19
INTRUSION DETECTION April 25, 2016 Norwalk Public Schools 28 16 00-1 Intrusion Systems (Selected Locations) Norwalk Public Schools REQUEST FOR PROPOSAL Proposal Response Date: May 27, 2016, 3:00p.m. NORWALK PUBLIC SCHOOLS Central Office 125 East Avenue Norwalk, Connecticut 06852-6001

Norwalk Public Schools

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-1

Intrusion Systems

(Selected Locations)

Norwalk Public Schools REQUEST FOR PROPOSAL

Proposal Response Date: May 27, 2016, 3:00p.m.

NORWALK PUBLIC SCHOOLS Central Office

125 East Avenue Norwalk, Connecticut 06852-6001

Page 2: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-2

I. BACKGOUND INFORMATION

Norwalk Public School District is the 6th largest in Connecticut. The city population is 87,190, and is located in Fairfield County in the Southwestern part of the State on Long Island Sound. Norwalk covers 22 square miles and has a community which is diverse both ethnically and economically. The school district has approximately 11,000 students, and 19 schools.—twelve elementary schools, four middle schools, two high schools and one alternative high school.

Dates for this request for proposal are:

Intrusion Systems Date

Site Visits May 11-12

Submit Questions (final date) May 18

Proposals due May 27 by

3:00p.m.

SECTION 281600 - INTRUSION DETECTION

PART 1 - GENERAL

1.1 SUMMARY

A. The intent of this project is to remove and replace the failed Master Sound Detection security

panels and all associated sub panels with a new Honeywell system and reuse as many existing

devices and cabling to allow a complete and functional intrusion detection system.

B. The Norwalk Board of education has standardized on the Honeywell Vista product and has

currently employed a certified Honeywell security service vendor. This company shall remain

as the service and monitoring provider. As part of this installation agreement, all panels will

remain factory-defaulted and all zone numbering and descriptions shall be the property of the

owner. The service providing company shall provide the necessary account and receiver phone

number for programming purposes as part of this contract.

C. These specifications contain the functional and operational requirements for an integrated

intrusion alarm system employing motion detection devices and door contacts as the primary

means of intrusion detection for selected interior protection. This procurement shall include all

supplemental equipment requested and required at the following ten facilities.

Cranbury Elementary School, 10 Knowalot Lane

Fox Run Elementary School, 228 Fillow Street

Jefferson Magnet School, 75 Van Buren Avenue

Page 3: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-3

Kendall Elementary School, 57 Fillow Street

Nathan Hale Middle School, 176 Strawberry Hill Avenue

Ponus Ridge MS, 21 Hunters Lane

Roton Middle School, 201 Highland Avenue

Silvermine Elementary School, 157 Perry Avenue

West Rocks Middle School, 81 West Rocks Road

Wolfpit Elementary School, Starlight Drive

D. The scope of work required from the bidding contractor shall include the following for each

school indicated within this specification:

1. Remove and replace the failed Master sound detection security panel and associated sub

panels. Must connect new panel to existing phone lines for the required connectivity to

the central station.

2. Provide a new Honeywell Vista 50P or Vista 128P series master Control Panel with

associated zone expanders to accommodate motion.

3. Provide all necessary keypads, power supplies, door contacts, system batteries, cable,

conduit and trade related labor including custom programming to satisfy a complete and

operational system.

4. Remove sound detection devices and replace with motion detector within all existing

corridors, Gymnasium, Cafe and Auditorium as required to allow full coverage of these

spaces. If any of these spaces do not have an existing sound device, a motion detector

and associated cabling is required to be installed to offer adequate coverage.

5. All motion devices shall be new wall and ceiling style depending on the style of the

existing devices being removed.

6. All existing door contacts and motion sensors shall be repurposed as required to be

monitored via the new Honeywell panels.

7. Repurpose existing sound detection cabling in office areas as required.

8. Replace and/or relocate all existing control keypads with a new Honeywell keypad. All

locations MUST be verified by the owner prior to placement.

9. It is the responsibility of the awarded contractor to warranty any re-purposed cable, or

motion sensors, or door contacts for a period of 3 years.

10. The bidding contractor must visit each site to confirm the quantities of existing sound

detection devices, motion sensors and panels. The devices and quantities shown within

this specification are for reference only and must be verified via a site visit.

11. All work shall be performed during normal business hours.

E. Section Includes:

Page 4: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-4

1. Control Panel w/Power Supplies

2. Motion detectors

3. Intrusion detection devices

4. Zone Expanders

F. The intrusion system is intended to provide protection of selected facilities against intrusion and

for the detecting or discouraging of burglary or vandalism during the hours the facilities are

unoccupied and report signal to the Central Station.

G. The proposed system shall interface with the existing intrusion detection system.

H. It is the intent of these specifications to procure a fully acceptable, effective and reliable

integrated security system. These specifications recognize the importance of complete system

operation but are not limited to specifying of equipment only. The following are also required

from the selected bidder:

1. Proven experience in the security business.

2. Prompt delivery and professional installation including service of equipment as specified.

3. Bidding contractor must provide, for objective evaluation, references, which clearly

states and shows the effectiveness of proposed equipment and services.

4. Used products will not be acceptable. Manufacturer must satisfactorily demonstrate that

he has supplied and will continue to supply products to avoid the obsolescence of

equipment installed in the building.

5. All new equipment shall be fully guaranteed for three (3) years. This guarantee shall

become effective from the day of substantial completion. When in normal operation, if

the equipment is found to be below the manufacturer’s specification, repair and

replacement of equipment shall be provided. Repairs shall be started within twenty-four

(24) hours and completed without delay. Installation contractor shall either stock spares

or be capable of obtaining all required replacement parts within twenty-four (24) hours.

1.2 APPLICABLE STANDARDS

A. All of the work within the scope of this bid shall be performed in accordance with the

applicable state, county and city laws and ordinances.

B. The bidder shall be able to and must obtain all city permits and licenses as required.

C. In addition to being a licensed contractor. All materials, supplies and equipment being furnished

shall be installed in accordance with the latest version of the applicable standards of:

1. OSHA

2. Uniform Building Code

3. Americans with Disabilities Act (ADA)

4. Components of the system shall be of the type approved by Safety and Regulatory

Agencies including:

a. Underwriters' Laboratories (UL), Inc.

b. Federal Communications Commission (FCC).

c. Agency approvals and UL Listing declare the system's design, components, and

installation shall meet the highest standards.

d. System installation shall comply with UL 681 and UL 611.

5. The equipment shall comply with Part 68 of the FCC Telephone Requirements Rules.

Page 5: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-5

6. All circuits and equipment shall be installed and protected according to the National

Electric Code and any applicable local requirements.

1.3 DEFINITIONS

A. LCD: Liquid-crystal display.

B. LED: Light-emitting diode.

C. PIR: Passive infrared.

D. RFI: Radio-frequency interference.

E. Protected or Protection Zone: A space or area for which an intrusion must be detected and

uniquely identified, the sensor or group of sensors assigned to perform the detection, and any

interface equipment between sensors and communication link to central-station control unit.

1.4 SUBMITTALS

A. Product Data: Components for sensing, detecting, systems integration, and control, including

dimensions and data on features, performance, electrical characteristics, ratings, and finishes.

B. Shop Drawings: Detail assemblies of standard components that are custom assembled for

specific application on this Project.

1. Functional Block Diagram: Show single-line interconnections between components

including interconnections between components specified in this Section and those

furnished under other Sections. Indicate methods used to achieve systems integration.

Indicate control, signal, and data communication paths and identify programmable logic

controllers, networks, and control interface devices and media to be used. Describe

characteristics of network and other data communication lines.

2. Contractor must provide all As-Built plan drawings indicating all devices that were

installed into each school. These as-builts shall define the placement of each device.

These drawings must be in an electronic format and furnished to the owner on a thumb

drive.

3. Raceway Riser Diagrams: Detail raceway runs required for intrusion detection and for

systems integration. Include designation of devices connected by raceway, raceway type,

and size, and type and size of wire and cable fill for each raceway run.

4. Device Address List: Coordinate with final system programming.

5. System Wiring Diagrams: Include system diagrams unique to Project. Show connections

for all new devices, components, and auxiliary equipment.

6. Sensor detection patterns and adjustment ranges.

C. Equipment and System Operation Description: Include method of operation and supervision of

each component and each type of circuit. Show sequence of operations for manually and

automatically initiated system or equipment inputs. Description must cover this specific

Project; manufacturer's standard descriptions for generic systems are not acceptable.

D. Field quality-control test reports.

E. In the event that the installation contractor does not furnish or does not supply sufficient

Page 6: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-6

documentation, the owner has the right to engage a separate contractor to attain any or all

required documentation. All costs related with this event shall result in a back charge to the

installation vendor via a change order.

1.5 QUALITY ASSURANCE

A. Installer Qualifications:

1. An employer of workers, at least one of whom is a technician certified by the National

Burglar & Fire Alarm Association.

2. Manufacturer's authorized representative who is trained and approved for installation of

units required for this Project.

3. A copy of the Contractors Certified Installers Certificate shall be furnished with bid

response.

B. Intrusion Detection Systems Integrator Qualifications: An experienced intrusion detection

equipment supplier and/or an Installer who has completed systems integration work for

installations similar in material, design, and extent to that indicated for this Project, whose work

has resulted in construction with a record of successful in-service performance.

C. 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.

D. FMG Compliance: FMG-approved and -labeled intrusion detection devices and equipment.

E. Comply with NFPA 70.

F. Electrical Power

1. Normal System Power Supply: 120V, 60Hz, through a locked disconnect device and an

isolation transformer in a central-station control unit. Central-station control unit shall

supply power to all components connected to it unless otherwise indicated.

2. Power Continuity for Central-Station Control Units: Batteries in power supplies of the

central-station control unit and individual system components shall maintain continuous

system operation during outages of both the normal and backup ac system supply.

a. Batteries: Rechargeable, valve-regulated, recombinant, sealed, lead-acid type with

nominal ten (10) year life expectancy. Capacity adequate to operate portion of

system served, including audible trouble signal devices for up to four (4) hours and

audible and visual alarm devices under alarm condition for an additional ten (10)

minutes.

b. Battery Charger: Solid-state fully automatic, variable-charging-rate type. Charger

shall recharge fully discharged battery within twenty-four (24) hours.

B. Annunciation: Indicate a change in system condition and switching of system or component to

backup power.

1.6 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer and Installer agree to

Page 7: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-7

repair or replace components of intrusion detection devices and equipment that fails in materials

or workmanship within specified warranty period.

1. Warranty Period: Three (3) years from date of Substantial Completion.

PART 2 - PRODUCTS

2.1 APPROVED MANUFACTURER: Honeywell

2.2 SECURITY CONTROL PANEL: Honeywell Vista 50P or Vista 128P as required per school.

2.3 PIR MOTION SENSORS:

A. Wall mounted - Honeywell #IS2500SN or equivalent

B. Ceiling mounted 360* - Honeywell #DT636OSTC or equivalent

2.4 ALARM KEYPAD CONSOLE: Honeywell #6160 Console

2.5 ZONE EXPANDERS: Honeywell #4208U

2.6 ENCLOSURE

A. The Control Panel shall be enclosed in a metal cabinet, suitable for wall mounting. The

dimensions shall not exceed 14.5 inches (36.8 cm) in height, 12.5 inches (31.8 cm) in width or 3

inches (7.6 cm) in depth.

2.7 ELECTRICAL POWER REQUIREMENTS

A. System Power – The Intrusion Alarm System shall operate using standard 120 volts AC, 50/60

Hz power.

1. Control Primary Power – Transformer power shall be 16.5 VAC, 40VA.

2. Backup Battery – A rechargeable 12 VDC, gel type, lead acid backup battery shall be

provided. The battery shall be rated between 7 and 34- ampere hours (AH).

3. Alarm Power – Alarm power shall be 12 VDC, 1.7 amps for each bell output

4. Auxiliary Standby Power – Standby power shall be 12 VDC, 750 mA maximum.

5. Fusing – The battery input, auxiliary, and bell outputs shall be protected using PTC

circuit breakers. All outputs shall be power limited.

2.8 DURESS/PANIC BUTTONS

A. All existing duress buttons must be connected and monitored by this intrusion detection system.

PART 3 - BILL OF MATERIAL

Page 8: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-8

3.1 The following lists describes the anticipated devices for these schools and should be used FOR

REFERENCE ONLY TO UNDERSTAND THE SCOPE OF THE PORJECT. Each school

must be reviewed by the bidding contractor to confirm locations and quantities of devices and

work required.

A. JEFFERSON MAGNET SCHOOL, 75 VAN BUREN AVENUE

1. Main Building

a. Qty (1) Honeywell Vista 50P Security Panel

b. Qty (2) Honeywell 6160 Alpha Keypad

c. Qty (16) Honeywell PIR Motion Sensors

d. Qty (2) Honeywell 4208U Zone Expanders

e. Remove and replace existing security panel.

f. Re-purpose 8 existing corridor motion detectors.

g. Re-purpose (2) motion detectors within the gymnasium and café.

h. Re-purpose perimeter door contacts as needed.

i. Re-purpose (6) sound detection cable for corridor motion detectors as needed.

j. Re-purpose sound detection cable in office area as required.

k. All required cabling as needed.

2. Portable Classroom Building

a. Qty (1) Honeywell 6160 Alpha Keypad

b. Qty (10) Honeywell PIR Motion Sensors

c. Qty (1) Honeywell 4208U Zone Expanders

d. Re-purpose perimeter door contacts as needed.

e. Re-purpose (10) sound detection cable for motion detectors as needed.

f. All required cabling as needed.

B. NATHAN HALE MIDDLE SCHOOL, 176 STRAWBERRY HILL AVENUE

1. Qty (1) Honeywell Vista 50P Security Panel

2. Qty (1) Honeywell 6160 Alpha Keypad

3. Qty (15) Honeywell PIR Motion Sensors

4. Qty (3) Honeywell 4208U Zone Expanders

5. Remove and replace existing security panel.

6. Re-purpose existing corridor motion detectors.

7. Qty (2) motion detectors within the gymnasium, café, library and auditorium.

8. Re-purpose perimeter door contacts as needed.

9. Re-purpose (14) sound detection cable for corridor motion detectors as needed.

10. Re-purpose sound detection cable in office area as required.

11. All required cabling as needed.

C. ROTON MIDDLE SCHOOL, 201 HIGHLAND AVENUE

1. Qty (1) Honeywell Vista 50P Security Panel

2. Qty (1) Honeywell 6160 Alpha Keypad

3. Qty (16) Honeywell PIR Motion Sensors

4. Qty (2) Honeywell 4208U Zone Expanders

5. Remove and replace existing security panel.

6. Re- purpose (6) existing corridor motion detectors.

7. Qty (2) motion detectors within the gymnasium and cafe.

8. Re-purpose perimeter door contacts as needed.

9. Re-purpose sound detection cable for corridor motion detectors as needed.

10. Re-purpose sound detection cable in office area as required.

11. All required cabling as needed.

Page 9: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-9

D. WEST ROCKS MIDDLE SCHOOL, 81 WEST ROCKS ROAD

1. Qty (1) Honeywell Vista 50P Security Panel

2. Qty (1) Honeywell 6160 Alpha Keypad

3. Qty (16) Honeywell PIR Motion Sensors

4. Qty (2) Honeywell 4208U Zone Expanders

5. Remove and replace existing security panel.

6. Re- purpose existing corridor motion detectors.

7. Re-purpose (2) motion detectors within the cafeteria, gymnasium and auditorium.

8. Re-purpose perimeter door contacts as needed.

9. Re-purpose (13) sound detection cable for corridor motion detectors as needed.

10. Re-purpose sound detection cable in office area as required.

11. All required cabling as needed.

E. WOLFPIT ELEMENTARY SCHOOL, STARLIGHT DRIVE

1. Qty (1) Honeywell Vista 50P Security Panel

2. Qty (1) Honeywell 6160 Alpha Keypad

3. Qty (13) Honeywell PIR Motion Sensors

4. Qty (2) Honeywell 4208U Zone Expanders

5. Remove and replace existing security panel.

6. Re- purpose (3) existing corridor motion detectors.

7. Qty (2) motion detectors within the gymnasium and Cafe.

8. Re-purpose perimeter door contacts as needed.

9. Re-purpose (13) sound detection cable for corridor motion detectors as needed.

10. Re-purpose sound detection cable in office area as required.

11. All required cabling as needed.

F. Cranbury Elementary School, 10 Knowalot Lane

1. Qty (1) Honeywell Vista 128P Security Panel

2. Qty (2) Honeywell 6160 Alpha Keypad

3. Qty (8) Honeywell PIR Motion Sensors

4. Qty (8) Honeywell 4208U Zone Expanders

5. Remove and replace existing security panel.

6. Re- purpose (42) existing motion detectors in school.

7. Re-purpose (2) motion detectors within the cafeteria and gymnasium.

8. Re-purpose perimeter door contacts as needed.

9. Re-purpose (8) sound detection cable for corridor motion detectors as needed.

10. Re-purpose sound detection cable in office area as required.

11. All required cabling as needed.

G. Fox Run Elementary School, 228 Fillow Street

1. Qty (1) Honeywell Vista 50P Security Panel

2. Qty (2) Honeywell 6160 Alpha Keypad

3. Qty (6) Honeywell PIR Motion Sensors

4. Qty (4) Honeywell 4208U Zone Expanders

5. Remove and replace existing security panel.

6. Re- purpose (16) existing motion detectors throughout school.

7. Qty (2) motion detectors within the cafeteria and gymnasium.

8. Re-purpose perimeter door contacts as needed.

9. Re-purpose (6) sound detection cable for corridor motion detectors as needed.

10. Re-purpose sound detection cable in office area as required.

11. All required cabling as needed.

Page 10: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-10

H. Kendall Elementary School, 57 Fillow Street

1. Qty (1) Honeywell Vista 50P Security Panel

2. Qty (2) Honeywell 6160 Alpha Keypad

3. Qty (6) Honeywell PIR Motion Sensors

4. Qty (2) Honeywell 4208U Zone Expanders

5. Remove and replace existing security panel.

6. Re- purpose (6) existing motion detectors throughout school.

7. Re-purpose (2) motion detectors within the cafeteria and gymnasium.

8. Re-purpose perimeter door contacts as needed.

9. Re-purpose (6) sound detection cable for corridor motion detectors as needed.

10. Re-purpose sound detection cable in office area as required.

11. All required cabling as needed.

I. Ponus Ridge MS, 21 Hunters Lane

1. Main Building

a. Qty (1) Honeywell Vista 128P Security Panel

b. Qty (3) Honeywell 6160 Alpha Keypad

c. Qty (20) Honeywell PIR Motion Sensors

d. Qty (8) Honeywell 4208U Zone Expanders

e. Remove and replace existing security panel.

f. Re- purpose (49) existing motion detectors throughout school.

g. Re-purpose (2) motion detectors within the cafeteria and gymnasium.

h. Re-purpose perimeter door contacts as needed.

i. Re-purpose (20) sound detection cable for motion detectors as needed.

j. Re-purpose sound detection cable in office area as required.

k. All required cabling as needed.

2. Portable Classroom Building

a. Qty (1) Honeywell Vista 50P Security Panel

b. Qty (1) Honeywell 6160 Alpha Keypad

c. Qty (2) Honeywell PIR Motion Sensors

d. Qty (2) Honeywell 4208U Zone Expanders

e. Remove and replace existing security panel.

f. Re- purpose (1) existing motion detectors.

g. Re-purpose perimeter door contacts as needed.

h. Re-purpose (2) sound detection cable for motion detectors as needed.

i. All required cabling as needed.

J. Silvermine Elementary School, 157 Perry Avenue

1. Qty (1) Honeywell Vista 50P Security Panel

2. Qty (2) Honeywell 6160 Alpha Keypad

3. Qty (6) Honeywell PIR Motion Sensors

4. Qty (6) Honeywell 4208U Zone Expanders

5. Remove and replace existing security panel.

6. Re- purpose (35) existing motion detectors throughout school.

7. Qty (2) motion detectors within the Cafeteria and gymnasium.

8. Re-purpose perimeter door contacts as needed.

9. Re-purpose (6) sound detection cable for corridor motion detectors as needed.

10. Re-purpose sound detection cable in office area as required.

11. All required cabling as needed.

Page 11: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-11

PART 4 - EXECUTION

4.1 COMMISSIONING OF SYSTEMS AND EQUIPMENT

A. Engage a factory-authorized service representative or technician who is familiar with this

project to participate and assist, if necessary, in the functional performance testing of the

equipment include in this Division with the Commissioning Agent.

4.2 EXAMINATION

A. Examine substrates, areas, and conditions, with Installer present, for compliance with

requirements for installation tolerances and other conditions affecting performance of intrusion

detection.

1. Examine roughing-in for embedded and built-in anchors to verify actual locations of

intrusion detection connections before intrusion detection installation.

2. For the record, prepare written report, endorsed by Installer, listing conditions detrimental

to performance of intrusion detection.

B. Inspect built-in and cast-in anchor installations, before installing intrusion detection, to verify

that anchor installations comply with requirements. Prepare inspection reports.

1. Remove and replace anchors where inspections indicate that they do not comply with

requirements. Re-inspect after repairs or replacements are made.

2. Perform additional inspections to determine compliance of replaced or additional anchor

installations. Prepare inspection reports.

C. For material whose orientation is critical for its performance as a ballistic barrier, verify

installation orientation.

D. Proceed with installation only after unsatisfactory conditions have been corrected.

4.3 SYSTEM INSTALLATION

A. The System shall be installed and tested in accordance with the Manufacturer’s Installation

instructions. The following conditions are applicable:

1. In order to ensure a complete, functional System, for bidding purposes, where

information is not available from the Owner upon request, the worst case condition shall

be assumed.

2. Interfaces shall be coordinated with the Owner’s representative, where appropriate.

3. All necessary back-boxes, pull-boxes, connectors, supports, conduit, cable, and wire shall

be furnished and installed to provide a complete and reliable System installation.

4. All conduit, cable, and wire shall be installed parallel and square with building lines.

Conduit fill shall not exceed forty percent (40%). All wires shall be gathered, labeled and

tied to create an orderly installation.

5. Comply with UL 681.

4.4 WIRING INSTALLATION

A. Wiring within Enclosures: Bundle, lace, and train conductors to terminal points. Use lacing

bars and distribution spools. Separate power-limited and non-power-limited conductors as

Page 12: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-12

recommended in writing by manufacturer. Install conductors parallel with or at right angles to

sides and back of enclosure. Connect conductors that are terminated, spliced, or interrupted in

any enclosure associated with intrusion system to terminal blocks. Mark each terminal

according to system's wiring diagrams. Make all connections with approved crimp-on terminal

spade lugs, pressure-type terminal blocks, or plug connectors.

B. Wires and Cables:

1. Conductors: Size as recommended in writing by system manufacturer, unless otherwise

indicated.

C. Splices, Taps, and Terminations: Make connections only on numbered terminal strips in

junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures.

D. Identify new components with engraved, laminated-plastic or metal nameplate for central-

station control unit and each terminal cabinet, mounted with corrosion-resistant screws.

4.5 GROUNDING

A. Ground system components and conductor and cable shields to eliminate shock hazard and to

minimize ground loops, common-mode returns, noise pickup, cross talk, and other impairments.

B. Signal Ground Terminal: Locate at main equipment rack or cabinet. Isolate from power system

and equipment grounding. Provide 5-ohm ground. Measure, record, and report ground

resistance.

C. Install grounding electrodes of type, size, location, and quantity indicated.

4.6 SERVICE LEVEL AGREEMENT (SLA)

A. The bidding contractor shall include pricing for a three (3) year SLA as part of the base bid and

shall include the following:

1. Provide a SLA with the bid submittal on a separate document with bidding contractors

letterhead.

2. Include an itemized unit costs to furnish, install and test each device below (pricing

should reflect State of CT, DAS contract pricing):

a. Honeywell PIR Motion Sensors

b. Honeywell 4208U Zone Expanders

c. Door contacts (per pair)

3. Physical Maintenance shall be performed 2X per year on all intrusion detection systems

within each school within this specification and minimally shall include:

a. Device adjustments as required

b. Testing of each device and system to confirm proper functionality within each

school and with the central station.

4. T&M costs based on 16-man block of hours. The owner reserves the right to select the

amount of 16-man-hour units they believe necessary for the district.

Page 13: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-13

4.7 FIELD QUALITY CONTROL

A. Pretesting: After installation, align, adjust, and balance system and perform complete pretesting

to determine compliance of system with requirements in the Contract Documents. Correct

deficiencies observed in pretesting. Replace malfunctioning or damaged items with new ones

and retest until satisfactory performance and conditions are achieved. Prepare forms for

systematic recording of acceptance test results.

1. Report of Pretesting: After pretesting is complete, provide a letter certifying that

installation is complete and fully operable; include names and titles of witnesses to

preliminary tests.

B. Perform the following field tests and inspections and prepare reports:

1. Inspection: Verify that units and controls are properly labeled and interconnecting wires

and terminals are identified.

2. Operational Tests: Schedule tests after pretesting has been successfully completed. Test

all modes of system operation and intrusion detection at each detection device. Test for

detection of intrusion and for false alarms in each protected zone. Test for false alarms

by simulating activities outside indicated detection patterns.

3. Electrical Tests: Comply with NFPA 72, Section A-7. Minimum required tests are as

follows:

a. Verify the absence of unwanted voltages between circuit conductors and ground.

b. Test all conductors for short circuits using an insulation-testing device.

c. With each circuit pair, short circuit at the far end of circuit and measure circuit

resistance with an ohmmeter. Record circuit resistance of each circuit on Record

Drawings.

d. Verify that each controller is in normal condition as detailed in manufacturer's

operation and maintenance manual.

e. Verify that transient surge-protection devices are installed according to

manufacturer's written instructions.

f. Test each initiating and indicating device for alarm operation and proper response

at central-station control unit.

C. Report of Tests and Inspections: Prepare a written record of tests, inspections, and detailed test

results in the form of a test log.

D. Tag all new equipment, stations, and other new components for which tests have been

satisfactorily completed.

4.8 EMPLOYEE CLEARANCES

The successful proposer will be asked to provide proof of clearances for each employee for pre-

employment drug testing, criminal background check and sexual offender registry, to the owner

for each workman or employee who will be working on school district property. This require-

ment shall also apply to all subcontractors employed by the primary contractor and working on

district property This information shall be complete and submitted to the owner prior to the com-

mencement of work.

Page 14: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-14

4.9 INSURANCE

Prior to the commencement of any work on the project and no later than ten (10) days after notice

of award of the contract, the successful Contractor shall submit to Owner evidence of insurance

demonstrating that the contractor has coverage for Workmen’s Compensation Insurance, Liabil-

ity, Property Damage, and Automobile/Truck insurance with the minimum limits of liability set

forth herein. Certificates of insurance shall contain a provision that such policies shall not be can-

celled or permitted to expire until at least thirty (30) days prior written notice has been provided

to Owner. Further, owner shall be named as an additional insured. Proof of insurance must ac-

company this proposal.

(a) Worker's Compensation Insurance shall not be written for less than the statutory limits and

shall include Employer's Liability Insurance at a limit of not less than Five Hundred Thou-

sand Dollars ($500,000);

(b) General Liability Insurance shall be insured at a limit of not less than One Million Dollars

($1,000,000) for each occurrence and Two Million Dollars ($2,000,000) for total aggregate

liability; additionally, shall be insured with an umbrella coverage not less than One Million

Dollars ($1,000,000).

(c) Property Damage Insurance shall be written at a limit of not less than One Million Dollars

($1,000,000) for each occurrence and One Million Dollars ($1,000,000) for each aggregate

liability; and

(d) Comprehensive Automobile Liability Insurance shall be maintained throughout the term

of any ensuing contract to cover owned automobiles; leased, hired or rented automobiles;

employers' non-ownership liability; medical payments and uninsured motorists. This same

coverage is understood to extend to all trucks and motorized equipment. The limits of lia-

bility shall be no less than:

1) One Million Dollars ($1,000,000) for each person and One Million Dollars ($1,000,000)

for each occurrence for personal injury and bodily injury; and.

2) One Million Dollars ($1,000,000) for each occurrence of property damage.

3) Umbrella insurance of additional Two Million Dollars ($2,000,000).

The work site will be left clean and all scrap and rubbish from installation removed at the end

of each day or installation. The contractor is responsible for removal and proper disposal of

all items replaced.

END OF SECTION 28 16 00

Page 15: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-15

BID PROPOSAL SECTION 00 41 00 Bid from: (Firm) To: The City of Norwalk Purchasing Agent ATTN: Karen Bartron Norwalk Public Schools 125 East Avenue Norwalk, CT 06852

Re: Bid for Intrusion Detection System Upgrades Norwalk Public Schools Norwalk, Connecticut

All bids shall include freight and installation as further defined in the specification Instructions to Bidders. We understand that The Norwalk Public School’s is tax exempt. The undersigned proposes and agrees to provide Intrusion Detection Equipment and peripheral devices for The Norwalk Public Schools, Norwalk, Connecticut, required by and in strict accordance with bid specifications, dated April 25, 2016, prepared by D’Agostino & Associates, LLC., and provisions of Speci-fications enumerated herein for all work; including all addenda issued prior to opening of bids, for the unit prices as follows: PRICES INCLUDE PROCUREMENT OF DEVICES, DELIVERY, INSTALLATION & CONFIGURATION: LUMP SUM TOTAL BID AMOUNT (All Schools)

Page 16: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-16

(If discrepancy in totals written amount will be used.) UNIT PRICING

CRANBURY ELEMENTARY SCHOOL, 10 KNOWALOT LANE

BID AMOUNT $_____________________________ (If discrepancy in totals written amount will be used.)

FOX RUN ELEMENTARY SCHOOL, 228 FILLOW STREET

BID AMOUNT $_____________________________ (If discrepancy in totals written amount will be used.)

JEFFERSON MAGNET SCHOOL, 75 VAN BUREN AVENUE

BID AMOUNT $_____________________________ (If discrepancy in totals written amount will be used.)

KENDALL ELEMENTARY SCHOOL, 57 FILLOW STREET

BID AMOUNT $_____________________________ (If discrepancy in totals written amount will be used.)

NATHAN HALE MIDDLE SCHOOL, 176 STRAWBERRY HILL AVENUE

BID AMOUNT $_____________________________ (If discrepancy in totals written amount will be used.)

PONUS RIDGE MS, 21 HUNTERS LANE

BID AMOUNT $_____________________________ (If discrepancy in totals written amount will be used.)

Page 17: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-17

ROTON MIDDLE SCHOOL, 201 HIGHLAND AVENUE

BID AMOUNT $_____________________________ (If discrepancy in totals written amount will be used.)

SILVERMINE ELEMENTARY SCHOOL, 157 PERRY AVENUE

BID AMOUNT $_____________________________ (If discrepancy in totals written amount will be used.)

WEST ROCKS MIDDLE SCHOOL, 81 WEST ROCKS ROAD

BID AMOUNT $_____________________________ (If discrepancy in totals written amount will be used.)

WOLFPIT ELEMENTARY SCHOOL, STARLIGHT DRIVE

BID AMOUNT $_____________________________ (If discrepancy in totals written amount will be used.)

SERVICE LEVEL AGREEMENT (SLA)

The Bidding contractor must furnish a separate document on their company letterhead for an SLA. The SLA shall minimally include the criteria defined in specification 28 16 00, article 4.6.

The Owner reserves the right to award individual schools to separate bidding contractors as required to meet the installation schedule SIGNATURE Bidder (Full Legal Name) By (Authorized Signature) By

Page 18: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-18

(Printed Name and Title) Address Telephone No. Telephone Fax No. Dated this day of 2016

END OF BID PROPOSAL SECTION 00 41 00

NON-COLLUSIVE BID STATEMENT The undersigned bidder, having fully informed himself regarding the accuracy of the statements made herein, certifies that: 1. The proposal has been arrived at by the bidder independently and has been submitted

without collusion with and without any agreement, understanding or planned common course of action with any other vendor of materials, supplies, equipment or services de-scribed in the invitation to bid, designed to limit independent bidding or competition, and

2. The contents of the proposal have not been communicated by the bidder or its employ-

ees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid and will not be communicated to any such person prior to the official opening of the bid.

The undersigned bidder further certifies that this statement is executed for the purpose of induc-ing the Norwalk Public Schools to consider the bid and make an award in accordance therewith.

____________________________________ Legal Name of Business

____________________________________ ______________________________

Street City

_____________________________________ ______________________________

State ZIP Phone

______________________________________(Print/type) Person authorized to sign for company

Page 19: Norwalk Public Schools

INTRUSION DETECTION

April 25, 2016 Norwalk Public Schools

28 16 00-19

_______________________________________ Title of authorized person

________________________________________ _____________________