Exhibit A REVISED Scope of Work

Size: px
Start display at page:

Download "Exhibit A REVISED Scope of Work"

Transcription

1 The City of Ocala is soliciting proposals from experienced, licensed vendors for an Airport Security Access System meeting the criteria stated herein. Overview and Purpose of the Project Secured area access control is essential to successful daily operations at the Ocala International Airport. Airport security requirements must be strictly observed and maintained in order to satisfy Florida Department of Transportation (FDOT) and Federal Aviation Administration (FAA) regulations. The current security access system is outdated, and must be replaced to ensure compliance and sustainability. This solicitation is for a new system, which will be compatible with the existing airport database, ID card system and gate opening hardware. This system must also include key system attributes to ensure operability and sustainability for years of 24/7 operations. The existing system is outdated and nearing potential catastrophic failure due to the inability to obtain replacement parts. The current system is extremely sensitive and vulnerable to lightning strikes on/near the airport, which causes frequent system faults and equipment failure. A new, effective system will ensure compliance with the Airport Security Plan, in accordance with FDOT and FAA requirements. Mandatory Pre-Proposal Meeting and Site Visit A mandatory pre-proposal meeting and site visit will be held on May 8, 2017 at 10:00 a.m. at 750 SW 60 th Avenue, Ocala, FL A mandatory site visit will immediately follow the preproposal meeting. Proposal submission will be contingent upon attendance to the meeting and site visit. Installation The new system must be installed with minimum disruption of daily airport operations. Contract Time The awarded vendor must have all systems installed and fully operational within ninety (90) days of commencement. License and Experience Requirements Vendor must be a Florida licensed Electrical Contractor or Alarm System Contractor I with a minimum of five (5) years experience based on projects of the same design. RFP# AIR/17-002, Exhibit A Page 1

2 Specifications The proposed system must meet the following requirements, at a minimum: 1. Required hardware and software shall provide automated entry control and monitoring of ten (10) entry points to the airport, including electric vehicle gates and pedestrian gates. a. Hardware and software must interface with existing airport badges and import the existing database. b. Hardware and software must be compatible with existing gate opening hardware, including existing outbound loop sensors and emergency operations "Knox Box" components currently installed. c. Uninterrupted Power Supply (UPS) for emergency backup power for system/gate readers. 2. Software and hardware must issue and track airport identification/entry access badges/users with the following information: a. Driver privilege according to badge color. b. Full-face color photograph of badge holder. c. Full name. d. Gate card access number. e. Name of airport. f. Name of business if applicable. g. Must be compatible with existing database and cards. 3. System capabilities must include, at a minimum, the following: a. Monitoring and updating all card readers and entrance points, including the ability to activate and de-activate card users and access codes to all card readers and keypads from the one central computer. b. Maintaining a database of no less than 5,000 entries of users. Each entry should be able to store a user s application information, picture, and pin code in the software. c. Ability to set individual permissions and access as required for specific secure airport areas and/or gates. d. Monitoring gate/door operators for faults and alarming when a fault occurs. 4. Each card reader should be a swipe/proximity card operation with keypad. A one (1) to five (5) digit pin code may be assigned to each badge that will also be required for access. All card readers/keypads must have the following capabilities: RFP# AIR/17-002, Exhibit A Page 2

3 a. Open their respective gate operator or door. b. Communicate with central computer system to record access granted. c. Operate with swipe/proximity only/or pin code (if assigned). d. Power surge protection and UPS or battery backup for emergency backup power. 5. Enhanced lightning/surge protection for the entire system (especially at the gates). 6. Hardwired connectivity between gates and main computer system. a. Hardwired connectivity will be made using the existing City fiber optic network. b. A schematic of City fiber optic connection points is included in Exhibit C City Fiber Optic Splice Point Schematic. c. The new control cabinets will require a one foot (1 ) by one foot (1 ) by threequarter inch (3/4 ) thick plywood backboard installed to attach the splice point, ITS (switch) and power supply to in each cabinet with a minimum eight inch (8 ) depth from the front of the backboard for clearance of switching, splicing cabling gear. d. Each control cabinet must have at least one (1) 120vac receptacle for powering the fiber equipment. e. Conduit from the control cabinet must be one and one-half inch (1 ½ ) schedule 80 outdoor rated PVC above ground transitioning to HDPE underground to the indicated OEU pole (see Exhibit C). All conduits must have a pull string included for pulling in new fiber cable. f. All underground must comply with current NESC codes and regulations for low voltage cabling. Contractor is responsible for all locates, permitting and proper restoral of turf, soil, concrete or asphalt surfaces related to conduit placement. Existing wireless monitoring system and gate opening hardware specifications 1. Control Unit: Acer Veritron X275 desktop computer. 2. Honeywell WIN-PAK Software, Release 2.0 (build 645.3). 3. Magicard Enduro from Alpha Card Systems (3rd Party card printer hardware). 4. Honeywell NetAxs-123 Access control panels (at the gates). 5. HID Global proximity card reader/pin pads. 6. Brickcom Wireless base station and repeaters. 7. Various brand/model electric gate opening hardware/motors. 8. In-pavement loop sensors (for outbound gate operations). RFP# AIR/17-002, Exhibit A Page 3

4 Vendor Responsibilities 1. Complete installation/conversion of system, with minimum interruption of service/access. Installation plan must be provided with submittal. 2. Removal of existing hardware after installation of new hardware. 3. Provide warranty service plan. 4. Provide training for airport personnel on system operation and troubleshooting. 5. Vendor and all representatives of the vendor shall be required to pass a Level II background screening which includes fingerprinting. The City shall be responsible for conducting the background check. 6. The selected vendor s Project Team, and that of any sub-contractors, will be required to sign a Non-Disclosure Agreement with the City of Ocala. 7. Vendor will maintain as-built drawings of entire system and will submit an electronic version of record drawings to the City Project Manager. Field Test and Final Installation Approval The vendor will perform field tests at the completion of the installation of each gate s components, and a final field test of the entire system once installation is complete. Testing will ensure that all components of the systems (hardware, software, cabling, etc.) are operational, performing within specifications, and connected properly. a. Testing will be performed with a City designated representative in attendance. b. Vendor will track and notate all errors, bugs, and deficiencies found during testing and ensure that any issue is corrected until satisfactory results are obtained. c. Vendor will submit written copies of issues found and repairs made to the City Project Manager. Training Training will begin at the completion of the installation. 1. The vendor must provide all training required to ensure that City-designated users of all systems and software are competent in the use of all hardware and software. Training will be hands-on. 2. Vendor will decide on what materials (videos, handbooks, etc.) will be required to ensure that training is complete and successful. 3. Training will constitute a complete run through of the entire system to include software usage, use of access points, and use of cameras for both monitoring and surveillance. RFP# AIR/17-002, Exhibit A Page 4

5 4. Training must also cover necessary steps and procedures in regards to the installation and/or upgrade of any hardware or software component. Additional Options Proposers must provide pricing information for the following options, on Exhibit B Additional Pricing. These additional options will not be considered when evaluating the Price Proposal, however, all pricing must be in line with industry standards. 1. Wireless connectivity between gates and main computer system Cost differential (negative or positive). 2. Remote system access and control by airport operations personnel Lump sum cost. a. Including the ability to contact a cell phone via text message, or other electronic message, with a fault alarms. 3. Integrated video monitoring at ten (10) entry points (fixed and moveable system) Price per entry point. 4. Post-warranty service and maintenance (routine and emergency) Price per hour. 5. New mechanical gate opening hardware (including removal and replacement of existing) Price per gate. RFP# AIR/17-002, Exhibit A Page 5