SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

Similar documents
INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

PAVING BID: # BOE

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE

NETWORK UPGRADE BID: # BOE

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

MOBILE LAPTOP CHARGING CARTS BID: # BOE

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

INVITATION TO BID APRIL 18, 2016

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

GENERAL INSTRUCTIONS TO BIDDERS

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INSTRUCTIONS TO BIDDERS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

INSTRUCTIONS TO BIDDERS

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

INSTRUCTIONS TO BIDDERS

Request for Proposal Data Network Cabling

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

REQUEST FOR BID POLE BUILDING CONSTRUCTION

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

WINDOW WASHING

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

Holt Public School District 5780 W. Holt Rd Holt MI

Cherokee Nation

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

Request for Proposal CNC Mill For the Rockville High School

REQUEST FOR PROPOSALS

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR

MICHIGAN TECHNOLOGICAL UNIVERSITY

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

INVITATION TO BID Acoustical Ceiling Tile

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

MUNICIPAL COMPLEX PAINTING

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Mold Remediation and Clean Up of Central High School

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

PROPOSAL LIQUID CALCIUM CHLORIDE

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

RFP GENERAL TERMS AND CONDITIONS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

REQUEST FOR PROPOSALS SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

COUNTY OF PRINCE EDWARD, VIRGINIA

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Cherokee Nation

Description Cost PRE-BID CONFERENCE

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

Weston Public Schools. Request for Proposal FOR EMPLOYEE HEALTH BENEFITS ADVISORY AND SUPPORT SERVICES CONSULTANT

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Town of Lee Septic Tank Pumping Services

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT. UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601

BID DOCUMENTS FOR. Sludge Thickener Improvement Project

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

Televising and cleaning of Sanitary Sewer & Storm Sewer lines City of Hudson

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL FOR:

REQUEST FOR PROPOSAL FOR: Removal and Replacement of EMC Signage

Sayreville Housing for Seniors Corporation Gillette Manor

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

REQUEST FOR BID (RFB) Number: FY2013/042

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING

INVITATION TO BID Install Spray Foam Polyurethane Roof

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Loveland, Ohio

INSTRUCTIONS TO BIDDERS

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

BID DOCUMENTS FOR. WTP VFD Replacement Bid

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

BERRIEN COUNTY ROAD COMMISSION

REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College

Transcription:

SPECIFICATIONS AND BID FORMS FOR SECURITY CAMERAS PURCHASE AND INSTALLATION BID: #15-005- BOE Due on or before 11:00 A.M. ON THURSDAY, APRIL 30, 2015 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON BOARD OF EDUCATION 24 SCHOOL ROAD WESTON, CONNECTICUT 06883 203 291-1418/FAX 203 291-1420 MANDATORY WALK-THRU APRIL 24, 2015 AT 8:00 A.M. Meet at Weston Board of Education ANNEX, 24 School Rd., Weston, Ct 06883 Sealed bids will be received by the Purchasing Coordinator for the Board of Education of the Town of Weston, Connecticut, until 11:00 A.M. THURSDAY, APRIL 30, 2015 at which time bids are due. Each bid should be clearly marked: SECURITY CAMERAS PURCHASE AND INSTALLATION BID #15-005-BOE. All bids must be submitted on the forms provided and shall include all firm names, signatures, addresses, and other information required. Each bid must be signed by an authorized representative of the company, placed in a sealed envelope, and identified as a bid giving the name of the company and the bid number and filed with the school district's business office no later than the date and time specified. The Weston Board of Education reserves the right to accept or reject any and/or all bids. The Weston Board of Education shall be under no obligation to accept the lowest financial bid if it is deemed in the best interest of the school system. The Weston Board of Education reserves the right to award this bid in whole or in part. The Weston Board of Education may make such investigations as it deems necessary to determine the ability of a Bidder to perform the work. The Bidder shall furnish all information and data for this purpose as the Weston Board of Education may request. The Weston Board of Education reserves the right to reject any bid if evidence submitted by the Bidder or investigation of the Bidder fails to satisfy the Board that the Bidder is properly qualified to carry out the obligations of a contract resulting from this bid. Bidder is also requested to provide an audited statement of the financial conditions of the company. No bidder may withdraw his bid for a period of forty-five days after the opening date. The bidder is to clearly state in the bid exactly what is intended to be furnished and is to furnish with the bid an illustration or other descriptive material which will clearly indicate what will be furnished. Samples are to be submitted upon request. Any alleged oral agreement or arrangement made by a bidder or contractor with any agency or any employee of the Weston Board of Education will be disregarded. RETURN ONE COPY OF BID DO NOT FAX or E-MAIL BID

Page 2 SPECIFICATIONS AND BID FORMS BID: #15-005-BOE FOR: SECURITY CAMERAS PURCHASE AND INSTALLATION The Director of Finance and Operations reserves the right to award by item, or part thereof, groups of items, or parts thereof, or all items of the bid, and to award contracts to one or more bidders submitting identical proposals as to prices; to reject any and all bids in whole or in part; to waive technical defects, irregularities, and omissions if, in his judgment, the best interest of the Board will be served. The Weston Board of Education reserves the sole and absolute right to reject any proposal offering services which, in its opinion, does not meet the standard of quality established by these specifications. The Board of Education of the Town of Weston is exempt from the payment of taxes imposed by the Federal Government and/or the State of Connecticut, including the Federal Transportation Tax. Such taxes should not be included in any bid price involving the payment of funds from the district. The contractor must protect all floors, furniture, cabinets, etc., from injury or other damage. Any damage so caused must be repaired by the contractor at its own expense. At the completion of the work, the contractor must remove from the premises all surplus materials and all debris resulting from the work. Furthermore, the premises must be left in a clean and finished condition acceptable to the owner or its agent. The quantities listed in these specifications may be increased or decreased by the Weston Board of Education, depending upon its actual requirements. Bidders shall indicate how many days after receipt of the order the Board can expect delivery of merchandise. At the Board s request, contractors are required to provide written estimated delivery times once an order has been placed with a contractor. The contractor is responsible for notifying the ordering agency at least forty-eight (48) hours in advance of shipment. Deliveries shall be made as specified by the ordering agency during normal business hours. All items shall be delivered and set-up at the location specified by the ordering agency in accordance with good commercial practice. All contractors and vendors will be required to comply with all provisions of the Civil Rights Act of 1964, Executive Order 11246 of September 24, 1965, the Connecticut Fair Employment Practices Act and all of the rules, regulations, and relevant orders of the Secretary of Labor (or other authorized agent or agency), as amended. In accordance with Public Act No. 366, the Contractor and each subcontractor shall agree and warrant that in the performance of this contract, it will not discriminate or permit discrimination against any person or group of persons on the grounds of race, sex, color, religion or national origin, in any manner prohibited by municipal, state or federal law. All equipment furnished and work performed must meet Federal OSHA (Occupational Safety and Health Act) and CSA (Construction Safety Act) standards as amended. The bidder is assumed to have made himself familiar with all Federal and State Laws and all local bylaws, ordinances, and regulations which in any manner affect those engaged or employed on the work, or the materials or equipment used in the work, or in any way affect the conduct of the work, and no pleas of misunderstanding will be considered on account of ignorance thereof.

BID: #15-005-BOE Page 3 FOR: SECURITY CAMERAS PURCHASE AND INSTALLATION If bidder shall discover any provisions in the Bid Specifications which are in conflict with any such law, bylaw or ordinance or regulation, he shall forthwith report it to the Owner's Representative in writing at once. Specifications, instructions, and bid forms may be obtained at the Business Office, Weston Board of Education. Amendments to or withdrawals of bids received later than the time and date set for bid opening will not be considered. Bids must be submitted on proposal schedule forms attached hereto. Bids received later than the time and date specified will not be considered.

BID: #15-005-BOE Page 4 FOR: SECURITY CAMERAS PURCHASE AND INSTALLATION Additional specifications for construction or service contracts: 1. All bidders are to furnish a bid bond in the amount of not less than 5% of the total estimated bid as bid security. The surety on the bid bond must be a corporate surety licensed to sign surety bonds in the State of Connecticut and also listed by the United States Treasury Department in its latest list as a qualified surety acceptable to the United States Government. 2. Upon the execution of the contract, the contractor shall furnish a performance and labor and material bond in an amount at least equal to 100% of the total estimated contract price as security for faithful performance of the contract and for the payment of all persons performing labor or furnishing materials in connection with the contract. The surety on the bond must be a corporate surety and must meet the requirements stated relative to the bid bond except that the amount of the bond may exceed the limit for which the United States Treasury Department has qualified the surety if the excess is reinsured with surety companies that are qualified on the United States Treasury Department list for an amount equal to the amount of the reinsurance. Written evidence of how any excess suretyship has been placed by the surety signing the bond must accompany the bond. 3. All bidders must comply with all applicable federal, state, and local laws, rules and regulations of all authorities having jurisdiction over the work in the locality of the project, including but not limited to state wage rates as applicable. 4. The contractor shall carry Worker's Compensation Insurance in accordance with the laws of the State of Connecticut, and all other applicable laws and regulations, for all of his employees engaged in work under the contract. If any work is sublet, the contractor shall require the subcontractor to provide Worker's Compensation Insurance for all of the latter's employees engaged in such work unless such employees are covered by the protection afforded by the contractor's Worker's Compensation Insurance and the certificate of insurance furnished by the contractor so stipulates. 5. The contractor shall carry comprehensive General Liability and Automobile Liability insurance limits in amounts not less than $l,000,000 per occurrence as a Combined Single Limit for Bodily Injury, Personal Injury and Property Damage. Prior to commencing work, the contractor shall furnish the Board of Education with proof of such coverage and will include the Town of Weston/Weston Board of Education as additional insureds with regard to this work. Additionally, the comprehensive general liability coverage must contain a Per Job Site Aggregate Limit endorsement. If any work is sublet, the contractor shall require the subcontractors to provide comprehensive General Liability and Automobile liability coverage in the same limits as for the contractor, with the same Per Job Site Aggregate Limit endorsement and furnish satisfactory proof to the Board of Education, prior to inception of any work, that these insurance requirements have been met. If the bidder anticipates subcontracting any portion of this work, they must submit the name Of the subcontractor and the principals of that company.

BID: #15-005-BOE Page 5 FOR: SECURITY CAMERAS PURCHASE AND INSTALLATION 6. The contractor shall make all needed repairs in the work covered by the contract, due to defective workmanship or materials, during a period of one year after the date of completion of the work by the contractor. During this period of one year, the contractor agrees that the Board of Education may retain from the monies payable to him the sum of 5% of the total amount of the contract. In lieu of the retained 5%, the contractor may choose to furnish a guarantee bond for the equivalent amount. The Board of Education may expend the same or as much thereof as may be required in making the aforesaid repairs to the satisfaction of the Board of Education, if within 10 days after the mailing or delivery of a notice in writing by the Board of Education to the contractor, he shall fail to make the aforesaid repairs; provided, however, that in case of an emergency where, in the opinion of the Board of Education, delay would cause serious loss or damage, the Board of Education may make repairs without previous notice and at the expense of the contractor. At the end of this one-year period, the balance of the retained 5% shall be paid or the bond returned to the contractor, provided all of the terms of the contract shall have been fulfilled. When required by the Director of Finance and Operations for the Board of Education, the Contractor shall furnish satisfactory evidence that he has satisfied all just claims for labor performed or materials furnished for or in the use of the work herein specified; in the absence of such evidence, the Director of Finance and Operations for the Board of Education shall have the right to retain sufficient funds to pay all just claims. A 5% SECURITY BOND OR CHECK MUST BE INCLUDED WITH THE BID.

BID #15-005-BOE SPECIFICATIONS PAGE 6 Scope: Provide and install approximately 66 exterior IP surveillance cameras and 1 interior IP surveillance cameras. Contractor must provide all new hardware/software to integrate into existing camera system. Contractor shall provide and install exterior cameras in weatherproof housings at the locations the Weston Schools has shown on the attached campus maps or recommended by contractor. Contractor bid must comply with below: 1. Must provide a detailed cone map of the campus for all cameras. The map must depict the cameras pixels per foot and the width of the picture. 2. Must provide detailed specification sheets for each camera recommended in bid as well as a detailed line itemized price sheet for all cameras and installation by school. Detailed spreadsheet must include exact model numbers. 3. Cameras must be compatible with existing Milestone software and vendor must provide any licensing needed to add cameras to the servers. Purposed cameras must be on Milestone Expert Server approval list. 4. Vendor must include pricing to upgrade servers to Milestone Expert 2014. 5. Cameras must be capable of facial recognition and must be able to view details in high traffic areas and doors as noted on the maps. 6. Cameras must support Power over Ethernet. 7. Cameras must be color. 8. Contractor must provide all materials, wiring, and all other devices for a complete system. 9. Wireless cameras are NOT an option. 10. All network wiring should be Belden or equivalent. 11. All electrical work must be performed by contractor. 12. All work will be performed in a neat, workmanlike manner. All wiring will be plenum rated where required, and securely tied in the ceilings. All wiring must be completed within building code. 13. Penetrations through fire and smoke walls must be sealed by an approved sealant per State of Connecticut Fire Codes. 14. Contractor must provide their own tools and ladders. 15. Contractor must clean up all debris from work performed. Broken ceiling tiles are to be replaced in kind by contractor. 16. Contractor must comply with Weston Public Schools safety and Security Program and must provide requested security background checks for all works on our school campus. 17. All subcontractors must be listed in the bid and must comply with Weston Public Schools safety and Security Program and must provide requested security background checks for all works on our school campus. 18. Contractor must attend a MANDATORY walk through on April 24, 2015 at 8:00 A.M. at the Weston Board of Education, ANNEX, 24 School Rd Weston, CT. 19. Opening bid is April 30, 2015 at 11:00 A.M. Eastern Standard Time. 20. Project must be completed by June 14, 2015. TOTAL COST

BID: #15-005-BOE Page 7 BID SHEET DELIVERY BEFORE : PRICES WILL HOLD UNTIL: BIDDER NAME : BIDDER ADDRESS : NAME: TITLE: TELEPHONE: SIGNATURE: DATE: FAX: E-MAIL: RETURN ONE COPY OF BID DO NOT FAX or E-MAIL BID BID ENVELOPE MUST BE MARKED WITH BID NUMBER.

Bid #15-005-BOE SEE ATTACHMENT