2015-110ORDINANCE NO. 2015 -110
AN ORDINANCE ACCEPTING COMPETITIVE PROPOSALS AND AWARDING A
CONTRACT FOR THE PURCHASE OF A SECURITY ACCESS CONTROL SYSTEM FOR THE
CITY OF DENTON; AND PROVIDING AN EFFECTIVE DATE (RFP 5313- AWARDED TO
AMERICAN BUSINESS ELECTRONICS, INCORPORATED (THE ABE CORP.) IN THE FIVE
(5) YEAR NOT -TO- EXCEED AMOUNT OF $2,500,000).
WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for a
security access control system for the City of Denton in accordance with the procedures of State law
and City ordinances; and
WHEREAS, the City Manager or a designated employee has received and reviewed and
recommended that the herein described proposals are the most advantageous to the City considering
the relative importance of price and the other evaluation factors included in the request for proposals;
and
WHEREAS, the City Council has provided in the City Budget for the appropriation of funds
to be used for the purchase of the materials, equipment, supplies or services approved and accepted
herein; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. The items in the following numbered request for proposal for materials,
equipment, supplies or services, shown in the "Request for Proposals" on file in the office of the
Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City
considering the relative importance of price and the other evaluation factors included in the request
for proposals.
RFP
NUMBER CONTRACTOR AMOUNT
5313 American Business Electronics, Incorporated $2,500,000
SECTION 2. By the acceptance and approval of the above numbered items of the submitted
proposals, the City accepts the offer of the persons submitting the proposals for such items and
agrees to purchase the materials, equipment, supplies or services in accordance with the terms,
specifications, standards, quantities and for the specified sums contained in the Proposal Invitations,
Proposals, and related documents.
SECTION 3. Should the City and person submitting approved and accepted items and of the
submitted proposals wish to enter into a formal written agreement as a result of the acceptance,
approval, and awarding of the proposals, the City Manager or his designated representative is hereby
authorized to execute the written contract; provided that the written contract is in accordance with
the terms, conditions, specifications, standards, quantities and specified sums contained in the
Proposal and related documents herein approved and accepted.
SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the
authority to take any actions that may be required or permitted to be performed by the City of Denton
under RFP 5313 to the City Manager of the City of Denton, Texas, or his designee.
SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council
hereby authorizes the expenditure of funds therefor in the amount and in accordance with the
approved proposals.
SECTION 6. This ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the 2 ( day of r W, 2015.
CHRIS WA" ; "I xS, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:a
APPROVED AS TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
BY: �.
,w
CONTRACT BY AND BETWEEN
CITY OF DENTON, TEXAS AND AMERICAN BUSINESS ELECTRONICS, INC.
(RFP #5313)
THIS CONTR.AC71' is onade and entered into this RL
b and between �Amerigm I usin�ss lI'le troy �+ 1�� arl si �tcd dory �1" _ A.D., 2015,
y (�hCi� C "rr ), a corporation, whose
address is 1901 Royal Lane, Suite 102, Dallas, Texas 75229, hereinafter referred to as
"Contractor," and the CITY OF DENTON, TEXAS, a home rule municipal corporation,
hereinafter referred to as "City," to be effective upon approval of the Denton City Council and
subsequent execution of this Contract by the Denton City Manager or his duly authorized
designee.
For and in consideration of the covenants and agreements contained herein, and for the
mutual benefits to be obtained hereby, the parties agree as follows:
SCOPE OF SERVICES
Supplier shall provide products and /or services in accordance with the City's document
RFP # 5313 — Installation and Maintenance of Security Access Control System, a copy of which
is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract
consists of this written agreement and the following items which are attached hereto and
incorporated herein by reference:
(a) Special Terms and Conditions (Exhibit "A ");
(b) Request for Proposal (Exhibit "B" on File at the Office of the Purchasing
Agent);
(c) City of Denton Standard Terms and Conditions (Exhibit "C ");
(d) Insurance Requirements (Exhibit "D ");
(e) Form CIQ — Conflict of Interest Questionnaire (Exhibit "E ");
(f) Contractor's Proposal. (Exhibit "F ");
These documents make up the Contract documents and what is called for by one shall be
as binding as if called for by all. In the event of an inconsistency or conflict in any of the
provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving
precedence first to the written agreement then to the contract documents in the order in which
they are listed above. These documents shall be referred to collectively as "Contract
Documents."
File # 5313
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in
the year and day first above written,
APPROVED AS TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
go mm.
File # 5313
'OS°1 A, CSR
11 el"I
III °.i:
AUTHORIZED 1 GN T1
Date: C,4
PHONE NUMBER
1d�'�i - ' /tULQ,COr Co
EMAIL ADDRESS
CITY OF DENTON, TEXAS__
YBYE .
GEORGE C. W CAMPBELL, C ITY MANAGER
Exhibit A
Special Terms and Conditions
Total Contract Amount
The contract total for services shall not exceed $500,000 per one -year term for a total not -to-
exceed amount of $2,500,000 for the five (5) one -year terms. Pricing shall be per Exhibit F
attached.
Contract Terms
The contract term will be five (5) one -year terms, effective from date of award or notice to
proceed as determined by the City of Denton Purchasing Department.
The contract term will be one (1) year, effective from date of award. The City and the Supplier
shall have the option to renew this contract for an additional four (4) one -year periods.
The contract shall commence upon the issuance of a Notice of Award by the City of Denton and
shall automatically renew each year, from the date of award by City Council, unless either party
notifies the other prior to the scheduled renewal date. At the sole option of the City of Denton,
the contract may be further extended as needed, not to exceed a total of six (6) months.
Price Escalation and De- escalation
Prices quoted for the commodities or services described in the RFP must be firm for a period of
one year from date of contract award. Any request for price adjustment must be based on the,
U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI)* for Automatic
environmental controls for monitoring residential, commercial, and appliance use
(PCU3345123345120), and the Employment Cost Index (ECI) for Total Compensation, Private
Industry Construction Workers (CIU2012300000000A) as found at (http: / /www.bls.gov). The
price will be increased or decreased based upon the annual percentage change in the PPI and
ECI. The maximum escalation will not exceed +/- 8% for any individual year. The escalation
will be determined annually at the renewal date. Should the PPI change exceed a minimum
threshold value of +/-I%, then the stated eligible bid prices shall be adjusted in accordance with
the PPI change not to exceed the 8% limit per year. The Contractor should provide
documentation as percentage of each cost associated with the unit prices quoted for
consideration.
Request must be submitted in writing with supporting evidence for need of such increase to the
Purchasing Manager at least 60 days prior to contract expiration of each year. The Contractor
must also provide supporting documentation as justification for the request.
" Producer Price Index /PPI is defined by the U.S. Department of Labor:
The Producer Price Index (PPI) is a family of indexes that measures the average change over time in
selling prices received by domestic producers of goods and services. PPI measures price change from the
perspective of the seller, This contrasts with other measures, such as the Consumer Price Index (CPI),
that measure price change from the purchaser's perspective. Sellers' and purchasers' prices may differ
due to government subsidies, sales and excise taxes, and distribution costs.
File # 5313
Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation
as competitive with the general market price at the time, and become effective upon the renewal
date of the contract award or reject the increases within 30 calendar days after receipt of a
properly submitted request. If a properly submitted increase is rejected, the Contractor may
request cancellation of such items from the Contract by giving the City of Denton written notice.
Cancellation will not go into effect for 15 calendar days after a determination has been issued.
Pre -price increase prices must be honored on orders dated up to the official date of the City of
Denton approval and /or cancellation.
The request can be sent by e -mail to: purchasing@cityofdenton.com
Or mail to: Or call:
City of Denton City of Denton Purchasing
Attn: Purchasing Manager (940) 349 -7100
RFP # 5313
901B Texas Street
Denton, Texas 76209
The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes.
The Contractor shall supply the complete manufacturer price list for inclusion in the contract,
and update this contractually on a monthly basis. The monthly price list shall be communicated
electronically to the City of Denton, Materials Management Office, Attn: Contract
Administration, e- mailed to purchasingkcityofdenton.com.
Bi- annually, the Contractor shall submit a detailed "parts sold" list to the City. The parts sold list
shall be in excel format, reference the manufacturer listing and details, also referencing the "list
price" and the "sales price ", with a column for calculation of the % discount for each part sold to
the City. This bi- annual report shall be communicated electronically to the City of Denton,
Materials Management Office, Attn: Contract Administration, e- mailed to
purchasing_gcityofdenton.com.
Cooperative Purchasing/PiggybaEk Option
This contract will be available for use by all governmental entities within a fifty mile radius of
ABE Corp's office in Dallas, Texas, providing there is no conflict with any applicable statutes,
rules, policies, or procedures. The governmental entities will have the option to use the pricing as
agreed to within the resulting contract.
Governmental entities will issue their internal purchase orders directly to the contractor(s),
however, shall reference and cite the City of Denton contract number (Solicitation number)
within the purchase order document.
After award, the contractor agrees to pay a service fee in the amount of one percent (1 %) of the
dollar amount of all issued purchase orders generated from use of this contract. The contractor
further agrees to remit the service fee by check on a quarterly basis for the previous quarter spent
through this contract, to Julia Klinck, Contract Administration Supervisor, at 901B Texas Street,
Denton, TX 76209, on or by the fifteen day of each month, following the end of the quarter. The
Contractor shall also provided quarterly sales reports from the contract awards and Purchase
Orders issued from the Contract, for the purpose of billing and collecting the service fee, and for
File # 5313
compiling required purchasing history. This report shall be sent to
purchasin akit �,ofde�ntonxom on or by the tenth day of each month. The Contractor further
_gL� -
agrees that the City of Denton shall have the right, upon reasonable written notice, to review the
Contractor's records pertaining to purchases under this awarded contract to verify the accuracy
of service fees charged to the Contractor.
Contractor shall deliver goods or services within specified delivery times for 95% of all orders.
Contractor shall respond to all emergency calls within two (2) hours, or sooner, if security is
breached in a City building.
PerformaRgLhjgRjq ate q2jMj=
The Contractor shall incur contractual payment losses, as initiated by the City for
performance that falls short of specified performance standards as outlined below:
The Contractor shall be assessed a $50 fee each invoice when any one of the performance
standards outlined above are not met in full. The Contractor shall be assessed a $100 fee each
invoice when any two (2) or more performance standards outlined above are not met in full. At
the end of each month, the City will review the monthly reports and determine the percentage of
penalty to be assessed to the Contractor's monthly prof-it margin.
Exhibit C
Stand it PurchaseTerms and Conditions
I..
.Fhe Contractor agrees that the contract shall be governed 'by the following terins and conditions,
unless exceptions me daily noted a (idly negob ated., Unless otherwise specified in tine contrwt,
Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall. apply only to a solicitation to purchase goods, and
sections 9, 10, 11, 22 and 32 shall apply on.ly to a solicitation to purchase services to be
perfoinied principally at the City's premises air on public rights-of-way,
1. CONTRACTOR'S OBLIGATIONS. "Me Contractor shall fully mid timely provide all
defi verables described in, the Solicitation and in. the Contractor's Offer in strict accordance with.
the terms,, covenants, and conditions of the Contract =,d all applicable Federal, State, and local
laws, ndes, and regulations.
2. EFFEC'riv.E4 DATE/TERM.. Unless otherwise specified in the Solicitation, this Contract
shall be effective as "of the date the contract is signed by the City, and shall continue, in effect
until all obfigabons are performed in accordance with the Contract,
4. SHIIIIPMEN"'r VjNDER RE SE1111VATiON PRO'11111111`11MD- "Me Contra(,.,tar, is not authonzed to
ship the de five Tdbles, under reservation and no tender of a bill of lading will operate as sunder of
deliverables,
5., TYME & RISK OF LOS& 11fle to and risk of loss of the d6fiverables shall pass to the City
o when the City actually receives and accepts the deliverables.
He # 5313
'fib e contractor shafl, at all times, exercise reasonable precautions for the safety of their
employees, City Sta ff-, participants and others on or n. ar the City"s facilifies,
Environmental Protection. The Respondent shall be in compliance with all applicable
standards, orders, or regulations issued pursuant to the mandates oft Clean Air Act (42 U.S.C.
§7401 et se q.) and the Federal Water Pollution Control Act, as amended, (33 U.S.0 §1251 et
seq).
14. TRAVEL EXPENSES: All travel, lodging and per diem. expenses in connection with the
Contract shall be paid by the Contractor, unless otherwise stated in the contract terms. During the
to of this contract, the contractor shall bill and the City shall reirriburse contractor :for �dl.
it # 531 3
reasonable and approved out of pocket expenses which are incurred in the connection with the
performance of duties hereunder, Notwithstanding the foregoing, expenses for the time spent by
the contractor in traveling to and from City facilities wb not be reimbursed, unless otherwise
negotiated.
File # 5313
20, WARRANTY TITLE: 7he Contractor warrants that it has good and indefeasible title to
all defiverables furnished under the Contract and that the deliverables are free and clear of all
liens, claims, security interests and encumbrances. The Contractor shall indemnify and hold the
City harmless from and against all adverse title claims to the deliverables,
MMMMMM
and any Offer submitted by the Contractor may be disqualified :for up to three (3) years. All
rights and remedies under the Contract are cumulative and are not excliLsive of any other right or
remedy provided by law.
29, FRAUD: Fraudulent statements by the Contractor on any Offer or in any report or
deliverable required to be submitted by the Contractor to the City shall be grounds for the
termination oft Contract for cause by the City and may result in legal action.
City of Denton
Materials Managemerit Department
901 B Texas Street
Dentonjexas 76209
34. NOTICES: Unless otherwise specified, all notices, requests, or other communications
required or appropriate to be given under the Contract shall be in writing and shall be deemed
delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or
35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material
submitted by the Contractor to the City shall become property of the City upon receipt. Any
portions of such material claimed by the Contractor to be proprietary must be clearly marked as
such. Determination of the public nature of the material is subject to the Texas Public
Information Act, Chapter 552, and Texas Government Code.
Contractor agrees to use protective measures no less stringent than the Contractor uses within its
own business to protect its own most valuable information, which protective measures shall
under all circumstances be at least reasonable measures to ensure the continued confidentiality of
the Confidential Information.
39. PUBLICATIONS: All published material and written reports submitted under the Contract
must be originally developed material unless otherwise specifically provided in the Contract.
When material not originally developed is included in a report in any form, the source shall be
identified.
�_ r
I Ms sections constitute un 77oplay in MIN,
guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation
of this provision, with the knowledge, expressed or implied, of the Contractor shall render the
Contract voidable by the City. The Contractor shall complete and submit the City's Conflict of
Interest Questionnaire.
the Contracl.
47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by
both parties. No pre-printed or similar terms on any the Contractor invoice, order or other
document shall have any force or effect to change the terms, covenants, and conditions of the
Contract.
VUEM23M
If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal
Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of
operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of
Denton Holidays. Any scheduled deliveries or work perfon-nance not within the normal hours of
operation must be approved by the City Manager of Denton, Texas or his authorized designee.
53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose
continuing obligations on the parties, including but not limited to the warranty, indemnity, and
confidentiality obligations of the parties, shall survive the expiration or termination of the
Contract.
54. NON-SUSPENSION OR DEBARMENT CERTIFICATI4,A:
The City of Denton is prohibited from contracting with or making prime or sub-awards to parties
that are suspended or debarred or whose principals are suspended or debarred from Federal,
State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies
that its firm and its principals are not currently suspended or debarred from doing business with
the Federal Government, as indicated by the General Services Administration List of Parties
Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the
City of Denton.
D. The Contractor shall deliver only domestic end products except to the extent that it specified
delivery of foreign end products in the provision of the Solicitation entitled "Buy American Act
Certificate".
63. RESPONDENT LIA131LITY FOR DAMAGE TO GOVERNMENT PROPERTY: Th4
Respondent shall be liable for all damages to government-owned, leased, or occupied property
and equipment caused by the Respondent and its employees, agents, subcontractors, and
[wra-liwal
Should conflict anise between any of the contract documents, it shall be resolved it the
following order of precedence (if applicable). In any event, the final negotiated contract
shall take precedence over any and all contract documents to the extent of such conflict
1. Final negotiated contract
2. /. Bid doc nn
3m City's standard terms and conditions
4. Purchase order
5. Supplier -term and conditions
i/
SUOMI
Upon contract execution, all insurance requirements shag become contractual obligations,
which the successful contractor shall have a duty to maintain throughout the course of this
contract,
MMOMMMIMINIM M,
Name as Additional Insured the City of Denton, its Officials, Agents, Employees
and volunteers„
That such insurance is rima ry to n•Any other insurance available 't 'the Additional
Insured with respect to claims covered under the policy and that this Insurance
applies separately to each insured lin t whom claim is made or suit is brought„
'The inclusion of more than one insured shall not operate to increase the insurers
limit of liability,
,l. should policies
described on the certificate be cancelled or materially changed before
expiration
Should any of the required insurance be provided under a claims made form, Contractor
shall maintain such coverage continuously throughout the term of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract term which give rise to claims made after
expiration of the contract shall be covered.
Should any of the required insurance be provided under a form of coverage that includes
a general annual aggregate limit providing for claims investigation or legal defense costs
to be included in the general annual aggregate limit, the Contractor shall either double
the occurrence limits or obtain Owners and Contractors Protective Liability Insurance.
Should any required insurance lapse during the contract term, requests for payments
originating after such lapse shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this contract, effective as of the lapse
date. If insurance is not reinstated, City may, at its sole option, terminate this agreement
effective on the date of the lapse.
All insurance policies proposed or obtained in satisfaction of this Contract sh
additionally comply with the following marked
compliance "' throughout the duration of the Contra
noted. or longer, N so
[XI A. General Liability Insurance:
General Liability insurance with combined single limits of not less th
J1&22s000.00 shall be provided and maintained by the Contractor. The policy
be written on an occurrence basis either in a single policy or in a combination
underlying and umbrella or excess policies. I
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used:
Coverage A shall Include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage.
® Coverage C, medical payments, is not required,
;i
0 Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, Independent contractors and property
damage resulting from explosion, collapse or underground (XCU) exposures.
Broad form contractual liability (preferably by endorsement) covering this
contract„ personal injury liability and broad forrn property damage liability.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability Insurance with Combined
Bungle L'innits (CSI ) of not less than 1§22LOOO either in a single policy or in a combination
of basic and umbrella or excess policies. 'The policy will include bodily inJury and
property damage liability arising out of the operation, maintenance and use of all
automobiles and mobile equipment used In conjunction with this contract.
Satisfaction of the above requirement shall be in the forrn of a policy endorsement foie
• any auto„ or
• all owned hired and non -owned autos,
IN III
Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or Is unavailable to
the contractor or if a contractor leases or rents a portion of a City building. Limits of not
less than each occurrence are required.
Professional ILiabill , insurance
Professional liability Insurance with Ilimits not less than 11,Rq2,000.00 per claim with
respect to negligent acts, errors or omissions in connection with professional services is
required under this Agreement.,
Builders' la insurance
Builders' Risk Insurance, on an ,II -Msk form for 100% of the completed value shall be
Provided, Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their Interests may appear.
J1 Commercial Crime
Additional In c
Other Insurance may be required on an individual basis for extra hazardous contracts
and specific service agreements. It such additional insurance is required for a specific
contract, that requirement will I e described on the "SpecMc ondkio n " of the contract
specifications.
ATTACHMENT I
[X] Workers Compensation Coverage for Building or Construction Projects for
Governmental Entities
Duration of the project - includes the time from the beginning of the work on
the project until the contractors/person's work on the project has been
ompted anatd e goernmta titce cpeby eny.
B. The contractor shall provide coverage, based on proper we v of
classification codes and payroll amounts and filing of any overage
agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all employees of the Contractor providing services
on the project, for the duration of the project.
0. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
D If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, prior to
the end of the coverage period, file a new certificate of coverage with the
governmental entity showing that coverage has been extended.
I
ceirtificate of coverage, Ipdor to the other person beginning work on
File # 5313
the pr j t'u and
. a new cerffficate of coverage showing xt rn i rn of coverage, prior to
the rnd of the coverage period, if the v r g period shown on the
current certificate of coverage ends during the duration f the project-,
5.. retain all required certificates of coverage on file 'for the duration of t
project and for one year thereafter; I
.. notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person k n r should have now n, of
any change that materially ,Recta the provision of coverage of any prom
providing services on the project„ and
I ..
The contractor's failure to mply with any of these provisions is r ch of
contract by 'the contractor which entities the governmental entity to declare
the contract void if -the contractor does not remedy tine breach within tern
days after receipt cf notice of breach 'tr m the governmental entity.
EM Mff E
CITY OF DENTON
RFP FOR SECURMY ACCESS CONTROL sys rlEM
ATTA.CHMEN,r G.
RA ng= G?r,::,r.) -M r,,,kllla
THE ABE Corp.
American Buufliness Elect�.r u�>noiuru'.s,h�u— (lin�tracto is and Consultants ' *' Registered Prfji� sslom 111 Engl uueess
DEN . ......... rON
Purchasing Department
01 -11 Texas Sim
Denton, TX 7620
(940 ) 349-71.00
www,,dentoiapurclN,asisig.c(u iNi
installation and Maintenance of Security Access (..,ontrol System
foi,-,, the City of Denton
Issue Date.- January , 2015
Response due Date and,rime ((.".entral Ti
Tuesday, February 1.7, 2015, 11.-00 a.m.
111h m 972 620 7667 Fm 972 620...8878
1901 IRoyal Lane * Suite 102 a Dallas, Texas 75229
Bonded, Insured, State License No—BI-837
Purchashig Department
901-B'Fexas St.
Dent , IN 76209
(940) 349-7100
Installation and Maintenance of Security c Control System
r the City of Denton
Issue Date-, January 30, 2015
Response due Date and Time (Central'I'ime):
Jig, 11 il I i
10 The intent of establishing a contract through this RFP Is to cover the maintenance of the
existing WIN -PAIL Access Management System by Honeywell that Is Installed throughout
the City facilities. There will be some new additions for facilities that are under
construction, as well as new construction during the contract period.
o A building list with square footage of the covered areas under the existing
security access control system is attached.
2. The existing Integrated security management system Is consisted of approximately 116
panels,
o There are plans to install an additional 19 card readers at the Denton Municipal
Electric substations. A control panel will be Installed at each substation, which
enables to be controlled by the WIN-PAK software system.
3. Upon award of the contract, the Contractor shall be responsible for providing drawings
indicating the name and location of each card reader and panel. When new readers and
panels are Installed during the contract period, the drawings shall be updated by the
Contractor,
o There are no drawings available at this time for vendor review.
4. Item 2 on Exhibit I —Pricing Sheet. Emergency Service Work (hourly rate) .-Two (2) hour
response timer uired. The required response time Is the response time to the jobsite
located at a City of Denton facility.
S. Replace Exhibit I — Pridng Sheet with the attached revised pricing sheet. The
revised pricing sheet shall be submitted with your proposal.
FNA I I C 1191 � 99� I 1.1 11 3
1. 'The awarded contractor shall supply the complete manufacturer price list for inclusion
In the contract, and update this contractually on a monthly basis. The monthly price list
shall be communicated electronically to the City of Denton, Materials Management
Office, no Contract Administration, e-malled to
L 131-annually, the awarded contractor shell submit a detailed 'parts sold' list to the City.
The parts sold list shall be in excel fimmut, reference the manufacturer 16Vng and
detalls, also referencing the qIst,pr1cer* and the "sales price with a column for
Em
cakWaflon of the % discount for each part sold to the Clty. This W.-annual report shaH be
coo munkated Wectronicfly to the CItV of Denton, Materials Management Office, Attil:
Contract Administration, e-malledto Rurchq,%IrZPcfty2fdentqn&ornw
I The contract term has been changed to a one (1) V contract with four (4) or
rersewals instead of the specified one (1) year contract, with two (2) one-year renewals.
The contract shafl renew autntnaticalIV each year on the award date uHess either party
desire to make any changes to the coriitmct.
NO OT HEIR CHANGES Al" THE STIME.
Thisfbow should be signed py"oposaL
2M
rr ,
G
r
! �II III IOA��I✓N � II ��IUXIINi�ii
/ � 6'�' MfNA I
�
�
YYYY � �I
'
t
fIY
i / , III IIII .IIII I
IIYIYYVYV
y
I Iu�iullw�Nill (IIII IIINiIww� I�I��wllll�ll�ll
Yi
f
,
IIII
��r
IYIY
7
/
Y,
I N iYINo
gr�l
w
s
r I
I �I�I�I�����N��I� i IIIII���NI�I� IIIiII�
1
N�I��IIIIM II IIII II I � IlI
''
rUU 11
IIY� ;�f, Dill
` e ; � IIII �� wll IIl IIIIUI��w ICI IUII II
j l
�IIIII IIIIilwl�iww� i�Iwll�lwIII�I�a���
,
:
r ;
II � III wi IIII IIlllw �w �N
� iilil� wl I_. � w���l I U�I�I illl�ll�llll�
I�Jrlw Il II il��wwrw� .
Y
111 I Y� IIYI
IIYyyyyI IYI
4 {
� YXII �/1 �MAl11 r
_III�I�Iwll III ��� I��II IIw�wl�l�iiw u
y
+ ' YYM f ^, �INIUi MifNrwfi
',, ,, I
- IIU III IIII I 1pll w � I III II
�
uef
� if0�iN11VNl UA
p
fIA'y' �YNNMY
v �, II IIIIIIIIIII IIIIIN II IIIIIIIIII I
�� II ✓rr�l I
}
I�
IIY�I ^�II II���`YII � IIy
,
�'
1
!
�YINMII� III�Y
rw� ,��� "�Ilw� ��u�wwi
�jifA.i IY IMIAiF
� Ilwl�l I�II���IIwu�I�i I�IIIIliilllllllillll lllillill II
As � Y. wr��wNMY
�
I
V
I Vq III ° I I IY
-,
� � �,. ;
/
� �I��Ir�
' �'; I ��� '�a2 I ��"�,✓� /mss^
r
Y r mIYrJ r i`Y
a e, ,
r
IyY
r
i U
9
v ,
ADINENI)WM #1
Addendum #1 to 11be retuiir,,ned with Proposal
"'I'he response due date has been extended from ,'ruesday, January 27, 2015
to Tues day, Febmary 17,2015.
More information and clarification to the sIpecifications and, pricing sheet
will. soon follow in Addendum. #2. Please monitor the
wwmr.det'il.on�'Ll'i° ch.asit'hf,. - -.- it for the next addendum-'s posting.
NO OTHER -1 III AT THIS TIMIE.
CITY OF DEWON
IRFP IMR SECURITY ACCESS CON MOL. sys rEM
AT"J'ACHMEN'TC
BUSINESS OV ERVIEWQ U ES AIRE AND FORMS
Conti-actor Name: AL111'el-'Can Business I.,"Iectronics, h1c,
Adcircss (Prk"wipal Place cd'&,isiness)� 1, 90 1012
IDoes your coT.npmiy have an estabfisl.ied physical presence in tile State of Tex as, or tbie Ci of
J')'eultonr? ')cs
N, Ta, � 111a,
,x 1-7,`r W82 2
V, Errjaill Addrcs,,, of Prima ycont,,,,,icC
V ' WebsileAddress.,
vH,. Telqphone� 972 6207007
Orga'rWizafiori� Class—
X
partnemilip
Individual
Ccitporafioi
Associkiflon
xi, Date Estabfishe& 197 3
1)ate of Dissolution: N,A,
xiv. Sul�6diazy ofi �NL A,,
x V, Tqo
x, v prinic"JI'mIs arld Officers: R�dmx(d I V,, 1, T' Jw I n r
y 1H.,
111e,ase de fu,,id respcw, sibffifies will fi'w riarrw ofcadu IJprir�cipal Or officer, A- Iragc
62
PAGE 48 OF FRF��P # 5313
C111111111111111 OF!!! DEN"! (."M
RFP �!!Dll SECURI A(��(��ESS ' .01114TIZ 01 !1.3111YSTEM
K 'I, p�w F�`
df,,,,tafl with 'the AI, arn(,r ofc,,,ii,ch k(, r p� 1�-,{ is 1 1 1 ,
xvliL NUMIXI 4 &FIct sonnel bY Dkcipl nc�� A,
Nscipline ��hiiinber cill'Swff 11 Ucuns'� d of, Certified
I
11'111�lcrvicc,s 11'rovided 1")y Contractor: ')''cc kc,,��'ww,c
a. Please provide as detailed listing of all services that your company provides.
b. Please detail your prior experience working on similar projects with'Faxas governmental
entities,
c. Please detail your similar serviccs provided over the past five (5) yean..".
cp Detai I d(.:),curncrtted proof of at least U-.iree (3) prqj ects in tfie past two (2) years.
e. Please detail these services, irwhiding, the nature of the seirvices pr(wided, the scope of flie
activities, the organizations fbr which the services wer(.,, provided, the dates of The prcijects,
and the docutriented benefit to the g(,wernmental entity.
xx Has your company filed or been nained in any litigation involviing your company and the
Owner on as contract within the last five years Linder YOUr CUrrent company name or any
cither (..,ornpany narne,? NO If so provide details ofthe issues and resolution if
available. Include lawsuits where Owner was involved.
Xxi. Please provide at least (3) three references (1)rifierab4y njunic-ilwalifies) and contract
arnounts. Include proJect description, contact names, position, and organization name and
telephone nurn[)er for each ref' ren(.,,e listed,. See attachmerit fl,
xxii. Have you ever defaulted on or failed to complete as contract under your current company
narne or any ember company name? Non If so, where and why?' Give name and telephoine
number of Own.er.
Xxiii, I lave you ever, had a contract terminated by the Owner? 1,,R) ifs o,whereandwhy?Givc
name and telephone nurnber (s) of Owner (s).
N I V Has your company implerriented an Employee Health and Safety Program c rripliant with 29
1
CIT. � 19 10 "'General Industry Standards" and/or 29 C F. p 926 "'General Coristruclion
Standards" as they apply to your Company's custornary ac.tivities? Y I
1,�'] /N il,1 I ) A
926
XW Please indicate the total nunii,ber of projects your Firni has undeitaken. within th.e last five
years? 1127
Xxvi, Bidder Determinatiorr Resident
Texas ('. ioverni-nent Code Section 2252.002, Nn -resident bidders. Texas law pirohibits cities
and other governmental units from awarding confracts to as nori resident firm unless the
an-iount of suc;h a bid is lower than the lowest bid by a Texas resident by the arriount the
PAGE 49 01:::: FRI::? # 5313
Cl II[Y OF DENT 014
IRM::w IFOR SIIEi VUIIRITY ACCESS CON nwL sys"rEM
Texas resident would be required to underbid in the non-resident bidders' state. in orde-r- to
make this determination, please psavids the of
MAJ. Proposing fir axsprinciple place of business: 1901 Royal Lzne, Suite 102
DOW, has 75229
a. Company's mkjority owncr' principle place of business: Swne as above
Smme
b. Ultimate Parent. Compmmy
, y's principle place of busp ness: Same as above
The ABE corp. has had the privilege of maintaining and expanding the
Mectromic Access Contrul System for the City of 11IDenton for over 20 years.
We intend to continue to provide the same great service and
support that we have provided to the City of Denton for the last
20 years. we have set consistent standards; using the most cost
effective and reliable products to maintain a highly reliable
Electronic Access Control System.
We have guided the City of Denton through twe;ty years of
technology changes and left the City with a State of the art
modular system that is not proprietary to any single company or
service provider.
In summary, we treat you like we are installing these systems
for ourselves, so we protect your interests and place your needs
as the highest priority when supporting the operation of this
equipment.
I certify that our firin, meets the inininium qualifications ass in this documen section 2.
1gy um,
compay
X- 4"'v,
PAGE 50 OF RFP 0 5313
Date
CITY OF DIENTON
SECURITY RFP FOR CCU SS CONTROL SYSTEM
AwACHMENT a
SAFETY RECORD QUESTIONNAIRE
The City of :Dento. n desires to avail itwIff of the benefits of Section 252,0435 of the Local Governinent Code,
d consider the wffety records of , � to contractors : or to awarding bids on City contracts. Pursuant try
Section 252,0435 of the Local Govennnent Code, the City of Denton has adapted the ffillowing written
definition and criteria for accurately determining the safety record of a bidder pri®r to awarding 1bids on City
The definition srrd enter a for deteffaining the safety record of ar bidder for this consideration shall be:
The City of Denton shall consider the safety record of the bidders In determining the responsibility,
thereof. City may consider anyincidence involving worker safety or safety of the citizens of the
.
City of Denton, be d or caused by envir onmentsd, mechanical, operationaL Supervision or any
other cause am ff ctory Specifically, the City may consider, among other r
„ Complaints to, or final orders s ed by, the Occupational atio ° t and Health
Review Commission (OS ), against the bidder for violations, off CAS
regLilations within the past three (3) years.
C. Convictions of s annunal offense within the past ten (0) years, whidh resulted is
bodily harm or death.,
d.. Any rather safety related xnaacr darned by the City Council tp tar be l in
determining the responsibility pronsibility off° the bidder and his or her ability to perff°o . tie
services or goods requiredby the bid documents in a safe enviromnent, both for than
workers and other employees of bidder and the citizens of the City. of Denton.
In order to obtain proper info. attars from bidders so that City of Denton nzy consider the safety records of
potential cmitractors to awarding bids on City contracts, ity of Denton rea ° that bidders the
followmg (3) questions and subant tbarn with their
bids-
PAGE 51 OF RFP # 5313
C1 IN OF DENTON
RFP FOR SECG RI N ACCESS CONTROL SYSTEM
If the bidder Im indicated YES for question mnxil)er one above, the bidder must provide to City of Denton,
with its bid stibmission, flie following information with :respect to cacti inch citation',
Date of offeme, location of establishment inspected, category of offense, final disposition of offense, if any,
and penalty assessed.
MANIONIM
YES--- ---11-111-11 'NO X
If the bidder h&s indicated YFS I& question nu caber two above, the bidder murd provide to City of Denton,
with its bid submission, the following info rniation with respect to each such 0onviction:
Date of offense or occurrence, location where offense occunwd, type of offense,map disposition of offense,
if any, and penalty aresod.
PAGIE 5 2 011::" RFIP # 5313
CITY OF DENTON
L SYSTLL
If the bidder has indicated YES for quesdon number one Above, die bidder rmist provide to City of Dentoxi,
-widi its bid subn&sion, the following informationwith respect to each such CiWtion:
Date of offense, location of esteiblishment inspeet4 category of Offense, fiml disposition of offense, if any,
and penalty assessed,
MASKA21 "M
YES. NO. X
If the bidder has incheated YES for question tmmber two sibove, the bidder rmst provide to City of Denton,
PAGE 53 OF RFP * 5.11.1
CITY OF DENTON
RFP FOR SECURITY ACCESS CONTROL SYSTEM
ATTACHMENT F
RETERE . a
PROPRIETARY W
Please list three (3) Government references, other than nie CIty of Denton, who can verify the quality (.Yf service your
company provides, The Cit.y prefers customers of similar size and scope of work. to this proposal.
REFERENCE ONE
GOVERNIVM-N"r/C(,)IWIIANYNA.ME: North Central Texas Council of Governments-
LOCATTON: 600 Six Flags Dr,'..i,ve, Su.i.te 226, Arl-ingt-.on, Texas
CONTACT PERSON AND TITLE: M& Donma Stewa-r,,d - Procurement & FacHitles Coordinator I ............
TELl!"PHONE IqLIMBER: 817 695-9109,.--,.. — ------- . . . ... ......... . .. . ....... . . .... ". -...w — - ------ . . .......... . . ..... . . ......
SCOPE OF WORK,. Electronic Access Control and Closed Circuit Cam era qt en s Sy, 11
CONTRACT PERIOD: 2008 - 2015 ............
REFERENCE TWO
REFERENCE THREE
PAGE 6 4 OF RFI::� # 5313
C17Y OF DENTON
RF'P FOR SECURrrY ACCESS CONTROL SYSTEM
ATTACHMENT D
SUBMISSION EXCEPTIONS
AM exceptirms talmn to Idlis sofic ncluding the Terms aind Conditions as 119W ion won VI) ins ubt, be
itemized m the lines Wow. Additiuml pages maybe added uneeded, If there ue no exceptions, please sign. where
indicated at the bottom of the page.
han # DesarOion
W=
NO Exceptions takento thisRFP.
W=
ly
PAGF FA OF RFP * 5313
WM
Dac
CII'Y OF DENTON
RFP FOR SECURrTY ACCESS CONTROL SYS"FEM
ATTACHMENT J
ACKNOWLEDGEMENT
T IE STATE OF TEXAS
COUNTY OF I NTOIN
The undersigned agrees this RFP becomes the property of the City of Denton after the official opening.
The undersigned agrees that the RFP posted on the bsite are the official specifications and WmU not alter the
electronic copy of tine spa ecifications and/or pricing sheet (Exhibit 1), without clearly identifying changes.
The undersigned understands they will be responsible for monitoring the City of Denton Purchasing Website at.,
hLo./�/www,c�t �ofden�toncom�/jd xas �x? c= 97 to ensure they have downloaded and signed all addend (s9
required for submission with their proposal.
Should a conflict arise between the PO, supplier terms, or contract; the terns and conditions set forth in. this RFP
shall. prevafl,
i —Dallas, Texas 75229
Name Joseph Kearley
Title; VP-Comptroller
Tel. No. 9726207667 Fax. No. 972 620 8878
Email. j,De@theabecorp.com
PAGE 60 OF RFP # 6313
CffY OF DENTON
RFP FOR SECURI'IlrY ACCESS CONTROL SYSTEM
A. -Answers for pages 1`7,48 49
I ri t x co du c t::L o n f rom page 17
We intend to continue to provicle the sarne great service
and support that we have provided to the City of Denton for the
last 20 years. ABE Corp. has maintained and expanded the
Honeywell Access control system throughout the city We have
set consistent standards; using the most cost effective and
reliable products to maintain a highly re'Uab]1..e Electronic
Access Control System.
We have guided the it of Denton through twenty years of
technology changes and left the City witb a State of the art
modular system that is not proprietary to any single company or
service prcn7ider.
In summa.ry, we treat you like we are installing these
systems for ourselves, so we protect youx interests and place
your needs as the highest p0ority when suppoxting the operation
of this equipment.
We have reviewed each question for the serv:ices being
requested by the City of Denton and have answered each one.
American Business Electronics was chartered in 1973, in the
State of Texas. It is a family company that cherishes it
customers and treats them with dignity, respect and a caring
attitude. Our telephone line is answexed by a live operator 24
hours a day.
American Business Electronics provides qual.ity, state of
the art systems, and we greatly value our customers and are
proud of our work quality.
We k.now that we will continue to provide the top quality
work that the City of Denton has received from US for inany,
years. We g-reat]II..y th.ank you for this opportunity to serve yoti
again.
�WAGE 60 OF RFP # 6313
ll
AY
CITY OF IDENTON
FtFF1 FOR SECURITY ACCESS CONTROL SYSTEM
F'rom pages 48-49
xvi. President- Supervises operations of the company
Vice President-. Handles, company operat.I.ons
Secretary - Monitors company records
Comptroller 1.1and]-es company finances
xvii. Rick Kearley - VP of opera t,'I.ons and Enigil.neering
Joe Kearley - Comptroller and CPA
Eugene Sanders - 0ffice Manager
Gerald Epperson - Installation Specialist
,rerry Sinithey Access control Specialis'-t
goy Ried,inger VP Sales
Rosponse A - continued
xviii. Rick Xearley - VP of operations and Engineering
Joe Kearley - Comptroller and CPA
Eugene Sanders Office Manager
Gerald Epperson - Installation Specialist
Terry Smithey Access control Specialist
Ray Rigid inger VE Sales
xix. Consulting, Sales, Serv.i..ce and ''r.nstallation of the
Following systems:
11 Access Control Systems
2) Closed Circuit Camera Systems
31 Communications and Sound Systems
41 Life Safety Systems
PAGE 61 OF RFP # 5M 3
CITY OF DENTON
RIFEEMMEMNUMAC
Response B
Listed below are a few ofthe reasons to select ABE Corporationfor
your Electronic Security System's needs,
--ABE Corp. has Installed and serviced electronic security
systems for over 41 years.
— ABE Corp. has serviced and Installed HONEYMLL
ACCESS
Our staff Is well trained and technically capable of supporting
this product line.
—We have a reputation of honoring 9 prices
stated ,/ price increases
sales estimate. We honor our original quoted prices and keep our
with. customers Interests In mind.
— ABE Corp. has maintained the same ownership and
management team, which makes them the most stable group to do
business
— ABE Corp. Is an Independent dealership and has the
objectivity to recommend products
not sales quotas.
—All of the products acquired from ABE Corp. are available
other
—We are offering you highly competitive pricing whil
providing the best possible service.
have serviced mai brands of Access control products
customers' for over 41 years minimizing our
maintenance costs.
0
PAGE 63 OF RFP # 6313
MY OF DENTON
l
Response B
Usted below are a few ofthe reasons to select
Honeywell Access Systems hasthe largest
dealeddistributor base. So you can find factory authorized I
more r eas ofthe worldthan any other access equipment
manufacturer.
Honeywell Access Systems Equipment will work with almost
all of the third party, access card readers, cards, and blometric
devices on the market today.
— Honeywell Access Systems has over twenty years
experience In the Industry.
— Honeywell Access Systems has the largest customer base In
the Industry. 'There are more Northern Computersl Honeywell Access
control systems In operadon then any other brand.
PAGE 64 OF RFP # 5313
CITY OF DENTON
11PP F01IR SECG RE"T"'Y ACCESS CONTROL SYSTEM
Response Ja
In summary, we treat you like we are installing these
systems for ourselves, so we protect your interests and place
your needs as the highest priority when supporting the operation
of this equipment,
PAGE 65 OF F-RFP # 6313
Response 8
Corp.
Amerlenn Business
City of Denton, Texas
Municipal Building
Denton, TX 76201
Attu.: Purchasing
Reference: access Control System
.Listed on the following pages are y considerations and
facts as to why we should continue serving your city in the
future. Please review these statements regarding your Access
Control system.
You want to limit who can access the Honeywell WInPak
computer i
data about all of the city staff. i data-bass must be
maintained r
PAGE 66 OF FP # 5313
C1 1"Y OF DEN'r0N
Response
mistakes and eqt.j1prnent f iltires. II itfill l rvk companies
present the problernii of dividing, r ism ! 1111ty for servica,
fallures. Is it a softwaro or hardware problem?
is We balance the needs of keeping your system,lochinologically
current while maintaining the original equipment.
ABE Corp. has maintained the same ownership and
management team for over 40 years, which makes us one
the most stable groups to do business with. I
N We have a ,pu
PAGE 67 OF RFP # 5313
CIII TY OF MEN'rON
IRFP 1::�OR SECURMY ACCESS CONTROI SYSTEM
RespOnSO JB
The ABE Corporation operates under the authority
of the Texas department of Public Safety, P.O. Box
4087, Tustin, Texas 78733, phone 512/424-2000.
We look forward to many more years of maintaining your
Access Control Security needs throughout the City of Denton. We
take this honor and responsibility e'er r.-J,.,ousl nd appreciate
the faith that you have had had in us over the last 20 years.
Please contact us when we can be of service. Feel free to
call when you can.
Sincerely,
Roy L. Riedinger
Vice President
RLR/krl
J
i:� AGE 68 OF N 5313
Certificate of Fact
The -undersigned, as Secretary of State of Texas, does hereby certify that the document, Legacy Filing
for AMMCAN RUSMSS ELECTRDNICS, M. (Eae =anber 325010M), a Dome" For-Profit
Corporation, was filed in this office on May 21, 1973,
It is further certified that the entity status in Texas is in existence.
I
In testimony whereof, I liave hereunto signed my name
of5cially and msed to be lnWeuad hereon the Seal&
State at my office in Austin, Texas on January 20, 2015.
Come visit us on the internet at hilp llmvpwaos aloe.
4L us/
Phone" Q 92 463-5555 Fox., (512) 463-5709 Did: 7-1-1 fox. Servk=
Prepared by: SOS-WEB TD: 102 64 Docunwid: 597343290002
ABE Corp. ' BEST AND FINAL OFFER
RFP 5313 Pricing Sheet for Installation and Maintenance of Security Access Control System
The ABE Corp.
Respondent: (Amerkon Business Electronics)
Principle Location of Business: Dallas, Texas
Services Proposal Pricing
Services include performing all labor, materials, tools, fees, permits, and equipment including transpoltation
services noce,,,sayy to rarvWfois the work outlined at the unit prices indicated below: BESTAND FINAL OFFER
Unit Cost of Service Response Time (in
Type of Product/Service Requested (per hour) I days�
I
Service Work (hourly rate)
1.
HIR
Regular Working Hours (Monday - Fr[day, 8:00 am, 5:00la—)
115.00Wr
I day
Overtime Working Hours (Monday Friday, 5:00 prn, 8:00 a.m.; FrIday, 5:00 p m. Saturday, 12:00
3.1a
H R
midnight)
S172,50
Zdays
FIR
Sunday Houns (Saturday, 12:00 a m. midnight - Monday, 8:00 axi,)
$230 00
2 Days
id
HRI
I
(5:00 p.m. prior night to 8:00 a m, followlng day)
$230.00
2 Days
2
'H.lid.ys
Emergency Service Work (hourly rate) - Two 12) hour response time req u I r e d
Typical Response
Time (in h urs)
2b
HR
2c
HR
Sunday Hours (Saturday, 12:00 a m midnight - Monday, 8:00 a.m
$460.00
2 Hour,
2 d
H R
Holidays (5:00 p in prior night to 8:00 a to following day)
5460.00
2 Hours
3
Other Services
3 a
E A
F.,hulc.l Support ever the Phone
$ 100 00\HR (first 30 min
no charge)
FOB and ID Card Number Database TrackIng (Duplicate ID Number Prevention) *=e
3b
E A
cards are purchased from ABE corp.
�1.
!A1'-00\HR —*Se' not'
—1$2,45750
Total Unit Cost
$
Cost of Select Material:
The following 11V of products is not a comprehensive list of products to be purchased by the City. Pricing for these
items are solely for the parposo of cost riumpaoh;,rn, and evaluation
ITEM I DESCRIPTION I City's Price
4 WmPak Software SE version 4 - Single user license NWPS4
--- .... ------
WmPak Software SE version 4 - Five user license NWPS4U5
Honeywell NetAxs123 control panel; NXIMPS - I door system
6 Honeywell NetAxs123 control panel; NXIMP5 \NXD1 - 2-door system
7 Honeywell NetAxs123 control panel; NXIMPS\NXD2 - 3-door system
. . ...... . . .
a Proximity type Card Reader; HID Multiprox M920PTNNEK00000
9 Proximity type Card Reader; HID Thinline 5395
10 Access Cards; HID 13OLGGMN ISOPROX 11
. .........
11 Access tons; HID 1346LNSMN ProxKey III
12 "Request to UK" device Ivlo4ion Detector; Bosch DS1501
13 "Request to ExIt" device Push button Switch; Alarm Controls TS2 2
14 ElaH.6c Strike type lock; HES 10060
— — . . .... ....
is Electric Strilo, tvp. lack; HES 5006C
...........
16 Electromagnetic lock; Rutherford Controls, Inc. 0 8310
17 Network converter; Lantronix UDS1100
. . .......... — ..... ----
is Power Supply Altronix; SMP3 12C
Cost of Other Material:
M
Total Unit Cost: $ 7,630.60
ITEM DESCRIPTION I Percentage from List Price Discount
19 All products and parts not included above
Note, it has been over five years since Denton required any after hours service.
C&ty of Denton
"t
Cooper Crook Sub-Station
AM=: CyntlLia Alc=o - Purchax2mg Dept
215 R. MaXimnsy St.
V t
anton. TX 76201
AUT&KNOMIMPREMMAWA
3-
ATIONt All rfalft QW
pcikv wmW6u-,, U304556-1
iur*pmiven by.
plowesivp cxm WW Im Co
AWJS 27, 201
ftse I of t
UodkM*Adu
� laww
ftm
@ 5........ o ................................
A'A"A ... RR"A"N"', ...........................
. .......... WO, NUAK ............ .. .... ....... .........
ELEMONKS WC
E S MC
I PQ BOX 94739
1901, ROYAL W 102
1901 RMAL, W 102
CLEVILMID, ON 44101
MLAS, TX 75229
DAUAS, 7X'15239
)Pii- "p