Loading...
Agenda 12/10/2019 Item #11I (Contract #19-7547 - Stanley Convergent Security Solutions)12/10/2019 EXECUTIVE SUMMARY Recommendation to award Request for Proposal No. 19-7547, “Security Control System Replacement for the Collier County Jail Facilities,” in the amount of $1,632,790 to Stanley Convergent Security Solutions, Inc., for upgrading the security control system at the Naples and Immokalee Jail Centers. (Project 50183) OBJECTIVE: To replace the security control system at the Naples and Immokalee Jail Centers and authorize the Chairman to sign the attached Agreement and to authorize a budget ame ndment in the amount of $1,632,790 to provide the infrastructure sales tax funding to complete the project. CONSIDERATIONS: The Division of Facilities Management is responsible for providing the Collier County Sheriff’s Office with appropriate facilities and equipment to operate securely. This project encompasses the upgrade to a new security and access control systems in the Collier County Jail for the Naples & Immokalee Facilities. The audio, video, and security systems are integrated and essential to providing an efficient and safe working environment for both the inmates as well Collier County Sheriff’s Office staff. The existing system is an outdated analog system that frequently experiences problems that interfere with the efficient operation of those overall facilities. In some cases, staff has been forced to acquire refurbished parts online due to the limited availability of replacement parts. The proposed system will provide the facility with safer, more reliable equipment that requires less frequent repairs. Additionally, the new system will have proper backup capabilities and provide increased security through enhanced tracking and accountability. The new system will provide a new closed-circuit television system with over 400 new cameras, new card access system, new intercom system, new locking system, and new fire, electrical, and plumbing control systems. On January 16, 2019, the Procurement Services Division released notices of Request for Proposals No. 19-7547, Security Control System Upgrade for the Collier County Jail Facilities. The County notified 14,277 contractors, interested contractors downloaded 136 solicitation packages, and staff received five (5) proposals by the March 14, 2019 deadline. Staff determined that all the contractors were responsive and responsible, except Begus Online, LLC for failing to submit the required paperwork. A selection committee met on April 29, 2019 and scored and ranked each of the proposals based on the criteria outlined in the solicitation, which resulted in a recommendation of Stanley Convergent Security Solutions, Inc. (“Stanley”) as the number one ranked company. Company Name City County State Final Ranking Responsive/Responsible Stanley Convergent Security Solutions, Inc. Noblesville Hamilton IN 1 YES/YES Black Creek Integrated Systems Irondale Jefferson AL 2 YES/YES Integrated Fire & Security Solutions, Inc. Fort Myers Lee FL 3 YES/YES Montgomery Technology Systems, LLC Greenville Butler AL 4 YES/YES Begus Online, LLC Aventura Miami/Dade FL - NO/NO Staff negotiated with Stanley for a base bid amount of $1,390,350.00, plus two options that include: (1) 11.I Packet Pg. 1269 12/10/2019 providing eight (8) additional cameras at the Immokalee Jail for $29,975.00, and (2) providing eighty-five (85) additional cameras located at the Naples Jail, for a total recommended contract price of $1,632,790. If additional services are needed associated with this project, the fee schedule also includes hourly rates for various Stanly personnel; but such services would be subject to negotiation and approval by staff and commencement only as authorized by the agreement and applicable Collier County Procurement procedures. FISCAL IMPACT: A budget amendment is necessary to allocate funding from Reserves to Security Control System Replacement for the Collier County Jail Facilities (50183) in the amount of $1,632,790 within the Infrastructure Sales Tax Fund (318). On November 6, 2019, agenda item 8.B.3., the Infrastructure Surtax Citizen Oversight Committee validated this project for a total cost of $1,632,790. This project is a HVAC, Roofing and Capital Equipment Replacements at Sheriff’s & County Facilities project with is listed under the Facilities & Capital Replacement category on Exhibit A. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval.-SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: Recommendation to award Request for Proposal No. 19-7547, “Security Control System Replacement for the Collier County Jail Facilities,” to Stanley Convergent Security Solutions, Inc., for upgrading the security control system at the Naples and Immokalee Jail Centers, authorize the necessary budget amendment and to authorize the Chairman to sign the attached Agreement. Prepared By: Ayoub Al-Bahou, PE, Principal Project Manager, Facilities Management Division ATTACHMENT(S) 1. 19-7547 StanleyConvergent_Insurance_10-23-19 (PDF) 2. 19-7547 NORA_Signed (PDF) 3. 19-7547 Solicitation (DOCX) 4. [Linked] 19-7547 Stanley_Proposal (PDF) 5. Checklist Security Control System Replacement for CC Jail Validated - 11_06_2019 Signed (PDF) 6. 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (PDF) 7. 19-7547 Final Ranking (PDF) 11.I Packet Pg. 1270 12/10/2019 COLLIER COUNTY Board of County Commissioners Item Number: 11.I Doc ID: 10828 Item Summary: Recommendation to award Request for Proposal No. 19-7547, “Security Control System Replacement for the Collier County Jail Facilities,” in the amount of $1,632,790 for project 50183 to Stanley Convergent Security Solutions, Inc., for upgrading the security control system at the Naples and Immokalee Jail Centers. (Ayoub Al-Bahou, PE, Principal Project Manager, Facilities Management Division) Meeting Date: 12/10/2019 Prepared by: Title: – Facilities Management Name: Kathleen Sibert 11/13/2019 8:39 AM Submitted by: Title: Director - Facilities Management – Facilities Management Name: Damon Grant 11/13/2019 8:39 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 11/13/2019 8:43 AM Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 11/13/2019 4:59 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 11/14/2019 1:46 PM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 11/15/2019 10:40 AM Facilities Management Damon Grant Director - Facilities Completed 11/15/2019 10:43 AM Procurement Services Priscilla Doria Additional Reviewer Completed 11/15/2019 4:20 PM Procurement Services Evelyn Colon Additional Reviewer Completed 11/18/2019 10:53 AM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 11/18/2019 11:06 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 11/18/2019 5:05 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 11/19/2019 8:41 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 11/19/2019 4:31 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 11/19/2019 4:42 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/19/2019 4:45 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 11/22/2019 1:31 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/24/2019 9:43 AM 11.I Packet Pg. 1271 12/10/2019 Board of County Commissioners MaryJo Brock Meeting Pending 12/10/2019 9:00 AM 11.I Packet Pg. 1272 11.I.1Packet Pg. 1273Attachment: 19-7547 StanleyConvergent_Insurance_10-23-19 (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" 11.I.1Packet Pg. 1274Attachment: 19-7547 StanleyConvergent_Insurance_10-23-19 (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" 11.I.1Packet Pg. 1275Attachment: 19-7547 StanleyConvergent_Insurance_10-23-19 (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" 11.I.1Packet Pg. 1276Attachment: 19-7547 StanleyConvergent_Insurance_10-23-19 (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" 11.I.1Packet Pg. 1277Attachment: 19-7547 StanleyConvergent_Insurance_10-23-19 (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" 11.I.1Packet Pg. 1278Attachment: 19-7547 StanleyConvergent_Insurance_10-23-19 (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" 11.I.1Packet Pg. 1279Attachment: 19-7547 StanleyConvergent_Insurance_10-23-19 (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" 11.I.2Packet Pg. 1280Attachment: 19-7547 NORA_Signed (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" and approve budget COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR SECURITY CONTROL SYSTEM UPGRADE FOR THE COLLIER COUNTY JAIL FACILITIES SOLICITATION NO.: 19-7547 SWAINSON HALL, PROCUREMENT MANAGER PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8935 Swainson.Hall@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 11.I.3 Packet Pg. 1281 Attachment: 19-7547 Solicitation (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" and approve budget SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 19-7547 PROJECT TITLE: Security Control System Upgrade for the Collier County Jail Facilities PRE-PROPOSAL CONFERENCE: February 6, 2019 at 9:00AM – MANDATORY PARTICIPATION NECESSARY IN ORDER TO SUBMIT PROPOSAL Meeting Site - 3347 Tamiami Trail East, Naples FL 34112 (Main County Complex) Follow-on Site - 302 Stockade Road Immokalee FL 34142 DUE DATE: February 21, 2019 at 3:00PM PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for P roposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specificat ions or Scope of Work stated. The current security control system at the Naples and Immokalee Jail Centers has outlived its useful life and must be replace d to ensure optimum safety for the staff and inmates as it relates to operation of secure doors and sally ports throughout b oth the Naples and Immokalee jail facilities. BACKGROUND The Collier County Naples Jail Center currently has 1100 beds combined between the old and new portions of the jail. The exi sting security control system is a Stanley Integrator.com system. The upgrade would be intended for both the Naples and Immokalee Jail facilities and will be planned based upon the availability of funds. The listing of equipment for the Naples Jail is included in the scope, the Immokalee Jail Center includes the following list of equipment. • Cameras: 40 • Inside Cameras -35 • Outside Toggle (zoom) -3 • Outside Stationary -2 • Analog CCTV Monitors -6 • Card Readers- 34 • IJC Integrator Controlled Keyed Doors -12 • IJC Integrator Sliding Controlled Doors -28 • 10 tablets Also proposed is changing out the existing analogs to 1920 x 1080 IP cameras and adding 8 additional cameras to cover the sally ports and Housing. Provide POE switches as needed. No power injectors are required. 11.I.3 Packet Pg. 1282 Attachment: 19-7547 Solicitation (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" and approve budget TERM OF CONTRACT The contract term, if an award is made is intended to be negotiated with the awarded firm. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written n otice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. DETAILED SCOPE OF WORK The successful firm will provide a complete upgrade, including all new headend equipment and cameras, of your electronic security control system. The upgrade will provide a new state-of-the-art system that will provide many years of reliable service. The proposal is based on a phased implementation in order to minimize disruption and keep the existing systems on- line as long as possible during the replacement. Important considerations to note are All existing Touchscreens will be removed and replaced with new Touchscreen Stations. The existing locking headend equipment including programmable logic controllers and relays will be removed and replaced with new Programmable Logic Controllers and new relays. Operational intercom headend equipment will be rep laced with new VOIP-based intercom headend equipment. A new IP intercom master station will be provided at each new Touchscreen Control Station. Existing paging amplifiers will be removed and replaced. Existing analog cameras throughout the jail will be re placed with new IP cameras; new IP cameras will also be provided at new locations. New CAT6 cable will be provided at all new camera locations and to the majority of replacement cameras; new CAT6 cable to cameras will be installed in existing or new condui t as required. The existing camera recording system will be replaced with a new Digital Video Recording System to provide 24/7 recording of all new IP cameras. Standard video storage provided is approximately sixty (60) days dependent upon configuration an d level of activity recorded. Existing card access headend equipment will be removed and replaced with a new Card Access System to provide control of existing card readers. New lightin g relay controls panels will be installed in certain locations, while ex isting utility control relay panels will be reused in other locations; all will be integrated into the new system. Existing field devices such as door position switches, locks, intercoms, paging s peakers, duress pushbuttons, door pushbuttons, card readers, and request-to-exit pushbuttons will be reused. Alternates are included for the court cells camera system and a guard tour system via mobile tablets utilizing a new wireless network. Proposal is based on re -use of certain existing network cabling. Additional new network cabling will be installed between specified equipment rooms as described herein. Provide new cabling as required for a fully functional system. All equipment and materials shall be non - proprietary, off-the-shelf components available for purchase from multiple national distributors. PLCs shall not be a product of the electronic systems integrator. ***Note: All re-use equipment will require approval from the County’s Project Manager 1.0 LOCKING SYSTEM 1.01 Remove existing Touchscreen stations and locking headend equipment, including but not limited to, PLCs, relays, network switches, computers, etc. 1.02 Furnish & install new Touchscreen Control Stations at (17) control locations. Stations will include a minimum 32” LCD monitor with touchscreen overlay, CPU, keyboard, mouse, and Windows® 10 Operating System. Provide UPS backup power. The Touchscreen monitor will have a split screen with the left side of the monitor dedicated to security control of field devices and the right side of the monitor dedicated to CCTV camera call -up and video display. The portion of the monitor dedicated to CCTV shall have video display capability and the ability to simultaneously display digitized video from as many as eight (8) individual came ras in the facility or camera tours utilizing a dedicated window of the touchscreen display. Video window configuration and camera call ups shall be performed completely from the Touchscreen and shall be customizable on a per user basis. The system shall a utomatically save and retain the individual user configurations and shall be restored upon user logon. The CCTV control capabilities shall be as follows: • User-scalable windows (1, 2, 5, or 8 views). • User-selectable cameras. • User-programmable camera tours (capable of up to 7 simultaneous tours). • User-selectable window locations for tours, continuous views, and primary and secondary incident monitors. 11.I.3 Packet Pg. 1283 Attachment: 19-7547 Solicitation (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" and approve budget • 10, 30, and 60 second user selectable video replay function for all Touchscreen Control Stations equipped with digital video. • On-screen PTZ camera control. 1.02 Reuse existing millwork and desks at Control Stations. 1.03 Provide new GUI application software as user interface to control system. GUI application software shall run on Windows® 10 OS. Provide unlimited licenses 1.04 Furnish & install new Programmable Logic Controllers and control relays at (11) locations sized to provide control for and/or annunciation of the locking system, intercommunications systems, and other miscellaneous security systems as described herein. Each PLC location shall include a CPU with integral Ethernet port. Installation of remote I/O is not acceptable. Proprietary relay boards are not acceptable. 1.05 Provide locking control and/or annunciation of all existing controlled and monitored doors, rollup doors, gates, and monitored only doors. 1.06 Re-use existing equipment cabinets to the extent possible. Replace or provide n ew equipment cabinets as needed. 1.07 Remove & replace wall-mounted cabinets in Corridor Equipment Closets HU2, HU3, HU4, HU5, HU6, and HU7. 1.08 Furnish & install Hewlett-Packard LaserJet networked system printer in Central Control. 1.09 Furnish & install new rack-mounted server computer in Main Equipment Room. Specify alerting for system failures, and SLA for restoration. Identify contingency for complete system failure. Provide redundancy for server. Software shall be configured such that failure of the primary server will not impact system operations; failover to redundant systems shall occur seamlessly with no discernable impact on system functionality or operation. 1.10 Furnish & install new rack-mounted computer to record all system activities and log all system f unctions. System logs shall be searchable and capable of being printed as standard or custom reports. 1.11 Furnish & install (1) new System Administration Workstation in Central Control. Workstation will consist of (1) 23” LCD monitor, CPU, keyboard, mouse, and Windows® 10 Operating System. Provide UPS backup power. 1.12 Furnish & install new Gigabit Ethernet switches, patch panels, jacks, patch cables, and network transmission equipment as required. Ethernet network shall be an industry-standard star topology; ring topology is not acceptable. All camera switches should be PoE. 1.13 Furnish & install new fiber optic interface panels at Equipment Rooms 3004, 103 (Four Corners), and Old Medical. Re-use existing fiber interface panels at Equipment Rooms 10 65, 168, and 174. 1.14 Furnish & install network time synchronization device and rooftop GPS antenna to synchronize time across all networks. 1.15 Furnish & install new rack-mounted KVM switch in Main Equipment Room. 1.16 Furnish & install new rack-mount UPS units as required to support new headend equipment. UPS should maintain power for fifteen (15) to thirty (30) minutes until generator kicks on (normally within minutes). Provide network connectivity for UPS alarm alerts. 1.17 Re-use existing elevator interface panels to provide control consistent with existing system of (4) elevators. 1.18 Provide equipment necessary to establish remote access to system for remote diagnostics and troubleshooting via a secure VPN connection. 2.0 INTERCOM SYSTEM 2.01 Remove existing intercom headend equipment. 2.02 Furnish & install new TOA IP Intercom Master stations; one (1) at each Touchscreen Control Station. 2.03 Furnish & install new TOA IP-based intercom exchanges sized as required to provide control and annunc iation of all existing intercom stations. 2.04 Remove existing paging amplifiers. 2.05 Furnish & install new TOA paging amplifiers sized as required for existing paging speakers and paging zones. 2.06 Terminate existing field wiring on new intercom and paging headend equipment as required. 3.0 CLOSED CIRCUIT TELEVISION SYSTEM 3.01 Remove existing CCTV monitors, CCTV headend equipment, and cameras. 3.02 Establish new CCTV equipment room at Old Medical area to support new IP cameras in Housing Units 6 and 7 . 3.03 Furnish & install (373) new IP, 1080p fixed interior dome cameras. Provide mounting hardware as required. Cameras shall be Bosch or equivalent with low light capabilities suitable for use under normal or low light conditions of illumination. 3.04 Furnish & install (4) new IP, 1080p interior fixed elevator cameras. Provide mounting hardware as required. Cameras shall be Bosch or equivalent with low light capabilities suitable for use under normal or low light conditions of illumination. 3.05 Furnish & install (15) new IP, 1080p exterior fixed dome cameras. Provide mounting hardware as required. Cameras shall be Bosch or equivalent with low light capabilities suitable for use under normal or low light conditions of illumination. 3.06 Furnish & install (3) new IP, 1080p exterior PTZ dome cameras. Provide mounting hardware as required. Cameras shall be Bosch or equivalent with low light capabilities suitable for use under normal or low light conditions of illumination. 3.07 Furnish & install new Digital Video Recording System at Equipment Room 10 65 consisting of Video Management & Recording software, a rack-mounted administrative computer, and iSCSI storage arrays capable of 24/7 recording of video from (395) new cameras at 15 fps. at 1080p resolution. Standard video storage provided is approximately 60 days dependent upon configuration and level of activity recorded. 11.I.3 Packet Pg. 1284 Attachment: 19-7547 Solicitation (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" and approve budget 3.08 Furnish & install the following Video Review Workstations; each consisting of (1) 23” LCD Monitor, CPU, keyboard, mouse, Windows® 10 Operating System, stand-alone UPS unit, and video review and administration software license. Workstations will reside on a separate CCTV network. - (1) in Kitchen Office with a 23” LCD monitor - (1) in Booking Sergeant’s Office with a 23” LCD monitor - (1) in Classification with a 23” LCD monitor - (1) in Sergeant’s Office with a 23” LCD monitor - (1) in Secretary’s Office with a 23” LCD monitor 3.09 Furnish & install the following Video Review Workstations; each consisting of (1) 32” LCD Monit or, CPU, keyboard, mouse, Windows® 10 Operating System, stand-alone UPS unit, and video review and administration software license. Workstations will reside on a separate CCTV network. - (1) at Four Corner’s location 3.10 Furnish & install new Gigabit Ethernet switches, patch panels, jacks, patch cables, and network transmission equipment for a separate Digital Video network as required. Provide POE switches to power IP cameras. Ethernet network shall be an industry-standard star topology; ring topology is not acceptable. 3.11 Furnish & install new Ethernet-over-Coax transmitters for elevator and pedestal cameras to transmit digital video over existing coax cable. 3.12 Provide new redundant router set to provide a firewall to isolate the CCTV network from t he Touchscreen security network. Provide capability for viewing of camera video using a web browser over an external network and emailing of camera and system alarms. 3.13 Re-use existing equipment cabinets to the extent possible; furnish & install new equ ipment cabinets as required. 4.0 CARD ACCESS SYSTEM 4.01 Remove existing card access headend equipment and card access workstation. 4.02 Furnish & install new Card Access headend equipment in new wall-mount enclosures to provide control of all existing card readers, request-to-exit pushbuttons, and keypads. Card access electronics shall not be installed in security equipment racks or cabinets and must be housed in separate enclosures dedicated to card access. 4.03 Furnish & install new card access controllers, wall mounted, as required. 4.04 Furnish & install new card access system administrative workstation in the Conference Room. Includes 23” LCD monitor, CPU, keyboard, mouse, Windows® 10 Operating System, stand -alone UPS unit, and card access system software. 4.05 Furnish & install new Gigabit Ethernet switches, Ethernet patch panels, network transmission equipment, and patch cables for a separate card access network as required. Ethernet network shall be an industry -standard star topology; ring topology is not acceptable. 4.06 Owner’s existing proximity cards will be re-used. 5.0 MISCELLANEOUS SYSTEMS 5.01 Provide control and annunciation of duress alarms. 5.02 Re-use existing utility control relay panels and relays where appropriate; furnish & install new control relay panels as needed to provide full functionality. 5.03 Provide on/off control consistent with the current system’s functionality for lighting, receptacles, inmate telephones, and water valves. 6.0 CONDUIT, CABLING, & POWER 6.01 Furnish, install, test, & terminate new cabling as required to support a fully operational system. General requirements are listed below. Any cabling, whether or not listed herein, necessary for the new system shall be included. 6.02 Furnish, install, & terminate new CAT6 cables in conduit as needed for network backbone to support the new system. New system shall be implemented with three (3) separate networks: Locking/Touchscreen, CCTV/Digital Video, and Card Access. Each network shall be implemented in an industry -standard star topology; ring topologies are not acceptable. 6.03 Furnish, install, & terminate new CAT6 cable as needed from each new IP camera to associated equipment room 6.04 Furnish, install, & terminate (1) new coax cable and conduit from roof -mounted GPS antenna to time server. 6.05 Furnish, install, & terminate new CAT6 cabling from each computer workstation, CCTV monitor, WAPs, etc., to its associated equipment room as required for a fully operational system. 6.07 Furnish & install new 120VAC Emergency Power Circuits and UPS Circuits as required. 6.08 For new conduit and cabling being provided to peripheral devices and workstations, the following approach will be taken: above the ceiling and in areas that are not accessible by inmates, plenum-rated cable not run in conduit will be provided. In inmate accessible areas, plenum-rated cable in exposed EMT conduit will be provided. 6.09 Extend cabling between cabinets as required. 6.10 Provide firestopping of penetrations of fire-rated floors and walls. 6.11 Provide testing of all new cabling. Cable should certify as ISO 11801:2002 Class EA (Cat6A). Cables, jacks, patch panels and equipment should be labeled, and a diagram should be included with deliverables. 7.0 COURT CELLS CAMERA SYSTEM (ALTERNATE #1) 7.01 Remove all existing CCTV monitors, headend, and cameras. 11.I.3 Packet Pg. 1285 Attachment: 19-7547 Solicitation (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" and approve budget 7.02 Furnish, install, test, & commission (26) new fixed interior IP 1080p cameras. Provide mounting hardware as required. Cameras shall be Bosch or equivalent with low light capabilities suitable for use under normal or low light conditions of illumination. 7.03 Install new Gigabit Ethernet Switches, patch panels, patch cables, and fiber optic transmission equipment as required Installation of any switches or hardware needs to be placed in the Mezzanine (secure cabinet) 7.04 Furnish, install, test, & terminate cabling as required to support new cameras and CCTV system. Re -use coax cabling for elevator cameras. 7.05 Furnish & install new Ethernet-over-Coax transmitters for elevator cameras to re-use existing coax cabling. 7.06 Furnish & install (1) new Video Review Workstation in the 2 nd Floor Security Office consisting of (3) 32” LCD monitors, CPU, keyboard, mouse, Windows® 10 Operating System, stand -alone UPS unit, and video review and administration software license. 7.07 Furnish & install (1) new fiber interface panel in the 2 nd Floor Security Installation of any switches or hardware needs to be placed in the Mezzanine (secure cabinet). 7.08 Integrate new Courthouse camera system with new CCTV system in Jail to provide viewing of cameras via the Touchscreens and Video Review stations in the base proposal. 7.09 Expand Digital Video Recording System at Equipment Room 1065 to provide 24/7 recording of video from (24) new cameras at 15 fps. at 1080p resolution. Standard video storage provided is approximately 60 days dependent upon configuration and level of activity recorded. 8.0 GUARD TOUR SYSTEM (ALTERNATE #2) 8.01 Provide new Guard Tour system software to record guard tour rounds and wellness checks. Software shall provide the following minimum capabilities: schedule tours, receive real -time notifications, provide searchable historic logs, date/time stamp events. 8.02 Furnish & install (27) new Wireless Access Points (WAPs), ceiling mounted, powered via POE switches; include one (1) WAP in each dayroom/sub-dayroom and in Booking. 8.03 Furnish & install (129) stainless steel barcode placards for use with tablets. Barcodes shall be located at entrances to eac h housing unit and at strategic points in each dayroom for recording of guard tour rounds. Barcodes shall be compatible with tablet’s integral barcode scanner. 8.04 Provide Gigabit Ethernet switches, Ethernet patch panels, network transmission equipment, and patch cables as required to support WAPs and tablets. Ethernet network shall be an industry-standard star topology; ring topology is not acceptable. 8.05 Provide new rack-mounted computer to serve as interface between tablets and electronic security control system. 8.06 Provide (51) Android™ or iOS tablets with ruggedized cases. Tablets shall have a minimum screen size of 8” and shall include an integral barcode scanner, 2.1MP/8.0MP (front/rear) camera, 3GB memory, and SureLock application. Tablets shall provide wireless security control, electronic shift log entry, and guard tour rounds recording. 8.07 Provide Electronic Shift Log software to record day-to-day operations. Software shall be capable of operating on tablets and Touchscreen control stations. Software shall provide the following minimum capabilities: unlimited log entries, user customized standard entries, custom barcode creation for routine/common activities to allow shift entries via barcode scanning, comprehensive searching and reporting, and JMS interface for import of inmate and staff names. 9.0 CLARIFICATIONS 9.01 Provide shop drawings, O&M Manuals, as-built documentation, and Owner instruction for all systems described herein. 9.02 Provide three (3) software iterations for Owner review of touchscreen software. 9.02.01 The first iteration shall be based on floor plans and RFP requirements and shall be reviewed by the Owner for functionality and screen layout. 9.02.02 The second iteration shall incorporate the Owner’s comments into the software and shall then again be reviewed by the Owner. 9.02.03 The final iteration shall incorporate the Owner’s comments from the second iteration and shall be installed on site for final testing and troubleshooting. 9.03 Owner will provide high-speed internet connection with static IP address for VPN connection to allow remote troubleshooting and support via the Internet. 9.04 Provide daily cleanup and disposal. 9.05 All work shall be performed in a quality, workmanship manner in compliance with industry standards, local codes and NEC. 9.06 Provide Spare Parts for major system components (e.g., PLCs, Touchscreens, c ameras, intercom and paging headend, network switches, etc.). 9.07 Include Performance and Payment Bonds 9.08 Provide a one-year warranty for new equipment supplied under this proposal. Warranty shall be limited to repair or replacement of equipment deemed to have failed under conditions of normal use and shall exclude failures attributable to misuse, vandalism, flooding, or lightning. 11.I.3 Packet Pg. 1286 Attachment: 19-7547 Solicitation (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" and approve budget REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Evaluation Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then score and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after scoring and before the final ranking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points 3. Business Plan 25 Points 4. Cost of Services to the County 10 Points 5. Experience and Capacity of the Firm 25 Points 6. Specialized Expertise of Team Members 20 Points 7. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection proce ss and is invoked by the Procurement Services Division Director or designee . In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. 11.I.3 Packet Pg. 1287 Attachment: 19-7547 Solicitation (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" and approve budget EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN (25 Total Points Available) In this tab, include but not limited to: • Detailed plan of approach (including major tasks and sub -tasks). • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. EVALUATION CRITERIA NO. 4: COST OF SERVICES TO THE COUNTY (10 Total Points Available) In this tab, include but not limited to: • Provide the projected total cost and estimated calendar day duration (including projected hours) for which your firm will provide the work as described in this RFP. • Provide a schedule of values and deliverables. • Provide proposed fee schedule of principals and staff (including sub -vendors). EVALUATION CRITERIA NO. 5: EXPERIENCE AND CAPACITY OF THE FIRM (25 Total Points Available) In this tab, include but not limited to: • Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members’ successful experience in working with one another on previous projects. The County requires that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients during the last ten (10) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the reference form provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess th e experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 6: SPECIALIZED EXPERTISE OF TEAM MEMBERS (20 Total Points Available) In this tab, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. EVALUATION CRITERIA NO. 7: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. 11.I.3 Packet Pg. 1288 Attachment: 19-7547 Solicitation (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" and approve budget Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 11.I.3 Packet Pg. 1289 Attachment: 19-7547 Solicitation (10828 : Award RFP No.19-7547, "Security Control Replacement for CCSO Jail" and approve budget 11.I.5Packet Pg. 1290Attachment: Checklist Security Control System Replacement for CC Jail Validated - 11_06_2019 Signed (10828 : Award RFP No.19-7547, 11.I.6Packet Pg. 1291Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1292Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1293Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1294Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1295Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1296Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1297Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1298Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1299Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1300Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1301Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1302Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1303Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1304Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1305Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1306Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1307Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1308Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6 Packet Pg. 1309 Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1310Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1311Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1312Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 211.I.6Packet Pg. 1313Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1314Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6 Packet Pg. 1315 Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 107157602 One Tower Square, Hartford, CT 06183Stanley Convergent Security Solutions, Inc.Travelers Casualty and Surety Company of AmericaBoard of County Commissioners for Collier County, FloridaOne Million Six Hundred Thirty Two Thousand Seven Hundred Ninety and 00/100 Dollars1,632,790.00Project No. 19-7547 Security Control System Upgrade for the Collier County Jail Facilities10thOctober 1911.I.6Packet Pg. 1316Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6 Packet Pg. 1317 Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6 Packet Pg. 1318 Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 107157602Stanley Convergent Security Solutions, Inc.Travelers Casualty and Surety Company of AmericaOne Tower Square, Hartford, CT 06183Board of County Commissionersfor Collier County, FloridaOne Million Six Hundred Thirty-Two Thousand SevenHundred Ninety and 00/100 1,632,790.00Project No. 19-7547 Security Control System Upgrade for the Collier County Jail Facilities11.I.6Packet Pg. 1319Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6 Packet Pg. 1320 Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6 Packet Pg. 1321 Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6 Packet Pg. 1322 Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6 Packet Pg. 1323 Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1324Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1325Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1326Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1327Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1328Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1329Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1330Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1331Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement 11.I.6Packet Pg. 1332Attachment: 19-7547 StanleyConvergent_VendorSigned_with_Bonds_11.13.19 (10828 : Award RFP No.19-7547, "Security Control Replacement Selection CommitteeScoring Sheet (STEP 1)RPS #: 19-7547Title: Security Control System Upgrade for the Collier County Jail FacilitiesName of Firm John Donatelli Shirley Noya Keith Harmon Damian DeAndresTotal ScoresSelection CommitteeFinal Rank Stanley Convergent Security Solutions, Inc.75 92 90 90347.00 1Black Creek Integrated Systems83 89 86 88346.00 2Integrated Fire & Security Solutions Inc85 69 66 51271.00 3Montgomery Technology Systems, LLC.61 58 71 56246.00 4 Procurement Professional Swainson Hall, Procurement Manager - AcquisitionsStep 1: Upon direction by the Procurement professional, the individual selection committee member should provide their scoring of the proposals.Step 2: The procurement professional will review the mathematically tabulated scores determine if consensus is reached.Step 3: The Committee by concensus will determine the number of proposers to bring back for oral presentations.Page 1 of 111.I.7Packet Pg. 1333Attachment: 19-7547 Final Ranking (10828 : Award RFP No.19-7547, "Security Control Replacement for