1
KANSAS CITY PUBLIC LIBRARY
Invitation to Bid - North-East Branch Security System
January 30, 2020
Kansas City Public Library 14 West 10th Street
Kansas City, Missouri 64105
Bids will be accepted until:
11:00 a.m. (Local Time)
Friday, February 28, 2020 ******************************************
2
Invitation to Bid - North-East Branch Security System
Instructions to Vendors General Instructions The Kansas City Public Library (“Library”) invites qualified applicants to submit bids for security system equipment and installation for the Library’s North-East Branch location. Submission of Bid Bids may be submitted in hard print copy and/or email, to be received no later than 11:00 a.m. (Local Time), Friday, February 28, 2020. All correspondence should be marked “KCPL North-East Security System”. Please note that if you are submitting your bid by email, the Library must receive the email on February 28, 2020 no later than 11:00 a.m. (Local Time).
Guided Site Tour
The Library will provide a guided tour of the North-East branch location at the North-East Branch, 6000 Wilson Road, Kansas City, MO 64123 on Thursday, February 13, 2020 at 11:00 a.m. beginning in the branch’s lobby to interested Bidders. Please note that the North-East branch is currently closed to the public while it undergoes renovation, and that there will be no other guided tours of the North-East branch site. NOTE: For safety, the Library requests that Bidders attending the guided site tour wear close-toed shoes and hard hats during the tour. Please contact Reed Beebe at [email protected] to let the Library know if you would like to attend.
Official Contact Any questions concerning this Invitation to Bid (“ITB”) should be submitted via email to:
Reed Beebe Kansas City Public Library 14 West 10th Street Kansas City, MO 64105 816-701-3563 [email protected]
All questions concerning this ITB must be received no later than 11:00 a.m., Tuesday, February 18, 2020.
3
Confidentiality of Information Any proprietary information furnished by a Bidder to the Library that is designated confidential shall be treated as confidential to the Library to the extent allowable by law. ITB Awards The Library reserves the right to accept or reject any and all bids, to make a partial award, or to make a multiple vendor award. The acceptance or rejection of any or all proposals and the making of an award or a partial award will be at the sole discretion of the Library. The Library reserves the right to request additional information. The contract shall be awarded to the qualified Bidder(s), whose bid (which may include and incorporate the outcome of any subsequent negotiations), is determined to be in the best interests of the Library. Addenda/Cancellation The Library may modify or cancel the ITB at any time prior to the ITB due date by issuance of an Addendum or Cancellation to all Bidders who are participating in the process at the time the Addendum/Cancellation is issued. Addenda will be made available and Cancellations will be posted on the Library’s RFP/RFQ/ITB website (currently: https://www.kclibrary.org/public-notices). Bidders should monitor the Library’s RFP/RFQ/ITB website for updates/information/addenda/cancellations. Verbal modifications to the ITB specifications shall not be binding upon the Library. Clarification of Bids The Library reserves the right to obtain clarification of any point in the bid or to obtain additional information necessary to properly evaluate a particular bid. Failure of a Bidder to respond to such a request for additional information or clarification could result in rejection of the bid. Method of Selection Award will be made to the most responsive and responsible Bidder(s) offering the best value and most economical bid as defined by the Library. Price will be the criteria used to evaluate the bids. Per Library policy, a preference will be given to local vendors and minority business enterprises (MBE) and women business enterprises (M/WBE). Additionally, Missouri-based, service-disabled veteran enterprises (SDVE) certified by the State of Missouri Office of Administration will receive a three (3) point bonus preference.
Acceptance of ITB Terms A bid submitted in response to this ITB shall constitute a binding offer. The Bidder shall identify clearly and thoroughly any variation between its offer and this ITB. Failure to do so shall be deemed a waiver of any rights to subsequently modify the terms of
4
performance. Bidder’s authorized representative may withdraw proposals only by written request received before the bid due date. Bid Validity Period Each bid shall be valid for a period of sixty (60) days from the bid due date. Non-Collusion Bidder(s) certify that this bid has been arrived at independently and has been submitted without collusion designed to limit independent bidding or competition. Hold Harmless The Bidder(s) shall hold harmless, defend and indemnify the Library and the Library’s officers, agents, and employees against liability that may be imposed upon them by reason of the Bidder’s failure to provide worker’s compensation coverage and liability.
General Specifications The Library is seeking quotes for the purchase and installation of security system equipment at its North-East branch location, specifically:
1. The purchase and installation of a Bosch Intrusion Detection System 2. The purchase and installation of an Avigilon Access Control System; and, 3. The purchase and installation of an Avigilon Video Surveillance System.
The Library reserves the right to inspect the Bidder’s facility prior to award to assure that they meet the requirements and can provide the necessary support for the contract goods and services specified.
The Library is political subdivision of the State of Missouri and has a Missouri sales tax exemption certificate. A copy of this certificate can be provided to the selected vendor upon request.
The Library may cancel a contract at any time by giving the seller thirty (30) days written notice of failure to comply in part or total with the prices, terms and conditions offered in bid.
SCOPE OF WORK For a detailed scope of work, equipment, accessories, and requirements, please see the Bid Narrative in Attachment A.
5
Please note, as outlined in the Bid Narrative, that the materials provided by the selected vendor shall be warrantied according to the manufacturer’s warranty (minimum one year) and all labor and workmanship provided shall be warrantied for one year. The selected vendor will be able to complete all work required within the Scope of Work within eight weeks from the actual date of award, contingent upon lead times for materials and the Library’s branch renovation schedule. The selected vendor will have been in operation for at least three years.
Bid Content & Format
To provide a degree of consistency in review of the written bids, Bidders are required to prepare their bids in the format described below: Bid Response Form An individual having full authority to submit the bid and to execute any resulting contract for services (“authorized representative”) must complete and submit the attached Bid Response Form (Attachment B) or submit a signed letter of transmittal that contains the same information and statements as indicated in the bid response form. Experience, Expertise and Capabilities Give a background of the company’s or contractor’s experience and qualifications. This should include a brief history, the date founded, ownership and any subsidiary relationships. Also list the types of services the company or contractor is qualified to perform. If the company or contractor is a local Kansas City business, or if the company or contractor is a minority business enterprise (MBE) or women business enterprise (WBE), or a Missouri-based, service-disabled veteran enterprises (SDVE) certified by the State of Missouri Office of Administration, this should be noted in order to utilize the Library’s preference for local and MBE, WBE, SDVE vendors. The selected vendor will have been in operation for at least three years. Use of Subcontractors The selected Bidder shall be solely responsible for all services as required by the ITB. Subcontractors, if any, will be the responsibility of the Bidder and the role of subcontractors must be clearly identified in the bid. The use of a subcontractor(s) does not relieve the selected Bidder of liability under this contract (see Indemnity, Licenses & Releases in the Terms and Conditions section).
6
Cost/Charges Submit a detailed breakdown of all costs and charges involved in completing the scope of bid. The cost breakdown should clearly list all charges associated with completing the Scope of Bid. The Library relies on the Bidder to assure that all charges to complete the Scope of Bid are submitted in the bid and that there are no hidden costs or charges that will be incurred by the Library. An individual having full authority to submit the bid and to execute any resulting contract for services (“authorized representative”) must complete and submit the attached Bid Cost/Charges Form (Attachment C) or submit a signed letter of transmittal that contains the same information and statements as indicated in the Bid Cost/Charges Form. Authorized Representative Include the name, title and contact information of the person in your organization authorized to negotiate contract terms and render binding decisions on contract matters. References Submit information regarding three (3) comparable projects that the vendor has completed as the prime contractor within the last three (3) years. Please provide contact information for each reference.
Terms and Conditions Contract Term The term of this contract will begin upon actual date of award and end upon completion of the project, or June 30, 2020, whichever occurs first. The contract period can be extended only upon mutual agreement in writing. Contract Components This ITB, the successful Bidder’s response thereto, and any additional written modifications and/or stipulations mutually agreed upon by the Library and the successful proposal will constitute the final contract. During the contractual period, any changes to the conditions outlined in these materials must be approved in writing with the signatures of representatives from each selected bid(s) and the Library Indemnity, Licenses & Releases Contractor agrees to indemnify, defend, and hold harmless Library, its representatives and customers from and against any and all suits, demands, liabilities, claims, actions, expenses, losses, and damages of any kind or nature whatsoever arising out of any
7
negligent acts or omissions in connection with the Contract, caused by Contractor, its employees, agents, subcontractors, or caused by others for whom Contractor is liable, in the performance of the Services under this Contract.
Contractor will obtain and pay for all permits and licenses required by law that are associated with the Contractor’s performance of Services. Termination Either party may terminate this Contract without cause upon thirty (30) days prior written notice to the other party. The Library reserves the right to cancel, for cause, this Contract without prior written notification. Cause for termination shall include the following: (1) violation by Contractor of any applicable federal, state, or local law, regulation or ethical code; (2) Contractor’s substantial under performance, as determined by Library; or (3) failure to comply with the provisions of this Contract. Library shall, where permitted by law, have the right to terminate the Contract immediately and without other cause or prior notice to Contractor in the event that Contractor does any of the following: (1) makes written admission of its inability to pay its debts or obligations as they become due; (2) files a voluntary petition in bankruptcy; (3) is adjudicated as bankrupt or insolvent; (4) seeks, consents to or acquiesces in the appointment of any trustee, receiver or liquidator of all or any substantial part of its business assets; (5) fails to actively operate its business for a period of more than seven (7) consecutive days without the prior written consent of Library; or (6) fails to maintain the insurance coverage required in this Contract. The Contract shall terminate immediately if it is no longer permitted by applicable laws, rules or regulations, or if Library decides to limit or discontinue their operation for any reason.
Modification of Contract No waiver or modification of this Contract or of any covenant, condition, or limitation herein contained shall be valid unless in writing and duly executed by the party to be charged therewith and no evidence of any waiver or modification shall be offered or received in evidence of any proceeding, arbitration, or litigation between the parties hereto arising out of or affecting this Contract, or the rights or obligations of the parties hereunder, unless such waiver or modification is in writing, duly executed as aforesaid, and the parties further agree that the provisions of this Section may not be waived except as herein set forth.
Codes, Laws and Regulations Contractor will comply with all applicable codes, laws, regulations, standards, and ordinances in force during the term of this Contract. Assignability Neither this Contract nor any rights hereunder may be assigned by the Contractor without Library’s prior written consent.
8
Governing Law It is understood and agreed that the construction and interpretation of this Contract shall at all times and in all respects be governed by the laws of the State of Missouri. The parties agree that any legal action brought in connection with this Contract is to be maintained only in the Circuit Court of Jackson County, Missouri. Insurance Contractor shall purchase and maintain, at its own expense, for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the work by the Contractor, its agents, representatives, or employees.
Coverage Required Limits per Occurrence
General Liability $1 million minimum coverage per occurrence and $2 million aggregate, written on an occurrence basis.
Automobile Liability $1 million per occurrence, covering owned, hired and non-owned automobiles
Worker’s Compensation Statutory
Contractor understands and agrees that the Library cannot save and hold harmless and/or indemnify the Contractor or its employees against any liability incurred or arising as a result of any activity of the Contractor or any activity of the Contractor’s employees related to the Contractor’s services under this Agreement. Therefore, the Contractor must acquire and maintain adequate liability insurance in the form(s) and amount(s) sufficient to protect the Library, its employees, its clients and the general public against any such loss, damage and/or expense related to the services performed under this Agreement. The insurance coverage shall include general liability insurance in an amount of at least $1,000,000 per occurrence and $2,000,000 in the aggregate with endorsements including but not limited to risks of false imprisonment, malicious prosecution, libel, slander and violation of right of privacy as well as the Missouri statutory requirements for works compensation insurance. Written evidence of the insurance shall be provided by the Contractor to the Library, the initial written evidence being attached hereto and marked as Exhibit A. The evidence of insurance shall include, but not necessarily be limited to: effective dates of coverage, limits of liability, insurer’s names, policy numbers and endorsement by representatives of the insurance company. Evidence of self-insurance coverage or of another alternative risk financing mechanism is not permitted. Insurance policies required of Contractor by the Agreement shall:
9
• Be issued by insurance companies licensed to do business in the state of Missouri with general policyholder’s ratings of at least A and a financial rating of at least XI in the most current Best’s Insurance Reports available on the date the Contractor obtains or renews the insurance policies. If Best’s ratings are changed or discontinued, the parties shall agree to an equivalent method of rating insurance companies;
• Name the Library as an additional insured as its interest may appear on the policy;
• Provide that the insurance not be cancelled or materially changed in the scope or amount of coverage unless thirty (30) days’ advance notice is given to the Library;
• Be primary policies;
• Be permitted to be carried through a “blanket policy” or “umbrella” coverage;
• Have deductibles not greater than $1,000;
• Be written on an “occurrence” basis; and
• Be maintained during the entire Term and any extension Terms.
By the date of award and upon each renewal of its insurance policies, Contractor shall give such certificates of insurance to the Library. Independent Contractor It is specifically agreed by the parties that the relationship of Contractor to Library is that of an independent contractor and that Contractor is not an agent, partner, or employee of the Library. Contractor acknowledges that Contractor is not entitled to receive from Library any tax withholding, workers’ compensation, unemployment compensation, or any employee benefits, statutory or otherwise. Access to Records. Contractor shall maintain all fiscal records and any other records relating to this Contract in such a manner as to clearly document the Contractor’s performance hereunder. Library or any of its duly authorized representatives shall have access to any books, documents, papers and records of the Contractor which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. Debarment and Suspension (E.O.s 12549 and 12689) The Proposer certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this contract by any governmental debarment or agency. Vendor must notify the Customer within 30 days if debarred by any governmental entity during the Contract period.
10
Federal, State, and Local Taxes, Licenses, and Permits The Contractor will comply with all laws and regulations on taxes, licenses, and permits.
Other Considerations Disputes Should any doubt or difference of opinion arise between the Library and the successful proposal awarded this Contract as to the items to be furnished hereunder or the interpretation of the provisions of this ITB, the decision of the Library shall be final and binding upon all parties.
Prohibition of Public Benefits to Illegal Aliens Pursuant to State of Missouri’s RSMO 285.530 (1), No business entity or employer shall knowingly employ, hire for employment, or continue to employ an unauthorized alien to perform work within the state of Missouri. Consultants shall comply with the provisions of Section 285.525 through 285.550 of the State of Missouri statutes and execute the notarized affidavit attached hereto as Attachment D, Affidavit of Work Authorization before the Agreement can be finalized.
11
Attachment A
BID NARRATIVE
Project Objectives
To ensure a successful implementation and completion of this project, the following objective(s)
must be completed:
· Provide and install a Bosch Intrusion Detection System.
· Provide and install an Avigilon Access Control System.
· Provide and install an Avigilon Video Surveillance System.
The services and hardware listed in this document are developed based on the Libraries current
and anticipated security needs. The configuration and technical details set forth in this
document are intended to provide the Library with a solution designed to meet the current and
future needs of the Library.
Project Scope of Work
Access Control System Description
Provide and install an Avigilon Access Control system for 6 doors:
1. Main Entry Door (reuse existing maglocks, HID RP10, Bosch DS160 and Flush Mount DPS)
2. Employee Entry Door (HES 9400, HID RP10, Bosch DS160 and Flush Mount DPS)
3. 4 x Office Doors (HES 5200, HID RP10, Bosch DS160 and Flush Mount DPS)
For each door provide and install composite cabling from the Headend/Network closet to the
door location. Please follow BICSI industry standards and use J-Hooks for support above ceiling
where applicable. A service loop shall be coiled and hung within 5' (feet) of the door location.
Each end of the cable will be labelled for identification.
Installation, Programming, Bosch Intrusion Integration, Commissioning and training shall be
included.
Include ADA integration for 2 doors.
Intrusion Detection System Description
Provide and install a Bosch Intrusion Detection System. Devices to be installed: 1 Bosch IDS Panel with Enclosure 1 Bosch Ethernet Communicator 1 Bosch Cellular Communicator 1 Keypad 6 Motion detectors
12
4 Concealed door contacts 1 Siren For each device provide and install composite cabling from the Headend/Network closet to the device location. Please follow BICSI industry standards and use J-Hooks for support above ceiling where applicable. A service loop shall be coiled and hung within 5' (feet) of the device location. Each end of the cable will be labelled for identification. Installation, Programming, Avigilon Access Control Integration, Commissioning and training shall be included.
Video System Description
Provide and install an Avigilon Video Surveillance System for 12 Cameras. 5 Exterior Cameras
and 7 Interior Cameras. See attached floor plan for camera location and details.
Access Control and Video System Integration
Integrated access control and video systems provide a link between access-controlled doors and
cameras viewing the door. The integration provides:
· Video recording linked to access control events (access granted/denied, door forced, door
held)
Events desired to be recorded will be specified by the Library.
Head End / Server location
·Install 6 amp / 8 Door 12/24 VDC power supply.
· Install 2 x power over Ethernet (POE) switches - Integrated in VMS appliance.
· Install 24 port patch panel.
· Library to supply 4 units of server rack in locations HE1, minimum depth 30".
· Library will supply 4 outlets of 120v power at headend location.
· Provide 2 x network video recorder (NVR) with 4TB storage - estimated recording time to be 30
Days based upon 10 (frames per second) FPS and 30% motion-based recording.
· Provide server/appliance for access control system.
· Access control server / controller shall be expandable to 16 doors with additional software
licensing and / or access control hardware.
· Install mobile/web server software to support Android and Apple Clients. Supply web link and
login credentials to Library’s designated contact.
13
· Vendor will provide training to Library personnel on entering people and cards into the access
system for the first 10 cards / people.
Workstations/Video Clients
· Library will supply IP address and network connectivity from workstation to Video server / NVR
and access control server/appliance.
· Install video software client on up to 2 workstations provided by Library. Suggested computer
requirements for video software to be provided to the Library. Workstations will be available at
time of installation and compatible with video system.
· Install access control software client on up to 2 workstations provided by Library. Suggested
computer requirements for video software to be provided to the Library. Workstations will be
available at time of installation and compatible with access control system.
· Install access control software mobile app on up to 1 Apple / Android devices provided by
Library. Devices will be available at time of installation. Devices must be compatible with access
control system.
· Install video software mobile app on up to 1 Apple / Android devices provided by Library.
Devices will be available at time of installation. Devices must be compatible with video system.
Cameras
See attached floor plan for location and models.
· Exterior cameras will have a surge suppression device installed within 10’ of camera. The
Library will provide grounded bus bars at camera locations for surge suppression.
· Vendor will coordinate camera view with customer's designated contact for final approval.
Doors
Cylindrical Handset Doors (total of 4) (Strike) Description: Free mechanical egress at all times.
When approaching door for ingress, door will remain locked until valid credential is presented to
card reader. After credential is verified by access control system the electric door strike will
release to allow momentary or extended entry. Access control system will allow electric door
strike to be programmed for automatic locking and unlocking on a schedule. Upon egress
request to exit switch will shunt door contact for valid egress. Electric door strike will remain
locked during egress process as free egress is allowed by mechanical hardware. Door position
switches will monitor whether doors are open or closed. Lock:HES 5200
Reader:HID RP10
Door Contact: GRI
FLush Mount REX: Bosch DS160
14
RIM Exit Door (Strike) Description: Free mechanical egress at all times. When approaching door
for ingress, door will remain locked until valid credential is presented to card reader. After
credential is verified by access control system the electric door strike will release to allow
momentary or extended entry. Access control system will allow electric door strike to be
programmed for automatic locking and unlocking on a schedule. Upon egress request to exit
switch will shunt door contact for valid egress. Electric door strike will remain locked during
egress process as free egress is allowed by mechanical hardware. Door position switches will
monitor whether doors are open or closed.
Lock:HES 9400
Reader:HID RP10
Door Contact: GRI FLush Mount
REX: Bosch DS160
Front Door (Mag) Description: Two forms of egress by motion and emergency egress button at
all times. When approaching door for ingress, door will remain locked until valid credential is
presented to card reader. After credential is verified by access control system the magnetic lock
will release to allow momentary or extended entry. Access control system will allow magnetic
lock to be programmed for automatic locking and unlocking on a schedule. Upon egress request
to exit switch will shunt door contact for valid egress. Magnetic lock will unlock during egress
process. Door position switches will monitor whether doors are open or closed. Battery backup
shall be provided at the power supply for short power outages.
Lock: Existing
Reader: HID RP10
Door Contact: GRI FLush Mount
REX: Bosch DS160 and SDC EEB3N
Coordinate door operation and schedule with Library’s designated contact for final approval.
Cabling
· Exterior cable that is exposed to the environments will be rated for UV exposure or burial
direct as installation method requires.
· Exposed cabling will be installed in conduit or raceway to provide protection.
· Interior camera/access control cable may be exposed above finished ceiling
· Interior camera/access control cable may be exposed in open ceilings; but plenum rated cable
and shall be yellow in color.
· Interior cabling shall be supported by standard trade methods.
· Interior cabling shall be installed in a secure manner.
15
Warranty
· Materials shall be warrantied according to the manufacturer’s warranty (minimum 1 year)
· Labor and workmanship shall be warrantied for 1 year.
Software Upgrade Plans (SUP)
· SUPs shall be included for 1 year. Continued software support shall be offered to the Library at
a cost. to keep system updated with new features and security patches.
Library Provided
The Library will provide items below to allow for a successful project implementation.
· Grant consultants and engineers reasonable access to facilities, IT systems, and administrative
access rights needed to complete this project.
· Provide adequate workspace for personnel.
· Make available all participating Library personnel so as to facilitate timely completion of this
project and the knowledge transfer process.
· Execute the timely review and approval of deliverables and project completion documentation
in support of the overall project plan and objectives.
· Provide IP addresses needed for this project.
· Provide all usernames and password to complete scope.
· Provide grounded bus bars at switch and exterior camera locations for lighting
· Provide names for all door locations and access levels prior to programming.
· Provide internet security for server / NVR.
· Provide network routing and connectivity for cameras, workstations, servers, mobile
applications.
· Provide ample space for mounting equipment and hardware as needed.
· Provide all Ethernet ports for system connectivity as needed.
· The Library’s definition of PPE (Personal Protective Equipment) is: hard hat, safety glasses,
steel toed boots, ear plugs, lift harness, high visibility vest.
· Any safety or other training required by the Library, will be completed by the vendor.
FIRST FLOOR100' - 0"
CGCGT1
2"EQ.
2"
EQ.
2"
EQ.
2"REF: SCHED.
DOOR WIDTH2"
10' - 0"
2"7'
- 8
"2"
8' -
0"
FIRST FLOOR100' - 0"
SC
HE
D. H
T.
2"1' - 10"2"3' - 0"2"
5' - 4"
FIRST FLOOR100' - 0"
6' - 6"
EQ. EQ. EQ.
4"6'
- 8
"2"
7' -
2"
ALUM. GLAZING CHANNEL CRL WU2SASL OR EQUAL
CLEAR COPOLYMER GLAZING STRIPCRL EZCC12 OR EZCE12
CLEAR ANOD. ALUM. GLAZING CHANNEL CRL B5S10D OR EQUAL
1/2" TEMPERED GLASS
4"6'
- 8
"2"
7' -
2"
SC
HE
D. H
T.
2" 1' - 10" 2" 3' - 0" 2"
5' - 4"
2"6'
- 8
"4"
SC
HE
D. H
T.
7' -
2"
2" 2' - 8" 2" 3' - 0" 2"
6' - 2"
FIRST FLOOR100' - 0"
2" 3' - 0" 2" 2' - 8" 2"
6' - 2"
SC
HE
D. H
T.
F E D C B A
1
2
3
4
5
6
7
8
9
10
11
12
13
AA
2.5
1.5
AA.9
2.1
2.6
VEST.
100
RISE CLASS RM
116
JAN.
111
STORAGE
116A
ELEC
112
DATA
113
ALCOVE
109A
TEEN COLL.
108
ADULT COLL
109
STUDY RM. B
114
STUDY RM. A
115
RISE OFFICE
118
BREAK RM.
123
HALL
122A
LOBBY / CAFE
101
HALL
103
MEETING RM.
102
KITCH.
102A.1
STORAGE
102A.2
MENS
105A
ALCOVE
105
WOMENS
105B
STORAGE
104A
FAMILY REST RM.
106
ALCOVE
107C
HALL
110
ALCOVE
123A
110-E
102C-E
111-
E
102A.2
102B.1
102A.1
105A
105B
116A
124
104A
102B
103
120
ALCOVE
117
OFFICE
121
SERVICES
120WORK AREA
122
BATH
124
123
112-E
113-
E
plam
CHILDRENSCOLLECTION
107B
SERVICE DESK
107A
GREAT ROOM
119
HALL
101A
102A
hollow metal
106
HMF
HMF
IAF-2
ALF-1
ALF-1
ALF-2
ALF
-6A
LF-6
ALF
-6A
LF-6
ALF
-6
ALF-3
ALF
-4
ALF-5
3' -
4"2' -
8 1
7/25
6"3' -
4"
6' -
6 2
55/2
56"
6' -
10
127/
128"
3' -
4"
2' -
0"
3' -
4"
2' -
0"
3' -
4"
F2.001
HMF - 1
2"
REF: SCHED.
DOOR WIDTH /PAIR WIDTH 2"
2"
RE
F: S
CH
ED
.
DO
OR
HE
IGH
T
FLOOR LINE
HMF - 2
RE
F. S
CH
ED
.
DO
OR
HT
.4"
2"
REF. SCHED
DR. WIDTH 2"
FIRST FLOOR100' - 0"
CIG
2"8'
- 4
"2"
8' -
8"
2" 1' - 8" 2"
2' - 0"
FIRST FLOOR100' - 0"
4"8'
- 2
"2"
8' -
8"
1/4"2' - 9 1/2"1/4"
2' - 10"
ALUM. GLAZING CHANNEL CRL WU2SASL OR EQUAL
CLEAR COPOLYMER GLAZING STRIPCRL EZCE12
CLEAR ANOD. ALUM. GLAZING CHANNEL CRL B5S10D OR EQUAL
1/2" TEMPERED GLASS
FIRST FLOOR100' - 0"
4"8'
- 2
"2"
8' -
8"
1/4" 1' - 11 1/2" 1/4"
2' - 0"
ALUM. GLAZING CHANNEL CRL WU2SASL OR EQUAL
CLEAR COPOLYMER GLAZING STRIPCRL EZCE12
CLEAR ANOD. ALUM. GLAZING CHANNEL CRL B5S10D OR EQUAL
1/2" TEMPERED GLASS
FIRST FLOOR100' - 0"
CIGCIGCIG
2" EQ.
2"
EQ.
2"
EQ. 2"
12' - 4 5/256"
2"8'
- 0
"2"
8' -
4"
FIRST FLOOR100' - 0"
CIGCIG
2" EQ.
2"
EQ.
2"
EQ.
2"
EQ. 2"
11' - 8 49/128"
2"8'
- 4
"2"
8' -
8"
CIG CIG
FIRST FLOOR100' - 0"
CIG
2"7'
- 0
"2"
7' -
4"
2" 3' - 0" 2"
3' - 4"
DOOR & FRAME TYPE GENERAL NOTES
1. PROVIDE SAFETY GLAZING OR FIRE-PROTECTION-RATED GLAZING INLOCATIONS REQUIRED BY CURRENT LOCAL CODE. NOTIFY ARCHITECT OFCHANGES REQUIRED TO THE DRAWINGS. PROVIDE OBSCURE GLAZING ASINDICATED.
2. PROVIDE AND INSTALL SAFETY GLAZING IN LOCATIONS AS PER SECTION 2406& 2408 OF THE 2012 INTERNATIONAL BUILDING CODE.
3. ALL DIMENSIONS ARE NOMINAL. ACTUAL DIMENSIONS TO BE PROVIDED BYSUPPLIER W/ ADJUSTMENTS MADE FOR INSTALLATION TOLERANCESREQUIRED. VERIFY ALL EXISTING OPENINGS PRIOR TO ORDER OF ALL NEWDOORS, DOOR FRAMES AND WINDOW FRAMES.
4. SEE FLOOR PLANS FOR DIRECTION OF DOOR SWINGS.
5. REFER TO WALL TYPE THICKNESS FOR THROAT DEPTHS OF HOLLOW METALDOOR AND WINDOW FRAMES INSTALLED IN STEEL STUD WALLS W/ GYPSUM.
6. ALL INTERIOR HOLLOW METAL DOOR FRAMES SHALL BE GROUTED FULL.COORDINATE WITH ELECTRICAL TRADES, FINISH HARDWARE AND ELECTRONICEQUIPMENT.
7. HOLLOW METAL FRAMES TO BE PAINTED, REFERENCE FINISH SCHEDULE.
8. MULLION LOCATIONS SHALL BE AS INDICATED ON THE DRAWINGS AND SHALLBE REFLECTED IN THE SHOP DRAWINGS. NOTIFY ARCHITECT OF ANYCHANGES OR DEVIATIONS.
9. BORROWED LIGHT LOCATIONS SHALL BE AS INDICATED ON THE PLANDRAWINGS AND SHALL BE REFLECTED IN THE SHOP DRAWINGS. NOTIFYARCHITECT OF ANY CHANGES OR DEVIATIONS.
PROVIDE GLAZING PANELS AS INDICATED.
INDICATES 1/2" TEMPERED GLASS
INDICATES 1" CLEAR INSULATING GLASS
INDICATES 1" CLEAR GLASS
T1
CIG
CG
FLOOR LINE
WD - 1
RE
F: S
CH
ED
.
DO
OR
HE
IGH
T
REF: SCHED.
DOOR WIDTH
5" 5"
REF. SCHED.
DOOR WIDTH
10"
8"R
EF
. SC
HE
D.
DO
OR
HT
.
WD - 2 WD - 3
NOT USED
FLOOR LINE
HMD - 1
RE
F: S
CH
ED
.
DO
OR
HE
IGH
T
REF: SCHED.
DOOR WIDTH
FIRST FLOOR100' - 0"
DRAFTPREPARED FOR PRELIMINARY
SUBMISSION AND REVIEW ONLY --
NOT FOR CONSTRUCTION.
#SHEET HISTORY:
?
? - #
Kansas City, Missouri
1251 NW Briarcliff Parkway, Suite 400
Kansas City, MO 64116-1776
816 474.8237 Fax 816 474.8233
Lincoln, Nebraska
Fairway, Kansas
Landscape Architecture
www.clarkenersen.com
Architecture
EngineeringInteriors
Plo
t Ti
me
Sta
mp
:
File
Lo
ca
tio
n/N
am
e:
ISSUED
Kansas City Public Library Northeast Branch Renovation
9/1
0/2
01
9 1
1:3
3:5
1 A
M
C:\
(1)
Re
vit
Pro
jec
ts\
20
19
\0
98
00
3-K
CP
LNE-A
-19
_a
lan
.eb
ne
r@c
lark
en
ers
en
.co
m.r
vt
Door and Frame Types
and Door Hardware
Schedule - Base Bid
A6.50
TCEP No.: 098-003-18
6000 Wilson Ave
Kansas City, MO 64123
September 12, 2019
90% Review Submittal
09/12/2019 AS PER. CONSTR. DOC.
DOOR SCHEDULE - BASE BID
DOOR NO.
PAIR
WIDTH
DOOR FRAME
FIRE RATING HARDWARE REMARKSWIDTH HEIGHT TYPE FINISH TYPE FINISH HEAD JAMB SILL
100ABx 6' - 0" 3' - 0" 8' - 0" ALD-3 - - C.R. exst, keyed
100CDx 6' - 0" 3' - 0" 8' - 0" ALD-3 - - Existing to remain
102A 3' - 0" 7' - 10" ALD-4 - IAF-1 - Class Rm Function - Closer, Note 1
102A.1 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Class Rm Function
102A.2 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function
102B 3' - 0" 7' - 10" ALD-2 - IAF-2 - Class Rm Function - Closer - keyed same as 102A,Note 1
102B.1 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function
102C-E 3' - 0" 7' - 0" HMD-1 PT HMF-1 PT Exst. - keyed
102D 3' - 0" 7' - 0" WD-3 STN HMF-3B PT Class Rm Function - Closer
103 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Class Rm Function - Closer
104A 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function - Closer
105A 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Bathroom- Push / Pull - Closer
105B 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Bathroom- Push / Pull - Closer
106 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function - Closer
110-E 3' - 0" 6' - 6" HMD-1 PT HMF-1 PT Exst. - keyed
111-E 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Existing to Remain
112-E 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Existing to Remain
113-E 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Exst. Keyed - Provide Card Reader and Closer
114 3' - 0" 7' - 0" WD-3 STN HMF-1 PT Card Reader and Keyed - Closer, Note 1
115 3' - 0" 7' - 0" WD-3 STN HMF-1 PT Card Reader and Keyed - Closer, Note 1
116 3' - 0" 7' - 0" WD-3 STN HMF-2 PT Class Rm Function, Note 1
116A 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function
118 3' - 0" 7' - 0" WD-3 STN HMF-3B PT Class Rm Function, Note 2
118A 3' - 0" 7' - 0" WD-3 STN HMF-3B PT Class Rm Function
120 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Card Reader and Keyed - Closer - Provide 48" highstainless steel kickplates both sides
121 3' - 0" 7' - 0" WD-3 STN HMF-2 PT Class Rm Function
123 3' - 0" 7' - 0" HMD-1 STN HMF-1 PT Card reader only w/ pull/ self securing add to sec. sys -Closer
124 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function - Closer
NO. REMARK
1 PROVIDE TRANLUSCENT WINDOW FILM FOR DOOR AND SIDELIGHT(S), DECORATIVE FILMS SXJ-0561, FINE DOTS GRADIENT, 60" HIGH MATERIAL HEIGHT
2 PROVIDE FULL COVERAGE TRANSLUSCENT WINDOW FILM FOR DOOR AND SIDELIGHT, DECORATIVE FILMS SX-C333, PIN POINT DOT
IAF-2
HMF-3B
AGF-1
HMF-3HMF-2 HMF-2B
SCALE: 1/8" = 1'-0"
FIRST FLOOR PLAN - INTERIOR FRAMES BASE BID1
SCALE: 1/4" = 1'-0"
HOLLOW METAL FRAME TYPES
SCALE: 1/4" = 1'-0"
ALF-3
SCALE: 1/4" = 1'-0"
AGF-3SCALE: 1/4" = 1'-0"
AGF-2
SCALE: 1/4" = 1'-0"
ALF-4SCALE: 1/4" = 1'-0"
ALF-5SCALE: 1/4" = 1'-0"
ALF-6
SCALE: 1/4" = 1'-0"
WOOD DOOR TYPESSCALE: 1/4" = 1'-0"
HOLLOW METAL DOOR TYPES
IAF-1
16
F E D C B A
1
2
3
4
5
6
7
AAA.5
2.5
1.5
AA.9A.4
2.1
2.6
S2
SB
S1SA
102C-E
102A.2
102B.1
102A.1
105A
105B
104A
104C
100C/D
100A/B
102B
103
104B
PROGRAM RM.
104
LOBBY
100
MEETING RM.
102
KIT.
102A.1
STORAGE RM
102A.2
HALL
103
HALL
101A
CAFE
101B
SERVICE DESK
107A
GREAT RM.
118
CHLIDREN'SCOLLECTION
107B
STORAGE
104A
FAMILY R.R.
106
MENS
105A
WOMENS
105B
ALCOVE
105
SERVICES
119
WORK AREA
121
ALF-10
ALF-11
AL
F-1
2
ALF-13
ALF-14
ALF-15
AL
F-1
6
A1.11
3
A1.11
4
104
FIRST FLOOR100' - 0"
2"8'
- 2
"2"
2' -
8"
2"
11' -
4"
RE
F: S
CH
ED
.
DO
OR
HE
IGH
T
2"2' - 9 203/256"
2"
6' - 0"
2"
1' - 6"2"
10' - 11 203/256"
FIRST FLOOR100' - 0"
2"8'
- 2
"2"
2' -
8"
2"
11' -
4"
2"EQ.
2"REF: SCHED.
DOOR WIDTH
2"
EQ.2"
9' - 8 13/16"
RE
F: S
CH
ED
.
DO
OR
HE
IGH
T
FIRST FLOOR100' - 0"
2" EQ. 2" EQ. 2" EQ. 2" EQ. 2" EQ 2"
21' - 9 47/256"
2"7'
- 0
"2"
8"7'
- 4
"
CIGCIGCIGCIGCIG
FIRST FLOOR100' - 0"
2"7'
- 8
"2"
8' -
0"
8"
3' - 5 75/256" 3' - 5 75/256" 3' - 5 75/256" 3' - 6" 2' - 10 1/2" 3' - 7 203/256" 3' - 5 75/256" 3' - 3 49/64"
27' - 1 57/256"
CIGCIGCIGCIGCIGCIGCIG
FIRST FLOOR100' - 0"
4' - 2 79/256" 4' - 3 123/256" 4' - 3 123/256" 4' - 3 123/256" 4' - 3 123/256" 4' - 3 123/256" 4' - 0 227/256"
29' - 8 19/32"
CIG CIG CIG CIG CIG CIG CIG
2"7'
- 8
"2"
8"8'
- 0
"
FIRST FLOOR100' - 0"
5' - 5 81/256"4' - 11 43/256"4' - 9 5/64"
15' - 1 9/16"
CIG CIG CIG
2"7'
- 8
"2"
8"8'
- 0
"
FIRST FLOOR100' - 0"
5' - 6 71/128" 4' - 9 123/256" 2' - 8 11/256"
13' - 0 19/256"
CIG CIG CIG
2"7'
- 8
"2"
8"8'
- 0
"
FIRST FLOOR100' - 0"
T.O. PARAPET114' - 8"
3' - 5 19/128" 3' - 11 127/128"1' - 5 51/256"3' - 11 127/128"
2"5'
- 0
33/
256"
5' -
2 3
3/25
6"
2"
CIG CIG CIG CIG CIG
T.O. PARAPET114' - 8"
4' - 0 9/16" 2' - 0 197/256" 3' - 11 179/256"1' - 11 203/256"
2"8'
- 6
"2"
8' -
10"
CIG CIG CIG CIG CIG
T.O. PARAPET114' - 8"
2"4'
- 1
1 85
/256
"
3' - 0"3' - 11"2' - 1"4' - 0"
CIG CIG CIG CIG CIG
DRAFTPREPARED FOR PRELIMINARY
SUBMISSION AND REVIEW ONLY --
NOT FOR CONSTRUCTION.
#SHEET HISTORY:
?
? - #
Kansas City, Missouri
1251 NW Briarcliff Parkway, Suite 400
Kansas City, MO 64116-1776
816 474.8237 Fax 816 474.8233
Lincoln, Nebraska
Fairway, Kansas
Landscape Architecture
www.clarkenersen.com
Architecture
EngineeringInteriors
Plo
t Ti
me
Sta
mp
:
File
Lo
ca
tio
n/N
am
e:
ISSUED
Kansas City Public Library Northeast Branch Renovation
9/1
0/2
01
9 1
1:3
3:5
2 A
M
C:\
(1)
Re
vit
Pro
jec
ts\
20
19
\0
98
00
3-K
CP
LNE-A
-19
_a
lan
.eb
ne
r@c
lark
en
ers
en
.co
m.r
vt
Door and Frame Types
and Door Schedule -
Alternates 1 & 2
A6.51
TCEP No.: 098-003-18
6000 Wilson Ave
Kansas City, MO 64123
September 12, 2019
90% Review Submittal
09/12/2019 AS PER. CONSTR. DOC.
SCALE: 1/8" = 1'-0"
FIRST FLOOR PLAN - ADD ALTERNATES 1 & 21
SCALE: 1/4" = 1'-0"
ALF-10SCALE: 1/4" = 1'-0"
ALF-11SCALE: 1/4" = 1'-0"
ALF-12SCALE: 1/4" = 1'-0"
ALF-13
SCALE: 1/4" = 1'-0"
ALF-14SCALE: 1/4" = 1'-0"
ALF-15SCALE: 1/4" = 1'-0"
ALF-16SCALE: 1/4" = 1'-0"
ALF-17
SCALE: 1/4" = 1'-0"
ALF-20SCALE: 1/4" = 1'-0"
ALF-21
SCALE: 1/4" = 1'-0"
ALF-22
DOOR SCHEDULE - ALTERNATES
DOOR NO.
PAIR
WIDTH
DOOR FRAME
FIRE RATING HARDWARE REMARKSWIDTH HEIGHT TYPE FINISH TYPE FINISH HEAD JAMB SILL
100A/B 6' - 0" 3' - 0" 7' - 0" ALD-2 - ALF-10 - Card Reader and Keyed - Closer
100C/D 6' - 0" 3' - 0" 7' - 0" ALD-2 - ALF-10 - Card Reader and Keyed - Closer
102A 3' - 0" 7' - 10" ALD-4 - IAF-1 - Class Rm Function - Closer, Note 1
102A.1 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Class Rm Function
102A.2 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function
102B 3' - 0" 7' - 10" ALD-2 - IAF-2 - Class Rm Function - Closer - keyed same as 102A,Note 1
102B.1 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function
102C-E 3' - 0" 7' - 0" HMD-1 PT HMF-1 PT Exst. - keyed
102D 3' - 0" 7' - 0" WD-3 STN HMF-3B PT Class Rm Function - Closer
103 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Class Rm Function - Closer
104 6' - 0" 3' - 0" 8' - 6" ALD-4 - - Class Rm Function - Closer
104A 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function - Closer
104B 3' - 0" 7' - 10" ALD-4 - IAF-1 - Keyed, pull hardware, egress only
104C 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function
105A 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Bathroom- Push / Pull - Closer
105B 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Bathroom- Push / Pull - Closer
106 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function - Closer
110-E 3' - 0" 6' - 6" HMD-1 PT HMF-1 PT Exst. - keyed
111-E 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Existing to Remain
112-E 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Existing to Remain
113-E 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Exst. Keyed - Provide Card Reader and Closer
114 3' - 0" 7' - 0" WD-3 STN HMF-1 PT Card Reader and Keyed - Closer, Note 1
115 3' - 0" 7' - 0" WD-3 STN HMF-1 PT Card Reader and Keyed - Closer, Note 1
116 3' - 0" 7' - 0" WD-3 STN HMF-2 PT Class Rm Function, Note 1
116A 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function
118 3' - 0" 7' - 0" WD-3 STN HMF-3B PT Class Rm Function, Note 2
118A 3' - 0" 7' - 0" WD-3 STN HMF-3B PT Class Rm Function
120 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Card Reader and Keyed - Closer - Provide 48" highstainless steel kickplates both sides
121 3' - 0" 7' - 0" WD-3 STN HMF-2 PT Class Rm Function
123 3' - 0" 7' - 0" HMD-1 STN HMF-1 PT Card reader only w/ pull/ self securing add to sec. sys -Closer
124 3' - 0" 7' - 0" WD-1 STN HMF-1 PT Storeroom Function - Closer
NO. REMARK
1 PROVIDE TRANLUSCENT WINDOW FILM FOR DOOR AND SIDELIGHT(S), DECORATIVE FILMS SXJ-0561, FINE DOTS GRADIENT, 60" HIGH MATERIAL HEIGHT
2 PROVIDE FULL COVERAGE TRANSLUSCENT WINDOW FILM FOR DOOR AND SIDELIGHT, DECORATIVE FILMS SX-C333, PIN POINT DOT
17
18
Attachment B
BID RESPONSE FORM
DATE __________________________________
Bid of : _______________________________________________, (herein after called
Vendor), a Corporation/Partnership/an Individual doing business as
___________________________________________________________________.
TO: The Kansas City Public Library (hereinafter called the Owner).
The Bidder, in compliance with your Invitation to Bid for North-East Branch Security
System and having examined the Invitation to Bid and Scope of Work with related
documents and being familiar with all of the conditions surrounding the work, hereby
agrees to perform the work required by the project in accordance with the contract
documents, within the time set forth in the Scope of Bid, and at the price stated therein.
These prices are to cover all expenses incurred in performing the work required by the
contract documents, of which this proposal is a part.
Bidder acknowledges receipt of the following addenda in the event subsequently issued.
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
Bidder agrees to provide security system equipment and installation services as described
in the Scope of Work.
Submitted by authorized representative:
__________________________________ _______________________________
Firm FEI/SSN
__________________________________ __________________________________
Signature Typed Name & Title
__________________________________ __________________________________
Address City, State, Zip Code
__________________________________ ___________________________________
Telephone Fax Number
19
Attachment C
Bid Cost/Charges Form
Price for
purchase and
installation
of Bosch
Intrusion
Detection
System*
Price for
purchase and
installation of
Avigilon
Access
Control
System*
Price for
purchase
and
installation
of Avigilon
Video
Surveillance
System*
Other
charges
(please
specify
type,
amount, and
frequency
of the
charges, if
applicable)*
*Price should include the cost of labor and materials to provide all services in the
Scope of Work. See Scope of Work and Attachment A for more details. The
Library is political subdivision of the State of Missouri and has a Missouri sales tax
exemption certificate. A copy of this certificate can be provided to the selected
vendor upon request.
In addition to providing total prices in the table above, Bidders must also
provide a detailed quote to the Library for all charges to complete the Scope of
Work.
The Library relies on the Bidder to assure that all charges to complete the Scope of Work are submitted in the bid and that there are no hidden costs or charges that will be incurred by the Library.
20
Attachment DAFFIDAVIT OF WORK AUTHORIZATION
I. , of lawful age and being first duly sworn my oath, state as
follows to the Kansas City Urban Public Library District, a political subdivision of the State of Missouri:
1. In accordance with R.S.Mo. § 285.530(2) __ ________________ (“Contractor”) is
enrolled and will continue to participate in a federal work authorization program in respect to employees
that will work in connection with the contracted service __________________________(the “Project”) for
the duration of the contract.
2. I also affirm that Contractor does not and will not knowingly employ any person who is
an unauthorized alien in connection with the contracted services related to the Project for the duration of
the contract, if awarded.
3. Furthermore, I also affirm that all subcontractors working on this contract for services to
the Kansas City Urban Public Library District shall affirmatively state in writing in their contracts with
Contractor that they are not in violation of R.S.Mo. § 285.530(1), and shall not thereafter be in violation.
Alternatively, the subcontractor shall submit to the Contractor a sworn affidavit under penalty of perjury
attesting that all employees are lawfully present in the United States.
FURTHER AFFIANT SAYETH NAUGHT.
__________________________________________
(Signature)
Dated:
STATE OF )
) ss.
COUNTY OF )
Subscribed and sworn to before me this ____ day of __________, 20__.