Access Control Systems: Installation, Maintenance & Repairs, Countywide

From: Pinellas County Schools(School)
23-968-152

Basic Details

started - 12 Jul, 2023 (9 months ago)

Start Date

12 Jul, 2023 (9 months ago)
due - 08 Jun, 2024 (in 1 month)

Due Date

08 Jun, 2024 (in 1 month)
Contract

Type

Contract
23-968-152

Identifier

23-968-152
Pinellas County Schools

Customer / Agency

Pinellas County Schools
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Cut along the outer border and affix this label to your sealed bid envelope to identify it as a “Sealed Bid”. Be sure to include the name of the company submitting the bid where requested. SEALED BID • DO NOT OPEN SEALED BID NO.: 23-968-152 BID TITLE: Access Control Systems: Installation, Maintenance and Repair DUE DATE/TIME: March 28, 2023 @ 3:00 p.m. ET SUBMITTED BY: _______________________________________ (Name of Company) DELIVER TO: PURCHASING DEPARTMENT School Board of Pinellas County 301 Fourth Street S.W. Largo, FL 33770-3536 Please Note: Pinellas County Schools has partnered with Public Purchase which provides government agencies and their suppliers with a comprehensive and easy to use web-based eProcurement system. Registered suppliers receive automatic notification and transmittal of bid solicitations. Please visit www.publicpurchase.com to login and obtain any and all bidding documents Once you
have opened and viewed the bid document from the Public Purchase website you will automatically receive an e-mail notifying you when an addendum has been issued. However, if you obtain our bidding documents from any other source, we cannot guarantee that you will automatically receive subsequent notifications of addendums by email. In order to assure that you are automatically notified, you must visit the above website and open and view the bid document. The District will not be responsible if you fail to receive any and all addendums if you obtain the original bid document from another source. http://www.publicpurchase.com/ The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 1 of SUBMIT BID TO: PURCHASING DEPARTMENT School Board of Pinellas County, Florida 301 – Fourth Street S.W. Largo, Florida 33770-3536 INVITATION TO BID BID TITLE: Access Control Systems: Installation, Maintenance and Repair BID NO. 23-968-152 F.O.B. Countywide BUYER: Christine Roney DESTINATION (727) 588-6149 POINT: ISSUE March 3, 2023 DATE: BID DUE DATE AND TIME: March 28, 2023 @ 3:00 p.m. ET BID OPENING ROOM: A318 SUBMITTALS: Certain Submittals are required with this bid. See the SUBMITTALS CHECKLIST found later in the bid document for details. Submit Three (3) complete copies of your bid, 1 original marked as the original, 1 copy, 1 copy of the original on a flash drive. Bids should include all information and submittals requested herein. Incomplete bids may be declared non-responsive. PURCHASING CARDS: Bidders that accept Visa/Mastercard payments can be enrolled in the District’s ePayments program for faster payment turnaround. Interested parties can contact the Districts purchasing card provider, JP Morgan, for enrollment in the program at sua.supplier.support@jpmchase.com, or by phone at 877-263- 5184. Unless exception to this condition is checked below, the Bidders, by submitting a bid, agrees to accept the purchasing card as an acceptable form of payment and may not add additional service fees or handling charges to purchases made with the purchasing card. We are not able to accept credit card payments at this time. PURCHASES BY OTHER PUBLIC AGENCIES (D.O.E. Regulation #6A1.012 (5): - With the consent and agreement of the successful Bidders(s), purchases may be made under this bid by other governmental agencies. Such purchases shall be governed by the same terms and conditions as stated herein. Note to Bidders: A. A signed bid submitted to the School Board obligates the Bidders to all terms, conditions and specifications stated in this bid document, unless exceptions are taken and clearly stated in the Bidder’s bid documents. B. Bids received after the date & time specified will not be accepted. Delivery days after receipt of order: Date Submitted: BIDDERS MUST FILL IN THE INFORMATION LISTED BELOW AND SIGN WHERE INDICATED FOR BID TO BE CONSIDERED Company Name: FEIN: Address: Telephone: ( ) - Ext. City, State: Zip: FAX: ( ) - NON COLLUSION: - The Bidders, by affixing its signature to this bid, certifies that its bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a bid for the same item(s), and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. Signature of Owner or Authorized Officer/Agent E-mail: Typed Name of Above: Title: NO BID: I hereby submit a “no bid” for the reasons checked below: Insufficient time to respond Could not meet Insurance requirements Addenda were received too late to respond Could not meet bonding requirements Could not meet specifications We do not offer the product or service requested Specifications were unclear or restrictive Our schedule will not permit us to respond Terms & Conditions were unclear or restrictive We do not bid directly Keep our company on this bid list for future bids Remove our company name from this bid list for future bids (23-968-152) SPECIAL CONDITIONS The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 2 of GENERAL TERMS AND CONDITIONS The Pinellas County School District (District) “General Terms and Conditions” School Board Adopted 12/08/09 Revised 3/20/12, 7/24/12 can be found at the following link: https://www.pcsb.org/cms/lib/FL01903687/Centricity/Domain/187/General%20Terms%20and%20Conditions.pdf By submitting a proposal, Proposer agrees to abide by all District Terms and Conditions. SCOPE The purpose and intent of this invitation to bid is to establish a rotating list of not more than three (3) qualified, licensed and competent “Contractors” to provide all materials, labor, tools, equipment and supervision to install Card Access Systems and perform repair services on existing Card Access Systems at various facilities, countywide, per specifications and to secure firm, net pricing for the contract period as specified herein. The district shall reserve the right to supply all or any parts or equipment. Installations will be performed in accordance with the following codes; • National Electric Code (NEC) • Life Safety Code • Florida Building Code • State Requirements for Educational Facilities (SREF) SUBCONTRACTING The successful Contractor (“Contractor”) shall not subcontract any work described in this contract to others for work or services performed during the term of this contract unless prior, written authorization is obtained from the maintenance department. If the use of a subcontractor is approved, it shall be the sole responsibility of the Contractor to regulate and guarantee work. The Contractor is also responsible to pay subcontractors’ expenses at no cost to the district. The Contractor is responsible for all payments, invoicing and documentation of their subcontractors. Pinellas County School District will NOT be held responsible for ANY subcontractor’s contract (i.e. payment, to subcontractor, awarding of work to subcontractor, etc.). Purchase order payments will not be issued to anyone other than the awarded Contractor. CONTRACT PERIOD The Contract Period shall commence on 04/25/23, and end 04/24/24. Prices and discounts shall remain firm for this period and shall include ALL freight and handling charges. RENEWAL OPTION By mutual consent of the School Board of Pinellas County, Florida, and the successful Bidders, this contract may be renewed for (two (2) one (1) year periods of time). SUPPLEMENTAL UNILATERAL RENEWAL PERIODS . The District, through its Director of Purchasing, has the option and reserves the right to unilaterally extend the original contract term or any renewal term for up to three (3) additional thirty (30) day periods, at the same terms and conditions. Notice of the District’s intent to renew shall be https://www.pcsb.org/cms/lib/FL01903687/Centricity/Domain/187/General%20Terms%20and%20Conditions.pdf SPECIAL CONDITIONS The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 3 of provided by the District in writing to the Contractor Supplier prior to the expiration of the contract, or the renewal period if the contract has been previously renewed. PRICE ESCALATION/DE-ESCALATION. The District will allow a price escalation/de-escalation provision within this award. The original bid prices shall remain firm for the first term of the agreement. A price escalation/de-escalation will be allowed at each renewal period, provided the Awardee notifies the District, in writing, of the pending price escalation/de- escalation a minimum of 60 days prior to the final day of the current term. The price escalation percentage change shall not exceed the previous 1-year’s percentage change of the Consumer Price Index for All Urban Consumers (CPI-U) published by the U.S. Department of Labor’s Bureau of Labor Statistics. If bidding discounts from list price, discounts offered may not change. Failure to comply with these instructions shall be grounds for disallowance of a price escalation as allowed herein. If, at the point of exercising the price escalation provision, market media indicators show that the Consumer Price Index for All Urban Consumers (CPI-U) has decreased, and that the Awardee has not passed the decrease on to the District, the District reserves the right to place the Awardee in default, cancel the award, and remove the Awardee from the District’s Bidders List for a period of time deemed suitable by the District In the event of this occurrence, the District further reserves the right to utilize any and/or all options as stated herein. ADJUSTMENTS TO CONTRACT TERMS & CONDITIONS NECESSITATED BY VOLATILITY OF THE MARKETPLACE The District may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply are affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all of the following criteria: 1. The volatility is due to causes wholly beyond the Supplier’s control 2. The volatility affects the marketplace or industry, not just the particular Supplier’s source of supply 3. The effect on pricing or availability of supply is substantial 4. The volatility so affects the Supplier that continued performance of the contract would result in substantial loss or financial hardship The determination as to whether a situation represents “extreme” volatility of the marketplace and/or whether the effect on pricing or availability is “substantial” shall be solely at the discretion of the District. Requests for adjustments will not be considered more than once in a one-year period. Adjustments and renewal escalation may not be exercised in the same term. PRE-BID CONFERENCE A pre-bid conference will NOT be held for this bid. Please send all questions to: Christine Roney, Purchasing Analyst, roneyc@pcsb.org CONTRACT VALUE For the purposes of calculating the amount of a protest bond, this contract is valued at approximately $600,000.00 /year, excluding renewal options. This is only an estimate and the actual amount could vary up or down. The District will not be held responsible if actual purchases are less than this amount. BID CONTENT & SUBMITTAL mailto:roneyc@pcsb.org SPECIAL CONDITIONS The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 4 of Three (3) complete copies (1 original & 1 copy) and one (1) flash drive of the bid proposal shall be submitted by respondents. Each bid proposal shall include all information and submittals required or requested in this bid. Incomplete bid proposals may be declared non-responsive. Please refer to the Submittal Checklist on page 45 for a list of required or requested submittals. Bidders SHALL submit the following information and documentation in order for your bid to be declared responsive: 1. Name, address and phone number of the bidder’s contact person, see form in bid proposal. 2. Documented evidence that the bidder has been in the business of providing the services described in this bid for five consecutive (5) years. 3. Resumes of key personnel performing installations, including any documented training in Access Control Systems. The Contractor shall have at least one (1) Paxton® Access, Inc. Net 2 Advanced Certified technician/installer assigned to this contract. All other technicians/installers assigned to this contact shall be Paxton® Access, Inc. Net 2 Essentials. Indicate these techs and the lead technician on projects. Utilize the form found on page 41. 4. Provide “Performance History” References utilize the form on page 40. 5. Copy of current and valid license: ES, ET, EC or EF. QUALIFICATIONS OF BIDDERS A. Bidding Entity: Any sole proprietor, firm, partnership, or corporation submitting a proposal for the specified work. B. The Bidding entity shall hold all active licenses specified, prior to bid due date. C. The Bidder shall provide documentation evidence of maintaining a business license under the same legal entity for a period of at least five (5) continuous years, unless otherwise specified prior to the bid date. “Legal Entity” is defined as the same company, corporation, partnership, or sole proprietorship that is successor-in-interest to the previous entity. In the case of a separate, successor- in-interest entity, that entity, that entity must have maintained a business license for a period of five (5) continuous years, prior to this bid. D. The Bidding entity shall provide evidence of work experience providing Access Control Systems, for a period of at least five (5) continuous years. E. The Bidder Entity shall have a place of business for contact by the Owner during normal working hours on normal workdays. Home operated businesses are permitted provided contact can be made as specified. AWARD The contract will be awarded to not more than three (3) most responsive and responsible bidders receiving the highest point scores. All proposals will be scored using the point system found on the Bid Evaluation Form. Points will be awarded for each criterion based upon the percentage spread between each bidder’s pricing compared to the lowest bidder’s pricing for each criterion. WORK ALLOCAITON Work will be rotated amongst all the approved contractors as equitably as possible based upon the contractors’ workload and ability to respond. However, there is no guaranteed volume of work any contractor may receive. SPECIAL CONDITIONS The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 5 of CONTRACTOR RESPONSIBILITIES • Project proposals shall be developed using the hourly rates and unit pricing and/or percentage discounts off of list price for parts and materials as entered on the Bid Proposal Form. It will be the responsibility of the Contractor to contact and schedule factory authorized representatives as necessary. • The Contractor shall evaluate each work request and submit a written proposal utilizing an excel spreadsheet listing all unit prices and quantities. • The Contractor must obtain any or all licenses and permits that may be required by this bid at no cost to the District. • The Contractor shall be responsible for performing the work necessary in accordance with school district standards, in a safe, acceptable and workmanlike manner, using only generally accepted methods in carrying out the work. • The lead technician shall be on the jobsite at all times while work is being performed. • Under no circumstances shall work proceed unless authorized by the Project Coordinator and the Contractor receives a purchase order from the District. • The scope of work shall not be expanded beyond the original proposal without the approval of the Project Coordinator and a written, revised purchase order from the District. • A substantial completion date will be determined at the pre-construction meeting, and the amount of liquidated damages will be established ($100.00 per day) for each and every day the project is not complete beyond the predetermined date. METHOD OF EVALUATION - For Installation and Hourly Labor Rates: The Bidder achieving the highest point score will be recommended for award of the contract. Each criterion will receive a score not to exceed 100 points. The lowest price will receive 100 points and all other bids will be scored based upon the cost spread in relation to the lowest bid. Scores will be rounded up or down to the nearest whole dollar. Example: • If the lowest bid for one item is $50 it will thus receive a 100-point score. • If the second lowest bid is $62 it will thus receive an 81-point score. • If the third lowest bid is $80 it will thus receive a 63-point score. Bidders may bid regardless of geographic location within the county. All proposals will be scored using the point system found on the Bid Evaluation Form. A maximum of 100 points will be allocated to each criterion listed on the form. Points will be awarded for each criterion based upon the percentage spread between each bidder’s unit price compared to the lowest Bidder’s unit price for each criterion. METHOD OF EVALUATION - For unit pricing, number of labor hours per unit and discounts off retail prices: • The lowest unit pricing and labor hours for each line item will be awarded five (5) points. • The 2nd lowest pricing and labor hours for each line item will be awarded three (3) points. • The 3rd lowest pricing and labor hours for each line item will be awarded one (1) point. • The 4th lowest for each line item will be awarded zero (0) points SPECIAL CONDITIONS The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 6 of METHOD OF EVALUATION - For additional items not listed on the bid: • On the Bid Proposal Form, request for additional items may be added to your bid for review. These items will not be scored as part of the evaluation of the award. SERVICE REQUIREMENTS 1. Replacement parts shall be made available in sufficient supply to keep equipment purchased from this bid in operational condition for a minimum of five (5) years after equipment delivery and acceptance. After expiration of any warranties and during this five (5) year period, all required parts shall be shipped within sixty (60) days after receipt of the District’s purchase order. 2. If requested by the District, the Bidders must be prepared to provide a free demonstration of the equipment sold under this bid to acquaint the District staff with its operation. 3. Bidders shall include the cost of installation when requested in the specifications. If the specification calls for assembly by the Successful Bidders, equipment shall be assembled either before or upon delivery. If equipment is assembled prior to delivery, the Successful Bidders must package merchandise appropriately and take all necessary precautions to avoid damage in transit. The recipient shall make every attempt to inspect merchandise upon delivery, if possible, and make note of any damage on the bill of lading. Damaged goods discovered after delivery personnel have left, shall be reported to the Successful Bidders within ten (10) calendar days of receipt for replacement or repair. When installation is complete, the Successful Bidders will be responsible to dispose of all packing materials, and to leave the site in a clean and orderly state. 4. The Successful Bidders will be expected to make simple electrical or plumbing connections to existing utilities to confirm that equipment is functioning properly. Under no circumstances will the Successful Bidders be required to run new electrical or plumbing service to the equipment, unless specifications call for this. In these cases, only licensed contractors shall perform the work and the Supplier must provide an acceptable insurance certificate to the District before work commences. BACKGROUND SCREENING As required by The Jessica Lunsford Act [s.21 of Ch.2005-28, L.O.F.], if anyone representing a Supplier under contract with the school District will have access to school grounds when students are present, have direct contact with students or have access to or control of school funds, such personnel are required to be screened at Level 2, to include fingerprinting, statewide criminal and juvenile justice records checks through the Florida Department of Law Enforcement and federal criminal records checks through the Federal Bureau of Investigation. [s. 1012.465, Florida Statutes] The requirements of this law must be met in order for the School Board to contract with your company. To make an appointment to be screened by Pinellas County Schools, go to: http://fieldprintflorida.com/ For a full submission (fingerprinting and badge) use code FPPCSVendors. For a badge only (badge replacement) use code FPPCSBadge. If Contractor/Supplier is awarded all or a portion of this bid, Contractor/Supplier hereby acknowledges and agrees to abide by the Florida Jessica Lunsford Act (1012.465, F.S.) and obtain, at its own cost, Level 2 clearance of all employees, agents, and subcontractors who (1) have access to school grounds when students are present, (2) have direct contact with students, on or off school grounds, or (3) have access to or control of school funds. INSURANCE Insurance is required of all Suppliers who perform work on School Board premises. If this bid requires that you work on our premises, an attachment titled: Insurance Specifications for Contractor/Suppliers will be included giving details. http://fieldprintflorida.com/ SPECIAL CONDITIONS The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 7 of NON-EXCLUSIVE AGREEMENT This bid does NOT establish an exclusive arrangement between the District and Supplier. The District reserves, but is not limited to, the following rights: • The unrestricted right to use others to perform work, provide services or deliver the same or similar products as described herein when it is to the economic benefit of the District. • The unrestricted right to separately bid any work, products or services as described herein when it is to the economic benefit of the District. WARRANTY All equipment purchased from this bid shall carry the manufacturers’ standard warranty, unless otherwise specified. All work performed by the General Contractor and/or Sub-Contractors shall be warranted to be free from defects in materials and workmanship for a period of not less than one (1) year from the date of final completion of the project including of all punch list items. ADDENDA From time to time, addenda may be issued to this bid. Any such addenda will be posted on the Public Purchase website. If you have not already done so, you must first register at this website before you may begin downloading bid documents. If you are a registered vendor with the district, you will automatically receive notification of all addenda by e- mail BUSINESS HOURS & DAYS OF OPERATION Regular School Year Days of operation are Monday thru Friday (excluding holidays) 8 a.m. to 4:30 p.m. Warehouse receiving 6:30 a.m. to 2 p.m. Summer From approximately the 1st week of June thru the 1st week of August all schools are closed, with the exception of those that may be in summer session. Beginning the 2nd week of August, schools are once again in session. For more specific information call (727) 588-6143 to confirm if a school can accept deliveries. Days of operation are Monday thru Thursday as follows: • Administrative Facilities and Schools: 7:30 a.m. to 5:30 p.m. • Walter Pownall Service Center: 6:30 a.m. to 5 p.m. (receiving 6:30 a.m. to 4:30 p.m.) HOLIDAY BREAKS Each year, schools and administrative offices are closed for Thanksgiving, winter and spring break periods. Shipments cannot be accepted during these periods. These dates will vary each year depending upon our negotiated personnel calendar and when the Holidays actually fall. Spring Break, 2023: Schools: March 13 thru March 17, 2023 Administrative Offices: March 14 thru March 17, 2023 SPECIAL CONDITIONS The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 8 of KEY EVENTS & DATES: • March 2, 2023 Bid notice e-mailed to prospective Bidders & bidding documents posted on the www.publicpurchase.com • March 21, 2023 Last Day to request additional information or clarification • March 28, 2023 Bids due in Purchasing @ 3 p.m. E..T. Public bid opening to follow immediately thereafter in Room A308, Purchasing Department, School Administration Building, 301 4th Street S.W., Largo, Florida. NOTE: The Largo Administration Building is a secured building. Inform the officer at the front desk that you have a bid to be delivered to the Purchasing Department. The officer will call Purchasing and someone from the department will come to the front desk to date and time stamp your bid and provide a receipt. This process may take several minutes, so please allow sufficient time when hand delivering a bid submittal. • March 28-April 3, 2023 Evaluate bids and make selection of contractor(s) • April 3, 2023 Recommendation For Award Submitted to Purchasing by the Maintenance Department • *On or About April 13, 2023 Notice of Intent to Award posted in the purchasing department and on the department’s Web site @ http://pcsb.org/Page/746 • April 25, 2023 Submit Recommendation for award to School Board for approval (estimated date of School Board approval) *If the time allotted to evaluate bids and make the selection of contractors as stated above proves to be insufficient, the posting of the Notice of Intent To Award and the Board approval date could both slip two weeks or more. Continue to monitor our website or contact the purchasing department for more specific information as to when the notice will be posted. ADDITIONAL QUESTIONS/CLARIFICATIONS During any solicitation period, including any protest and/or appeal, no contact with District officials or employees, other than with the individuals specifically identified in the solicitation, the Director of Purchasing or the Legal Department is permitted from any Bidder. Such communication may result in an automatic disqualification for selection in the pending solicitation and any subsequent District solicitations for a period of six (6) months, no matter the outcome of the solicitation or any protest and/or appeal. Additional questions or clarifications regarding this solicitation shall be directed in writing to the buyer listed on page 1 of this document by 4:00 PM of the day listed on the Key Events & Dates table as the “Last Day to request additional information or clarification”. ALL requests for clarifications or questions shall be submitted in writing via email and directed to: Christine Roney, Purchasing Analyst, roneyc@pcsb.org http://www.publicpurchase.com/ http://pcsb.org/Page/746 mailto:roneyc@pcsb.org SPECIAL CONDITIONS The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 9 of REVIEW OF STATE CONTRACTS Prior to the release of this Invitation to Bid, a review of the State of Florida purchasing agreements was conducted to determine if their use would be economically advantageous to the District. BID OPENING PROCEDURES Please be aware that any meeting at which (1) there is negotiation with a Supplier, (2) a Supplier makes an oral presentation, or (3) a Supplier answers questions, pursuant to a competitive solicitation, are closed to competitors and other members of the public. Team meetings at which negotiation strategies are discussed are likewise closed. Such meetings shall be recorded. The School Board’s practice of reviewing and disclosing pricing and other contents of bid proposals have changed in accordance with recent changes in the law. At bid openings, District personnel will only reveal the names of the Bidders, unless the bid or proposal is a competitive solicitation for construction or repairs on a building, then the name of each Bidders and price submitted shall be read at a public bid opening per F.S. 255.0518. The recordings and bid proposals shall be exempt from public records requests until such time as the notice of an intended decision is published or until 30 days after opening the bids, proposals, or final replies, whichever occurs earlier. If the School Board rejects all bids, proposals, or replies and concurrently provides notice of its intent to reissue a competitive solicitation, the recordings and any records presented at the exempt meeting remain exempt from public records requests until such time as the School Board provides notice of an intended decision concerning the reissued competitive solicitation or until the School Board withdraws the reissued competitive solicitation. A recording and any records presented at an exempt meeting are not exempt for longer than 12 months after the publication of the initial notice rejecting all bids, proposals, or replies. Section 119.071(1)(b), F.S.; and Section 286.0113, F.S. PUBLIC ENTITY CRIMES As stated in paragraph 12 of the General Terms and Conditions, PUBLIC ENTITY CRIME & CONVICTED VENDOR LIST, please complete, sign and notarize the “SWORN STATEMENT UNDER SECTION 287.133(3)(A),FLORIDA STATUTES, PUBLIC ENTITY CRIMES” form on page This form MUST be included in your response in order for your bid/proposal to be responsive. PUBLIC RECORD LAW Public Records: Section 119.0701, Florida Statutes, requires that the Contractor comply with Florida’s public records laws with respect to services performed on behalf of the School Board. Specifically, the statute requires that the Contractor: a. Keep and maintain public records required by the School Board to perform the service. b. Upon request from the School Board’s custodian of public records, provide the School Board with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 of the Florida Statutes or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion of the Agreement if the Contractor does not transfer the records to the School Board. d. Upon completion of the Agreement, transfer, at no cost, to the School Board all public records in the possession of the Contractor or keep and maintain public records required by the School Board to perform the service. If the Contractor transfers all public records to the School Board upon completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion SPECIAL CONDITIONS The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 10 of of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e. A request to inspect or copy public records relating to this Agreement must be made directly to the School Board. If the School Board does not possess the requested records, the public agency shall immediately notify the Contractor of the request, and the Contractor must provide the records to the School Board or allow the records to be inspected or copied within a reasonable time. f. The failure of the Contractor to comply with these provisions, if applicable, shall constitute a default and material breach of this Agreement, which may result in immediate termination, with no penalty to the School Board and may also result in penalties under Section 119.10, Florida Statutes. g. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, ANGELA BROWN, SUPERVISOR OF RECORDS MANAGEMENT AT 727- 793-2701 X 2393, 2929 COUNTY ROAD 193, CLEARWATER, FL 33759, brownangel@pcsb.org. INTEGRITY OF BID DOCUMENTS Bidders shall use the original Bid Proposal Forms provided by the Purchasing Department and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the Bid Proposal Form if sufficient space is not available on the original form for the Bidders to enter a complete response. Any modifications or alterations to the original bid documents by the Bidders, whether intentional or otherwise, will constitute grounds for rejection of a bid. Any such modifications or alterations that a Bidders wishes to propose must be clearly stated in the Bidder’s proposal response and presented in the form of an addendum to the original bid documents. EXCEPTIONS TO GENERAL TERMS AND CONDITIONS Bidders taking any exceptions to the General Terms and Conditions, pages 2-8 of this document, will be reviewed by staff prior to evaluation of bids. Exceptions to the General Terms and Conditions may be cause for rejection of your bid. FILLABLE BID FORMS For your convenience, some of the forms which must be completed and submitted along with your bid will be posted along with the bid document on the Public Purchase website in a protected Word file format which will enable you to type your responses on the forms. The file will be named Access Control Systems: Installation, Maintenance, and Repair, 23-968-152bidforms. Please use these forms to avoid the need to hand write information. If sufficient room has not been provided on the form to enable you to enter a complete response, please include a supplemental attachment if necessary. Please note that this file may not include all the forms that should be submitted with your bid proposal so please check the Submittals Checklist near the end of this document for a complete list of requested and required submittals. MULTIAGENCY PARTICIPATION Pinellas County Schools reserves the right, within statutory limits, to extend the terms and conditions of this solicitation to any and all other agencies within the state of Florida as well as any other federal, state, municipal, county, or local mailto:brownangel@pcsb.org SPECIAL CONDITIONS The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 11 of governmental agency under the jurisdiction of the United States and its territories. This shall include but not limited to private schools, parochial schools, non-public schools such as charter schools, special districts, intermediate units, non- profit agencies providing services on behalf of government, and/or state, community and/or private colleges/universities that require these goods, commodities and/or services. This is conditioned upon mutual agreement of all parties pursuant to special requirements, which may be appended thereto. The supplier/contractor agrees to notify the issuing body of those entities that wish to use any contract resulting from this bid and will also provide usage information, which may be requested. A copy of the contract pricing and the bid requirements incorporated in this contract will be supplied to requesting agencies. Each participating jurisdiction or agency shall enter into its own contract with the awarded Contractor and this contract shall be binding only upon the principals signing such an agreement. Invoices shall be submitted in duplicate "directly" to the ordering jurisdiction for each unit purchased. Disputes over the execution of any contract shall be the responsibility of the participating jurisdiction or agency that entered into that contract. Disputes must be resolved solely between the participating agency and the Contractor. SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 12 of 55 (22-171pr920bid.doc) Revision History Revision Date Section / Nature of Revision 03/01/2017 Document Issued 10/20/2021 2.03 B Changed run time during outage from 30 minutes to 1 hour 2.03 I Updated Single Door Controller Part Number 2.04 F Updated reader part Number 2.05 A Deleted verbiage and updated electric strike part number 2.05 Added B and C section 3.02 Added E through G section 3.05 A Deleted last sentence relating to control diagram 3.06 E Deleted section E (end of line resistors) 3.12 B Deleted 3.12 B.3) through 5) 3.14 F Changed verbiage PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Provide a TCP/IP Access Control System. The intent is for this Contractor to provide the devices, connections, testing, programming, documentation, etc. for a working system (including any missing or defective cabling). B. The security access system shall have the following: 1) Regulate access through specific doors 2) Credential cards and readers 3) Monitoring of field-installed devices 4) Reporting 1.03 RELATED SECTIONS A. Section 08 71 00 Door Hardware B. Section 26 05 19 Building Wire and Cable C. Section 26 05 33.16 Boxes D. Section 26 05 53 Electrical Identification E. Section 27 10 00 Structured Cabling F. Section 28 30 00 Intrusion Detection System 1.04 DEFINITIONS A. Central Station: A PC with software designated as the main controlling PC of the security access system. Where this term is presented with initial capital letters, this definition applies. B. ACU: Access Control Unit SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 13 of 55 (22-171pr920bid.doc) C. Controller: An intelligent peripheral control unit that uses a computer for controlling its operation. Where this term is presented with an initial capital letter, this definition applies. D. Credential: Data assigned to an entity and used to identify that entity. E. GFI: Ground fault interrupter. F. Identifier: A credential card, keypad personal identification number or code, biometric characteristic, or other unique identification entered as data into the entry-control database for the purpose of identifying an individual. Where this term is presented with an initial capital letter, this definition applies. G. I/O: Input/output H. LAN: Local area network I. WAN: Wide area network J. LED: Light-emitting diode K. RF: Radio frequency L. ROM: Read-only memory. ROM data are maintained through losses of power. M. TCP/IP: Transport control protocol/Internet protocol incorporated into Microsoft Windows. N. UPS: Uninterruptible power supply. O. WAN: Wide area network P. Wiegand: Patented magnetic principle that uses specially treated wires embedded in the credential card. 1.05 SYSTEM DESCRIPTION A. Intent is for the Access Control System to be IP based. Existing System Software: Paxton, Net2. 1) Multi-user multi-tasking to allow for independent activities and for monitoring to occur simultaneously at different workstations. 2) Graphical user interface to show pull-down menus and a menu tree format. 3) Password-protected operator login and access. B. Network, connecting the system, shall be via a dedicated VLAN on Owner’s network. 1.06 QUALIFICATION AND QUALITY ASSURANCE A. Manufacturer: Manufacturer's authorized representative, trained and approved for installation of units required for this Project, with at least five years documented experience. Installing SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 14 of 55 (22-171pr920bid.doc) and servicing office to be located within a 50 mile radius of Pinellas County. Pinellas County Schools Approved Vendors Only! See Pinellas County Schools Rep for vendor to be used. B. Installer: Company specializing in access control systems with five years’ experience, certified by Florida State Licensing Board as an access control system installing contractor and maintain installation, service, and technical staff within 50 miles of Pinellas County. Contractor shall provide evidence of qualifications upon request. Pinellas County Schools Approved Vendors Only! See Pinellas County Schools Rep for vendor to be used. C. Installer shall employ workers trained and approved by manufacturer. Cable installer shall have on staff a registered communication distribution designer certified by Building Industry Consulting Service International. D. The Contractor shall be prepared to offer a service contract for the maintenance of the system after the warranty period. E. Certifications 1) Paxton Integrator (demonstrates competency and experience on the Paxton software and hardware) Paxton Net 2 Essential and Net 2 Advanced Certificates required. 2) Paxton Certified Staff - minimum of three within 50 miles of Pinellas County. Paxton Net 2 Essential and Net 2 Advanced Certificates required F. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities-having-jurisdiction and marked for intended use. G. Comply with NFPA 70, "National Electrical Code." H. Comply with SIA DC-03 and SIA DC-07. 1.07 PERFORMANCE REQUIREMENTS A. Existing security access system has a single database for access-control and credential-creation functions. B. Distributed Processing: System shall be a fully distributed processing system so that information including time, date, valid codes, access levels, and similar data is downloaded to Controllers so that each Controller makes access-control decisions for that Location. Intermediate Controllers for access control shall not be used. If communications to Central Station are lost, all Controllers shall automatically buffer event transactions until communications are restored, at which time buffered events shall be uploaded to the Central Station. C. System Network Requirements 1) Interconnect system components and provide automatic communication of status changes, commands, field-initiated interrupts, and other communications required for proper system operation. SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 15 of 55 (22-171pr920bid.doc) 2) Communication shall not require operator initiation or response and shall return to normal after partial or total network interruption such as power loss or transient upset. 3) System shall automatically annunciate communication failures to the operator and identify the communication link that has experienced a partial or total failure. D. Existing Central Station shall provide operator interface, interaction, display, control, and dynamic and real-time monitoring. Existing Central Station shall control system networks to interconnect all system components, including workstations and field-installed Controllers. E. Field equipment shall include Controllers, sensors, and controls. Controllers shall serve as an interface between the Central Station and sensors and controls. Data exchange between the Central Station and the Controllers shall include down-line transmission of commands, software, and databases to Controllers. The up-line data exchange from the Controller to the Central Station shall include status data such as alarms, status reports, and entry-control records. Controllers are classified as alarm-annunciation or entry-control type. F. System Response to Alarms: Alarms shall be annunciated at the Central Station within one second of the alarm occurring at a Controller or device controlled by a local Controller, and within 100 MS if the alarm occurs at the Central Station. Alarm and status changes shall be displayed within 100 MS after receipt of data by the Central Station. All graphics shall be displayed, including graphics-generated map displays, on the console monitor within five seconds of alarm receipt at the security console. G. False Alarm Reduction: The design of Central Station and Controllers shall contain features to reduce false alarms. Equipment and software shall comply with SIA CP-01. H. Error Detection: A cyclic code error detection method shall be used between Controllers and the Central Station, which shall detect single- and double-bit errors, burst errors of eight bits or less, and at least 99 percent of all other multi-bit and burst error conditions. Interactive or product error detection codes alone will not be acceptable. A message shall be in error if one bit is received incorrectly. System shall retransmit messages with detected errors. A two-digit decimal number shall be operator assignable to each communication link representing the number of retransmission attempts. When the number of consecutive retransmission attempts equals the assigned quantity, the Central Station shall print a communication failure alarm message. System shall monitor the frequency of data transmission failure for display and logging. I. Data Line Supervision: System shall initiate an alarm in response to opening, closing, shorting, or grounding of data transmission lines. J. Door Hardware Interface: Coordinate with Division 08 Section that specifies door hardware required to be monitored or controlled by the security access system. The Controllers in this Section shall have electrical characteristics that match the signal and power requirements of door hardware. Integrate door hardware specified in Division 08 Section to function with the controls and PC-based software and hardware in this Section. 1.08 SUBMITTALS (submit three copies of the requested data) A. Shop Drawings SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 16 of 55 (22-171pr920bid.doc) 1) Product Data: For each type of product indicated (include dual reed door contacts and local alarm device when door is propped open). Include operating characteristics, furnished specialties, and accessories. Reference each product to a location on Drawings. Test and evaluation data presented in Product Data shall comply with SIA BIO-01. 2) Location and elevations of equipment to be mounted. 3) Door Rough-In (indicated door hardware): For each door, provide a raceway rough-in drawing detailing the means and methods to provide access control and power cabling. This includes cabling within door frame and door. 3) Battery calculations for Controllers and door locks. 4) Copy of contractor license and RCDD certificate. B. Project planning documents as specified in Part 3. C. Operation and Maintenance Data 1) Manufacturer's specification sheets, operating specifications, design guides, user's guides for software and hardware, and PDF files on CD-ROM or USB drive of the hard-copy submittal. 2) System installation and setup guides, with data forms to plan and record options and setup decisions. 1.09 DELIVERY, STORAGE, AND HANDLING A. Controllers 1) Store in temperature- and humidity-controlled environment in original manufacturer's sealed containers. Maintain ambient temperature between 50 and 85 deg F and not more than 80% relative humidity, noncondensing. 2) Open each container; verify contents against packing list, and file copy of packing list, complete with container identification for inclusion in operation and maintenance data. 3) Mark packing list with designations that have been assigned to materials and equipment for recording in the system labeling schedules that are generated by cable and asset management system specified in Part 2. 4) Save original manufacturer's containers and packing materials and deliver as directed under provisions covering extra materials. 1.10 PROJECT CONDITIONS A. Pre-Construction Inspection and Deficiency List: This Contractor shall inspect doors prior to starting construction. Any deficiencies that would affect the access control system installation shall be brought to the Owner’s attention. It would be the Owner’s decision whether to correct these items independent of this Contractor or to add the scope of work to this Contract. SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 17 of 55 (22-171pr920bid.doc) B. Environmental Conditions: System shall be capable of withstanding the following environmental conditions without mechanical or electrical damage or degradation of operating capability: 1) Interior, Controlled Environment: System components, except central-station control unit, installed in temperature-controlled interior environments shall be rated for continuous operation in ambient conditions of 36 to 122 deg F dry bulb and 20 to 90 percent relative humidity, noncondensing. NEMA 250, Type 1 enclosure. 2) Exterior Environment: System components installed in locations exposed to weather shall be rated for continuous operation in ambient conditions of minus 30 to plus 122 deg F dry bulb and 20 to 90 percent relative humidity, condensing. Rate for continuous operation where exposed to rain as specified in NEMA 250, winds up to 85 mph. NEMA 250, Type 3R enclosures. PART 2 – PRODUCTS 2.01 APPLICATION SOFTWARE – SECURITY ACCESS SYSTEM A. Paxton Access, IP Access Control System Headend PC/Software (Net2), Enrollment Center, and Access Cards are existing. B. Controller Software 1) Controllers shall operate as an autonomous intelligent processing unit. Controllers shall make decisions about access control, alarm monitoring, linking functions, and door locking schedules for its operation, independent of other system components. Controllers shall be part of a fully distributed processing control network. The portion of the database associated with a Controller and consisting of parameters, constraints, and the latest value or status of points connected to that Controller, shall be maintained in the Controller. 2) The following functions shall be fully implemented and operational within each Controller: a) Monitoring inputs. b) Controlling outputs. c) Automatically reporting alarms to the Central Station. d) Reporting of sensor and output status to Central Station on request. e) Maintaining real time, automatically updated by the Central Station at least once a day. f) Communicating with the Central Station. g) Executing Controller resident programs. h) Diagnosing. i) Downloading and uploading data to and from the Central Station. 3) Controller Operations at a Location a) Connect to communications loop via Category cable and the Owner’s LAN/WAN equipment. Globally operating I/O linking and anti-pass back functions between SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 18 of 55 (22-171pr920bid.doc) Controllers within the same Location without central-station or workstation intervention. Linking and anti-pass back shall remain fully functional within the same location even when the Central Station or workstations are off-line. b) In the event of communications failure between the Central Station and a Location, there shall be no degradation in operations at the Controllers at that Location. c) Buffered events shall be handled in a first-in first-out mode of operation. 4) Individual Controller Operation a) Controllers shall transmit alarms, status changes, and other data to the Central Station when communications circuits are operable. If communications are not available, Controllers shall function in a stand-alone mode and operational data, including the status and alarm data normally transmitted to the Central Station, shall be stored for later transmission to the Central Station. Buffer capacity for the latest 99,999 transactions shall be provided at each Controller. b) Card-reader ports of a Controller shall be custom configurable for different card- reader formats. Multiple reader or keypad formats may be used simultaneously at different Controllers or within the same Controller. c) Controllers shall provide a response to card-readers or keypad entries in less than 0.25 seconds, regardless of system size. d) Controllers that are reset, or powered up from a non-powered state, shall automatically request a parameter download and reboot to its proper working state. This shall happen without any operator intervention. e) Initial Startup: When Controllers are brought on-line, database parameters shall be automatically downloaded to them. After initial download is completed, only database changes shall be downloaded to each Controller. f) Failure Mode: On failure for any reason, Controllers shall perform an orderly shutdown and force Controller outputs to a predetermined failure mode state, consistent with the failure modes shown and the associated control device. g) Startup after Power Failure: After power is restored, startup software shall initiate self-test diagnostic routines, after which Controllers shall resume normal operation. h) Startup after Controller Failure: On failure, if the database and application software are no longer resident, Controllers shall not restart, but shall remain in the failure mode until repaired. If database and application programs are resident, Controllers shall immediately resume operation. If not, software shall be restored automatically from the Central Station. C. Controller-to-Controller Communications Controller-to-Controller Communications: Via Owner’s LAN/WAN. This Contractor to establish communication with input from Owner for port allocation. SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 19 of 55 (22-171pr920bid.doc) D. Database Downloads 1) All data transmissions from PC to a Location, and between Controllers at a Location, shall include a complete database checksum to check the integrity of the transmission. If the data checksum does not match, a full data download shall be automatically retransmitted. 2) If a Controller is reset for any reason, it shall automatically request and receive a database download from the PC. The download shall restore data stored at the Controller to their normal working state and shall take place with no operator intervention. 2.02 SURGE AND TAMPER PROTECTION A. Surge Protection: Protect components from voltage surges originating external to equipment housing and entering through power, communication, signal, control, or sensing leads. Include surge protection for external wiring of each conductor-entry connection to components. 1) Minimum Protection for Power Connections 120 V and More: Auxiliary panel suppressors complying with requirements in Division 26 Section "Transient-Voltage Suppression for Low-Voltage Electrical Power Circuits." 2) Minimum Protection for Communication, Signal, Control, and Low-Voltage Power Connections: Comply with requirements in Division 26 Section "Transient-Voltage Suppression for Low-Voltage Electrical Power Circuits" as recommended by manufacturer for type of line being protected. B. Tamper Protection: Tamper switches on enclosures, control units, pull boxes, junction boxes, cabinets, and other system components shall initiate a tamper-alarm signal when unit is opened or partially disassembled. Control-station control-unit alarm display shall identify tamper alarms and indicate locations. 2.03 TCP/IP CONTROLLER A. Provide intelligent, TCP/IP peripheral control unit, complying with UL 294, which stores time, date, valid codes, access levels, and similar data downloaded from the Central Station or workstation for controlling its operation. B. Controller Battery Backup: Sealed Lead Acid, sized to provide run time during a power outage of 1 hour with a minimum of 7Ah capacity, complying with UL 924. Contractor to ensure Owner’s network switch (connected to access control system) shall be on an Owner- provided UPS that is connected to an emergency power circuit within the closet. C. Provide power supply for controller/panel. Locate control in closets. Provide plug-in transformer for closets with single panels. Provide power supply for closets with multiple panels (Acceptable Manufacturer: Altronix ALTV244 or sized as required by number of panels). D. The Controller shall automatically restore communication within 10 seconds after an interruption with the field device network with DC line supervision on each of its alarm inputs. SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 20 of 55 (22-171pr920bid.doc) Inputs: Monitor dry contacts for changes of state that reflect alarm conditions. Provide at least eight alarm inputs, which are suitable for wiring as normally open or normally closed contacts for alarm conditions. E. Provide local entry-control functions including communications with access-control devices such as card readers, door strikes, and door operators. 1) Operate as a stand-alone portal with the Controller using the downloaded database during periods of communication loss between the Controller and the field-device network. 2) Accept information generated by the entry-control devices; automatically process this information to determine valid identification of the individual present at the portal: a) On authentication of the credentials or information presented, check privileges of the identified individual, allowing only those actions granted as privileges. b) Privileges shall include, but not be limited to, time of day control, day of week control, group control, and visitor escort control. 3) Maintain a date-, time-, and Location-stamped record of each transaction. A transaction is defined as any successful or unsuccessful attempt to gain access through a controlled portal by the presentation of credentials or other identifying information. F. Inputs 1) Data from entry-control devices. 2) Database downloads and updates from the Central Station that include enrollment and privilege information. G. Outputs 1) Indicate success or failure of attempts to use entry-control devices and make comparisons of presented information with stored identification information. 2) Grant or deny entry by sending control signals to portal-control devices. 3) Maintain a date, time, and location stamped record of each transaction and transmit transaction records to the Central Station. 4) Door Prop Alarm: If a portal is held open for longer than 20 seconds (adjustable), alarm shall sound. Provide Recessed dual reed (position/status) door contacts with alarm hardware and associated cabling in jamb, opposite hinge location separates from the Intrusion System contact. 5) With power supplies sufficient to power at voltage and frequency required for field devices and portal-control devices. 6) Data Line Problems: For periods of loss of communications with Central Station or when data transmission is degraded and generating continuous checksum errors, the Controller SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 21 of 55 (22-171pr920bid.doc) shall continue to control entry by accepting identifying information, making authentication decisions, checking privileges, and controlling portal-control devices. H. Intent is to use Owner’s LAN switches. The Installer shall notify Owner as to number of ports required and coordinate as to which ports are to be utilized prior to connection. I. Acceptable Manufacturer: Paxton Access Net2 Plus, Single Door Controller (682-610-US). Reference drawings for locations and quantities of access doors and closets. Any equipment deviations or configuration modifications shall be pre-approved prior to bid. 2.04 MULTI-TECHNOLOGY, ENCODED PROXIMITY CARD READER A. Encoded proximity card reader shall be Weigand output with passive detection that shall use a swept-frequency, RF field generator to read the resonant frequencies of tuned circuits laminated into compatible credential cards. The resonant frequencies read shall constitute a unique identification code number. B. Card reader shall respond to passage requests by generating a signal that is sent to the Controller. C. Card reader shall be powered from its associated Controller, including its standby power source. D. Mounting types shall be suitable for outdoors installation. E. Provide with LED visual indicator (i.e., red, green, amber) and audio feedback representing status and activity information, easily discernible for the audibly or visually impaired F. Acceptable Manufacturer: HID Plus Mini Mullion Reader, Model# 6005BGB00. Substitutions must be pre-approved by Owner representative. 2.05 DOOR HARDWARE INTERFACE (Refer to Architect’s Door Hardware) A. Electric Door Strikes: Power and signal shall be from the Controller. Electric strike kit, power supply, etc. Electric strike kit shall be HES 9400 or 8000 series locks unless otherwise stated by district representative. Refer to “Division 08, Access Door Hardware." To verify function of electric strike with door hardware. B. Acceptable manufacturer for Latch Retraction: SDC LR100VDK. Substitutions must be pre- approved by Owner Representative. C. Delayed Egress In addition to the Locknetics 3101 and power supply described in 3.02 G, the following devices are required. The Von Duprin 050271-00 exit switch is the only acceptable request to exit switch. The Securitron PZ1 is preferred for an interior annunciator and ADI OE- 1GANGDRSR for the exterior annunciator. The magnetic locks are different for the interior and the exterior. The preferred interior mag is the SDC Part # 1581 and for the exterior the Schlage Part# SFX 7410. Any substitutions must be pre-approved by Owner Representative. 2.06 CABLES SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 22 of 55 (22-171pr920bid.doc) A. This Contractor shall provide cabling per manufacturer’s recommendations for a working system. All access control system cabling shall be plenum rated and consistent with Owner’s standards. All network cabling shall match Division 27 10 00 Structured cabling specifications or pre-approved equal. Part 3 – EXECUTION 3.01 EXAMINATION A. Examine pathway elements intended for cables. Check raceways, cable trays, and other elements for compliance with space allocations, installation tolerances, hazards to cable installation, and other conditions affecting installation. B. Examine roughing-in for LAN and control cable conduit systems to Controllers, card readers, and other cable-connected devices to verify actual locations of conduit and back boxes before device installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION OF ACCESS CONTROL SYSTEM A. Install access control system as indicated, in accordance with equipment manufacturer's written instructions. B. Contractor shall provide all equipment required for the installation of the access control system. To include Electric Strikes. C. Contractor shall install all equipment, conduit, wire, terminal strips and related equipment. All wiring shall be closed to verify continuity. The Main Control Panels shall be installed in either an IDF or MDF room and have an electrical system grounding connection and LAN/WAN connection. D. Provide concealed conduit from door jambs to above finished ceilings. Wiring to terminal cabinets and other device locations shall be run, without conduit, in ceiling spaces. All wiring shall be in accordance with N.E.C. E. One to Four Net2 Controllers at one location with strikes or latch retraction: Use a single 12V 7Ah battery in each panel F. Five to Nine Net2 Controllers at one location: Mount Altronix 2PX2 Trove on wall using all six mounting points If on drywall use a minimum of 3/16” toggle bolts If on masonry wall use a minimum of 3/16” masonry screw If on wood use a minimum of #8 screws Battery backup will be Two 12V 18Ah NB#2 batteries Power supply will be 10 amps (Altronix 1012ULX or 1024ULX) Power distribution will be Altronix PD16W The controller and associated strike will be wired to the same single fuse SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 23 of 55 (22-171pr920bid.doc) G. Each Trove shall either be 12VDC or 24VDC as warranted by the peripheral devices (Strikes or Latch retraction). Do not mix 12 volt and 24 volt devices in one Trove cabinet. H. Delayed Egress configurations: Use Net2 panel and Locknetics 3101 ES wired as 24VDC Power supply shall be Altronix AL600ULX and capable of powering 2 Net2 panels and 2 3101 ES panels 3.03 FIRESTOPPING A. All penetrations of rated walls, floors, or ceilings shall be through a metallic conduit sleeve fire stopped with a UL listed firestopping product. See project drawings for penetration details. B. Penetrations of non-rated masonry walls shall have a conduit sleeve. 3.04 PREPARATION A. Comply with recommendations in SIA CP-01. B. Comply with EIA/TIA-606, "Administration Standard for the Telecommunications Infrastructure of Commercial Buildings." C. Obtain detailed Project planning forms from manufacturer of access-control system; develop custom forms to suit Project. Fill in all data available from Project plans and specifications and publish as Project planning documents for review and approval. 1) For each Location, record setup of Controller features and access requirements. 2) Propose start and stop times for time zones and holidays and match up access levels for doors. 3) Set up groups, facility codes, linking, and list inputs and outputs for each Controller. 4) Assign action message names and compose messages. 5) Set up alarms. Establish interlocks between alarms and intruder detection. 6) Complete system diagnostics and operation verification. 7) Prepare a specific plan for system testing, startup, and demonstration. 8) Develop acceptance test concept and, on approval, develop specifics of the test. 3.05 COMPLETION AND TESTING A. Furnish to the Owner, a written report which certify that all initiating devices have been tested and which indicate the result of the inspection. Additionally, furnish to the Owner, three sets of Operation and Maintenance manuals with parts list and other information necessary for the proper operation and maintenance on the system, as installed. Include three copies of complete troubleshooting and repair manuals. Provide Owner with a CD-ROM copy (AutoCAD 2014 or later) and two printed copies as-built drawings indicating location of conduit, junction boxes and zoning of each individual device. B. Upon completion of installation, system shall be completely checked-out and tested by a factory-authorized representative, to determine that the system was tested and installed in accordance with the manufacturer's instructions and all applicable codes. Results of the check out and testing shall be reported in writing to the Architect/Engineer. The written report shall precede or accompany the Contractor's request for acceptance inspection for work under this Section. This representative shall prepare an inspection report for the Owner and instruct the Owner's personnel in the operation of the system. SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 24 of 55 (22-171pr920bid.doc) C. Provide eight effort-hours of on-site training for two people on the operation, maintenance, troubleshooting, and repair of the system at the Contractor's expense. Training shall be certified by the manufacturer and be at different times for each person. Transportation, room and board, where needed, shall be the responsibility of the trainer. Furnish Engineer with a list of attendees. D. The Contractor, at no cost to the Owner, shall immediately replace all equipment, devices, and/or work found to be defective. E. Before testing the access control system transmission from the project site to the central control station, coordinate with the Owner’s Project Representative. Personnel shall be available to verify a successful and trouble-free transmission signal. F. Site Test: 1) Check and test installation for shorts, ground, and circuit continuity. 2) Cables: Test free from opens, grounds, or crosses (shorts) between conductors. 3) Walk-test system for proper function and operation. Ensure proper zoning of devices. 4) Test all functions on access control panels for proper functions and operations. 5) Verify signals are properly received by the District. 6) Check for proper standby battery backup in access control panels and remote power supplies. 7) Verify remote power supplies are UL listed. 8) Inspect and test cabinet tampers on access control cabinets. 9) Verify raceway cover is properly color-coded. 3.06 CABLING A. Comply with NECA 1, "Good Workmanship in Electrical Contracting." B. Wiring Method: Install wiring in raceway and cable tray. Use NRTL-listed plenum cable in environmental air spaces, including plenum ceilings. Conceal raceway and wiring except in unfinished spaces. C. Install cables without damaging conductors, shield, or jacket. D. Boxes and enclosures containing security system components or cabling, and which are easily accessible to employees or to the public, shall be provided with a lock. Boxes above ceiling level in occupied areas of the building shall not be considered to be accessible. Junction boxes and small device enclosures below ceiling level and easily accessible to employees or the public shall be covered with a suitable cover plate and secured with tamperproof screws. 3.07 CABLE APPLICATION A. Comply with EIA/TIA-569, "Commercial Building Standard for Telecommunications Pathways and Spaces." B. Do not exceed cabling recommended lengths. SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 25 of 55 (22-171pr920bid.doc) C. Cable application requirements are minimum requirements and shall be exceeded if recommended or required by manufacturer of system hardware. D. Card Readers 1) Install number of conductor pairs recommended by manufacturer for the functions specified. 2) For greater distances, install "extender" or "repeater" modules recommended by manufacturer of the Controller. 3) Install minimum No. 18 AWG shielded cable to readers that draw 50 mA or more. 3.08 GROUNDING A. Comply with Division 26 Section "Grounding and Bonding for Electrical Systems." B. Comply with IEEE 1100, "Power and Grounding Sensitive Electronic Equipment." C. Ground cable shields, drain conductors, and equipment to eliminate shock hazard and to minimize ground loops, common-mode returns, noise pickup, cross talk, and other impairments. D. Signal Ground: 1) Terminal: Locate in each equipment room and wiring closet; isolate from power system and equipment grounding. 2) Bus: Mount on wall of main equipment room with standoff insulators. 3) Backbone Cable: Extend from signal ground bus to signal ground terminal in each equipment room and wiring closet. 3.09 IDENTIFICATION A. In addition to requirements in this Article, comply with applicable requirements in Division 26 Section "Identification for Electrical Systems" and with TIA/EIA-606. B. Using cable and asset management software specified in Part 2, develop Cable Administration Drawings for system identification, testing, and management. Use unique, alphanumeric designation for each cable, and label cable and jacks, connectors, and terminals to which it connects with same designation. Use logical and systematic designations for facility's architectural arrangement. C. Label each terminal strip and screw terminal in each cabinet, rack, or panel. 1) All wiring conductors connected to terminal strips shall be individually numbered, and each cable or wiring group being extended from a panel or cabinet to a building-mounted device shall be identified with the name and number of the particular device as shown. SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 26 of 55 (22-171pr920bid.doc) 2) Each wire connected to building-mounted devices is not required to be numbered at the device if the color of the wire is consistent with the associated wire connected and numbered within the panel or cabinet. D. At completion, cable and asset management software shall reflect as-built conditions. 3.10 FIELD QUALTIY CONTROL A. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust field-assembled components and equipment installation, including connections, and to assist in field testing. Report results in writing. B. Remove and replace malfunctioning devices and circuits and retest as specified above. 3.11 PROTECTION A. Maintain strict security during the installation of equipment and software. 3.12 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain security access system. B. Develop separate training modules for the following: 1) Computer system administration personnel to manage and repair the LAN and databases and to update and maintain software. 2) Operators who prepare and input credentials to man the control station and workstations and to enroll personnel. 3.13 PROJECT RECORD DRAWINGS A. Submit documents under the provisions of Division 1. B. Include location of end-of-line devices. 3.14 WARRANTY A. Submit data under provisions of Division 1. B. Include letter from authorized manufacturer representative's (addressed to the District) stating that the system is operational and in compliance with warranty requirements. Include five copies of full manufacturer’s published warranty for parts and components to be provided. C. Provide warranty response information inside alarm system control panel. D. Warranty shall allow the District to repair vandalized areas without voiding the total system warranty. E. The system shall be warranted with the electric components covered for a period of one year full maintenance (parts, wiring, and labor) provided by Contractor or Manufacturer’s SPECIFICATIONS ACCESS CONTROL SYSTEMS Page 27 of 55 (22-171pr920bid.doc) Authorized Representative. The remaining elements including wiring and zone controls shall be warranted for a period of two years from the date of acceptance by the Owner against defective materials, design, workmanship, and improper adjustment. Any defective materials shall be replaced at no expense (parts or labor) to the Owner providing they do not show abuse. The representative must be able to respond to warranty calls within 12 hours of notice, whether oral or written. F. This Contractor shall assist in and install software updates on the Owner’s system throughout the warranty period (software and labor to install are to be included within this bid), if needed. END OF SECTION BID PROPOSAL FORM Page 28 of 55 (23-968-152) PROJECT: ACCESS CONTROL SYSTEM: INSTALLATION, MAINTENANCE & REPAIR LOCATIONS: COUNTYWIDE BID NO.: 23-968-152 BID OPENING: March 28, 2023 @ 3:00 P.M. General Notes: Award - The contract will be awarded to not more than three (3) most responsive and responsible bidders receiving the highest point scores. All proposals will be scored using the point system found on the Bid Evaluation Form. Points will be awarded for each criterion based upon the percentage spread between each bidder’s pricing compared to the lowest bidder’s pricing for each criterion. The awarded contractors will comprise the short list that will provide the equipment and services described in the bid, for the contract period specified above. Bid Submittals - Two (2) complete copies (1 original for purchasing & 1 copy for department review) of the bid proposal shall be submitted by respondents. Each bid proposal shall include all information and submittals requested in this bid. Incomplete bid proposals may be declared non-responsive. Bidder Due Diligence - The Bidder, having visited the proposed site of the project, familiarized themselves with the local conditions, nature and extent of the work, Bidding Requirements, Contract Documents, Drawings and Specifications, including all insurance requirements, as prepared does submit the following bid to furnish all labor, materials, tools, both consumable or not, equipment, rentals, rolling stock, transportation, freight, Federal, State, County, City or local Municipal taxes of any kind, permits, licenses and fees for fuel surcharges, environmental disposal, waste management or any other fees necessary to complete the work indicated by the above referenced project and documents shall be included in your bid. BIDDER CONTACT INFORMATION Name: Address: Phone: Cell: Fax: E-Mail Address: BID PROPOSAL FORM Page 29 of 55 (23-968-152) Provide unit pricing as requested below. Labor rates must include travel time, portal to portal. Include any additional equipment, lifts, etc., as well as drawings, as-builts, CD ROM, CAD drawings in hourly rates. Labor rates shall remain firm for the term of the contract. NOTE: All spaces should be completed, or your bid could be declared non-responsive. Miscellaneous Labor Charges: Description Hourly Rates Straight Time (M-F 7:00 AM – 4:00 PM) 1. Technician $ /hr. 2. Helper $ /hr. Nights and Weekends (After Normal Hours) 3. Technician $ /hr. 4. Helper $ /hr. Emergencies (Nights and Weekends – After Normal working Hours) (*) 5. Technician $ /hr. 6. Helper $ /hr. (*) NOTE: (Emergency repair calls during normal working hours are billed at normal rates) All unit pricing is to be bid net, including all freight and handling charges, FOB Destination. All items should be bid, or your bid may be declared non-responsive. Unit pricing shall remain firm for the term of the contract. Access Control Components: Manufacture Unit Prices Labor Hr. # (time to install) 7 Net2 Controller (Paxton, Model# 682-493-US) $ 8 Net2 Controller, 12/24 PSU, Metal Enclosure (Paxton, Model# 682-610- US) $ 9 12/24v AC/DC PSU Only (Paxton, Model# 857-080-US) $ 10 12/24v AC/DC PSU w/Metal Enclosure (Paxton, Model# 857-610- US) $ 11 I/0 Module (Paxton, Model# 489- 710-US) $ 12 I/0 Module w/Plastic Housing (Paxton, Model# 385-710-US) $ 13 Prox Reader (HID, Model# 6005BGB00) $ 14 Delayed Egress Mag Lock (SDC, Part# 1581v or equivalent) $ 15 Delayed Egress Mag Lock (Schlage, Part# SPX 7410 or equivalent) $ BID PROPOSAL FORM Page 30 of 55 (23-968-152) 16 Delayed Egress Controller (Dynalock, Part# 3101-ES) $ 17 Piezo Device - PZ1 $ 18 Siren (ADI, Part# OE- 1GANGDRSR) $ 19 Switch Kit for Panic Hardware (SDC, Part# 510) $ 20 Switch Kit for Panic Hardware (Von Duprin, Part# 050271) $ 21 Door Strike - RIM (HES, Part# 9400) $ 22 Door Strike - RIM (HES, Part# 9600) $ 23 Door Strike - Concealed Mount (HES, Part# 8000) $ 24 Latch Retraction Kit (SDC, Part# LRl00VDK) $ 25 Hinge Current Transfer (Command Access, Part# ETHW4545-630-SSW) $ 26 Wireless receiver for Door Release (Camden, Part# CM-RX-92) $ 27 Wireless transmitter for Door Release (Camden, Part# CM-TXLF- 2) $ 28 Wireless transmitter for Door Release (Camden, Part# CM-TXLF- 4) $ 29 Hard-Wired Door Release (Securitron, Part# PB- 2 or equivalent) $ 30 Single-Arm Pedestal $ 31 24 Volt Transformer (ELK, Part# TRG-2440) $ 32 Delayed Egress Power Supply (Altronix, Part# AL300ULXPD4) $ 33 Delayed Egress Power Supply (Altronix, Part# AL600ULXPD8) $ 34 Power Supply (Altronix, Part# ALTV244) $ BID PROPOSAL FORM Page 31 of 55 (23-968-152) 35 Power Supply (Altronix, Part# AL1012ULXB) $ 36 Power Supply (Altronix, Part# AL1012ULXPD8) $ 37 Power Supply (Altronix, Part# AL1024ULXB) $ 38 Power Supply (Altronix, Part# AL1024ULXPD8) $ 39 Power Distribution (Altronix, Part# PD4) $ 40 Power Distribution (Altronix, Part# PD8) $ 41 Power Distribution (Altronix, Part# PD16W) $ 42 TROVE (Altronix Part# Trove2PX2) $ 43 Battery SLA 12V 7AH F2 $ 44 Battery SLA 12V 12AH F2 $ 45 Battery SLA 12V 18AH NB#2 $ 46 3⁄4" EMT Conduit (per 10') $ 47 11⁄2" EMT Conduit (per 10') $ 48 2" EMT Conduit (per 10') $ 49 1/2" Rigid Aluminum Conduit (per 10') $ 50 3⁄4" Rigid Aluminum Conduit (per 10') $ 51 11⁄2" Rigid Aluminum Conduit (per 10') $ 52 2" Rigid Aluminum Conduit (per 10') $ 53 3⁄4" PVC Conduit (per 10') $ BID PROPOSAL FORM Page 32 of 55 (23-968-152) 54 11⁄2" PVC Conduit (per 10') $ 55 2" PVC Conduit (per 10') $ 56 Wiremold V700 (3/4" X 21/32") (per 10') $ 57 Wiremold V500 (3/4" X 17/32") (per 10') $ 58 Wire: 18 Gauge - 2 Conductor (per 500') $ 59 Wire: 18 Gauge - 2 Conductor (per 1000') $ 60 Wire: 18 Gauge - 2 Conductor (Plenum) (per 500') $ 61 Wire: 18 Gauge - 2 Conductor (Plenum) (per 1000') $ 62 Wire: 18 Gauge - 2 Conductor (Direct Burial) (per 500') $ 63 Wire: 18 Gauge - 2 Conductor (Direct Burial) (per 1000') $ 64 Wire: 18 Gauge - 4 Conductor (per 500') $ 65 Wire: 18 Gauge - 4 Conductor (per 1000') $ 66 Wire: 18 Gauge - 4 Conductor (Plenum) (per 500') $ 67 Wire: 18 Gauge - 4 Conductor (Plenum) (per 1000') $ 68 Wire: 18 Gauge - 4 Conductor (Direct Burial) (per 500') $ 69 Wire: 18 Gauge - 4 Conductor (Direct Burial) (per 1000') $ 70 Wire: 22 Gauge - 2 Conductor (per 500') $ 71 Wire: 22 Gauge - 2 Conductor (per 1000') $ 72 Wire: 22 Gauge - 2 Conductor (Plenum) (per 500') $ BID PROPOSAL FORM Page 33 of 55 (23-968-152) 73 Wire: 22 Gauge - 2 Conductor (Plenum) (per 1000') $ 74 Wire: 22 Gauge - 2 Conductor (Direct Burial) (per 500') $ 75 Wire: 22 Gauge - 2 Conductor (Direct Burial) (per 1000') $ 76 Wire: 22 Gauge - 4 Conductor (per 500') $ 77 Wire: 22 Gauge - 4 Conductor (per 1000') $ 78 Wire: 22 Gauge - 4 Conductor (Plenum) (per 500') $ 79 Wire: 22 Gauge - 4 Conductor (Plenum) (per 1000') $ 80 Wire: 22 Gauge - 4 Conductor (Direct Burial) (per 500') $ 81 Wire: 22 Gauge - 4 Conductor (Direct Burial) (per 1000') $ 82 Wire: 22 Gauge - 6 Conductor (per 500') $ 83 Wire: 22 Gauge - 6 Conductor (per 1000') $ 84 Wire: 22 Gauge - 6 Conductor (Plenum) (per 500') $ 85 Wire: 22 Gauge - 6 Conductor (Plenum) (per 1000') $ 86 Wire: 22 Gauge - 6 Conductor (Direct Burial) (per 500') $ 87 Wire: 22 Gauge - 6 Conductor (Direct Burial) (per 1000') $ TYPE OF WARRANTY PROVIDED: If awarded the contract, will an acceptable insurance certificate be provided prior to commencing work? _ yes no EVALUATION FORM pOINTPOINTSERFORMANCE HISTORY FORM Page 34 of 55 (23-968-152) Name of Bidder: Miscellaneous Labor Charges: Description Possible Points Points Awarded Straight Time (M-F 7:00 AM – 4:00 PM) 1. Technician 100 2. Helper 100 Nights and Weekends (After Normal Hours) 3. Technician 100 4. Helper 100 Emergencies (Nights and Weekends – After Normal working Hours) (*) 5. Technician 100 6. Helper 100 (*) NOTE: (Emergency repair calls during normal working hours are billed at normal rates) All unit pricing is to be bid net, including all freight and handling charges, FOB Destination. All items should be bid or your bid may be declared non-responsive. Unit pricing shall remain firm for the term of the contract. Unit Prices Possible Points Points Awarded Labor Hr. # (time to install) Possible Points Points Awarded 7 Net2 Controller (Paxton, Model# 682-493-US) $ 5 5 8 Net2 Controller, 12/24 PSU, Metal Enclosure (Paxton, Model# 682-610-US) $ 5 5 9 12/24v AC/DC PSU Only (Paxton, Model# 857-080- US) $ 5 5 10 12/24v AC/DC PSU w/Metal Enclosure (Paxton, Model# 857-610-US) $ 5 5 11 I/0 Module (Paxton, Model# 489-710-US) $ 5 5 12 I/0 Module w/Plastic Housing (Paxton, Model# 385-710-US) $ 5 5 13 Prox Reader (HID, Model# 6005BGB00) $ 5 5 14 Delayed Egress Mag Lock (SDC, Part# 1581v or equivalent) $ 5 5 EVALUATION FORM pOINTPOINTSERFORMANCE HISTORY FORM Page 35 of 55 (23-968-152) 15 Delayed Egress Mag Lock (Schlage, Part# SPX 7410 or equivalent) $ 5 5 16 Delayed Egress Controller (Dynalock, Part# 3101-ES) $ 5 5 17 Piezo Device - PZ1 $ 5 5 18 Siren (ADI, Part# OE- 1GANGDRSR) $ 5 5 19 Switch Kit for Panic Hardware (SDC, Part# 510) $ 5 5 20 Switch Kit for Panic Hardware (Von Duprin, Part# 050271) $ 5 5 21 Door Strike - RIM (HES, Part# 9400) $ 5 5 22 Door Strike - RIM (HES, Part# 9600) $ 5 5 23 Door Strike - Concealed Mount (HES, Part# 8000) $ 5 5 24 Latch Retraction Kit (SDC, Part# LRl00VDK) $ 5 5 25 Hinge Current Transfer (Command Access, Part# ETHW4545-630-SSW) $ 5 5 26 Wireless receiver for Door Release (Camden, Part# CM-RX-92) $ 5 5 27 Wireless transmitter for Door Release (Camden, Part# CM-TXLF-2) $ 5 5 28 Wireless transmitter for Door Release (Camden, Part# CM-TXLF-4) $ 5 5 29 Hard-Wired Door Release (Securitron, Part# PB- 2 or equivalent) $ 5 5 30 Single-Arm Pedestal $ 5 5 31 24 Volt Transformer (ELK, Part# TRG-2440) $ 5 5 EVALUATION FORM pOINTPOINTSERFORMANCE HISTORY FORM Page 36 of 55 (23-968-152) 32 Delayed Egress Power Supply (Altronix, Part# AL300ULXPD4) $ 5 5 33 Delayed Egress Power Supply (Altronix, Part# AL600ULXPD8) $ 5 5 34 Power Supply (Altronix, Part# ALTV244) $ 5 5 35 Power Supply (Altronix, Part# AL1012ULXB) $ 5 5 36 Power Supply (Altronix, Part# AL1012ULXPD8) $ 5 5 37 Power Supply (Altronix, Part# AL1024ULXB) $ 5 5 38 Power Supply (Altronix, Part# AL1024ULXPD8) $ 5 5 39 Power Distribution (Altronix, Part# PD4) $ 5 5 40 Power Distribution (Altronix, Part# PD8) $ 5 5 41 Power Distribution (Altronix, Part# PD16W) $ 5 5 42 TROVE (Altronix Part# Trove2PX2) $ 5 5 43 Battery SLA 12V 7AH F2 $ 5 5 44 Battery SLA 12V 12AH F2 $ 5 5 45 Battery SLA 12V 18AH NB#2 $ 5 5 46 3⁄4" EMT Conduit (per 10') $ 5 5 47 11⁄2" EMT Conduit (per 10') $ 5 5 48 2" EMT Conduit (per 10') $ 5 5 49 1/2" Rigid Aluminum Conduit (per 10') $ 5 5 EVALUATION FORM pOINTPOINTSERFORMANCE HISTORY FORM Page 37 of 55 (23-968-152) 50 3⁄4" Rigid Aluminum Conduit (per 10') $ 5 5 51 11⁄2" Rigid Aluminum Conduit (per 10') $ 5 5 52 2" Rigid Aluminum Conduit (per 10') $ 5 5 53 3⁄4" PVC Conduit (per 10') $ 5 5 54 11⁄2" PVC Conduit (per 10') $ 5 5 55 2" PVC Conduit (per 10') $ 5 5 56 Wiremold V700 (3/4" X 21/32") (per 10') $ 5 5 57 Wiremold V500 (3/4" X 17/32") (per 10') $ 5 5 58 Wire: 18 Gauge - 2 Conductor (per 500') $ 5 5 59 Wire: 18 Gauge - 2 Conductor (per 1000') $ 5 5 60 Wire: 18 Gauge - 2 Conductor (Plenum) (per 500') $ 5 5 61 Wire: 18 Gauge - 2 Conductor (Plenum) (per 1000') $ 5 5 62 Wire: 18 Gauge - 2 Conductor (Direct Burial) (per 500') $ 5 5 63 Wire: 18 Gauge - 2 Conductor (Direct Burial) (per 1000') $ 5 5 64 Wire: 18 Gauge - 4 Conductor (per 500') $ 5 5 65 Wire: 18 Gauge - 4 Conductor (per 1000') $ 5 5 66 Wire: 18 Gauge - 4 Conductor (Plenum) (per 500') $ 5 5 67 Wire: 18 Gauge - 4 Conductor (Plenum) (per 1000') $ 5 5 EVALUATION FORM pOINTPOINTSERFORMANCE HISTORY FORM Page 38 of 55 (23-968-152) 68 Wire: 18 Gauge - 4 Conductor (Direct Burial) (per 500') $ 5 5 69 Wire: 18 Gauge - 4 Conductor (Direct Burial) (per 1000') $ 5 5 70 Wire: 22 Gauge - 2 Conductor (per 500') $ 5 5 71 Wire: 22 Gauge - 2 Conductor (per 1000') $ 5 5 72 Wire: 22 Gauge - 2 Conductor (Plenum) (per 500') $ 5 5 73 Wire: 22 Gauge - 2 Conductor (Plenum) (per 1000') $ 5 5 74 Wire: 22 Gauge - 2 Conductor (Direct Burial) (per 500') $ 5 5 75 Wire: 22 Gauge - 2 Conductor (Direct Burial) (per 1000') $ 5 5 76 Wire: 22 Gauge - 4 Conductor (per 500') $ 5 5 77 Wire: 22 Gauge - 4 Conductor (per 1000') $ 5 5 78 Wire: 22 Gauge - 4 Conductor (Plenum) (per 500') $ 5 5 79 Wire: 22 Gauge - 4 Conductor (Plenum) (per 1000') $ 5 5 80 Wire: 22 Gauge - 4 Conductor (Direct Burial) (per 500') $ 5 5 81 Wire: 22 Gauge - 4 Conductor (Direct Burial) (per 1000') $ 5 5 82 Wire: 22 Gauge - 6 Conductor (per 500') $ 5 5 83 Wire: 22 Gauge - 6 Conductor (per 1000') $ 5 5 84 Wire: 22 Gauge - 6 Conductor (Plenum) (per 500') $ 5 5 EVALUATION FORM pOINTPOINTSERFORMANCE HISTORY FORM Page 39 of 55 (23-968-152) 85 Wire: 22 Gauge - 6 Conductor (Plenum) (per 1000') $ 5 5 86 Wire: 22 Gauge - 6 Conductor (Direct Burial) (per 500') $ 5 5 87 Wire: 22 Gauge - 6 Conductor (Direct Burial) (per 1000') $ 5 5 TOTALS 400 400 Page 40 of 55 (23-968-152) REFERENCE FORM FOFORMeferencesEVALUATION FORM pOINTPOINTSERFORMANCE HISTORY FORM please provide all requested information for each reference. Customer Name: Description of Project: Contract Price: Beginning: $ Ending: $ Name Project Foreman/Superintendent: Mailing Address: Telephone: Email: Date Last Supplied Products or Services: Customer Name: Description of Project: Contract Price: Beginning: $ Ending: $ Name Project Foreman/Superintendent: Mailing Address: Telephone: Email: Date Last Supplied Products or Services: Customer Name: Description of Project: Contract Price: Beginning: $ Ending: $ Name Project Foreman/Superintendent: Mailing Address: Telephone: Email: Date Last Supplied Products or Services: RESUME SUBMITTAL FORM Page 41 of 52 (23-968-152) Name of Individual: Current duties with present employer: Name of Employer: Dates of Employment: From: To: Basic Description of Duties: Contact Person: Telephone: A/C ) - Name of Employer: Dates of Employment: From: To: Basic Description of Duties: Contact Person: Telephone: A/C ) - Name of Employer: Dates of Employment: From: To: Basic Description of Duties: Contact Person: Telephone: A/C ) - Page 42 of 52 (23-968-152) ADDENDUM ACKNOWLEDGEMENT FORM ADDENDA ACKNOWLEDGMENT: The undersigned also acknowledges the receipt of the following Addenda: ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED Page 43 of 52 (23-968-152) SWORN STATEMENT UNDER SECTION 287.133(3)(A), FLORIDA STATUTES, PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Proposal or Contract No. 2. This sworn statement is submitted by (Name of entity submitting sworn statement) whose business address is 3. and (if applicable) its Federal Employer Identification Number (FEIN) is . If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: . 4. My name is and my relationship to the (please print name of individual signing) entity name above is . 4. I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes, means a violation of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. as entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which Page 44 of 52 (23-968-152) bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, not any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) ______________________________________________ (Signature) Date: _________________________________________ STATE OF_______________________________ COUNTY OF _____________________________ ____________________________________APPEARED IN PERSON BEFORE ME (the undersigned authority), who is personally known to me or provided the following identification _________________________, and affixed his/her signature in the space provided above on this _______ day of _______________, 20_____. _____________________________________________________ NOTARY PUBLIC My commission expires: ____________________ Form PUR 7068 (Rev. 11/89) Page 45 of 52 (23-968-152) Proposing Firm: Signature of Buyer: Signature of Evaluator: To help ensure that you include all the submittals necessary to complete a thorough evaluation of your bid proposal, we ask that you use this checklist to make sure you have enclosed all Required submittals before sealing and mailing your proposal. The list below comprises the Required Submittals, and they must be submitted at the time you submit your bid or your bid will be declared non-responsive. Submit Three (3) complete copies, 1 original marked as the original, 1 copy, and, 1 copy of the original on a flash drive. Verified by Bidders Verified by Buyer Verified by Evaluator Description of Required Submittal Page No. Completed and signed Invitation to Bid Form 852-A. 1 Copy of your current and valid ES, ET, EC or EF contractor’s license 4 Evidence of working with Access Control Systems for five (5) years and being the same business entity for five years 4 Bid Proposal Forms, Information for Contact 28-33 A minimum of three (3) Customer References for Performance History 40 Resumes of Key Personnel and the Lead Technician, Proof of at least one (1) Net 2 Pro certified technician, all other technicians Paxton Access, Inc. Net 2 Essentials and Net 2 Advanced certified 41 SWORN STATEMENT UNDER SECTION 287.133(3)(A), FLORIDA STATUTES, PUBLIC ENTITY CRIMES 43-44 Items listed as Requested should be submitted at the time you submit your bid to facilitate the bid evaluation process, but will not be cause for declaring your bid non-responsive. Verified by Bidders Verified by Buyer Verified by Evaluator Description of Requested Submittal Page No. Completed and signed Drug Free Workplace Certification Form (optional) 46 Completed and signed Certification Regarding Debarment Form AD-1048 47 Certificate of Insurance including evidence of workers compensation coverage 50-51 Page 46 of 52 (23-968-152) DRUG FREE WORKPLACE CERTIFICATION FORM In accordance with Florida Statute 287.087, preference shall be given to businesses with drug- free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied Suppliers have a drug-free workplace program. In order to have a drug-free program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ____________________________ (Supplier’s signature) Page 47 of 52 (23-968-152) CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). ***** BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE SIDE ***** (1) The prospective lower tier participant certifies, by submission of this bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the

301 4th St SW, Largo, FL 33770, USALocation

Address: 301 4th St SW, Largo, FL 33770, USA

Country : United StatesState : Florida

You may also like

UNINTERRUPTED POWER SUPPLY MAINTENANCE, REPAIR, REPLACEMENT

Due: 29 Sep, 2024 (in 5 months)Agency: FEDERAL BUREAU OF INVESTIGATION

SECURITY & ACCESS CONTROL SYSTEMS & SERV

Due: 31 Dec, 2024 (in 8 months)Agency: Miami Dade

Access Control System

Due: 13 May, 2024 (in 15 days)Agency: Town of Oakville

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.