B. Branch Campus and Higher Education Centers - Quantity (4) Western Monmouth Freehold (1), Long Branch, (1) Wall, (1) Hazlet, (1)

Size: px
Start display at page:

Download "B. Branch Campus and Higher Education Centers - Quantity (4) Western Monmouth Freehold (1), Long Branch, (1) Wall, (1) Hazlet, (1)"

Transcription

1 Brookdale Community College Lincroft, NJ Bid No Security Equipment Services Specifications 1.1 DESCRIPTION OF WORK: A. The work in this specification consists of the provision of all labor, materials and equipment to provide security equipment services to Brookdale Community College on the Lincroft campus and at (4) four remote sites located in Freehold, Hazlet, Long Branch and Wall Township. B. The work requires that the contractor provide the services to design, install, repair, maintain, monitor, troubleshoot, furnish and/or install parts and program systems for existing and future equipment. The existing equipment consists of two types of security equipment (listed below) on the College properties included in this specification. Video equipment integration / compatibility must be utilized. The work includes services to the following equipment: 1. Burglar Alarm Systems Quantity (15) * Radionics A. Lincroft Campus - Quantity (10) Toops House, Bookstore, Convenience Store, Dining Services, Accounts Receivable, Student Life Center, ATeC, MAS 019, RMC, Gorman Hall B. Branch Campus and Higher Education Centers - Quantity (4) Western Monmouth Freehold (1), Long Branch, (1) Wall, (1) Hazlet, (1) Honeywell Burglar Alarm Systems - Quantity (1) Lincroft Campus - Chhange (1) 2. Video Surveillance Quantity (12) * Quantity (1) Panasonic NVR with (20) Panasonic IP Cameras (Arena, Fitness Center, BREC, Lincroft Campus) Dell Servers DVR with GMR/SVR Software - Quantity (11) 10 Lincroft Campus: LAH (2), Library (1), Chhange (1), Accounts Receivable (1), SLC (2), Dining Services (1), Bookstore (1) Western Monmouth (1) * New Projects will ONLY Utilize Honeywell products

2 3. Cameras - Quantity (104) Lincroft Campus LAH Cafe (5), LAH (4), Library (10), Chhange (5), Accounts Receivable (5), Dining Services (13), Bookstore (28), MAC basement (2), Student Life Center (19) Western Monmouth (Freehold) (13) C. The work of this specification includes services 24 hours a day 7 days a week. D. The Contractor is to provide a one (1) hour service response to service requests when the College deems necessary. 1.2 QUALITIFICATION OF BIDDER The bidder shall demonstrate to the College evidence of his/her experience, qualifications and professional record of similar services over a period of not less than three years. 1.3 EXAMINATION OF PREMISES: The Contractor is required to examine the premises and the property to be serviced under this Contract prior to submitting a bid for the work and to have inspected the existing conditions under which he/she will be obligated to work under this contract. No allowances will be allotted in this contract for error or negligence by the Contractor. It is highly recommended that the Bidder contact the Chief of Police or his/her designee to schedule an appointment for a walkthrough of the College Facilities. 1.4 GENERAL CONDITIONS The contractor shall maintain an adequate inventory of applicable supplies, spare parts and replacement equipment, in order to ensure that emergency repairs can be made within minimum time. The contractor shall recommend any modification to existing systems as per the specifications. The successful bidder shall provide contact information (cell phone) for Managers, Supervisors and Technicians. All recommendations of all repairs shall be submitted to the Police Chief or his/her designee prior to repair for approval. The contractor is required to possess all necessary valid New Jersey state licenses and certifications necessary to perform the required services. Materials, equipment, and installation shall comply with all current rules and regulations of all applicable Federal, State, County and Local Laws, Ordinances, and Regulations, etc. 2

3 All work must be executed in a workmanlike manner and present a neat and mechanical appearance when completed. The contractor shall coordinate his/her work with the Chief of Police or his/her designee. All work shall be performed so that any interruption of the normal operation shall be minimal. 1.5 RESPONSE TIME Contractor shall have the ability to respond to Emergency service calls within a two hour on-site response time. Contractor shall respond within one hour by phone and be on site within one hour. Emergency service calls shall be defined as security failures that cannot wait for regular scheduling. Response time for emergencies shall not exceed three hours total on Saturday, Sunday and Holidays. Non-emergency service calls shall be responded to within seventy-two hours of initial call. When responding to a non-emergency service call, the contractor shall provide an estimated time of completion for the requested work to the Chief of Police or his/her designee. 1.6 REGULAR HOURS AND OVERTIME HOURS Regular hours are defined as any hours worked between 8 am and 5 pm, Monday through Friday. Overtime hours are defined as any work performed outside of Regular work hours, which may include holidays. 1.7 TIME AND MATERIAL WORK All quotes for work shall include a cost breakdown submitted by the contractor as follows: labor rate, quantity of hours, material list, wholesale cost (with evidence of same) and mark up, at applicable contract rates. The college reserves the right to delete or add additional units as needed, at contract bid prices. Each call shall generate a separate invoice detailing the labor charge and the parts/materials as outlined above. All invoices are required to include a purchase order number or will not be processed. 1.8 REPAIRS During the course of work, if repairs are identified, Chief of police or his/her designee s approval is required to obtain a purchase order before contractor may proceed with the repair. 1.9 FAULTY MATERIALS AND WORKMANSHIP 3

4 The contractor shall remedy all defects and pay for repairs for a period of one year from final acceptance of work by the college for faulty materials and/or workmanship. The college shall give notice of observed defects within a reasonable time. 2.0 GUARANTEE The contractor shall and does hereby warranty and/or guarantee the following: For a period of one year from the date of completion, as evidenced by the date of final acceptance of work by the college, all work and materials shall remain in perfect working order. Adjustment equipment shall remain in proper adjustment. 2.1 PROTECTION OF BUILDINGS AND SITE The contractor shall be responsible and take precautions necessary to protect the interior and exterior of all buildings and college property. 2.2 COORDINATION The work shall be coordinated with the Chief of police or his/her designee. The contractor will coordinate his operations with the needs of the College as to scheduling work in various locations. The servicing Contractor will contact the Chief of Police or his /her designee, at least once annually to evaluate and discuss requests for service. The Contractor will sign in and sign out with the Chief of Police or his/her designee at the commencement and completion of each service call and for any additional service requests. For calls at the Higher Education Centers, the Contractor will check in with the Security Officer on duty who will call the Brookdale Dispatcher to record the call in. Access to locked areas will be provided by the Campus Police ( ) or from on campus (extension 2222). Night service calls are to be scheduled with the Police prior to the service call. If services are required, the Contractor shall respond and provide service at the specified hourly rates. 2.3 TERM AND CONDITIONS OF CONTRACT This is an eighteen month contract (1/1/14 6/30/15). Bids will be evaluated and awarded to the lowest responsive and responsible bidder with the lowest aggregate total cost (Items 1-3) per Bid Form 2 and meets all bid and detailed specification requirements. 2.4 TERMINATION OF CONTRACT 4

5 If the Contractor fails to comply with any of the obligations required of it under this contract, and on receipt of written notice specifying the failure, fails to remedy and cure within a reasonable time, but in no case greater than 24 hours, that the party shall be in breach of contract. The College shall have the right to terminate the contract upon giving (30) days written notice. 2.5 PRODUCTS & PERSONEL: EQUIPMENT AND SUPPLIES The Contractor shall furnish all equipment, materials and parts as necessary to properly perform under this contract. All items supplied must be properly labeled, indicating manufacturer, application method, and product specifications, and are subject to prior approval by the Chief of Police or his/her designee. All security equipment shall be supplied by the Contractor as required, and shall become the property of the College. The Contractor shall provide all materials, equipment and supplies to perform the necessary work. All products provided shall conform to all current Federal, State, Local, NJ State Worker and Community Right to Know Act, ASHA an POESHA rules and regulations. The Contractor assumes and accepts the requirements and responsibilities of applicable rules and regulations. 2.6 EMPLOYEES OF THE CONTRACTOR: No one except authorized employees of the Contractor is allowed at work sites on the premises of the College. Contractor employees are not to be accompanied in the work site by acquaintances, family members, unauthorized assistants, or any other person unless said person is an employee of the contractor. 1. APPEARANCE: Contractors personnel shall present a neat, clean, and orderly appearance at all times. 2. UNIFORMS: Contractor personnel at all times shall wear uniforms or other identification clearly indicating that they are employees of the Contractor. 3. SAFETY EQUIPMENT: Contractor personnel shall be provided with and be trained in the use of appropriate safety equipment as is required in the course of the performance of the Contract. 2.7 QUALIFICATIONS AND CERTIFICATIONS: 1. Contractor must have Valid NJ State License to install and service Burglar Alarms and CCTV (cameras). 2. Contractor must be a Radionics preferred dealer (to service existing panels). 3. Contractor must be authorized to install and service Honeywell systems. 4. Contractor must have live 24 hour call center for after hour emergency calls. 5

6 5. Contractor must have 3 years experience in the industry. 2.8 HOURLY LABOR RATE Labor hours are shown in the bid pricing page for bid purposes only. We have attempted to accurately reflect a true picture of the approximate amount of labor hours that the college anticipates. The college does not guarantee any minimum number of hours and will only pay for the actual number of hours authorized and worked. All prices shall be firm for providing services to any of the college locations. Hourly rates begin with the contractor s arrival at the site and end when contractor leaves the site. After the first hour, hourly rates shall be prorated to the closest fifteen minute interval. 6

7 Security Equipment Services Bid No REFERENCES: Please provide three references (Company, contact, address, phone number and address): Company Contact Address Phone Number Company Contact Address Phone Number Company Contact Address Phone Number 7

8 Bid No , SECURITY EQUIPMENT SERVICES BID PRICING SHEET BID FORM 2 Item # Description 1. Installation & Repair Service: Hourly Rate during Regular Hours, Monday through Friday, 8 am to 5 pm 2. Installation & Repair Service: Hourly Rate for Overtime hours. Estimated Hours 1/1/14 6/30/15 Hourly Rate 1,050 $ $ 65 $ $ Total Estimated Hours x Hourly Rate 1/1/14 6/30/15 3. Material Cost and Mark-up: % Total Material cost and Mark-up % discount should be off of $45, (estimated material expenditures for contract period) Example: ($45,000 x 11%) = $4,950 + $45,000 = $49,950 ITEM 3 $ TOTAL COST (Items 1 3) $ Notwithstanding all Estimated Hours and Material costs are estimates for bid purposes only and Brookdale Community College is not liable for amounts indicated in Bid Form 2. All work will be based on actual hours and materials which may vary significantly above or below the estimates. Bids will be evaluated and awarded to the lowest responsive and responsible bidder with the lowest aggregate total cost (Items 1-3) per Bid Form 2 and meets all bid and detailed specification requirements. Company: Signed: Title: Date: 8