INVITATION TO BID SURVEILLANCE SYSTEM UPGRADE You are hereby invited to submit a bid to upgrade an existing surveillance system within the City of Compton, as follows: Upgrade an existing City of Compton owned video surveillance system, located in a commercial center at Gateway Plaza located at Alameda and Auto Drive in the City of Compton, CA Upgrade existing City of Compton cameras presently located on the roof of the Compton Courthouse at 200 West Compton Boulevard, Compton CA Install Network Video Recorders at Gateway Plaza Sheriff Substation located at Alameda and Auto Drive and at Compton Sheriff Station at 301 South Willowbrook, Compton, CA to provide redundant recording. Create a video wall at Compton Sheriff Station at 301 South Willowbrook, Compton, CA Provide Maintenance Coverage for this upgraded system All bids are due Thursday, September 22, 2011 by 10:00 am at the following location: City of Compton's Clerk's Office Attn: Chief Jon Thompson 205 South Willowbrook Avenue Compton, CA 90220 Electronically submitted bids will not be accepted This bid can be obtained at www.comptoncity.org. City of Compton Fire Department Chief Jon Thompson 201 South Acacia Compton, CA 90220 1
TABLE OF CONTENTS 1. BID SCHEDULE 2. SUMMARY 3. EQUIPMENT HARDWARE AND MATERIALS REQUIRED 4. SCOPE OF WORK 5. MAINTENANCE SERVICE AGREEMENT 6. CONTRACT REQUIREMENTS 7. BIDDER QUALIFICATIONS 8. CITY RESPONSIBILITY 9. CONTRACTOR RESPONSIBILITY 10. BID FORMAT 11. CABLE 12. SELECTION CRITERIA 13. DEFINITIONS 2
1. BID SCHEDULE Bid Published Wednesday August 31, 2011 A mandatory site walk will occur Friday, September 9, at 10:00 am beginning in the Blue Room located at 600 North Alameda Avenue, Compton, CA. If bidders do not attend the site walk they will be disqualified. No questions will be asked or answered prior to bid submission or the site walk. All bidders who have conducted the mandatory site walk may submit questions in writing, via email to the following email address jthompson@comptoncity.org by Monday, September 12, at 5:00 pm. A unified response will encompass questions and answers from all bidders and will be disseminated via email to all qualifying bidders by Thursday, September 15, at 5:00 pm. All bids are due Thursday, September 22, at 10:00am 2. SUMMARY The present Gateway Plaza/Compton Courthouse surveillance system, of eighteen (18) cameras, is not functioning at a level that provides for effective video surveillance. This system requires an upgrade that will utilize existing assets, including some cameras, wireless and fiber infrastructure. The existing system consists of analog and IP cameras that are monitored at the Gateway Plaza Sheriff Substation and at the Compton Sheriff Station. Work required will be the replacement of some cameras and encoders, replacing and adding video recorders and creating a six screen video wall at the Compton Sheriff Station. A. Cameras to be upgraded are all Pan Tilt Zoom (PTZ) and are located as follows: 1. Gateway Plaza near Greenleaf and Alameda: Fourteen (14) cameras 2. Compton Courthouse 200 West Compton Blvd: Four (4) cameras B. Network Video Recorders (NVR) are to be installed as follows: 1. Gateway Plaza Sheriff substation Greenleaf and Alameda, Compton, CA 90220 a. One (1) NVR 2. Compton Sheriff Station 301 S. Willowbrook Ave. Compton, CA 90220. a. One (1) NVR C. LCD Video Screens are to be installed as follows: 1. Compton Sheriff Station 301 S. Willowbrook Ave. Compton, CA 90220 a. Six (6) 42 LCD s 3
The Gateway Plaza surveillance system consists of both wireless and fiber optic infrastructure with all camera connections switched in the LASD Substation located in the Gateway Plaza. The video is then sent from Gateway Plaza to the top of the Courthouse roof via a Motorola wireless bridge. This signal enters the LASD fiber network for distribution to the LASD Compton Station for viewing at 301 S. Willowbrook Ave, Compton, CA 90220. The cameras located on the Courthouse roof are also linked into this same system. For redundancy at Gateway Plaza, a new NVR will be placed at the Gateway Plaza Sheriff Substation for local recording and an additional NVR will be installed at the Compton Sheriff Station. All recording will be 4 CIF, 30 FPS with a 14 day retention period. Additionally, six (6) 42 LCD s will be mounted in the Compton Sheriff Station Communications Center to construct a video wall Courthouse roof cameras are recorded at the NVR to be installed at the LASD Compton Station. Camera equipment in this existing surveillance system include DVTEL, Bosch and Pelco cameras, both analog and IP. All equipment replaced will be returned to the City of Compton unless there is a credit option for returned equipment, in which case the successful bidder will identify the credit due on their bid. All camera housings including the glass enclosure will be cleaned. The City of Compton is looking for a bid that includes the purchase and installation of all identified equipment, materials and hardware to provide a turnkey solution as well as a maintenance agreement. 3. EQUIPMENT, MATERIALS AND HARDWARE REQUIRED A. Fourteen (14) IndigoVision 9000 Environmental Pendant PTZ IP Dome, NTSC, 35 X IndigoVision part number B. Four (4) IndigoVision 9000 1 Input Transmitter Box, POE, E Recording Spec. IndigoVision part number 769116 C. One (1) IndigoVision NVR AS 3000, up to 40 MBPS IndigoVision part number 980306 D. One (1) IndigoVision 64 channel NVR AS 3000 with Four Disks RAID Array; Up to 40 Mbps NVR AS 3000 RA3000 RAID 5 distributed parity. IndigoVision part number 980397 E. Six (6) LG 42 LCD video screens. LG Model number M4210LCBA F. Two (2) Pair LG Speakers LG Model number SP000A G. Six (6) Peerless Wall Mounts Peerless Model number PWMT 300 AC1 4
H. Any necessary power converters, VGA splitters or boosters, VGA to Cat 5 converters or boosters, graphics cards, VGA and Cat 5/6 or other cabling and all related hardware to provide a turnkey operational system. 4. SCOPE OF WORK The following work is needed: A. GATEWAY PLAZA Greenleaf and Alameda, Compton, CA INTERSECTION CAMERAS 1. Greenleaf and Plaza, Traffic Signal 2. Greenleaf and Alameda, Traffic Signal 3. 2100 Block of Alameda, Traffic Signal TARGET STAPLES BUILDING 4. Northwest Corner 5. Southwest Corner 6. Northeast Corner 5
7. Southeast Corner Analog Camera, Pelco with Sentri Provide, replace and reconfigure existing encoder with: IndigoVision 9000 1 Input Transmitter Box, POE, E Recording Spec. IndigoVision part number 769116 (and 24VAC/DC up to 0.3A transformer) Remove Sentri device, make any resulting holes or damage watertight and provide Sentri device to the City of Compton WELLS FARGO 8. Southwest Corner BEST BUY SHERIFF SUBSTATION ROSS BUILDINGS 9. Northwest Corner Analog Camera, Pelco with Sentri Provide, replace and reconfigure existing encoder with: IndigoVision 9000 1 Input Transmitter Box, POE, E Recording Spec. IndigoVision part number 769116 (and 24VAC/DC up to 0.3A transformer) Remove Sentri device, make any resulting holes or damage watertight and provide Sentri device to the City of Compton 10. East Mid Center 11. Southeast Corner 12. Southwest Corner 6
TGI FRIDAY S 13. Southeast Corner IP Camera, Bosch 14. Southwest Corner IP Camera, Bosch All Gateway camera locations are further identified in Attachment A B. COURTHOUSE ROOF 200 West Compton Boulevard, Compton, CA 15. Northwest Corner IP Camera DVTEL 16. Northeast Corner Analog Camera, Pelco with Sentri Provide, replace and reconfigure existing encoder with: IndigoVision 9000 1 Input Transmitter Box, POE, E Recording Spec. IndigoVision part number 769116 (and 24VAC/DC up to 0.3A transformer) Remove Sentri device, make any resulting holes or damage watertight and provide Sentri device to the City of Compton 17. Southwest Corner Analog Camera, Pelco with Sentri Provide, replace and reconfigure existing encoder with: IndigoVision 9000 1 Input Transmitter Box, POE, E Recording Spec. IndigoVision part number 769116 (and 24VAC/DC up to 0.3A transformer) Remove Sentri device, make any resulting holes or damage watertight and provide Sentri device to the City of Compton 18. Southeast Corner Environmental Pendant PTZ IP Dome, NTSC, 35 X, IndigoVision part number All Courthouse camera locations are further identified in Attachment B 7
C. COMPTON SHERIFF SUBSTATION Gateway Plaza, Compton, CA Provide, install and configure the following NVR and perform any necessary networking required for a successful installation and integration into the existing video system: IndigoVision NVR AS 3000, up to 40 MBPS IndigoVision part number 980306 D. COMPTON SHERIFF STATION 310 S. Willowbrook, Compton, CA Provide, install and configure the following NVR and perform any necessary networking required for a successful installation and integration into the existing video system: IndigoVision 64 channel NVR AS 3000 with Four Disks RAID Array; Up to 40 Mbps NVR AS 3000 RA3000 RAID 5 distributed parity. IndigoVision part number 980397 Provide LCD s, Speakers and wall mounts and perform any necessary connection and configuration including cabling and networking, to install and mount the following equipment on a wall to construct a video wall with the capability defined below. This will be a newly created video wall and cabling will be required to support video for all six (6) LCD s and audio to two (2) of the LCD s. These LCD s will need to integrate with the video surveillance system, and an existing license plate recognition (LPR) system. This wall will be located in the communications center Six (6) LG 42 LCD video screens. LG Model number M4210LCBA Using six (6) Peerless Wall Mounts Peerless Model number PWMT 300 Two (2) pair audio speakers LG Model number SP0000A Any necessary VGA splitters or boosters, VGA to Cat 5 converters or boosters, graphics cards, VGA and Cat 5/6 or other cabling and all related hardware to provide for an operational video wall with audio capability for two (2) of the above LCD s and also integration of the LPR and gunshot recognition systems. This upgrade/installation will include all unpacking, hardware, mounting, connecting cables, installing and configuring software and hardware for proper operation as part of network and will provide a turnkey upgrade solution to the existing video surveillance system. Also, required will be the cleaning of each camera housing and enclosure and the inspection for leaks or potential leaks or other damage. 8
There will be no exposed cabling, any exterior conduit will have compression fittings or be threaded in accordance with applicable codes. 5. MAINTENANCE SERVICE AGREEMENT Each bidder must submit a cost for maintenance of the upgraded system with 1, 2 and 3 year options. The following are required conditions for the plan: 1. The City of Compton may permit, when appropriate, the remote diagnoses of reported system failures, and resolution may be provided remotely. The City will provide VPN connectivity and appropriate access to the video network to accomplish this. 2. As needed, a Technician must deploy on site for resolution. The Technician must possess three (3) years experience in maintaining a system similar in size and scope to the system identified in this document. 3. Response time to initial call must be within one (1) hour 4. If required to resolve a problem, a technician must be on site within the next business day 5. All parts must be covered under this plan. The only exceptions are standard consumable items such as batteries, access cards, etc. 6. All labor, travel, and per diem must be covered under this plan. 7. Any firmware upgrades required that resolve non conformance must be covered by this plan. 8. Upgrades may be done remotely or on site as determined by the City of Compton. 6. CONTRACT REQUIREMENTS A. Comply with prevailing wage laws B. General Liability, Workers Compensation and Automobile Insurance in the amount of $1,000,000 C. 5% Bid Bond D. 100% Performance and Material Bond E. Work must be completed within 90 days of award, with liquidated damages of $300 due, per day, for each day the project remains uncompleted after the due day. 9
F. Contractor must comply with all City, County, State and Federal laws regarding safety as it relates to this project G. Final inspection, determination of the quality, effectiveness and performance of this upgrade as well as final acceptance of this project, will be at the sole discretion of the City of Compton Project Manager and City of Compton Fire Chief. 7. BIDDER QUALIFICATIONS A. California Contractors Class C 7, Low Voltage Contractor and/or Class C 10 Electrical contractor. Contractor must be a Cisco Gold certified partner and be certified in the installation of IndigoVision cameras, encoders, NVR s and Video Management Systems. Contractor must also be certified in the installation of LG industrial LCD s and supporting cabling and mounting devices, as well as providing audio to these devices and have experience with integration of PIPS License Plate Recognition technology. B. Successful bidder must perform at least 70% of the required work and sub contract out no more than 30% of work performed C. Bidder must have five (5) years of experience, within the past 7 years, of designing, installing, networking and managing municipal level citywide surveillance systems via wireless infrastructure. The wireless infrastructure should have supported transmission of high bandwidth video of 30 FPS at 4 CIF of distances over one lineal mile. D. Bidder must have completed at least Five (5) previous Public Safety Video Surveillance installations in southern California encompassing at least 75 individual surveillance cameras. Video of over fifty percent (50%) of the surveillance cameras must be transmitted via high bandwidth wireless radio systems at 30 FPS/4 CIF. The installed systems (listed above) must have been installed for various police agencies with at least 50% of the cameras being installed on municipal light poles and traffic poles. Public Safety is defined as law enforcement agencies and not private security companies. E. Bidder must have experience with outdoor municipal long range wireless deployments of over 3 miles and have deployed mesh network systems in a public safety environment. This should include experience with Point to Point, Point to Multi Point and Mesh networks in the 4.9 to 5 GHz range. F. Bidder must supply reference data on at least three (3) currently operating municipal or county, public safety, outdoor, camera and wireless installations, within a 100 mile radius, that are similar in size functionality and complexity to this system. Public Safety is defined as law enforcement agencies and not private security companies. These references must be willing to provide a site visit. Supply references on all 5 systems listed above. G. Bidder must have experience in the installation of PTZ cameras on City or County traffic signal poles. Installation is defined as the mounting of individual PTZ cameras on City or County owned traffic signal poles and connecting them to a power source and providing 10
live and recorded video to a remote location via wireless or fiber optic cable. H. Bidder must be certified by the manufacture to resell, install and configure the specified equipment. 8. CITY RESPONSIBILITY A. The City may insure that power is available at each of location B. The City will provide space at each location for the installation of each NVR C. The City will provide access to the areas identified in this bid 9. CONTRACTOR RESPONSIBILITY A. Contractor is required to provide an onsite Project Manager; a remotely located project manager will not be permitted. This Project Manager must have overseen at least five separate municipal or county public safety, outdoor wireless projects similar in size, scope, functionality and complexity as the system identified in this document. B. In addition to other conditions identified in this document, the contractor is responsible for providing their own lift or bucket truck and any incidental material or equipment costs to accomplish this upgrade including miscellaneous, connectors or other material to replace the equipment identified in this bid. C. Contractor is responsible for any traffic control required and must be in conformance with all applicable city, county, state and federal guidelines and must be approved by onsite city Project Manager. City of Compton Project Manager may require augmentation of any traffic control systems and deployments. D. Contractor is required to begin work no later that 30 days after the City awards the bid and complete the project no later than 60 days after the start date. E. The City, County or LASD at its sole discretion may require security clearances for individual workers assigned to this project and may require individual workers to sign a waiver for purposes of conducting a background investigation. 10. BID FORMAT The bid must be in a format that includes the following: A. Detailed narrative list identifying the specific qualifications identified above under Section 7 Bidder Qualifications broken down A through H B. Price broken down by the following: 1. Equipment identified in Equipment Materials and Hardware Required manufacture model/part number and item description with individual cost and a total for each category 11
2. Other consumable materials/hardware identified separately 3. Labor/installation costs identified separately 4. Maintenance Service plan (Section 5) identified separately with one, two and three year options. 5. Freight, if any 6. Sales tax 7. Grand total C. A schedule identifying the time necessary to complete this upgrade. 11. CABLE A. General 1. The contractor shall be responsible for determining the most appropriate cable route, cable lengths, type of conduit, and type of cabling and fasteners to be installed. 2. Contractor must pull, install and terminate cable based on industry standards. 3. All cabling (data, CCTV, RS485, VGA, power, etc.) between locations shall be made as individual home runs, using the shortest route possible. All cabling shall be installed in continuous lengths (no splices allowed) from origin. No intermediate punch down blocks or splices may be installed or utilized between locations. The maximum data cable length shall not exceed 295 feet. 4. All cabling provided shall be in accordance with the highest standards among the latest applicable edition of National Electrical Code (NEC), Electronics Industry Association (EIA) Standards, Telecommunications Industry Association (TIA) Standards, and regulations, laws, safety orders, ordinances or codes of State and local authority having jurisdiction. Wherever requirements in this document exceed those of the ordinances or codes, specifications shall govern. Violations of such statutes, ordinances, and regulations shall be corrected at no expense to the city 5. Contractor shall be responsible for testing all installed and terminated cable for continuity and line transmission rates that adhere to industry standards. 6. All references in this document regarding specifications for material and testing requirements such as ANSI/EIA/TIA designations and the NEC shall be interpreted to mean current specifications as of the date of advertisement for bids. 7. The contractor shall be required to replace, at no additional cost to the city, cabling and/or termination or other installed systems in situations identified by the Project Manager as not meeting installation or performance criteria. B. Cable Management 12
1. All exposed cables shall be dressed neatly and physically secured to prevent accidental dislocation or damage. It is not permissible to secure cabling to the outside of conduit or to gas, plumbing, steam, or any other functional pipes. Cables shall not be secured to any utility structures in any fashion that might prevent maintenance of or access to those facilities. No staples may be used to secure cables to any surface. 2. Bundled cables shall be fastened with tie wraps/fasteners at four foot intervals. Cable tie wraps/fasteners may not be attached to existing ceiling tile supports, nor may cable lie directly on ceiling tiles. 3. All termination blocks, panels, cables (video, VGA, PTZ, power, Cat 6), shall be permanently labeled at each end with destinations. If there is any question regarding labeling, the contractor shall contact the Project Manager prior to labeling. 4. All cables to the equipment will be appropriately labeled for ease of identification. 5. All exposed cables shall be dressed neatly and physically secured to prevent accidental dislocation or damage. It is not permissible to secure cabling to the outside of conduit or to gas, plumbing, steam, or any other functional pipes. Cables shall not be secured to any utility structures in any fashion that might prevent maintenance of or access to those facilities. No staples may be used to secure cables to any surface. 6. Bundled cables shall be fastened with tie wraps/fasteners at four foot intervals. Cable tie wraps/fasteners may not be attached to existing ceiling tile supports, nor may cable lie directly on ceiling tiles. 12. SELECTION CRITERIA The Compton Fire Chief will review all responsive bid submissions. Responsive bids are generally evaluated according to the bidders experience, past performance, integrity, financial and technical ability and the bidders dollar cost offer. It is required that this project be a turnkey upgrade that will convert the poorly performing existing system, into an effective system that provides 4 CIF, 30 FPS viewing as well as 14 day retention of the video. The Compton Fire Chief will make the final decision regarding the bid selection. 13. DEFINITIONS A. Bidder is defined as the individual or entity that meets the requirement as identified in section 7 B. City is defined as the City of Compton, a municipal government C. Contractor is defined as an individual or entity possessing a California Contractors Class C 7, Low Voltage Contractor and/or Class C 10 Electrical contractor who enters into an agreement with the City of Compton for purposes of performing the work 13
identified in this document D. County is defined as the County of Los Angeles E. Fire Chief is defined as Compton Fire Chief Jon Thompson F. LASD, Sheriff or Sheriff s Department is defined as the Los Angeles County Sheriff s Department G. Project Manager 1. For the City of Compton, is defined as the person assigned by the Fire Chief to oversee the project on behalf of the City 2. For the Contractor, is defined as the individual assigned to the project that meets the requirements as defined in Section 9 A H. Turnkey is defined as a successful upgrade/installation that provides for a complete, effectively functioning video surveillance solution that permits effective viewing and recording of all video, at all viewing locations and at all LCD s, at 4 CIF, 30 FPS, with 14 days of video retention at 4 CIF, 30 FPS at identified recording locations. This solution will work with and be compatible with all existing City of Compton surveillance systems and network infrastructure. 14
Attachment A Gateway Plaza 15
Attachment B Compton Courthouse 16