REQUEST FOR PROPOSALS PORT OF NOME SECURITY CAMERA SYSTEM PROJECT NOME, ALASKA

Similar documents
ADDENDUM NO. 6 PORT OF NOME SECURITY CAMERA PROJECT RFP

RETURN THIS AMENDMENT TO THE ISSUING OFFICE AT: AMENDMENT (1) ONE to RFP

City of Winter Springs, FL

ELIGIBLE INTERMITTENT RESOURCES PROTOCOL

Request for Proposals Fiber Optic Network Backbone Upgrades

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

Special Specification 6293 Adaptive Traffic Signal Control System

BILOXI PUBLIC SCHOOL DISTRICT. Biloxi Junior High School

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

COLUMBIA COUNTY, WISCONSIN COURTROOM VIDEO CONFERENCE & AV SYSTEMS REQUEST FOR PROPOSALS

CITY OF DIXON REQUEST FOR PROPOSAL

HONEYWELL VIDEO SYSTEMS HIGH-RESOLUTION COLOR DOME CAMERA

Purchasing Department Finance Group INVITATION TO BID

SECTION 686 VIDEO DECODER DESCRIPTION

TV Translator Relocation Grant Program

ADDENDUM NO. 1 FDVA-ITB B ITB TITLE: JENKINS AUDIO/VIDEO SECURITY SYSTEM ISSUE DATE: THURSDAY, JUNE 30, 2016

Licensing & Regulation #379

ADVANCED TELEVISION SYSTEMS COMMITTEE, INC. CERTIFICATION MARK POLICY

InfiniBand Trade Association Integrators List Policy

REQUEST FOR PROPOSALS: FOR AN INTEGRATED IN-CAR AND BODY-WORN VIDEO MANAGEMENT SYSTEM

Department of Corrections Facilities Bureau Security Equipment Solicitation #TO8133

Request for Purchase DESIGN AND INSTALLATION OF STRUCTURED COMMUNICATIONS CABLE SYSTEMS

Milestone Solution Partner IT Infrastructure Components Certification Report

BUFORD COMMUNITY CENTER, TOWN PARK & THEATRE THEATRE AND STAGE RENTAL AGREEMENT

Table of Contents. Section E: Inspection and Acceptance

ATTACHMENT 2: SPECIFICATION FOR SEWER CCTV VIDEO INSPECTION

1X4 HDMI Splitter with 3D Support

New York MX700 Room. PWD-NY5-MX700-P60 List Price: $11, SLA Price: $1,100.00/year (Other options available See Appendix B)

CAPITAL IMPROVEMENT BOARD OF MANAGERS OF MARION COUNTY, INDIANA 100 SOUTH CAPITOL AVENUE INDIANAPOLIS, INDIANA 46225

CITY OF LOS ANGELES CIVIL SERVICE COMMISSION CLASS SPECIFICATION POSTED JUNE VIDEO TECHNICIAN, 6145

TERMS AND CONDITIONS OF THE OFFER FROM. TRIBUNE TELEVISION COMPANY (COMPANY) WXIN/WTTV (STATION) Indianapolis, IN (DESIGNATED MARKET AREA)

blink USER GUIDE Bluetooth capable Reclocker Wyred 4 Sound. All rights reserved. v1.0

Colorado River Union High School District 1004 Hancock Rd Bullhead City, AZ (928)

ALTERNATIVE BROADCAST INSPECTION PROGRAM

Term Sheet Reflecting the Agreement of the ACCESS Committee Regarding In-Flight Entertainment November 21, 2016

Class B digital device part 15 of the FCC rules

Salient Systems July, N. MoPac Expy. Building 3, Suite 700 Austin, TX FAX

RFIs AND RESPONSES; ANSWERS ARE IN RED.

City of Columbia Purchasing

TEXAS LOTTERY COMMISSION REQUEST FOR PROPOSALS FOR DRAWING STUDIO AND PRODUCTION SERVICES # RESPONSES TO PROPOSERS QUESTIONS

Primex Wireless, Inc. July, Wells Street Lake Geneva, WI

Furnish & Install Video Surveillance System for Lot B. Exhibits

Monday, January 7, 2019

Colour Explosion Proof Video Camera USER MANUAL VID-C

Tender Notification for the procurement of a Scanning Electron Microscope" at IISc (Last Date for submission of tenders: 3 rd October 2018)

Request for Proposal Questions and Responses. Request for Proposal: Software Based CMED Radio Console and Associated Equipment

NOW THEREFORE, in consideration of the mutual covenants and conditions herein contained, the parties hereto do hereby agree as follows:

User Guide. Centrex Recording Interface

REQUEST FOR PROPOSAL RFP # AUDIOVISUAL TECHNOLOGY ENHANCEMENT FOR THE CITY COUNCIL CHAMBER. City of San Leandro. RFP Coordinator: Michael Hamer

Request for Proposals PIO. Installation of Broadcast System for Community Services Building (CSB) 104

New York State Board of Elections Voting Machine Replacement Project Task List Revised

APPENDIX J Richmond High School Performing Arts Theater Usage Policy (December 2018)

Invitation to Bid SCOREBOARD - WHH

HIGH COURT OF BOMBAY AT GOA

Summary Timeline Selection of bids The mission of PWPL

What you need to know to plan a successful meeting, conference, or tradeshow at Boise Centre. EVENT GUIDE

RESOLUTION MSC.333(90) (adopted on 22 May 2012) ADOPTION OF REVISED PERFORMANCE STANDARDS FOR SHIPBORNE VOYAGE DATA RECORDERS (VDRs)

REQUEST FOR PROPOSAL

B. The specified product shall be manufactured by a firm whose quality system is in compliance with the I.S./ISO 9001/EN 29001, QUALITY SYSTEM.

March 4 th, Addendum No. 1. Brooklyn College Systems Integrator Broadcast Television Equipment Project No: BY019/

REQUEST FOR QUOTATION

Salient Systems June, N Mopac Expy, Bldg 3, Ste 700 Austin, Texas FAX

SPECIAL SPECIFICATION :1 Video (De) Mux with Data Channel

Metuchen Public Educational and Governmental (PEG) Television Station. Policies & Procedures

Golden Empire Transit District Addendum #3 to Request for Proposals # G061 On-Board Video Surveillance System

Reconfiguration Along the U.S.-Mexico Border Meeting in NPSPAC Region 3: Arizona May 16, 2013

FROM: CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES SUBJECT: COST ANALYSIS AND TIMING FOR INTERNET BROADCASTING OF COUNCIL MEETINGS

Frequently Asked Questions: Cable TV and Next Generation CAP EAS

Terms of Use and The Festival Rules

PURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date Request Doc # April 15, see text below

POTCSC - Integrated Small Target Detection Radar and Acoustic Deterrence System RFP Questions and Answers

Broadcasting Ordinance (Chapter 562)

AW900mT. User s Manual. Point-to-multipoint. Industrial-grade, ultra-long-range 900 MHz non-line-of-sight wireless Ethernet systems

Universal Wireless HDTV Adapter

CHARLOTTE MECKLENBURG PUBLIC ACCESS CORPORATION

VERIZON MARYLAND INC.

5 Port DVI Splitter VIDEO WALLS VIDEO PROCESSORS VIDEO MATRIX SWITCHES EXTENDERS SPLITTERS WIRELESS CABLES & ACCESSORIES

INFORMATION TECHNOLOGY POLICY FOR THE RENTAL OF. The Township of Radnor Conference Rooms and Equipment

INVITATION TO BID SURVEILLANCE SYSTEM UPGRADE

GLI-12 V1.1 GLI 12 V2.0

2012 Product Theater the 2012 Fall Meeting Product Theater Half-hour slots are only available if the one-hour time slots are not reserved.

This Chapter does not apply to applications and decisions on, development on land reserved in corridor maps.

CGA0101 Wireless Cable Gateway Quick Installation Guide

17 Video Streaming Council and Committee of the Whole Meetings

Rental Information For Campus Clients

STATE OF NEW JERSEY Board of Public Utilities Two Gateway Center Newark, NJ

TWIC IMPLEMENTATION ACCESS AND ESCORTING

Request for Quote E- Rate Eligible Services Scope of Work Network Infrastructure and Structured Cabling

REDFISH TECHNOLOGIES

STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS DIVISION OF PUBLIC UTILITIES AND CARRIERS

Using the VideoEdge IP Encoder with Intellex IP

SPECIAL SPECIFICATION 6713 Ethernet Video Decoder (MPEG-4)

AWT150C/AWT150CS/ AWT151C CCD Camera

4 Channel Video over Fiber With Ethernet

LUVERNE PUBLIC ACCESS POLICIES AND PROCEDURES

Request for Quote E- Rate Eligible Services Scope of Work - Wireless LAN and Cabling for Access Points

Huawei AT815SN Brochure-Detailed

CLEAR CHANNEL BROADCASTING, INC. (COMPANY) WHP/WLYH (STATION) HARRISBURG, PA (MARKET)

CASE STUDY. Smart Motorways Project. Temporary CCTV Monitoring Systems for England s Motorway network.

BUSD Ramona Middle School Gymnasium Project AV Project

Transcription:

REQUEST FOR PROPOSALS PORT OF NOME SECURITY CAMERA SYSTEM PROJECT NOME, ALASKA OWNER: CITY OF NOME P.O. BOX 281 NOME, ALASKA 99762 907-443-6663 (PHONE) 907-443-5345 (FAX) The City of Nome will receive sealed proposals from qualified companies to provide technical services for the Port of Nome s Security Camera System Project, including the supply, installation, and connection of cameras, software, servers, and work stations. Interested persons may receive a proposal package by registering with the City Clerk by email bhammond@nomealaska.org, phone at 907-443-6663, or by fax at 907-443-5345. Proposal Documents will be available on April 21, 2017. One complete set of Proposal Documents will be available for review at The Plans Room, 4831 Old Seward Hwy # 202, Anchorage, AK 99503, 907-563-2029 One complete set of Bid Documents will also be available for review at The Associated General Contractors of Alaska, 3750 Bonita Street, Fairbanks, AK 99701, 907-452-1809. The deadline for submission of sealed proposals is Thursday, May 18, 2017 at 3:00 p.m. local time and shortly thereafter the proposals will be opened publicly and read aloud. Proposals must be submitted to the City Clerk at City Hall. Proposals must be submitted in a sealed envelope and marked clearly on the envelope as Proposal Enclosed: Port of Nome Security Camera System Project along with the name and address of the Proposer. Fax submissions are not allowed, though bid modifications by fax are permitted. The contract will be awarded to the lowest qualified Proposer as determined by the City. The City of Nome reserves the right to reject any and all proposals, to waive informalities, and to reject non-conforming, non-responsive, or conditional proposals.

1 Port of Nome Security Camera Project RFP Due Date: MAY 18, 2017 at 3:00 p.m. 1. Introduction. The City of Nome, (City), is requesting proposals from qualified companies to provide technical services for the Port of Nome s Security Camera System project, including the supply, installation and connection of cameras, software, servers and work station setup. 1.1. Intent. It is the intent of this Request for Proposals (Request) to set forth the minimum acceptable requirements for Responses to this Request. 2. Background and Detailed Description of Services. The City currently has a very small security camera system at the Port that is in need of upgrade and expansion. It will be the responsibility of each proposer to inspect the City s current camera system and determine the most cost effective approach to expanding or replacing the system, and the integration of additional cameras to the security system. Each proposer must further assess two additional independent camera systems at the City s Police Department and Utility Company (NJUS) to ensure software compatibility between the existing and proposed systems. More detailed information is described in Exhibit A. Locations of cameras and details of the requirements are described in Exhibits B1 and B2. 2.1. Disclosure. Federal Department of Homeland Security Port Security Grant Program (PSGP) funds will be used for this project and contractor labor rates must conform to Davis-Bacon prevailing wages for Alaska. All relevant documents regarding Federal Labor Standards and Davis Bacon wages are included in this Request. 3. Proposal Requirements. One (1) unbound original copy and a searchable electronic copy of the Response are required to be submitted to the contact name and address listed below, no later than 3:00 p.m. on Thursday, May 18, 2017. Guidelines for Responses are described in Exhibit C attached hereto. Any response, modification, or amendment received after the due date and time is late. No late response, modification, or amendment will be accepted. Proposals must be submitted in a sealed envelope, and must be signed by an authorized representative of the Proposer and include the following: 3.1. Introductory Letter. An introductory letter expressing an interest in providing the Services should be included. The introductory letter should be addressed and labeled as follows: Port Director City of Nome P.O. Box 281 Nome, AK 99762 Port & Harbor Security Camera System Include an e-mail address for the primary contact of the Proposer.

3.2. Qualifications. Describe, in sufficient detail, the Proposer s key personnel (including a brief resume) and Proposer s experience, qualifications and technical support that are relevant to the Services detailed in this Request. 3.3. Hardware Features and Configuration. Describe in detail the proposer s assessment of the existing equipment and camera systems and software currently being deployed by the City; and the proposed upgrade of hardware expansion configuration and software compatibility of the security camera systems. 3.4. Full Service. Describe, in sufficient detail, all the Services proposed to be provided, making specific reference to any Services not included in the Proposal, and Services proposed to be provided by subcontractors and/or any additional services proposed to be provided and the cost of such additional services, if any. 3.4. Cost and Installation Schedule. Detail the proposed installation schedule and all-inclusive cost, including fully loaded hourly cost of labor, equipment, materials for the Services, and subcontractors markup, which includes a commitment and an affirmative statement that all the proposals made in the Responses shall remain valid for a period of 120 days after the due date of the Responses. 3.5. References. Include the name, address, and contact person of at least two government agencies with which the Proposer has provided similar type Services. It is the intent of the City to contact such references to assess the level of satisfaction with the equipment and services rendered to the listed references. List all lawsuits and complaints filed against Proposer within the past three years. 4. Identification of Anticipated Potential Problems. Proposals should identify and describe any potential problems with respect to providing the Equipment and Services to the City of Nome. 5. Evaluation Criteria and Scoring Process. A Review Panel (referred to hereinafter as Review Panel ) will review all Proposals received. Each evaluation criterion has been given a percentage based on its relative value. The criteria and each associated percentage are as follows: Evaluation Criteria Weight Qualifications 25% References 10% Software Compatibility 10% Services Delivery Plan 25% Cost 30% Total 100% 2 Port of Nome Security Camera Project RFP

6. Selection. Interviews may be conducted with Proposers determined by the City to be reasonably susceptible of being selected for the award. In addition, one or more Proposers may be invited to make presentations. However, Proposals may be accepted without discussion or interview. It is the intent of the City to use the above criteria in the evaluation of all proposals; however, the City reserves the right to modify the above criteria as deemed appropriate by the Review Panel. If such modification occurs, each Proposer being interviewed will be notified at least twenty-four (24) hours prior to the interview of the revised criteria. Based on the results of discussions, if any, interviews, if any, and proposal scoring, the Proposers will be rated by the Review Panel. 7. General Information. The City reserve the right to amend, modify or waive any requirement set forth in this Request. Response to this Request is at the Proposer s sole risk and expense. All Proposers must comply with applicable Federal, State, and local laws and regulations. Except for written responses provided by the contact person described below, the City has not authorized anyone to make any representations regarding the subject matter of this Request. All questions for clarification or additional information regarding this Request must be submitted in writing to the contact person below no later than May 11, 2017 and if the contact person deems, in his sole and absolute discretion, that such response is of general applicability, his response, if any, will be posted on The City s website at www.nomealaska.org (which constitutes a written response). Entities responding to this Request are encouraged to review this website frequently. The City anticipates selecting one of the responding Proposers, but there is no guaranty that any responding Proposer will be selected. All materials submitted in response to this Request will become the property of the City and will be managed in accordance with the Government Record Access Management Act. A mandatory pre-proposal conference will be held at 2:00 p.m. on Tuesday, May 9, 2017 in the Council Chambers at 102 Division St., Nome, AK 99762. 8. Special Matters. All Services performed pursuant to this Proposal shall comply with all applicable laws, ordinance, rules, regulations, and applicable standards of performance. 9. Terms of Contract. The successful Proposer will be required to enter into a written agreement with the City to provide the Services. If the selected Proposer and the City are unable to negotiate an acceptable agreement, then another Proposer(s) may be selected and negotiation will continue with such other Proposer(s) until an acceptable agreement is completed. 10. Contact Person. For further information, questions or American with Disabilities Act (ADA) accommodation, please contact Joy Baker, Port Director, via electronic mail at jbaker@nomealaska.org, 102 Division St. Nome, AK 99762. 3 Port of Nome Security Camera Project RFP

Scope Exhibit A The following is intended to represent the minimum requirements of the City for a fully functioning Security Camera and recording system. The proposer may wish to provide a proposal with equipment that is of higher quality or of greater benefit to the City, but must be able to defend their recommendation on the basis of function and cost comparisons. 1. General 1.1. Camera Network Infrastructure 1.1.1. The Port & Harbor Security Camera network deployment requires high reliability and will be used to support the port & harbor operational security functions. 1.1.2. The Network will support fault tolerance mechanisms to mitigate and/or eliminate single points of failure and ensure high reliability. 1.1.3. Respondents must state the reliability levels they will commit to for the network. 1.1.4. Respondents must demonstrate the ability to deliver secure transmissions. 1.1.5. Respondents must demonstrate the ability to deliver excellent throughput and image frame rate (quality of service) for the Port & Harbor camera deployment and other public safety applications. 1.1.6. Respondents must detail how the network design eliminates or minimizes single points of failure. 1.1.7. The network may include a fixed wireless point-to-multipoint or fiber solution as a backhaul tier for aggregating video traffic. 1.1.8. The network will support contingency mechanisms to ensure operation during a natural or other disaster. Respondents will describe their proposed disaster recovery plan for the network and camera system. 1.1.9. The network design will easily accommodate scaled and upgrades to the system in a modular fashion to support additional cameras. All equipment will comply with all relevant electrical, environmental and safety standards and all applicable local, state and federal ordinances. 4 Port of Nome Security Camera Project RFP

1.2. Digital Video Network Performance Requirements 1.2.1. The Respondent must describe and provide network performance that will be adequate for video monitoring and surveillance in the proposed deployment. 1.2.2. Network Performance presentation must include Respondent s engineering assumptions regarding: 1.2.2.1. Compression protocol 1.2.2.2. Resolution or frame size 1.2.2.3. Image ratio 1.2.2.4. Frame rate 1.2.2.5. Compression ratio 1.2.2.6. Recommended bandwidth requirement per camera 1.3. Proposed Software and Computing Environment 1.3.1. The Respondent must present in detail the version, features and capabilities of the proposed video management system. Included in this section should be a detailed technical overview of any proposed hardware or software platform, including 1.3.1.1. Hardware/software architecture diagrams 1.3.1.2. Process flow diagrams 1.3.1.3. Network diagrams 1.3.1.4. Minimum client computer hardware specifications for desktop access. 1.3.1.5. Optimal and minimum network, server, storage and backup requirements. 5 Port of Nome Security Camera Project RFP

Exhibit B [Services] The Security Camera System upgrade or replacement proposal must address the means of connectivity with the Harbor Office through wired connections, with an option for wireless connections. There could be a dedicated, net new wireless network isolated for security camera use. Any installed wireless network must support the WPA2 encryption standard. Head end and viewing equipment shall be installed at the Harbor Office at 307 Belmont St., Nome, AK 99762. 1. Locations for the Cameras are identified on attached Exhibit B1. 2. Detailed Requirements 2.1. Camera Requirements 2.1.1. The City is requesting that the Respondent provide a minimum of two camera options with distinguishable features and capabilities. The Respondent shall provide equipment that meets or exceeds the following specifications outlined below: 2.1.1.1. Network IP pan, tilt, zoom camera supporting PoE standard 2.1.1.2. Transmit video in color 2.1.1.3. Provide a minimum of 22x optical zoom 2.1.1.4. Ability to operate in low light (respondent is required to provide low light specifications). Day / Night cameras 2.1.1.5. Ability to pan 360 degrees via remote control. 2.1.1.6. Ability to tilt 180 degrees via remote control. 2.1.1.7. Ability to operate in an enclosed case in conjunction with the environmental conditions possible in Nome, Alaska. 2.2. Power Supply 2.2.1. Ability to operate on a 110 VAC power supply, 24 hours a day for an extended period of time, no less than nine months in duration provided the proper power requirements are met. 2.2.2. Respondent will describe automated camera operation recovery after both short-term and longer term power failures. 2.2.3. Respondent will describe power maintenance requirements. 6 Port of Nome Security Camera Project RFP

2.2.4. The Respondent should provide a battery option in the event that a camera needs to be deployed to a location that is unable to connect to a conventional power supply, the battery solution shall power the camera for a minimum of 60 days. 2.3. Transmission of Streaming Video 2.3.1. Ability to transmit across data cabling Fiber and Ethernet. 2.3.2. Ability to transmit a minimum of 30 frames a second 2.3.3. Ability to secure camera accessing using SSL/TLS, or using some other industry security standard. The Respondent is required to provide detailed specifications. 2.3.4. Ability for police department to view live video transmission at the local police station. 2.3.5. Size of the video streams from real-time or captured video. 2.4. Recording Capabilities 2.4.1. Allow the user to capture still pictures in multiple formats. 2.4.2. Allow the user to record streaming video in an industry-standard format that can be viewed on a standard DVD player or other common computer media. 2.4.3. Provide a date and time stamp option. 2.4.4. Provide video data in a manner consistent with the conveyance of video forensic evidence Video must fairly and accurately represent what it depicts. It must be selfverifying providing a detailed enough picture of the scene for a witness to confirm that the area is accurately depicted. 2.4.5. A certification test document by the vendor for reach camera stating the video from each camera fairly and accurately depicts the local area in each camera s field of view. 2.5. Data Storage 2.5.1. All captured data shall be capable of being stored in a digital format for a minimum of 30 days in order for it to be retrieved, copied, viewed and deleted as needed 2.5.2. Data storage must be part of a secure chain of custody including physical and electronic security. 2.6. Server and Storage Specifications 2.6.1. The City expects to retain 30 days of video archives from all cameras attached to the system. 7 Port of Nome Security Camera Project RFP

2.6.2. Respondent must detail server specifications to support Respondent s recommended configuration including backup. Respondent must specify: 2.6.2.1. Processor 2.6.2.2. Memory (RAM) 2.6.2.3. Specify DVD+R/+RW 2.6.2.4. Minimum Storage capacity requirement 2.6.2.5. Configuration (e.g. SAN) 2.6.2.6. Backup capacity 2.6.3. The Respondent shall specify the amount of storage required per hour of video for each camera type specified 2.6.4. If the video is compressed, the Respondent shall provide the ratio of video compression. 2.6.5. The Respondent shall list all proposed product name brands, models and configurations. 2.7. Network Viewing Specifications 2.7.1. Respondents must specify minimum workstation requirements, including: 2.8. Viewing 2.7.1.1. Processor requirements (i.e. 1 GHz). 2.7.1.2. Minimum memory requirements. 2.7.1.3. Minimum video card requirements. 2.7.1.4. Minimum requirements for the operating platform (e.g. Window 7). 2.8.1. A 1024 x 768 resolution area is preferred 2.8.2. Software shall allow for the viewing of multiple cameras on one screen. 2.8.3. Include ability to program the camera to pan/move in order to capture an area without an operator built-in motion tracking. 2.8.4. The viewing system shall provide for rapid search capabilities and allow navigation by way of a mouse or touchpad. 2.8.5. The controllers shall accommodate a minimum of four preset coordinates per camera. 8 Port of Nome Security Camera Project RFP

2.9. Testing 2.9.1. Equipment and hardware: 2.9.1.1. Installation of all equipment, software, laying of wire and all ancillary equipment and connectors must be installed, test verified and delivered in operating and ready-to-use condition. 2.9.2. Software 2.9.2.1. Furnish, design, develop, configure, install, test, train and deliver the equipment and computer operating system(s) in a ready-to-use condition, and perform all other related work. 2.9.2.2. Please provide an anticipated future release schedule of known software. 2.10. Warranty 2.10.1. All server and storage hardware shall carry a minimum of a three-year warranty on parts, hardware, and software installed by the Respondent. Cameras shall carry a minimum of a one-year warranty on same. 2.10.2. No additional labor costs shall be imposed on the City in order to correct defects identified and documented by the City within the one-year warranty period. 2.10.3. A contact person and phone number shall be provided in order to report any hardware and software defects identified and documented by the City. 2.10.4. The City requires that the contact be available on a Monday through Friday basis during normal working hours, 8:00 AM to 5:00 PM, Alaska Time. 2.10.5. The warranty periods shall not begin until the entire system is installed, inspected and accepted by the City of Nome. 2.10.6. The Respondent must also warrant that the hardware and software will operate at the time of delivery in accordance with the manufacturer s published specifications and the Respondent s written description of the system operation, as well as warrant against defects in workmanship and material. 2.10.7. If the Respondent offers additional warranty service or support programs other than what is stated above, the Respondent should state such programs 9 Port of Nome Security Camera Project RFP

and the additional cost of the program(s). 2.11. Training 2.11.1. The Respondent shall submit a training plan that describes the procedures that the Respondent will employ to adequately accomplish training related to the implementation and full utilization of the system. 2.11.2. The Respondent shall provide a contact person and phone number to assist the City with any technical questions. This service shall be provided as a part of the training for a minimum of six months from the date of installation. 2.11.3. Training shall be provided, to personnel designated by the Port Administration, within 15 City business days from the completed installation and acceptance date. Training for all hardware and software must be provided on-site and shall at a minimum include: 2.11.3.1. Name and number of the person responsible for training for 6 months. 2.11.3.2. How to install or setup a computer as a viewing station. 2.11.3.3. How to operate the camera software in order to zoom, pan and focus. 2.11.3.4. How to record and retrieve data. 2.11.3.5. How to search and retrieve pre-recorded video information according to time stamps and by specific camera ID/location. 2.11.3.6. How to search and retrieve pre-recorded video from the server. 2.11.3.7. How to remove and reinstall the camera from the casing. 2.11.3.8. How to secure and remove the power source. 2.12. Documentation 2.12.1. The Respondent shall include: 2.12.1.1. A written manual that covers the specifications and operation of all hardware and software provided as part of the contract. 2.12.1.2. As built drawings of the system and network. 2.12.1.3. As built diagrams of the cameras and enclosures showing all equipment, antennas and other connections in the casing. 2.12.1.4. As built wiring diagrams for the electrical connections in and to the camera and casing. 10 Port of Nome Security Camera Project RFP

2.12.1.5. As built communications wiring diagrams for cameras. 2.12.1.6. As built casing installation diagrams for each type of structure or pole utilized. 2.12.1.7. As built network drawing showing the chain of custody of video evidence. 2.13. Administration Toolsets 2.13.1. Respondents must answer the following questions: 2.13.1.1. What administration toolsets are included with the system? 2.13.1.2. What skills are required to maintain the system? 2.13.1.3. How is the user security profile defined? 2.13.1.4. What is included in the user security profile? 2.14. Security 2.14.1. What security tools are included with the system? 2.14.2. How is the user security profile defined? 2.14.3. What is included in the user security profile? 2.15. Upgrade Tools 2.15.1. What is the software upgrade frequency? 2.15.2. How are patches and fixes applied? 2.15.3. How are patches and fixes deployed? 2.15.4. How are upgrades applied? 2.15.5. How much training is generally required with upgrades to the system? 2.15.6. What happens to software customizations during an upgrade? 2.15.7. How many versions of the software does your company support? 2.15.8. What are the annual maintenance/software renewal fees associated with maintaining software support? 11 Port of Nome Security Camera Project RFP

3. Insurance 3.1. All Contractors and subcontractors shall carry the following insurances, naming the City as an additional insured. 3.2. All insurance shall be written on an occurrence basis. All policies of insurance shall be issued by insurance companies licensed to do business in Alaska and either; 3.2.1. Listed on the U.S. Treasury Department current listing of approved sureties (Department Circular 570, as amended), or 3.2.2. Currently rated A- or better by AM Best Company, and the insurer must have an AM Best financial-size category rating of not less than VII. In the event that Governmental Immunity limit is subsequently altered by legislation or judicial opinion, the insurance shall be modified as determined by the City. 3.2.3. Subcontractors shall also carry the same level of insurance. 3.3. All insurance shall have the following minimum insurance coverage: comprehensive general and automobile liability insurance, including complete operation blanket contractual and broad-form property damage coverage, with the following minimum limits: 3.2.1 Personal injury liability...$2,000,000 each occurrence 3.2.2 Property damage liability... $1,000,000 each occurrence, $2,000,000 aggregate 3.2.3 Workers compensation, as required by Alaska statute. 12 Port of Nome Security Camera Project RFP

Exhibit C [Guidelines] Submit Responses in a sealed envelope or package. Sealed envelope or package must clearly state: Port & Harbor Security Camera System Proposal. Proposals shall include the following sections: 1. Technical Section containing materials, options, projected requirements, required personnel; and 2. Time Cost Section that includes a detail of the time and costs that will be required to complete the Services. 3. Completion of the Certification sheet that is part of the Request for Proposal (page 15). The format for the Proposal is as follows: 1. Color is allowed. 2. 8-1/2 x 11 page sizes. 3. Paginate pages. 4. One (1) inch margins (exceptions: Consultant Name/Logo and Page Headers/Footers may be within the margin). 5. Size 12 Font. 6. Except for unbound copy, bind Responses on left side. 7. Provide tabs for each section of the Response. 8. Front and back cover pages. 9. Not to exceed 50 sheets of paper, double sided (copy of general contractor license, signed acknowledgments, introduction letter, and representation not counted towards 50-page limit). 13 Port of Nome Security Camera Project RFP

CERTIFICATION The undersigned Proposer certifies that it has not: 1. Provided an illegal gift or payoff to a City offer or employee or former City offer or employee or his or her relative or business entity; 2. Retained any person to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee, other than bona fide employees or bona fide commercial selling agencies for the purpose of securing business; or 3. Knowingly influenced and hereby promised that it will not knowingly influence a City officer or an employee of former City offer or employee to break and applicable ethical standard or rules. The undersigned Proposer certifies that: 1. The Proposal is made in good faith. 2. The Proposal is made in conformity with the specifications and qualifications contained in the Request. Name of the Proposer: Name of Authorized Representative: Signature of Authorized Representative: Address: City/State/Zip: Telephone Number: Fax Number: Web Address: Email Address: Date Signed and Submitted: 14 Port of Nome Security Camera Project RFP

Office > Pole A = 230' Pole A > B = 71' Office > C = 148' Pole C > D = (under 100') Office > Pole F = 30' Shop > Pole G = 320' Pole H > I = 170' Pole I > J = 180' Pole J > K = 216' E Water Truck Shop H G I Communications tower on NE corner of building is pole F J K Harbor Office F C A D B E Pole L > M = 351' Pole M > N = 348' M N L Existing poles shown as New pole needed Range of coverage areas PORT OF NOME SECURITY SYSTEM PROJECT - 2017 EXHIBIT B1

Port of Nome Security Camera Project - 2017 Location Detail Site Pole Specific Equipment needed Preferences Winter Area ID Location Pole Fiber Camera Zoom Pan Fixed Motion Sensor Notes SBH A Top of Light Pole at West Floating Dock x x x x " " " x x x x * SBH B Top of Light Pole at East Floating Dock x x x x x " " " x x x x * SBH C Top of Light Pole at North End Fish Dock x x x x x " " " x x x x * SBH D Top of Light Pole at 2nd from North End Fish Dock x x x x x SBH E Top of New Pole at South End Belmont St. x x x x x * SBH F Top of Radio Tower at Port Office - Belmont St. x x x x x Office - NE Corner " " " x x x x x " BB G Top of Light Pole at Seppala Dr. and Prospect Place x x x x x IP H Top of Northern Light Pole along East IP Bank # x x x x IP I Top of 2nd Light Pole from N along East IP Bank # x x x x IP J Top of 3rd Light Pole from N along East IP Bank # x x x x IP K Top of 4th Light Pole from N along East IP Bank # x x x x Cswy L Top of North High Mast Light Pole # x x x * " " " # x x x x Cswy M Top of Middle High Mast Light Pole # x x x * " " " # x x x x Cswy N Top of South High Mast Light Pole # x x x * " " " # x x x x Legend: Notes: Options to consider: SBH - Small Boat Harbor # denotes fiber in nearby trench, not up poles *hibernation during winter BB - Belmont Beach selected views preferred for public URL access IP - Industrial Pad GB - Garco Building 4/21/2017 /jlb