55
1 UNION CITY BOARD OF EDUCATION 3912 BERGEN TURNPIKE UNION CITY, NEW JERSEY 07087 BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY HIGH SCHOOL BOARD OF EDUCATION TRUSTEES JEANETTE PENA ALICIA MOREJON President Vice President PABLO L. CABRERA ALEJANDRO VELAZQUEZ Trustee Trustee JOSE M. MEJIA KENNEDY NG Trustee Trustee CARLOS VALLEJO Trustee SUPERINTENDENT: SILVIA ABBATO ACTING BOARD SECRETARY: ANTHONY N. DRAGONA BUSINESS ADMINISTRATOR: ANTHONY N. DRAGONA PURCHASING AGENT: CHRISTINA HUNT BOARD COUNSEL: ELISE DiNARDO, ESQ. 1814 KENNEDY BLVD. UNION CITY, NEW JERSEY 07087 (201) 963-9500 Fax (201) 963-5080

BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

1

UNION CITY BOARD

OF EDUCATION 3912 BERGEN TURNPIKE

UNION CITY, NEW JERSEY 07087

BID DOCUMENTS FOR

ACCESS CONTROL SYSTEM- UNION CITY HIGH

SCHOOL

BOARD OF EDUCATION TRUSTEES

JEANETTE PENA ALICIA MOREJON

President Vice President

PABLO L. CABRERA ALEJANDRO VELAZQUEZ

Trustee Trustee

JOSE M. MEJIA KENNEDY NG

Trustee Trustee

CARLOS VALLEJO

Trustee

SUPERINTENDENT: SILVIA ABBATO

ACTING BOARD SECRETARY: ANTHONY N. DRAGONA

BUSINESS ADMINISTRATOR: ANTHONY N. DRAGONA

PURCHASING AGENT: CHRISTINA HUNT

BOARD COUNSEL: ELISE DiNARDO, ESQ.

1814 KENNEDY BLVD.

UNION CITY, NEW JERSEY 07087

(201) 963-9500

Fax (201) 963-5080

Page 2: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

2

ACCESS CONTROL SYSTEM - UNION CITY HIGH SCHOOL

TABLE OF CONTENTS

Page

1.0 BID NOTICE…………………………………………………………...... 3

2.0 DEFINITIONS…………………………………………………………… 6

3.0 INSTRUCTIONS TO BIDDERS………………………………………. 7

4.0 SPECIFICATIONS……………………………………………………... 16

APPENDIX A – DESIGN PLANS

ATTACHMENT #1 – DOOR MATRIX

SCHEDULE 1 – BID PROPOSAL CHECKLIST

SCHEDULE 2 – BID PROPOSAL FORM

SCHEDULE 3 – AFFIDAVIT OF NON-COLLUSION

SCHEDULE 4 – AFFIDAVIT AND QUESTIONNAIRE OF BIDDER’S

EXPERIENCE AND FINANCIAL RESPONSIBILITY

SCHEDULE 5 – STATEMENT OF OWNERSHIP OF CORPORATION

OR PARTNERSHIP

SCHEDULE 6 – AFFIDAVIT OF NO CHANGE IN STATUS

Page 3: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

3

1.0 BID NOTICE

ADVERTISEMENT FOR BIDS

Union City Board of Education

3912 Bergen Turnpike

Union City, New Jersey 07087

Notice is hereby given that sealed Bids will be received by the Union City Board of

Education for the furnishing of all labor, material, equipment, and other facilities necessary

for, or incidental to, the installation and programming of an access control hardware and

software at the Union City High School, 2500 John F. Kennedy W, Union City, New Jersey.

The Work of this Project consists of installation of an access control hardware and software

at the Union City High School. The renovation portion of the Project includes, but is not

limited to, installation of card readers, access control hardware, software, door hardware,

wiring and locking devices. The bidder must be authorized by Software House &

American Dynamics to work on the existing system. All Work will be performed in

accordance with requirements of the Contract Documents.

The Project will be awarded as a single overall contract in accordance with NJSA 18A:18A-

18(b) (2).

Contract SOC-1 Single Overall Contract

Beginning Tuesday, April 19, 2016, specifications and bid documents may be inspected at

the Board’s Headquarters, 3912 Bergen Turnpike, Union City, New Jersey 07087,

telephone (201) 271-2289 ext. 1043 during business hours, 8:30 a.m. to 3:00 p.m, or on

the Board's website: http://www.union-city.k12.nj.us/departments/purchasing/bids.

Each bid must be accompanied by a certified check, cashier’s check or bid bond

from a surety company licensed to do business in New Jersey, in the amount of ten

percent (10%) of the Total Cost of the bid submitted, but not in excess of $20,000.00,

made payable to the Union City Board of Education. Bidders are required to comply

with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27

A Pre-Bid Walkthrough for all bidders will be held at the Union City High School, 2500

John F. Kennedy W, Union City, New Jersey, at 9:30 A.M. prevailing time on Wednesday ,

April 27, 2016 for the purpose of entertaining bidder questions. Following the question

session, a tour of the project site will be conducted. It is recommended that bidders attend

the pre-bid conference for the purpose of clarifying questions, familiarizing themselves with

the project site, hearing questions from other bidders and raising concerns that may be

revealed by a site visit. Failure of the bidder to attend the Pre-Bid Conference is at the

bidder’s own risk.

Page 4: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

4

Bids may be mailed to Christina Hunt, Purchasing Agent, at the Union City Education

Center located at 3912 Bergen Turnpike, Union City, New Jersey 07087; however, no bid

will be considered, regardless of the postmark, unless it is in the hands of the Purchasing

Agent, prior to the time set for the opening of the bids. Bids may also be delivered in person

to the Purchasing Agent between the hours 8:30 a.m. and 2:30 p.m. on official business

days. All bids must be duly time stamped, in the office of the Purchasing Agent, not later

than the "Bid Opening - Date and Time" as stated below

Bids will be received at the Union City Education Center, 3912 Bergen Turnpike, Union

City, New Jersey, on, Tuesday, May 10, 2016 at 11:00 a.m. (prevailing time) at which time

they will be publicly opened and read aloud.

Additional time sensitive dates for the project are:

Bid Documents Available April 19, 2016

Pre-Bid Walkthrough April 27, 2016

Bid Opening May 10, 2016

Union City Board of Education shall determine the ability of the Bidder (Contractor for

Single Overall Contract SOC-1) to perform the Work required by the Bid Documents in

accordance with procedures outlined in the Project Manual.

Pursuant to N.J.S.A. 18A:18A-26, in order to submit a Bid for the project, Bidders and their

required subcontractors shall be classified by the New Jersey Department of Treasury,

Division of Property Management and Construction in the following disciplines: General

Construction, Structural Steel, Plumbing, HVAC, Electrical Work.

General Administrative Requirements of the bid/contract:

Conformance to Public School Contracts Law

(NJSA 18A:18A-1 et.seq.);

Conformance to New Jersey Prevailing Wage Rate Act

(NJSA 34:11-56.27 et. seq.);

Conformance to Affirmative Action

(PL 1975, C-127(NJAC 17:27) ;

Subcontractor Classification in accordance with State of New Jersey Department of

Treasury (applicable to Contracts in excess of $20,000.00);

NJSA: 18A:18A-27 et seq.

Public Disclosure Law, PL 1977, C-33 (Assembly Bill No. 22);

Bid Security;

Consent of Surety;

Performance and Payment Bond;

Maintenance Bond;

State of New Jersey Department of Treasury, Business Registration Certificate;

Public Works Contractor Registration Act Registration

P.L. 1999 Chapter 238.

Page 5: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

5

The Union City Board of Education reserves the unqualified right to reject any and all bids

or any part thereof, to waive any minor irregularities in the bids, and to award the bid to a

responsible and responsive bidder.

No bid may be withdrawn for period of (60) days from the date set for the opening of bids as

set forth above.

By order of the Union City Board of

Education

Christina Hunt

Purchasing Agent

END OF ADVERTISEMENT

Page 6: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

6

2.0 DEFINITIONS

2.1 “BID DOCUMENTS” means all documents requesting bid proposals including

the Bid Notice, Definitions, Instructions to Bidders, Specifications, Bid Proposal

Checklist, Bid Proposal Form, Affidavit of Non-Collusion, Affidavit and

Questionnaire of Bidder’s Experience and Financial Responsibility, Statement of

Ownership of Corporation or Partnership, addenda (if any), all documents

submitted by the bidder, and the Contract.

2.2 “BIDDER” means an individual, firm, partnership or corporation, acting directly

or through a duly authored representative, legally submitting a Proposal.

2.3 “BOARD” means the Union City Board of Education.

2.4 “CONSULTANT” means the Board’s representative, MSS Consultants and

Engineers.

2.5 “CONTRACT” means the written agreement executed by and between the

Contractor and the Board, as amended, changed or modified, and shall include all

Bid Documents.

2.6 “CONTRACT ADMINISTRATOR” means Justin Mercado, Director of

Facilities, or his designee.

2.7 “CONTRACTOR” means the bidder to whom the award of the Contract shall be

made pursuant to N.J.S.A. 18A:18A-1, et seq.

2.8 “LEGAL NEWSPAPER”, for purposes of these Bid Documents, means the

JERSEY JOURNAL.

2.9 “LEGAL HOLIDAYS” are the following holidays: New Year’s Day, Martin

Luther King Jr.’s Birthday, Good Friday, Memorial Day, Independence Day,

Labor Day, Thanksgiving Day, and Christmas Day.

2.10 “OWNER” means the Union City Board of Education, acting directly through its

agents or employees and is responsible for payment to the Contractor upon

acceptable completion of the Work in accordance with the terms and conditions

contained in the Contract Documents.

2.11 “REGULAR BUSINESS DAY” means Monday through Friday, 8:30 a.m. to 3:30

p.m. excluding Legal Holidays.

2.12 “WORK” shall include the services required by the Bid Documents and Contract,

whether completed or partially completed, and includes all labor, materials,

equipment, services and products provided or to be provided by the Contractor.

Page 7: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

7

3.0 GENERAL REQUIREMENTS

3.1 This Section specifies the card readers, access control hardware and door

hardware, including locking devices to be installed at Union City High School,

2500 John F. Kennedy Boulevard, Union City, New Jersey 07087. These devices

are to be monitored in an existing security office in the main building of Union

City High School on the ground floor. This document has been prepared to

specify technical criteria applicable to the acquisition of the herein described

system. The Contractor shall furnish and install a standard, field proven,

integrated hardware/software system that shall functionally provide the

performance, reliability, and expansion capability specified herein.

3.2 The project is limited to the systems specified (hardware & software) and

connections of same to wiring installed by this bidders electrical contractor.

3.3 The new devices and hardware shall be connected to the existing I Star Panels and

the installation of all required software and hardware to interface to an existing C-

Cure 9000 and a Victor system that shall be programmed by this bidder as

specified.

3.4 All devices shall be connected as required over cable or conductors no less than

18AWG.

3.5 The bidder MUST be authorized by Software House & American Dynamics to

work on the existing system(s). No third party contractors or source of hardware

shall be permitted other than by this bidder.

Page 8: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

8

4.0 INSTRUCTIONS TO BIDDERS

4.1 BID OPENING

All bids will be publicly opened and read by the Purchasing Agent, or her

Designee as set forth in the Bid Notice.

4.2 BID SUBMISSIONS

4.2.1 Each document required to be submitted by the bidder (see Bid Proposal

Checklist, Schedule 1) must be properly completed in accordance with these

Bid Documents. No bidder shall submit the requested information on any

form other than those provided in these Bid Documents, unless specifically

permitted by the Board

4.2.2 Bids shall be delivered to the Purchasing Agent as set forth in the Bid Notice.

4.2.3 Each bidder shall sign the documents to be submitted, where applicable, as

follows:

• For a corporation, by an authorized principal executive officer;

• For a partnership or sole proprietorship, by a general partner or the

proprietor respectively; or

• By a duly authorized representative.

4.2.4 Each bidder shall submit one (1) original set of completed Bid Documents and

four (4) copies.

4.3 BID PROPOSAL FORM

4.3.1 On the Bid Proposal Form (see Schedule 2), the bidder must state the prices,

and if applicable, the hourly rates and percentage rates offered, written or typed

in ink, in words and numbers for each item requested.

4.3.2 If the amount shown in words and its equivalent in figures in the Bid Proposal

Form do not agree, the written words shall be binding. In the event there is a

discrepancy between the unit prices and the extended totals, including any

formula, the unit prices shall prevail.

4.3.3 Each bidder shall acknowledge receipt of addenda on the Bid Proposal Form,

if applicable.

4.3.4 Bidders shall provide a bid for each item and alternate, if any, requested on

the Bid Proposal Form.

Page 9: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

9

4.3.5 The Contract will be awarded to the bidder whose bid response is most

advantageous, price and other factors considered.

4.4 EXCEPTIONS TO THE BID DOCUMENTS

Any conditions, limitations, provisos, amendments, or other changes attached

or added by the bidder to any of the provisions of these Bid Documents or any

changes made by the bidder on the Bid Proposal Form may result in the

rejection of the bid.

4.5 EXAMINATION OF SITE AND CONTRACT DOCUMENTS

4.5.1 Prior to submitting a bid, the bidder shall, and by submitting a bid, the bidder

represents and warrants that it has:

4.5.1.1 Carefully examined the Bid Documents and addenda, if any;

4.5.1.2 Visited the site of the proposed Work, fully acquainted and

familiarized itself with the conditions as they exist, the

manufacturers and the character of the operations to be carried out

under the proposed Contract, and made such investigation so that

the bidder fully understands the facilities, equipment difficulties,

and restrictions accompanying the Work under the Contract.

4.5.1.3 Requested such information from the Board, fully acquainted and

familiarized itself with the character of the Work to be provided

under the Contract, and made such investigation as the bidder

determined necessary so that the bidder fully understands the

Work required under the Contract; and

4.5.1.4 Brought to the attention of the Board any variations in the Bid

Documents and the actual site conditions that would affect the Bid.

The variations shall be reported in accordance with Sections 4.6

and 4.7 herein.

4.5.1.5 Should the bidder observe that any of the Bid Documents are at

variance with applicable laws, statutes, building codes or

regulations in any respect, or that there are errors, inconsistencies

or ambiguities in the Bid Documents, the bidder shall promptly

notify the Board in writing in accordance with Sections 4.6 and

4.7 herein.

4.6 INTERPRETATION/ADDENDA

4.6.1 No oral interpretation or clarification will be made to any potential bidder as

Page 10: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

10

to the meaning of the Bid Documents. A request for an interpretation or

clarification shall be made in writing via electronic mail to Peter Martin, P.E. at

[email protected] with copy to Board Counsel, Elise DiNardo, Esq. via

electronic mail at [email protected]. The request shall be made no later than

five (5) days, Saturdays, Sundays and Holidays excepted, prior to the date for

acceptance of bids. Every interpretation made will be in the form of an

addendum to the Bid Documents, and notice will be provided by facsimile or e-

mail to all potential bidders on record with the Board as having received the Bid

Documents, no later than three (3) days, Saturdays, Sundays and Holidays

excepted, prior to the date for acceptance of bids. All addenda issued become part

of the Bid Documents.

4.6.2 Failure of the bidder to acknowledge receipt of all addenda shall not relieve

the bidder from any obligation.

4.7 OBJECTIONS TO CONTRACT DOCUMENTS

All potential bidders are advised to examine the Bid Documents carefully.

Any potential bidder who wishes to challenge the Bid Documents shall file

such challenge in writing and in the manner as set forth in Section 4.6 no less

than three (3) business days prior to the opening of the bids. Challenges filed after

that time shall be considered void and having no impact on the Board or the

award of a contract. N.J.S.A. 18A:18A-15.

4.8 INTERESTED PARTIES

No official, officer or employee of the Board, nor member of the immediate

family of any such person, may bid on this contract or have a financial interest

in the contract.

4.9 BID GUARANTEE

Each bid must be accompanied by a cashier’s check, certified check or bid

bond from a surety company licensed to do business in the State of New

Jersey, in the amount of ten percent (10%) of the Total Cost per year set forth

in the Bid Proposal Form, but not in excess of $20,000.00, made payable to

the Union City Board of Education. Cash will not be accepted. The bid bond

submitted shall be in a form satisfactory to the Board and shall comply with

the Public School Contracts Law.

4.10 CERTIFICATE OF SURETY

Each bid must include a certificate from a surety company, licensed to do

business in the State of New Jersey, unconditionally agreeing, in the event of

the award of the contract, to furnish a payment and performance bond of a

Page 11: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

11

face value of 100% of the Total Cost as set forth in the Bid Proposal Form

submitted. The certificate of surety shall be in a form satisfactory to the Board.

4.11 PERFORMANCE AND PAYMENT BOND

After the award of the contract, the successful bidder shall provide a

performance and payment bond issued by a surety company licensed to do

business in the State of New Jersey, in an amount equal to 100% of the Total

Cost. The performance and payment bond shall be in the form set forth in

N.J.S.A. 2A:44-143.

4.12 CLASSIFICATION

Pursuant to N.J.S.A. 18A:18A-26, if the Total Cost set forth in the Bid

Proposal Form submitted exceeds $20,000, the bidder shall be classified as to

the character and the amount of work. Each bidder shall submit with its bid a

current copy of its State of New Jersey, Department of Treasury, Division of

Property Management and Construction, Notice of Classification Form.

4.13 AFFIDAVIT OF NO CHANGE IN STATUS

Pursuant to N.J.S.A. 18A:18A-32, the bidder shall complete and submit with

its bid an affidavit (in the form attached as Schedule 6) stating that

subsequent to the bidder’s latest statement submitted to the State of New

Jersey, Department of Treasury, Division of Property Management and

Construction for classification, there has been no material adverse change in

the bidder’s qualification information.

4.14 BIDDERS PRE-REQUISITES

4.14.1 The successful bidder(s) must be financially solvent and

experienced in and competent to perform the type of services sought and furnish

all materials, supplies or equipment necessary for the services sought and have

sufficient personnel to supervise, coordinate, and maintain proper execution and

progress of the work required.

4.14.2 The successful bidder(s) shall maintain all records related to this

Contract for a minimum of three (3) years following the termination of the

Contract. The successful bidder(s) agrees to make those records available for

inspection at reasonable times by the Board or any State agency having

jurisdiction over the Board.

4.14.3 The successful bidder(s) or its key personnel must have at least five (5)

years’ experience in providing the type of work required by the Bid

Documents. The bidder must submit with its bid response a completed

Page 12: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

12

Affidavit and Questionnaire of Bidder's Experience and Financial

Responsibility (see Schedule 4) providing a summary of its

qualifications and experience, including a list of references.

4.15 TRAVEL TIME, PICKUPS AND DELIVERIES

Contractor shall not be compensated for travel time, delivery time or pickup

time

4.16 CONTRACTOR’S QUALIFICATIONS

The Board will make any investigation it deems necessary to determine the ability

of a bidder to perform the Work required by the Bid Documents. The bidder

agrees to furnish to the Board all such information and data for this purpose as the

Board requests. The Board reserves the right to reject any bid if the evidence

submitted by, or investigation of, the bidder fails to satisfy the Board that the

bidder is properly qualified to carry out the obligations of the Bid Documents. All

bidders must have at least five (5) years of experience operating as an installer in

the same systems as requested in the bid specifications, and with a minimum of

eight (8) prior institutional installations.

4.15 NOTICE OF AWARD, EXECUTION OF CONTRACT & DELIVERY

OF DOCUMENTS

4.15.1 The Board shall have the right to waive any informality or irregularity in any

Bid received, to the maximum extent permitted by law. It is the intent of the

Board to Award a Contract to the lowest responsible Bidder, whose response

is the most advantageous, price and other factors considered, within sixty (60)

calendar days from the return date set forth in the Bid Notice, provided the

response has been submitted in accordance with the requirements of the Bid

Documents, is judged to be reasonable, and does not exceed the funds

available.

4.15.2 Bids submitted shall remain firm for the aforementioned sixty (60) calendar

days and each Bidder so agrees in submitting its response to the Bid

Documents.

4.15.3 Within ten (10) business days of notice of the award of the Contract, the

successful bidder shall deliver to the Board the executed Contract, the

performance and payment bond (if required by the Bid Documents) insurance

documentation reflecting the required insurance coverage and the appropriate

affirmative action documentation.

4.15.4 Failure to deliver the aforementioned documents in a form satisfactory to the

Board, and commence the Contract as required in the Bid Documents shall be

Page 13: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

13

cause for the Board to declare the bidder non-responsive and to award the

Contract to the next lowest bidder.

4.16 INSURANCE REQUIREMENTS

The Contractor shall be required to purchase and maintain in full force and

effect during the entire term of the contract, insurance coverage with limits of

not less than the following:

4.16.1 Commercial general liability coverage with a minimum of $1,000,000 per

occurrence, $1,000,000 products/completed operations and $2,000,000 in the

aggregate.

4.16.2 Comprehensive automobile liability insurance coverage with $1,000,000

combined single limit.

4.16.3 Workers’ compensation coverage with limits in accordance with New Jersey

Statutes.

4.16.4 Employers liability insurance limits shall be bodily injury by accident of

$1,000,000 each accident, bodily injury by disease $1,000,000 each employee,

bodily injury by disease $1,000,000 policy limit.

4.16.5 Umbrella liability insurance coverage in excess of the underlying primary

policies described in this section. Each of the underlying policies shall be

specifically listed in the umbrella policy. The umbrella policy shall have a

limit of at least $5,000,000 per each occurrence, $5,000,000 general

aggregate.

4.16.6 The policies shall list the Union City Board of Education as an additional

insured on the commercial general liability, automobile liability, and umbrella

policies.

4.16.7 Each insurance policy shall contain a provision stating that neither the insured,

nor the insurer may cancel, materially change, or refuse renewal without a

minimum thirty (30) days prior written notice to the Board. In the event of

cancellation due to non-payment of premiums, said notice shall be at least ten

(10) days prior to cancellation. All insurance required pursuant to this section

shall remain in full force and effect for the full term of the contract.

4.16.8 Each insurance policy shall provide that neither the contractor, nor its insurer,

shall have any rights to subrogation against the Board. Each insurance policy

shall provide primary coverage for any and all loses and shall be drafted so as

to protect all of the parties.

Page 14: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

14

4.16.9 The insurance carrier(s) shall be approved to conduct insurance business in

the State of New Jersey with an A.M. Best rating of A or better, and shall be

subject to approval by the Board.

4.16.10 The contractor shall provide the Board with declaration sheets and

endorsements, and such other documents as requested by the Board

evidencing the insurance coverage provided for herein.

4.16.11 In the event the Contractor is permitted to utilize any subcontractor, the

Contractor shall require the subcontractor’s insurance coverage to be at least

equal to the minimum requirements and terms and conditions set forth above,

including the provisions regarding the Board being listed as an additional

insured and the policies providing primary coverage. In the alternative, the

Contractor may insure the activities of its subcontractors under its own

policies. The Contractor is responsible for and will assume all liabilities for

any insurance deficiency of delinquency of a subcontractor or any claim that

may result because of the deficiency or delinquency.

4.17 INDEMNIFICATION

To the fullest extent permitted by law, Contractor shall release, indemnify,

defend and hold harmless the Board, and its Trustees, Administrators,

Officers, Employees and Agents (collectively, the “Indemnified Parties” and

individually, an “Indemnified Party”) from and against any and all claims,

damages, losses, fines, civil penalties, liabilities, judgments, costs and

expenses of any kind or nature whatsoever, including, but not limited to,

interest, court costs and attorneys’ fees, which in any way arise out of or result

from the Contract, any act(s) or omission(s) by Contractor (or anyone directly

or indirectly employed by Contractor or anyone for whose acts Contractor

may be liable) including, but not limited to, injury or death of any person,

damage to or destruction of any property, real or personal (including, but not

limited to, property owned, leased or under the control of the Board), and

liability or obligations under or with respect to any violation of federal, state

and local laws, regulations, rules codes and ordinances (including but not

limited to, those concerning environmental protection). This Section shall

apply regardless of whether or not the damage, loss or injury complained of

arises out of, or was caused in part by, an Indemnified Party. However,

nothing contained in this Section shall be construed as a release or indemnity

by Contractor of an Indemnified party from or against any loss, liability or

claim to the extent arising from the gross negligence or willful misconduct of

that Indemnified Party. This Section shall not be construed to negate, abridge

or otherwise reduce any other right to indemnity which would otherwise exist

in favor of any Indemnified Party, or any obligation of Contractor, its officers,

directors, employees, agents or contractors to indemnify an Indemnified Party.

Contractor’s obligations under this Section shall not be limited in anyway by

Page 15: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

15

any limitation on the amount or type of damages, compensation or benefits

paid or payable by Contractor under workers’ compensation laws, disability

benefit laws or other employee benefit laws or regulations. The

indemnification obligations of this Section shall survive termination or

expiration of this Agreement.

4.18 REPORTING TO STATE

Pursuant to N.J.S.A. 18A-15, for every contract for public work, the entire

cost of which exceeds $20,000.00, the Board shall upon completion of the

Contract, report to the applicable State department as to the Contractor’s

performance, and shall also furnish such report from time to time during

performance if the Contractor is then in default.

4.19 RESTORATION

The Contractor shall restore and clean any Board property which the

bidder damages.

4.20 AFFIRMATIVE ACTION REQUIREMENTS

The successful bidder agrees to comply with the requirements of

N.J.S.A. 10:5-31, et seq. (P.L. 1975, c. 127 as amended) and

N.J.A.C. 17:27-1.1 et seq. The mandatory language and terms set forth and

required by N.J.A.C. 17:27-1.1 et seq. are reprinted as part of the Contract,

and made a part hereof by reference. Prior to the execution of the Contract,

the successful bidder will submit (1) evidence that the bidder is operating

under an existing federally approved affirmative action program; or (2) a

Certificate of Employee Information Report, issued in accordance with

N.J.A.C. 17:27-4; or (3) a completed initial Affirmative Action Employee

Information Report (Form AA-302).

4.21 AMERICANS WITH DISABILITIES ACT OF 1990

Discrimination on the basis of disability in contracting for the purchase of

goods and services is prohibited. The successful bidder agrees to comply

with the requirements of Title II of the Americans with Disabilities Act of

1990 (“Act”). The mandatory language and terms of the Act are reprinted

as part of the form of the Contract, made a part hereof by reference

4.22 PREVAILING WAGE ACT

Pursuant to N.J.S.A. 34:11-56.25 et seq., the successful bidder on projects for

public Work shall adhere to all requirements of the New Jersey Prevailing

Wage Act. Without limitation, the successful bidder shall be required to

submit certified payroll records to the Board within ten (10) days of the

Page 16: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

16

payment of the wages. The successful bidder is also responsible for obtaining

and submitting all subcontractors’, if any, certified payroll records within the

aforementioned time period. The prevailing wages for Hudson County will be

attached to the Contract, and, whether attached or not, are incorporated therein

by reference. The prevailing wage rates for Hudson County are available

online at http://www.state.nj.us/labor/lsse/wagerate.htm.

4.23 THE PUBLIC WORKS CONTRACTOR REGISTRATION ACT

Pursuant to N.J.SA. 34:11-56.48 et seq., the bidder is required to be

registered with the New Jersey Department of Labor. Any bidder submitting

a bid shall submit a copy of its Registration Certificate.

4.24 NEW JERSEY BUSINESS REGISTRATION REQUIREMENTS

The bidder and its subcontractors shall comply with the requirements of the

Business Registration Law, N.J.S.A. 52:32-44 (P.L. 2004, c.57). The bidder

shall submit a copy of its business registration certificate with its bid. The

business registration certificate must reflect the name of the taxpayer as well

as a trade name, if applicable. The taxpayer and/or trade name reflected on

the business registration certificate must match the name of the bidder

submitting its response herein. In the event there is a discrepancy between the

name(s) reflected on the business registration certificate and the name of the

bidder submitting its response, the Board reserves the right to reject the bid.

Absent explanation and documentation showing that the bidder and the

taxpayer and/or trade name reflected on the business registration certificate

are the same individual or entity, the Board may reject the bid as noncompliant

with the Bid Documents. The mandatory language and terms of the Business

Registration Law are reprinted as part of the Contract, and made a part hereof by

reference. For information on the Business Registration Law go to:

http://www.state.nj.us.dca/lgs/lpcl/index.shtml.

4.25 STOCKHOLDER DISCLOSURE

All bidders are hereby notified that every corporation and partnership, according

to the provisions of Chapter 33, Laws of 1977 of the State of New Jersey, must

submit a statement prior to the receipt of the bid proposal or accompanying the

bid proposal, setting forth the names and addresses of all stockholders in the

corporation or partnership who own 10% or more of its stock, of any class or of

all partners in the partnership, who own 10%or greater interest therein, as the case

may be. If one or more such stockholder or partner is itself a corporation or

partnership, the stockholders holding 10% or more of that corporation's stock, or

the individual partner's 10% or greater interest in that partnership, as the case may

be, shall also be listed. The disclosure shall be continued until names and

Page 17: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

17

addresses of every non-corporate stockholder, and individual partner, exceeding

the 10% ownership criteria established in this act, has been listed.

5.0 SPECIFICATIONS

5.1 TERM OF CONTRACT

5.1.1 The date of the commencement of the Work shall be the date fixed in the written

Notice to Proceed issued by the Board.

5.1.2 The contract time shall be measured from the date of commencement and run for

a period of 120 calendar days for the completion of all Work set forth in the

specifications.

5.2 SITE VISIT

A Pre-Bid Walkthrough for all bidders will be held at the Union City High

School, 2500 John F. Kennedy W, Union City, New Jersey, at 10:00 A.M.

prevailing time on Tuesday, February 16, 2015 for the purpose of entertaining

bidder questions.

5.3 SCOPE OF WORK

5.3.1 Generally. The Union City High School is a multistory facility covering two city

blocks in length and one in width. The facility has an existing access control

system manufactured by Software House, a C-Cure 9000 system. The current

system is fully operational and is holding the latest license and upgrades for the

software. The school has numerous I Star panels throughout the school, mainly on

the street level floors (it should be noted the school is on a graded level that

creates different floors as accessible to street level, for example the 1st floor

maybe on the street level in the front of the building and the rear of same will be

on the 2nd floor).

5.3.2 There are existing card readers 32 proximity based HID single gang devices that

are fully operational. The Board requires the installation of 4 new readers that

shall be multi technology readers, as described in this document. Four of the new

readers, for class rooms and other rooms have existing card reader back boxes and

conduit stub-ups.

5.3.3 Street level doors, as indicated on the attached drawings (Appendix A), will be

equipped with alarm horns to annunciate upon egress from the school. This is to

alert faculty and staff. At the same time the doors that have door position sensors

will also be triggered. These locations do NOT have existing back boxes or stub-

ups.

Page 18: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

18

5.3.4 The street level perimeter contacts (existing) are connected to a BA, Radionics

type alarm system, interfaced to several I Star Panels located in or on print MSS-

SC2.1.1 (Room 1221). This interface shall also be used to trigger alarms at the

system monitoring CPU/workstations as required and programmed.

5.4 PAYMENTS

5.4.1 Payments to the successful bidder will be made in accordance with the

rates/prices the bidder sets forth in the Bid Proposal Form.

5.4.2 The successful bidder shall comply with the Board’s standard payment

procedures as well as the payment requirements set forth in the Contract.

5.4.3 Before any payments are made to the successful bidder, the parts, materials,

supplies, equipment, repairs and Work are subject to inspection and approval by

the Board’s personnel and agents.

5.4.4 Payments to the successful bidder will be only made upon the submission and

approval of properly completed certifications for payment, inspection, purchase

orders, vouchers, invoices and bills.

5.4.5 Requests for payment shall be submitted to the Contract Administrator.

5.4.6 Requests for payment shall be accompanied by certified payroll records covering

the period set forth in the request for payment.

5.4.7 The Board reserves the right to demand as much detail, information or

documents as it deems necessary prior to payment.

5.4.8 If the successful bidder fails to perform in accordance with the Bid Documents,

the Board may deduct or retain from monies due, or which may become due to

the successful bidder, such sum sufficient to pay the difference between the

price(s) on which the award is made and the price(s) which the Board may or

shall be obliged to pay to procure such labor, materials, supplies, equipment,

repairs and work from other parties.

5.4.9 The Board is exempt from sales and use taxes. Therefore, no taxes shall be

included on requests for payment or invoices for equipment and materials. The

Board shall provide the successful bidder with a copy of the Board’s sales and use

tax exemption certificate.

5.4.10 All bills submitted by the Contractor will be voted on at the Board’s next

regularly scheduled public meeting following the submission of said bills,

provided said bills are submitted more than ten (10) days preceding the

meeting.

Page 19: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

19

5.4.11 Should it be determined by the Board at said meeting that the Contractor has

performed in accordance with the Contract, said bills will be paid within the

subsequent payment cycle.

5.4.12 Should it be determined by the Board at said meeting that the Contractor has

not performed in accordance with the Contract, notice relating to same shall

be issued to the Contractor within the twenty (20) days following said

meeting, pursuant to N.J.S.A. 2A:30A-2.

5.4.13 “Payment Cycle” as used in this section shall mean the period of time

between the date of the meeting at which action is taken with regard to the

Contractor’s bills, when submitted in accordance with this section, and the

date of the next regularly scheduled Board meeting.

5.4.14 To the extent applicable, pursuant to N.J.S.A. 2A:30A-2(f), disputes

regarding whether a party has failed to make payments required, pursuant

to N.J.S.A. 2A:30A-2, may be submitted to a process of alternative dispute

resolution. Alternative dispute resolution permitted by this section shall not

apply to disputes concerning the award process or to the formation of

contracts. In any civil action brought to collect payments pursuant to this

section, the action shall be conducted inside of this State and the prevailing

party shall be awarded reasonable costs and attorney fees.

5.4.15 No interest shall run on any payments due from the Board.

5.4.16 Invoices shall be submitted with a “Release of Lien” by all and any sub-

contractors and suppliers for materials delivered and/or work completed.

5.5 SUBCONTRACTORS

The successful bidder shall not be permitted to subcontract any portion of the

Work, except upon the written consent of the Owner. If the successful bidder is

permitted to subcontract a portion of the Work, the successful bidder is obligated

to ensure the subcontractor(s) comply with and are bound by the terms and

conditions of the Bid Documents. It shall be in the Owner’s sole discretion

whether to consent to any subcontractors.

5.6 TELEPHONE FACILITIES AND EQUIPMENT

5.6.1 The Contractor shall maintain telephone service during Regular Business Days,

and telephone or some reliable alternative communication system (i.e., beeper or

cell phone) during non-Regular Business Days and hours, to enable the Owner to

contact the Contractor immediately.

5.6.2 Contractor’s telephone, fax, cell phone, e-mail address(s) and emergency contact

numbers should be set forth on the Bid Proposal Form.

Page 20: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

20

5.7 COMPLIANCE WITH LAWS, REGULATIONS AND INDUSTRY

STANDARDS

5.7.1 The Contractor shall perform all Work in accordance with generally accepted

industry standards and practices, in a reasonably good and workmanlike manner,

and in a diligent and uninterrupted manner. Contractor shall also perform and

complete all Work in accordance with all applicable State and federal statutes,

rules, regulations, codes and ordinances.

5.7.2 Contractor shall be compliant with all requirements of the Americans with

Disabilities Act in terms of placement of hardware, devices and accessibility to

any device installed in this project.

5.8 WORK PERMITS

Contractor shall be responsible for acquiring all permits to complete the Work

required under these Bid Documents. The cost charged by government agencies

for obtaining the permit shall be paid initially by the Contractor, and the Owner

will reimburse the Contractor. Owner may be exempt from certain permit

changes. The Owner will not be liable for reimbursing the Contractor for permit

charges from which the Owner is exempt.

5.9 PARTS, MATERIALS AND SUPPLIES & “OR EQUAL” PROVISION

5.9.1 Pursuant to N.J.S.A. 52:33-1 to 52:33-4, whenever possible, Contractor will use

products manufactured in the United States.

5.9.2 The Contractor will be reimbursed for the cost of parts installed in the Board’s

facilities based on industry recognized trade catalogs. The contractor shall not

charge the Owner any mark-up for parts.

5.9.3 In the event the Bid Documents require the furnishing of any brand name, the

requirement shall be deemed to mean and shall be interpreted to require the

furnishing of the brand name or equivalent. The Board reserves the right to

determine, in its sole discretion, whether a brand is equivalent to that requested.

The bidder shall be required to disclose on its Bid Proposal Form if it will furnish

a product other than those requested. In the event an “equivalent” is substituted by

the Bidder, the Bidder shall provide all information necessary (including

specification sheets) for the Board to determine its suitability for substitution.

5.9.4 All parts, materials and supplies shall be new and are subject to approval by the

Contract Administrator.

5.9.5 The Owner reserves the right to furnish parts, materials and supplies for any job if

deemed to be in the best interest of the Client.

Page 21: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

21

5.10 WARRANTY/GUARANTEE

The Contractor shall guarantee all labor and Work performed pursuant to

the Bid Documents and shall deliver to the Owner the Contractor’s written

guarantee made out to the Owner and in form acceptable to Client,

guaranteeing the labor and Work under the Contract to be free from faulty

materials in every particular and free from improper workmanship and

against injury or damage from proper and usual wear and agreeing to

replace or to re-execute without cost to the Owner such labor and Work as

may be found to be improper or imperfect and to make good all damage

caused to other work or materials due to such required replacement or re-

execution. This Guarantee shall be made to cover (and does cover) the

specific warranty periods listed in section 5.20 from the date of final

payment under the Contract or from date of owner’s acceptance of system.

5.11 DEBRIS AND WASTE

Contractor shall be responsible for the clean-up, removal and disposal of

all parts, fixtures, materials, debris, waste, brush, trimmings and

equipment at no charge to the Board.

5.12 SUBMISSIONS

5.12.1 TIME LINES

5.12.1.1 Submit all information necessary for the work (installation of the CCTV

system) to the Owner. The submission shall include installation time lines

work of the EC and all affected trades.

5.12.1.2 Provide such information in accordance with the Schedule to avoid delays

to the normal activity of the schools and administration of same. Provide

contingency planning to allow for any delays or possible delays UCBE

may advise you of.

5.12.2 WIRING DIAGRAMS

5.12.2.1 Provide complete point-to-point wiring diagrams for all systems and

subsystems. Show all components in the communications path from the

antennas through all intervening system components, including repeaters,

duplexers etc. to the individual end-devices. Document network

connections and associated equipment required to complete a transmission

path.

5.12.2.2 The intent of this requirement is to provide a document that will permit

end-to-end tracing of the system wire and cabling. Where conductors are

Page 22: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

22

grouped into a cable for long site runs, a single line, properly identified,

should be shown. Where these cables fan out for termination, individual

wire terminations and markings shall be shown.

5.12.3 PRODUCT DATA

Provide Product Data for each element of the System includes manuals,

service documents and manufacturer installation/operation guides.

5.12.4 SAMPLES

5.12.4.1 Submit one sample of the hardware to the Owner for approval of quality,

design and finish (the hardware devices interior and exterior along with

one applicable mounting bracket(s)).

5.12.4.2 Samples shall be retained at Owner office or a site field office for 30 days.

5.12.5 OPERATING SEQUENCES

Provide a complete written description of the sequence of operation of the

system, including programming guides and operation manuals from the

manufacturer.

5.12.6 EQUIPMENT LOCATIONS DRAWINGS

Provide drawings that show the elevations for every building that indicate

exact locations of all equipment in the system, new (not existing).

5.12.7 SHOP DETAIL DRAWINGS.

5.12.7.1 These drawings shall indicate the accurate locations of all equipment &

raceways associated with the system in respect to architectural and

structural conditions. Drawings of components, equipment layouts, and

other small size areas shall be dimensioned to the common scale of 1/8" or

1" per foot (floor layouts may be 1/16” per one foot). Cad format only.

5.12.7.2 Drawings shall include explicit notes on the termination of all conductors

and shields for each location. Architectural backgrounds shall be in

accordance with the latest architectural drawings and shall be complete

with elevations, sections, and details as required to depict the installation.

If, upon preliminary submittal of drawings, there are corrections to be

made, they shall be made to the drawings and resubmitted for approval

without extra cost to the owner’s representative. These drawings shall be

approved prior to starting work. These drawings and changes, at

completion of the job, shall become a part of the contract documents.

Page 23: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

23

5.12.8 MARKINGS

Submit for approval wire marking, panel label, zone label, terminal strip

numbering, terminal strip identification styles, and typical text as outlined

in IDENTIFICATION AND TAGGING of this specification.

5.12.9 TEST PROCEDURE

A written document detailing the test procedure of the system shall be

supplied. This procedure shall include all tests required by the equipment

manufacturer and by this specification. Copies of the test format shall be

submitted which shall comply with the requirements of the Owner.

5.12.10 TRAINING PLAN

5.12.10.1 Submit the plan to be followed in training key employees in the operation

and maintenance of the installed system, as previously described. (All

training by factory or manufacturer trainers, dealer or integrator training is

acceptable if approved by the Owner).

5.12.10.2 Training should be divided into 2 parts:

a. Administration Training: Provide three sessions (3 hours each) for all

school administrators and security staff or as required by the Owner.

b. Technical Staff & System Operators: Provide three sessions (7 hours

each) during school hours and one session after hours should the

Administration require same.

5.12.11 PROJECT RECORD DOCUMENTS

5.12.11.1 Provide three copies of all electronic CAD drawings on high quality

clearly labeled CD discs.

5.12.11.2 The Contractor shall obtain, pay for, and keep up-to-date and available to

the Owner or its representative, complete photocopies of the project

drawings clearly annotated with "as-built" data as the work is performed.

This data shall include routing of signal wire and cables, including the

designations assigned to each wire/cable.

5.12.11.3 Upon completion of this project, the information shown on these drawings

shall be transferred to the electronic drawings and submitted to the

Architect. These record documents showing “as-built” conditions shall be

submitted to Owner in electronic and printed form in accordance with the

provisions of this specification.

Page 24: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

24

5.12.11.4 All related manuals, service manuals, operator’s manuals, programming

manuals and serial numbers.

5.12.12 TRAINING DOCUMENTS

Copies of all printed training materials shall be provided in bound and

electronic format to be maintained by the Owner.

5.13 PACKAGING, DELIVERY AND STORAGE

5.13.1 Pack Hardware in heavy-duty containers, complete with all accessories,

bolts, screws, washers, cables, connectors etc., as required for application

and secure attachment.

5.13.2 Deliver components and other materials in manufacturers’ original,

unopened, protective packaging.

5.13.3 Each container shall bear a suitable label which shall state the quantity and

kind of contents and all information relating to proper placement in

building.

5.13.4 Hardware shall be individually wrapped and protected in such a manner

that no marring or damage to finish will be possible. Where possible,

maintain protective covering until installation is complete, and remove and

dispose of such coverings as part of final clean-up. Touch up damage to

finishes to match adjacent surfaces, including recoating of galvanized or

plated surfaces where damaged, cut or drilled.

Note: any hardware installed with damage shall be replaced at no cost

to Owner.

5.13.5 Handle in a manner that prevents degradation of the performance of the

component(s).

5.13.6 All connectors and devices shall be stored to preclude water damage or

corrosion.

5.13.7 Hardware shall be delivered to Project or the factories of the various

fabricators of work to which Hardware is to be applied. Deliver hardware

in the order required and in ample time to permit installation at the

scheduled time. Bidders shall deliver only the equipment that can be

installed within 45 days, Owner will not accept invoices for the delivery of

hardware that cannot be installed within that 45 day period with the

exception of cable, connectors and raceway material.

Page 25: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

25

5.13.8 Store Hardware in a clean, dry and safe place as directed by Owner if

stored on the site or property.

5.13.9 Equipment stored on site must be for installation within the following 45

days.

5.13.10 ANY onsite storage of hardware shall be the responsibility of the

contractor NOT the Client. The contractor must provide proof of insurance

of same on site stored devices with Owner listed as additional insured in

the event the equipment has been accepted by Owner.

5.13.11 Verify security and access requirements for each location and adhere to

them prior to any work or component deliveries.

5.13.12 Off-site storage of hardware and devices shall be the responsibility of this

contractor.

5.14 CONTRACTOR, MANUFACTURER AND SYSTEM

REQUIREMENTS

5.14.1 CONTRACTOR QUALIFICATIONS

5.14.2 Contractor must be certified by Software House & American Dynamics as

an Installer and Seller/ Dealer Enterprise Level in order to bid the project.

Under no circumstances shall any bids from anyone other than a certified

dealer or integrator be acceptable. See Page 6 of the bid documents:

“3.5 The bidder MUST be authorized by Software House & American

Dynamics to work on the existing system(s). No third party

contractors or source of hardware shall be permitted other than by

this bidder.”

5.14.3 At the time of bid, the bidder shall have installed other systems of similar

size, complexity, and general operation as the system described in this

specification. Similar experiences shall include at least five (5) years of

experience installing fully integrated digital systems, with at least 6 or

more manufacturer certified technicians, as specified.

5.14.4 Hold all legally required state contractor's licenses necessary to

accomplish the installation and activation of the described system at the

facilities indicated. Contractor shall submit copies of licenses with their

bid submission.

5.14.5 Have a local office, within 50 miles of the school, staffed with factory

trained technicians, fully capable of engineering, supervising installation,

system start-up, providing the Owner training and service of both

Page 26: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

26

hardware and software for systems of similar complexity and function as

the system described in this specification.

5.14.6 Indicate compliance with the provisions of this specification by letter,

signed by an officer of the corporation, or a principal if other Ownership

currently exists. This letter shall also clearly identify any exceptions to

specification requirements.

5.14.7 RESEARCH AND DEVELOPMENT - The Contractor shall provide, at

the Post-award meeting, a detailed list of software/hardware developments

and new releases for the specified system proposed for the current and

prior three years by release number and date. Contractor shall indicate the

number of up-grades planned for the current year and include in their

proposal any costs for same and the installation by their technician.

Contractor shall demonstrate compliance with these qualifications by

providing a letter of compliance to the “Contractor Qualifications” with

their bid submission.

5.14.8 CONTRACTOR RESOURCES

The Contractor shall provide their support and training structure including

the number of personnel that have been trained and certified by the

Manufacturer of the specified systems. The training includes both

installation and operator training. Contractor personnel that have not been

certified by the Manufacturer of the specified system will not be

acceptable for installation and training. Contractors must submit

documentation of training and manufacturer certification with their bid.

5.14.9 MANUFACTURER QUALIFICATIONS

5.14.9.1 Approved manufacturers: Software House & American Dynamics,

exceptions to these manufacturers are not acceptable based upon the

existing hardware/software in the school and the requirement that this

system operate within same existing equipment.

5.14.9.2 The manufacturer's supplied system shall be a fully integrated system,

with the latest technology hardware and software. Major system

development efforts to meet the requirements of this specification are

unacceptable.

5.14.9.3 The submitted manufacturer must be a seamless integration of the existing

C-Cures and alarm point monitoring, digitally based and fully

interoperable system in to a single data base operating system, with the

capability to operate on a single platform with seamless technology.

Page 27: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

27

5.14.9.4 LATEST HARDWARE/SOFTWARE TECHNOLOGY - The

Manufacturer shall supply sufficient information to indicate that the

specified equipment is state of the art and not subject to revision or change

to any hardware or software that shall be without cost to the Board within

one year after the date of acceptance of the system. The manufacturer shall

submit, through a letter presented by the Contractor with their bid

submission, a written statement indicating compliance with this

requirement.

5.14.9.5 HARDWARE AND SOFTWARE PRODUCTS - The Manufacturer shall

indicate, through a letter presented by the Contractor with their bid

submission, which products in the specified system the manufacturer has

developed and are currently being manufactured at their facility. The list

should include, but not be limited to: Management Software, Hardware

Technology, access control hardware.

5.14.10 SYSTEM REQUIREMENTS.

5.14.10.1 Hardware information:

Quantities are indicated on the attached Door Matrix (4 new doors with

readers and 10 readers to shunt the alarms

5.15 INSTALLATION, ELECTRICAL CONTRACTOR & WIRING

REQUIREMENTS (APPLICABLE TO ALL SECTIONS OF THE BID

SPECIFICATIONS)

5.15.1 Contractor shall be compliant with all requirements of the Americans with

Disabilities Act in terms of placement of hardware, devices and

accessibility to any device installed in this project.

5.15.2 The contractor shall hire a licensed (State of New Jersey, Master

Electrician) electrical contractor (EC) or a State certified Communications

Systems Installer (CSI) to install all the wiring, raceway, conduit, back

boxes and devices. The EC/CSI contractor shall have at least ten (10)

years of experience and sufficient manpower to comply with the

construction schedule for the work. The EC/CSI shall be supervised by the

prime contractor and shall attend all job meetings as required.

5.15.3 The EC/CSI is subject to approval by the Board; all bidders must submit

the EC’s name, references and statement of qualifications, as well as the

EC’s Business Registration Certificate, Employee Information Report, and

Proof of Insurance with their bid submission

5.15.4 EC/CSI must be present with bidder at the walk thru.

Page 28: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

28

5.15.5 WIRING

5.15.5.1 The minimum gauge wire permitted in any place for this work is 18awg

conductors.

5.15.5.2 All wiring and terminations shall be as required tested using a Fluke tester

or other device to assure continuity and integrity. All cables must be

tagged and the tag is permanent printed format such as Brother label make

or approved device, hand written tags are not permitted.

5.15.5.3 Any hardware requiring power above 10 amps, including induction loads

shall be protected by fuses and the wiring shall be no less than 14AWG,

electronic panic bars shall be powered with no less than 12AWG wiring’

All high amperage devices are subject to Board approval prior to

installation or purchase.

5.15.5.4 Under no circumstances shall plugs of any sort be permitted on field

hardware, such as power supplies, etc. All devices in the field must be

hard wired. Plug in transformers shall not be permitted.

5.15.6 WORK STANDARDS

5.15.6.1 All debris, excess wire conduit or other materials must be removed from

the site on a daily basis by this contractor. Under no circumstances shall

refuse, material or raceway material be left in occupied areas of the

school. Work areas will be clearly marked and temporary barriers shall be

put in place to prevent students and others from wandering into work

spaces.

5.15.6.2 All wiring through interior plenums, floor slabs shall be sealed with

approved fire-stop materials.

5.15.6.3 All cable in plenum space shall be compliant with Federal, State and local

codes with regards to flammability and smoke attenuation.

5.15.6.4 All cables in any space shall be secured to black-iron or structure with

approved support straps every 24”, no cables or raceway shall be allowed

to be installed without proper support.

5.15.6.5 Exterior penetrations of the walls, soffits or other surfaces shall be

approved by the Board, prior to the work proceeding.

5.15.6.6 All grounding shall be by cold water ground and shall be provided at

every location for repeaters, chargers or power supplies. In locations

requiring multiple grounds provide ground bars with 40% spare capacity.

Page 29: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

29

5.15.6.7 Exterior metallic devices and any supporting brackets shall be grounded

with braided or twisted conductors of at least #12AWG. Devices that are

above the highest roof line shall be provided/ installed with lightning

protection straps properly grounded to either the structure steel or as

required by Federal, State and local codes.

5.15.6.8 All conductors, related to this project, shall be enclosed in EMT with

compression fitting for any connection exposed or accessible to tampering.

Conduit shall extend at least 24” above any ceiling or plenum space.

Exterior devices shall be connected using either Seal Tight type flexible

connections; no more than 12” in length, and exterior grade EMT,

attachment clips shall be cast metal fittings not interior grade metal strap

type clips. Note: All cut EMT shall have any and all burrs sanded or

otherwise removed to preclude damage to cable.

5.15.6.9 Wire Mold type raceway is not permitted unless approved in writing by

the Board.

5.15.6.10 ALL CAT cable runs are to be made without ANY splice, connectors or

other devices outside the IDF closet..

5.15.6.11 All raceways, plenum cables shall be run and installed parallel to level

surfaces, all bends, turns shall be at 90 degrees and at all times neatly

installed.

5.16 SPECIAL CONDITIONS

5.16.1 EC/CSI is advised that the wiring required to connect to the existing

security office is through a school which is currently occupied with

students and staff (unless during recess-holiday periods). Access to some

areas may be restricted or may require re-mobilization to another area due

to classes being in session, sporting events and other school related

activities. Allowances for same must be included in the bid.

5.16.2 The contractor shall ensure that all dangerous or hazardous materials are

properly secured and attended to, at all times during the project, to ensure

the safety of students, staff and the public. The Board is not responsible

for damages to materials and/or equipment not properly secured or left

unattended during the project.

5.16.3 The distance limitation of cable connections from the reader to the

assigned IDF closet shall not exceed 1,200 feet. IDF closets are indicated

on the drawings/plans attached herewith (Appendix A).

Page 30: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

30

5.17 SUPERVISION OF WORK

5.17.1 The Contractor shall personally, or through an authorized and competent

representative, constantly supervise the work from beginning to

completion and shall, within reason, keep the same work force and

supervisor on the project throughout the duration of the project. The

Contractor shall remain in contact with the Contract Administrator at all

times during the project to ensure deliveries and installation proceeds

without delay or hindrances to other trades.

5.17.2 A detailed Construction Schedule shall be provided and coordinated with

the Board’s Consultant on the project.

5.18 SITE PROJECT MANAGER

5.18.1 The Contractor shall provide a site project manager to interface with all

appropriate site contractors and the Board during the installation of the

system. The site project manager shall be responsible to attend all project

team meetings and provide progress reports regarding the project as

requested by the Contract Administrator.

5.19 PLAN OF OPERATIONS AND PROJECT SCHEDULE

5.19.1 Before beginning work, the Contractor shall submit for approval to the

Contract Administrator a complete plan and schedule of proposed

operations, including a detailed plan indicating EC mobilization times,

commencement of work dates and anticipated completion dates. The

schedules of all subcontractors, transportation, storage, and all other

matters affecting the work shall be accounted for in the project schedule.

The project schedule shall be revised on a weekly basis and all updates

shall be provided to the Contract Administrator.

5.19.2 The Contractor’s work may require re-scheduling due to other trade

activity and/or limited access to certain areas of the school.

5.19.3 EC shall operate with sufficient staffing to ensure installation of

equipment, hardware, wiring and materials in accordance with the project

schedule.

A. Each project shall be considered complete upon satisfactory

completion of wiring, cameras, connections and

demonstration of functionality to Client or agent’s

satisfaction.

Page 31: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

31

B. The project is not expected to exceed 120 days from

commencement of work to date of acceptance. Sufficient

staffing is required to achieve this time line.

5.20 WARRANTY & EXTENDED SERVICE REQUIREMENTS

5.20.1 The entire system, including the wiring & any new door hardware, shall be

warranted for 2 years after the Owner’s acceptance of same. No device

installed, supplied or otherwise delivered shall have a warranty of less

than one year from the date of acceptance.

5.20.2 Wiring and connectors that are mounted or installed in plenums, walls,

raceways shall be warranted for two years after Owner’s acceptance of

same.

5.20.3 The Contractor shall warrant the following devices as indicated (all

devices will have a minimum warranty of one year following Owner’s

acceptance):

-- Readers – 2 years

-- Lock & Alarm Horn Power Supplies/Batteries – 1 year

-- Interior cables and connectors – 2 years

-- Exterior Mounting Hardware – 2 years

-- Door hardware – 2 years

-- Alarm horns -- 2 years

-- Door contacts (new) – 2 years

-- Electric hinges (new) – 2 years

NOTE: Warranty commences from date of system acceptance by the Owner

(or from date of final acceptance see section 5.10).

5.20.4 Owner’s acceptance will be deemed to have occurred upon system

acceptance. Mere delivery of any part of the system(s) shall not be deemed

as acceptance. Beneficial use of any part of the system(s) shall not be

deemed as acceptance.

5.20.5 The contractor shall provide to the Owner detailed Bill of Materials &

Warranty dates of maturity.

5.20.6 All products shall be provided with the manufacturer’s warranty and

original license agreements including certificates and registration

numbers.

Page 32: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

32

5.20.7 The access control and alarm system manufacturer shall provide software

support and any upgrades for a period of one year at no additional cost to

the Board. Installation of these up-grades or support shall be installed, or

otherwise provided, at no cost for labor or any staffing required to install

same by the Contractor

5.21 ATTIC STOCK

Provide and deliver to the Owner one of each of the following devices for

its attic stock:

1. Spare card readers (provide 4 spares)

2. Alarm horns (provide 4 spares)

3. Magnetic or strike locks (provide 2 spare of each)

4. Electronic panic bar assemblies (solenoids and latch hardware) 4

spares

5.21 LABELS & TAGGING

All wiring and devices shall be clearly tagged and machine printed as

follows: UCBOE

5.21.1 Labels for all items other than wiring terminations (see section 5.21.3),

will be provided by the contractor.

5.21.2 Install all labels on hardware so as not to obstruct any manufacturer

markings and place same using alcohol wipe to clean the surface.

5.21.3 All wiring terminations shall be clearly tagged using a Brother PT 7600 or

equal and labels that are at least 5/8” in size (width) and a length sufficient

to clearly indicate the conductor’s type, termination point etc.

5.21.4 Tags that are hand written and or paper based attached by string are not

permitted.

5.22 RECORD BOOK

5.22.1 The contractor shall provide a digital and hardcopy book that lists each

device by location along with serial numbers and a description of same.

The format of this document shall be in a standard Microsoft Excel

document and in a fixed PDF format.

Page 33: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

33

5.23 CARD READERS

5.23.1 Card readers and any device installed by or under this contract (contractor)

shall be installed in the following manner(s):

A. Interior masonry surfaces, cinder block, cement or brick: ¾” EMT

conduit with compression fittings and in locations that have a

suspended ceiling all conduit shall extend at least 10’ above the

finished floor. All conductors shall be protected by conduit so as to

prevent damage by people to the conductors therein (horn back box

has ½” conduit openings, use reduce or hole expander).

B. Exterior masonry surfaces, cinder block, cement or brick the

penetration shall be at 90 degrees into the facility where possible (with

drip stop). In locations where this is not possible the conduit shall be

run in a manner to limit exposure of same to observation. Conduit

shall be rigid ¾” weather proof, painted with etching primer and a

finish coat to match the location.

C. Back-boxes shall be of the type specifically designed for surface

mount with threaded entry points. Boxes with more than 2 “KOs” are

not acceptable nor are any 1900 series type boxes. Boxes shall be

weatherproof rated.

D. Anchoring to masonry surfaces (as above type) shall be by Hilti epoxy

anchoring type systems, plastic or lead anchors are not permitted.

E. All anchoring hardware shall be stainless steel and all conduit straps

shall galvanized steel or aluminum straps.

F. Alarm horns are to be mounted at the maximum height possible in each

location.

5.23.2 As manufactured by Software House model SWH-4100 Multi-Technology

Card Reader, black in color surface mount device. Mount over new or

existing back boxes. In locations with masonry surfaces use weather proof

back box in ALL locations with conduit.

Note: In no instances is Wiremold type raceway permitted in any

place.

5.24 ELECTRONIC HARDWARE

5.24.1 REQUEST TO EXIT HARDWARE (REX) – PIR

Page 34: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

34

The drawings/plans (Appendix A) indicate certain “new” access control

doors, doors that do not have any existing hardware or locks. These doors

are to be equipped with REX devices to shunt the alarm for egress. T Rex

type sensors or approved equal. Any power supplies required for same

devices shall be supplied by this contractor.

Special Note: The drawings/plans (Appendix A) indicate that egress

sensors are built-in to certain hardware and devices. Bidders are advised to

make allowance for any hardware that may not have functional egress

sensors or are non-functional.

The electric mortise locks were manufactured by Yale and installed in

2007-8 during the construction of the facility.

5.24.2 ALARM HORN

5.24.2.1 The alarm horns shall be as manufactured by Cooper Notification Inc. or

approved equal. Model/Series HS 24VDC white in color (no writing or

signage shall state “FIRE”, nor shall any horn be approved that is

modified by paint or other means that stated “Fire” prior to the

modification). The horn shall be mounted on a Cooper Notification 10B

back box, weather proof, or approved equal.

5.24.2.2 The horns above specified required 24 VDC, provide one power supply

for each IDF closet that is related to the door. Attention must be paid to

wiring to the horn to preclude voltage drops of any sort caused by distance

issues.

5.24.2.3 Union City High School has the latest Victor Software System. The

Contractor shall program that system, with the C-Cure Software to provide

both alarm and real-time recording by any local cameras (as indicated by

Owner).

5.24.2.4 Each horn, by the egress doors are equipped with a card reader to turn-off

the alarm. This interface shall be via the I Star panel and shall be

programmed by the Contractor.

5.24.2.5 All interfaces are the responsibility of the Contractor and each new device

will be clearly indicated by location, type and status for the functional use

by Owner. Non-programmed hardware and devices that have

identification in either the C-Cure or Victor Software shall be considered

uninstalled and the acceptance of the system declined.

Page 35: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

35

5.24.3 CRASH BAR EGRESS HARDWARE

5.24.3.1 Crash bar hardware shall be as manufactured by Allegion/Von Duprin or

approved equal. Model RX-EL-SD-9947-EO or RX-EL-SD-9947-NL-OP-

110MD . Provide power supply Model PS-914-900-2RS or approved

equal, install same in nearest IDF Closet. All wiring to the panic hardware

from the power supply shall be 12AWG stranded cable, or above to

10AWG stranded. Contractor must ascertain the distance and calculate

the voltage drop to ascertain the correct wiring.

5.24.3.3 POWER SUPPLIES

5.24.3.3.1 No plug-in type transformers are permitted. All power supplies shall be

hardwired on the primary side (input) by a licensed electrical contractor.

All power supplies are to be wall-mounted in the IDF Closets and clearly

marked as to purpose and hardware powered by same. Prove 4 fuses of

each type used by the power supply (primary and secondary sides).

5.24.3.3.2 Power supplies shall be as specified or as manufactured by Altronix or

approved equals. All power supplies must UL listed for the specific

application.

5.24.3.4 DOOR CONTACTS

5.24.3.4.1 The existing door contacts are large metal in frame sensors that are

operational. Bidders are advised that there are no spare conductors to any

doors, this will require any interfacing for alarm purposes to be at the IMC

or RM modules as noted on the print MSS-SC2.1.1 (Room 1221).

5.24.3.4.2 New card reader controlled doors are to be equipped, were possible, with

built-in door position sensor or latch status capable locks.

5.25 HARDWARE PROGRAMMING

5.25.1 All devices installed by this contract/specification shall be fully integrated

into the existing C-Cures & Victor Software. The Radionics/burglar alarm

system inputs and outputs shall also be integrated and each point of alarm

clearly indicated in the software. All devices shall be assigned a name and/

or number as required by the Contract Administrator. The Contract

Administrator is the final authority regarding the type of names, points and

inter-relationship with the CCTV cameras that are located nearby any

alarm point. The Contractor shall provide a detailed matrix of hardware

installed with a point to point schematic of same along with CAD

drawings indicating new device locations and the cameras that are related

to any given alarm point.

Page 36: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

36

5.25.2 The I Star panels, existing and otherwise are to be fully documented as to

what is connected and how (meaning is there any other sub-panel or

device). The BA /Radionics connections must also be documented and

included in any schematics.

5.25.3 The documentation work shall be done in an orderly and timely manner.

5.26 SITE ACCESS

5.26.1 The Contractor’s vehicles, vehicles belonging to employees of the

Contractor, and all other vehicles entering upon the Board’s property in

performance of the work shall use only designated site access.

Contractor shall not permit vehicles to park on any area of the Board’s

property unless authorized by the Board.

5.26.2 The Contractor shall restrict access of all persons entering the Board’s

property in connection with the work to the access route and to the actual

site of work.

5.26.3 In order to ensure the safety of the children, deliveries and access to the

site must be coordinated with the principal, or other person in charge of

each building.

5.26.4 In addition to regular work hours, the Contractor shall work overtime and

on Saturdays, Sundays and Holidays, if necessary, to complete the Work

on time and to avoid or to minimize any interruption to the operations of

the school district, or any part or department thereof, at no additional cost

to the Board.

5.26.5 Any overtime costs for Board personnel shall be paid by the Contractor.

5.26.6 The Board reserves the right to determine when the work will be

provided.

5.27 BUILDING OPERATION AND PROTECTION

5.27.1 The Contractor shall perform the Work in a manner that will cause

the least interference to the operation of the High School or any part or

department thereof.

5.27.2 The Contractor shall give reasonable notice to the Board sufficiently in

advance to permit the Board to take whatever action may be necessary to

permit the Work to be done at the site.

Page 37: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

37

5.27.3 Existing entrances and exits shall be maintained in a safe, unobstructed

and operable condition at all times.

5.27.4 The Contractor shall take all necessary precautions to protect people and

property from injury and damage.

5.28 HOURS OF OPERATION AND SCHEDULES

During the Contract term, on regular business days, the Contractor is

permitted to work inside the High School from 7:00 a.m. until 4:00 p.m. If

the Contractor needs to work before or after these times, he shall notify the

Board sufficiently in advance so the Board may have a custodian present.

Lack of availability of a custodian is not the responsibility of the Board.

Page 38: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

38

SCHEDULE 1

BID PROPOSAL CHECKLIST – 1 PAGE

Bidder should initial each item indicating that the document has been submitted.

1. _______ Bid Proposal Checklist

2. _______ Original and Four (4) Copies of Bid Proposal Form and all

required documents

3. _______ Bid Proposal Form

4. _______ Bid Guarantee

5. _______ Certificate of Surety

6. _______ Statement of Ownership of Corporation or Partnership

7. _______ Affidavit of Non-Collusion

8. _______ Affidavit and Questionnaire of Bidder’s Experience and

Financial Responsibility

9. _______ Certificate of Registration issued by the New Jersey Department of

Labor, Division of Wage and Hour Compliance, as required by the

Public Works Contractor Registration Act, N.J.S.A. 34:11-56.48 et seq.

(P.L. 1999, c. 238)

10. _______ Business Registration Certificate issued by the New Jersey Department

of Treasury, pursuant to N.J.S.A. 52:32-44(1)(b)(P.L. 2004, c. 57)

11. _______ Contractor’s Notice of Classification issued by the State of New Jersey,

Department of Treasury, Division of Property Management and

Construction

12. _______ Affidavit of No Change in Status, pursuant to N.J.S.A 18a:18-32

13. _______ Mandatory Affirmative Action Language

______________________________________(seal)

(Contractor)

BY: _____________________________________

(Authorized Signature)

______________________________________

(Printed Name and Title)

Page 39: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

39

SCHEDULE 2

BID PROPOSAL FORM

Proposal for Access Control System - Union City High School

TO: Union City Board of Education

FROM:________________________ ____________________________

Contractor Phone Number

________________________ ____________________________

Mailing Address Facsimile Number

________________________ ____________________________

Mailing Address Cellular Phone Number

________________________ ____________________________

Mailing Address Email Address

The undersigned herby agrees to provide complete performance in accordance with the

Bid Documents for the prices listed in this Bid Proposal Form. The bidder represents that it has

read and understands the Bid Documents and that it has duly considered all information contained

therein in the course of submitting its bid. Moreover, submission of this bid serves as the bidder's

representation that, if awarded the contract, it will not make any claims for or have any right to

any concessions or damages because of lack of understanding of the Bid Document or lack of

information concerning same.

Single Overall Contract Bid:

$ __________________ __________________________________________ Price in figures Price in words

The bidder states that it has received the following Addenda, Notices, or Revisions to the Bid

Documents and has given them due consideration in the preparation of its bid.

Addendum No., Title of Notice or Title of Revision Date Received

_________________________________________ ____________

______________________________________ ____________

____________(seal) Contractor

Witness:

______________________________ By_____________________ Signature Authorized Signature

______________________________ ________________________ Printed Name Printed Name

_________________________________ ____________________________

Title Title

_________________________________ ____________________________

Date Date

Page 40: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

40

SCHEDULE 3

AFFIDAVIT OF NON-COLLUSION – 1 PAGE

STATE OF NEW JERSEY )

) ss.: Access Control System

) Union City High School

COUNTY OF )

I, ________________________________ residing at

_________________________________________________ in the

City/Town/Township/Borough of _______________________________, and State of

_________________, of full age, being duly sworn according to law upon my oath

depose and say:

1. I am the ______________________________of the firm

________________________________________________, the bidder making the

bid for the project, goods, services and/or material bid set forth in the Bid

Documents, , and I executed the Bid Proposal Form with full authority to do so; and

I state that the bidder has not, directly or indirectly, entered into any agreement,

participated in any collusion, or otherwise taken any action in restraint of free,

competitive bidding in connection with the bid, and that all statements contained in

the bid and in this Affidavit are true and correct, and made with full knowledge that

the Union City Board of Education (“The Board”) relies upon the truth of the

statements contained in the Bid Documents completed and submitted by the bidder,

and in the statements contained in this Affidavit, in awarding the contract for the

said project, services and/or material bid.

2. I further warrant that no person or selling agency has been employed or

retained to solicit or secure such contract upon an agreement or

understanding for a commission, percentage, brokerage or contingent fee,

except bona fide employees or bona fide established commercial or selling

agencies maintained by _________________________________________.

____________________________________

(Signature of Affiant)

Subscribed and sworn to before me ____________________________________

this ____day of_____________, 20__. (Printed Name)

_______________________________ ____________________________________

NOTARY PUBLIC (Title)

Page 41: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

41

SCHEDULE 4

AFFIDAVIT AND QUESTIONAIRE OF BIDDER’S EXPERIENCE AND

FINANCIAL RESPONSIBILITY:

AFFIDAVIT

STATE OF NEW JERSEY )

) ss.: Access Control System

) Union City High School

COUNTY OF )

I, ________________________________ , am

(Identify Relationship to Bidder)

of , of full age, being duly sworn, I depose and say:

(Name of Bidder)

1. All of the answers set forth in the attached Questionnaire are true and each question is

answered on the basis of my personal knowledge, or based on my diligent inquiry.

2. All of the answers given in the Questionnaire are given by me for the express purpose of

inducing the Union City Board of Education, to award the Contract to

(Name of Bidder)

3. I understand and agree that the Union City Board of Education will rely upon the

information provided in the Questionnaire in determining the lowest responsible bidder

to be awarded the contract.

4. I also understand and agree that the Union City Board of Education may reject the bid in

the event that the answer to any of the foregoing questions is false.

5. I do hereby authorize the Union City Board of Education to inquire about or to

investigate the answer to any question provided in the Questionnaire, and I further

authorize any person or organization that has knowledge of the facts supplied, or which

should have been supplied, in the Questionnaire to furnish the Union City Board of

Education with any information necessary to verify the answers given.

____________________________________

(Signature of Affiant)

Subscribed and sworn to before me ____________________________________

this ____day of_____________, 20__. (Printed Name)

_______________________________ ____________________________________

NOTARY PUBLIC (Title)

Page 42: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

42

QUESTIONNAIRE

This Questionnaire must be completed and submitted as part of the Bid. Failure to

complete this form or to provide any of the information required herein may result in

rejection of the Bid.

1. How many years has the bidder been engaged in the business of providing the

Work requested by the Bid Documents under the present firm name?

2. List any other names under which the bidder, its partners or officers have

conducted business in the past three (3) years, and the number of years business

was conducted under that name.

3. When was the bidder organized, formed or incorporated?

4. List three bank references with contact information:

5. Credit available for this Contract?

6. List the names and home addresses of all the officers of the bidder, noting their

position in the Company:

7. List the name of the executive who will give personal attention to the project:

Page 43: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

43

8. Has the bidder ever been adjudged bankrupt or been subject to a receivership or

an order of reorganization? If so, give details and particulars.

9. Is the bidder at this time subject to any court order relating to bankruptcy,

liquidation or reorganization? If so, give details and particulars.

10. Has the bidder, its partners or officers failed to perform any contract in the past

three (3) years? If the answer is “Yes”, state when, where and why. A complete

explanation is required.

11. Are there any judgments, claims, arbitration proceedings or suits pending or

outstanding against the bidder, or any of its principals?

12. Has the bidder filed any lawsuits or requested arbitration with regard to any

contracts within the last five years? (If the answer is yes, please attach details).

13. Within the last five (5) years, has any officer or principal of the bidder ever been

an officer or principal of another organization that failed to complete a contract?

(If the answer is yes, please attach details).

14. On a separate sheet, list the private and public contracts the bidder is currently

performing, giving the name of project, owner, contract amount, percentage of

contract completed and scheduled completion date, and owner contact number.

15. On a separate sheet, list the contracts the bidder has completed in the past five (5)

years, giving the name of project, owner, owner contact number, the contract

amount, date of completion and percentage of the cost of the work performed with

bidder’s own forces.

Page 44: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

44

16. State the average annual amount of work requested by the Bid Documents

performed by the bidder during the past five (5) years:

17. On a separate sheet, list the experience of the key individuals of your

organization.

18. Trade References with contract information:

19. Name of Bonding Company:

20. Name and address (no P.O. Box) of agent authorized to accept service in the State

of New Jersey.

Page 45: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

45

SCHEDULE 5

STATEMENT OF OWNERSHIP OF CORPORATION OR PARTNERSHIP

New Jersey law, N.J.S.A. 52:25-24.2, provides that no corporation or partnership

shall be awarded by any state, county, municipal or school district contract for the

performance of any work or the furnishing of any materials or supplies, unless prior to

the receipt of the bid or accompanying bid of said corporation or partnership there is

submitted a statement. The statement shall set forth the names and addresses of all

stockholders in the corporation or partnership who own ten percent (10%) or more of its

stock of any class, or of all individual partners in the partnership who own a ten percent

(10%) or greater interest therein.

If one or more of such stockholders or partners is itself a corporation or

partnership, the stockholders holding ten percent (10 %) or more of that corporation’s

stock, or the individual partners owning ten percent (10%) or greater interest in that

partnership, as the case may be, shall also be listed. The disclosure shall be continued

until names and addresses of every non-corporate stockholder, and individual partner,

exceeding the ten percent (10%) ownership criteria established in this act has been listed.

Accordingly, this statement must be completed and submitted simultaneously

with the bid.

In the case of corporate or partnership stockholders, continue the disclosure on

extra sheets until all required individual stockholders or partners are disclosed.

(1) Names and addresses of all stockholders in ,

a corporation, who own ten percent (10%) or more of its stock of any class are:

Names: Addresses:

Page 46: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

46

(2) Names and addresses of all partners of ,

a partnership, owning an interest therein of ten percent (10%) or greater are:

Names: Addresses:

(3) Continued information on stockholders or partnerships that are themselves

corporations or partnerships (Use extra sheets if necessary and attach).

WITNESS: (seal)

Contractor

By:

(Signature) (Authorized Signature)

(Printed Name) (Printed Name)

(Title) (Title)

(Date) (Date)

Page 47: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,

47

SCHEDULE 6

AFFIDAVIT OF NO CHANGE IN STATUS

STATE OF NEW JERSEY )

) ss.:

)

COUNTY OF )

I, ________________________________ residing at

_________________________________________________ in the

City/Town/Township/Borough of _______________________________, and State of

_________________, of full age, being duly sworn according to law upon my oath

depose and say:

1. I am the ______________________________of the firm of

________________________________________________,

the bidder submitting a bid for the project, services, good and/or material bid

set forth in the Bid Documents.

2. Since the above-referenced bidder’s last submission to the State of New

Jersey, Department of Treasury, Division of Property Management and

Construction for classification, there has been no material adverse change in

the above said bidder’s classification information.

____________________________________

(Signature of Affiant)

Subscribed and sworn to before me ____________________________________

this ____day of_____________, 20__. (Printed Name)

_______________________________ ____________________________________

NOTARY PUBLIC (Title)

Page 48: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,
Page 49: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,
Page 50: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,
Page 51: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,
Page 52: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,
Page 53: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,
Page 54: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,
Page 55: BID DOCUMENTS FOR ACCESS CONTROL SYSTEM- UNION CITY …p1cdn4static.sharpschool.com/UserFiles/Servers/Server_4470852/Fil… · Bids may be mailed to Christina Hunt, Purchasing Agent,