NETWORK UPGRADE BID: # BOE

Similar documents
WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE

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

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

MOBILE LAPTOP CHARGING CARTS BID: # BOE

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

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

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

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

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

WINDOW WASHING

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

GENERAL INSTRUCTIONS TO BIDDERS

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

PROPOSAL LIQUID CALCIUM CHLORIDE

INSTRUCTIONS TO BIDDERS

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

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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

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

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

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

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

RFP GENERAL TERMS AND CONDITIONS

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

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

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

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

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

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

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

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

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

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

MUNICIPAL COMPLEX PAINTING

Request for Proposal CNC Mill For the Rockville High School

City of Loveland, Ohio

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS

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

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

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

CITY OF GAINESVILLE INVITATION TO BID

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

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

HEATING AND COOLING SYSTEM MAINTENANCE

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

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

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

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

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

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

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

Request for Proposal Data Network Cabling

Warner Robins Housing Authority

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

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

NOTICE TO BIDDERS BID #FY150019

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

Warner Robins Housing Authority

Tacoma Power Conservation Contractor Agreement

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Information for Proposers. 1. TAX EXEMPTION Purchase of materials for this project are exempt from Connecticut sales tax.

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

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

INSTRUCTIONS TO BIDDERS

TENDER FOR THE TOWNSHIP OF SEVERN

BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

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

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

Cherokee Nation

Invitation To Bid. for

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

ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation

Request for Proposal. Gateway Refresh (UCC Router Upgrade)

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

Transcription:

SPECIFICATIONS AND BID FORMS FOR BID: #12-016- BOE Due on or before 11:00 A.M. ON MONDAY, JUNE 4, 2012 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 CALL IN WEB MEETING SEE PAGE 6 #10 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. MONDAY, JUNE 4, 2012 at which time bids for are due. Each bid should be clearly marked: BID #12-016-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 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 BID

Page 2 SPECIFICATIONS AND BID FORMS BID: #12-016-BOE FOR: 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.

SPECIFICATIONS AND BID FORMS Page 3 BID: FOR: #12-016-BOE 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: #12-016-BOE Page 4 FOR: 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.

BID: #12-016-BOE Page 5 FOR: 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 oneyear 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 #12-016-BOE SPECIFICATIONS Page 6 Network Upgrade Bid Request: The Weston Public Schools are upgrading their network over the summer and need bids to complete the following. 1) Reconfigure four HP 5308xl core switches at each school to utilize layer III 2) Reconfigure the TH Layer III switch to handle the new traffic patterns 3) Deploy a new layer III switch at CO for TH and School traffic 4) Deploy three switches for the Town Network that are layer III (MS, ES, CO) 5) Configure and confirm the HVAC, Camera System, and CL&P systems are configured on a separate VLAN 6) Deploy a physical box with two Virtual servers at all four buildings (8 total) to handle print and network authentication with site cost links. Join all four boxes to our VMware HA group. 7) Create a new Domain (westonps.net) and migrate all computers, users, servers, and associated hardware to the new domain. User migration and teacher laptop migration must take place between 12 and 3pm on Wednesday June 27, 2012. Failure to complete the transfer at this time will result in a penalty of 20% of the contract value and the company will be required to join any teacher laptops to the domain at their cost by July 13, 2012. Workstations, printers, wireless will need to be up and running at WIS by end of business July 2, 2012 and all other buildings should be active by July 9, 2012. Town outages of servers and services should not take place during this transition. A detailed rollout and deployment schedule must be provided as part of the bid specification. 8) A completed Viso Diagram of the servers, switches, and network infrastructure will be submitted to document the completed project prior to final payment. 9) Split Radius authentication roles and print roles from the WPSDC07 server to a new virtual server on the domain. 10) Each bidder will need to call into a WEB meeting to be held on Friday, May 25, 2012 from 10-12pm. Bidders must call 203.291.1407, prior to that date, to sign up and get the call-in information. Equipment overview: (more details at meeting) Computers 1400 nearly all will be windows 7 Switches HP 5308xl 5 HP 2848 44 HP 2500 9 HP 2600 11 Servers 67 TOTAL COST

BID: #12-016-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 BID BID ENVELOPE MUST BE MARKED WITH BID NUMBER.