the right to reject bid of any bidder who has previously failed to perform properly, or complete on time, contracts of a similar nature. 8 Considerations: The VMS and its manufacturer shall provide the following key functions and capabilities: 1) The system shall operate in a Microsoft Windows environment. It shall be an IT server based solution purpose-built for the capture, processing, storage and retrieval of unlimited amounts of digital video and supporting audio, alarm, associated systems (access control, etc.), and other surveillance data. 2) The VMS shall support a wide range of deployments including new, all-IP camera environments as well as incorporating existing analog cameras, cabling and other security and IT infrastructure where appropriate to maximize existing investments. 3) The VMS software shall operate consistently on stand-alone or integrated host and storage platforms from recognized IT industry suppliers. This hardware independence shall allow the host and storage platforms to be sourced from the VMS manufacturer, an integrator certified by the VMS manufacturer or supplied by the customer for optional loading and certification by the VMS manufacturer at the manufacturer’s facility. 4) The VMS shall capture video, audio, alarm, associated systems and other data from a single or multiple servers. 5) Each server shall be capable of sixty four (64) direct connect analog cameras and an unlimited number of IP camera sources depending on selected model. 6) The VMS shall have the ability to write to DAS, NAS iSCSI and Fiber SAN in addition to local storage. The VMS storage volume can be configured in RAID levels 0, 1, 5, 6, 10, 50 and JBOD. 7) The VMS shall support all leading industry-standard compression formats including Motion JPEG, MPEG-4 & H.264. 8) The VMS shall simultaneously handle recording, archiving, retrieving, playback and live distribution of video and audio. The software shall operate in a continuous recording mode or according to a programmed time/date schedule. Recording functions may also be triggered by events and motion detection. 9) Live and archived video/audio data shall be available to authorized users at any time over local or wide area network connections. 10) The VMS shall incorporate a Web Client so live and recorded video may be viewed via the Internet by authorized users. 11) The VMS shall be capable of exporting video clips or images to CD/DVD’s without third party software. All images or clips shall include an executable player that verifies no tampering has occurred and can be played on standard PC’s. 12) The VMS Server software shall utilize a high performance, multi-threaded, application engine. This allows multiple tasks to be executed at the same time and is required to take full advantage of multiple core or multi- processor technology. 13) The VMS software must minimize user actions required (“mouse clicks”) wherever possible. The ten (10) most common operator tasks shall average not more than 2.8 clicks to complete. 14) The VMS software shall utilize a camera abstraction layer. Video shall be captured in such a way as to provide seamless support of multiple, disparate video source technologies transparent to the user and allowing for the integration of new capture technologies as they become available. 15) The VMS shall provide direct support of IP-based video sources in such a way that the use of camera manufacturer supplied COM application software interfaces such as ActiveX controls are 9 not required. 16) The VMS shall support record on demand recording allowing a user to custom record a series of cameras being focused on. This provides the ability to record the cameras of interest when tracking a suspect across multiple cameras. 17) The VMS shall be capable of integrated operation with other security related systems such as Access Control Systems (ACS) and Video Analytics Systems (VAS) or applications. 18) It is preferred to use the same type name brand cameras that are already installed, or the parent name brand if the original company was bought out. 19) There is an upper limit for the number of cameras and the funds available for the project. Vendors need to keep the price as low as possible while still providing coverage specified during the walk through. 10 A. Recording Servers The VMS recording server component shall have the following characteristics and features: 1) Video servers shall be capable of supporting an unlimited number of IP cameras. 2) IP cameras may record up to 11 mega-pixel resolution per camera. 3) Video inputs may be recorded up to 30 Frames Per Second (FPS). 4) VMS Server shall be capable of interfacing with MJPEG, Microsoft MPEG-4, ISO MPEG-4 and H.264 compressions. 5) VMS Server shall record native camera format or transcode video to any supported format. 6) Recorded video shall be tamper evident. Video recordings shall be marked with an electronic watermark. The electronic watermark shall be generated using an MD5 Hash algorithm. 7) Separate, programmable event and motion detection settings shall be provided per video input. 8) VMS Servers shall execute as a Windows “system service” so full VMS functionality is maintained even if a Windows user is not logged into the operating system. 9) The VMS Server shall maintain full VMS functionality regardless of the user rights of a locally logged-on Windows user. 10) A locally logged-on Windows user with less than administrative rights shall not have the ability to stop, start or otherwise control the running state of the VMS Server. 11) A windows user with administrative rights shall be able to control access to Windows applications, application settings, operating system settings and other functions without compromising VMS functionality. 12) The VMS server shall store video events as a user accessible file within the NTFS file system without requiring the user or administrator to extract the video event from an image database or other proprietary storage database for purposes of archive or review. 13) The VMS shall operate using “Client/Server” architecture with no central video streaming server required. 14) The VMS shall be compatible with IT backup software and not require a proprietary “archiving” function for management of stored video files. Compatible IT backup software shall include these features: a. Locked file support b. Ability to duplicate files and folders c. Backup without encryption and compression d. Delete original files after backup 11 15) The VMS shall include a built-in archiving feature for the purpose of moving recordings from their original storage volume to a different local or network- attached storage volume on an administrator-defined schedule. The VMS shall be capable of separately archiving video marked as motion recordings, external alarm recordings and scheduled recordings or any combination of those types. 16) The VMS shall have the capability of utilizing edge based storage with Panasonic cameras. Edge storage integration shall allow the VMS to synchronize any recordings missing on the VMS server as a result of network outage or other event preventing communication between the camera and VMS. The synchronization of missing recordings shall occur automatically when the connection to the VMS server or camera is restored. Transmission shall be at a 6X speed from the camera to the server to expedited missing recordings to the VMS storage location. 17) The VMS shall provide a stable recording environment via a modular video storage and data management architecture to minimize common database corruption situations. Video and audio storage shall be stored outside of a database in a flat file structure. This reduces the potential of video/audio data corruption and allows rapid database rebuilding with no restart required in the event of system failure. 18) The VMS shall provide “Dynamic Resolution Scaling” to minimize bandwidth sent to displays. While video sent from the camera is recorded in its original resolution, the server automatically resizes the video stream sent to the display based on the size of the display window. The viewing pane can be resized at any time and the server will automatically adjust accordingly with no user intervention required to adjust the video stream. This provides for the lowest possible bandwidth consumption without sacrifice of display quality. 19) The VMS shall provide “Dynamic Video Decoding” to intelligently decide when server-side processing of video streams is necessary. Dynamic Video Decoding shall enable video processing dynamically when users begin live viewing video streams, to enable Dynamic Resolution Scaling, or when server-side motion detection is used or when the user requests other system features requiring server side processing of video streams. 20) The VMS shall provide “Dynamic Frame Throttling” which allows the VMS to dynamically toggle the number of frames streamed to clients live-viewing video when the NVR is under heavy processing load. Dynamic Frame Throttling will prevent video latency under heavy NVR processing conditions. 21) The VMS Client and Server applications scale to any number of cameras and servers as required. 22) There shall be no imposed limit on the scalability of the system. The VMS system shall be expandable by adding additional video servers and storage 12 B. System Administration The VMS shall provide the system administrator with the tools to monitor the overall system health, individual camera status, video archive usage and status plus other elements of every server in the Enterprise system. This tool is also used to perform individual or group updates of the VMS software on selected servers. 1. The VMS shall support “single seat administration” so that a single management application administers multi-server/multi-client environments. This allows simultaneous control of multiple servers and clients and system- wide monitoring of the health and status of all servers and cameras from one console. Support is included for: a. Push-based, secure, distribution of application software updates for all VMS server software components where the update process occurs in parallel for all selected servers. b. Pull-based updates of video client application software via a centralized data store. c. Support for remote configuration of all VMS server software components. d. Support for remote monitoring of all VMS server software components. e. Support for remote configuration of the centralized data store. f. Copy or move cameras between servers. g. Configure users and groups. 2. The VMS software shall be capable of monitoring one (1) or more VMS systems and reporting the following items: a. Installed VMS software version. b. Total amount of system memory. c. Total amount of available system memory. d. Total CPU utilization. e. Total VMS uptime. f. Video source status including current recording status and the volume where video events are currently being stored. g. Storage volume status including total number of days video available on the selected storage volume, the amount of storage that is currently being utilized and the amount of storage that remains before triggering the FIFO-mode event deletion process. h. Provide a list of events that have occurred on the selected server since the initial connection. i. Listing of currently connected clients by user. 3. The VMS shall automatically and without user intervention provide a process whereby critical system events shall be visually brought to the attention of the user. 4. The VMS shall provide the ability to remotely perform, in parallel, a push- mode, unattended software update to one (1) or more servers over the IP network. While updates are being performed, update events will be received and logged. 5. The VMS shall visually notify the user if a server becomes unreachable during a session. 6. The VMS shall be able to program notification to one (1) or more administrator configured e-mail addresses if any of the following events occur and the server has been configured to provide the events: a. Server Connection Lost b. Camera Offline 13 c. Volume Offline d. Hardware Key Missing e. Server Connection regained 7. The VMS shall support limiting the number of email notifications. Limitations shall be configurable specifying the maximum number of emails which can be sent for an individual event and the minimum time between events. 8. The e-mail server configuration shall utilize the SMTP protocol over TCP port 25 to connect to an administrator defined e-mail server. It will utilize SMTP Authentication if configured as such by an administrator. 9. The VMS shall provide the administrator the ability to control the running state of the core video server software on the selected VMS. These include starting and stopping the video system service. 10. The VMS shall provide the administrator the ability to retrieve a filterable list of events from the log files maintained on each VMS. 11. The VMS shall be capable of saving the current session with all user or administrator configured settings to a file. 12. The VMS shall be able to restore a user session from the settings located within a saved session file. 14 C. Licensing The VMS manufacturer shall license the software on a per network interface basis only, in such a way that there are no license fees associated with client applications, site installation, user accounts, add-on features or other license fees. The licensing program characteristics are: 1) IP camera license shall not be tied to a hardware address (MAC Address). 2) Licenses shall be bundled with Advidia and Panasonic Cameras 3) The VMS License shall not have a required software maintenance or software upgrade subscription or maintenance fee. 4) The VMS Server software shall not be tied to the server hardware. 5) Camera licenses may be moved between servers. 6) All server and camera licenses are moveable without requiring manufacturer action of any type. 7) All VMS Client software modules shall be included in the base VMS software cost. Modules include Administration Console, Alarm Client, Video Client, Web Client, Video Wall, VI TV, Mobile Clients, Public View, and Health Monitor 8) Client applications can be installed an unlimited number of times and may be running simultaneously without additional licensing cost. 9) Licensing for directly connected analog cameras shall include for no additional cost, PCI or PCIe, connected encoding hardware. The VMS manufacturer shall allow for trade in or conversion of the encoding hardware for the equivalent number of IP camera licenses in the future allowing the user to switch from analog cameras to IP cameras without incurring additional licensing cost. 10) There should be no recurring costs for licensing or subscriptions to utilize the video surveillance system once it has been installed. 15 Other Considerations Switches 1. The Tate County School District network is made up of HP managed switches. All ports are 1000Mbps minimum. Any new switches used in this RFP will be minimum 1000Mbps. 2. When available, the camera system will need to be installed on a physically separate LAN. The School District will provide the switches needed to accomplish this AFTER the 2017 erate Switch Project is performed if time permits. Since most IDF closets will need a new switch of some type, Vendor will alert the School District how many ports will be needed in each MDF and IDF closet. The School District will install the switches. Vendor will install any new ports or patch panels as required. 3. If fiber cables are available but not terminated, Vendor will tip fibers as needed. If fiber cables are not available, Vendor must provide an option where Vendor installs the needed cabling or allows the School District to VLAN existing switches to minimize traffic congestion. 4. Vendor will run all cable runs as needed. Either standard Cat 5e/Cat 6 may be used. 5. Vendor will upgrade equipment that is needed at each site. Since the existing cameras belong to TCSD, any usable cameras that can be moved or repurposed must be utilized. 6. Some cameras will require audio. The locations will be given at the walkthrough. 7. The timing of this project is critical and based on several factors. It is preferred to be done after the Coldwater Attendance Center E-Rate switch project. Since that is based upon Erate timing, Vendor must be willing to be flexible on the timing of the install. The final decision will be made by the Superintendent and the Board. However, all efforts will be made to have this system installed before the beginning of the 2017-2018 school year. Licensing The VMS manufacturer shall license the software on a per network interface basis only, in such a way that there are no license fees associated with client applications, site installation, user accounts, add-on features or other license fees. The licensing program characteristics are: 1) 2) 3) 4) 5) 6) 7) 16 IP camera license shall not be tied to a hardware address (MAC Address). Licenses shall be bundled with Advidia and Panasonic Cameras The VMS License shall not have a required software maintenance or software upgrade subscription or maintenance fee. The VMS Server software shall not be tied to the server hardware. Camera licenses may be moved between servers. All server and camera licenses are moveable without requiring manufacturer action of any type. All VMS Client software modules shall be included in the base VMS software cost. Modules include Administration Console, Alarm Client, Video Client, Web Client, Video Wall, VI TV, Mobile Clients, Public View, and Health Monitor Right to Reject The Tate County School District reserves the right to accept or reject all proposals or sections thereof when the rejection is in the best interest of the school system. The Tate County School District reserves the right to award without further discussion. Therefore, responses should be submitted initially with the most favorable terms the Vendor proposes. The Tate County School District reserves the right to reject the proposal of a Vendor who has previously failed to perform properly or completed on time contracts and to reject the proposal of any Vendor who in the opinion of the Tate County School District Board of Trustee or Superintendent, is not in a position to adequately perform the contract. The Tate County School District Board of Trustees or Superintendent reserves the right to reject any and all proposals any part or parts of a proposal, waive any technicalities/informalities, increase or reduce quantities, make modifications or specifications, and award any or the entire contract in a manner that is in the best interest of the Tate County School District. Contracts will be awarded to the Vendor submitting the proposal determined to be in the best interests of the Tate County School District. 17 ATTACHMENT A INFORMATION FORM (Type or Print ONLY) NAME OF COMPANY ADDRESS OF HOME OFFICE CITY OF HOME OFFICE STATE OF HOME OFFICE COUNTY OF HOME OFFICE 9 DIGIT HOME OFFICE ZIP PHONE # OF HOME OFFICE Federal EIN DUNS Number CONTACT Name __________________________________ CONTACT Phone Number ___________________________ CONTACT Email Address____________________________ By signing below, the Vendor acknowledges that the prices listed on this sheet are the prices being bid for this project and that the Vendor understands that portions of this Project may be funded from ERate Funds. This project is subject to funding availability and contingent upon E-Rate funding. PRINTED NAME __________________________________ TITLE ________________ SIGNED _________________________________________ DATE _______________ 18 ATTACHMENT A - continued PRICING INFORMATION (You may submit your standard quotation instead of this document if you wish) DELIVERED TO Coldwater, Mississippi 38618 (Specific address to be determined prior to shipment) Manufacture Part Number 19 Description QTY Unit Price Extended Price ATTACHMENT B Vendor Required Documentation ● ● ● ● ● ● ● 20 Specifications for the proposed hardware. Vendor shall provide a written summary of their proposal as well as drawings of all sites labeled with the location of the each access point being proposed and the path of the access points’ cabling to each network closet. Vendor will verify if the District has enough available switch ports and/or patch panel ports in each closet for their proposed solution. Current liability insurance and workers compensation insurance. Documentation of the Vendor’s wireless, switching and cabling certifications. Three K-12 references. Must include a detailed Scope of Work describing this “turnkey” project. Vendor must provide a general map of camera coverage.