HR: School Security Upgrades

Agency: City of Manchester
State: New Hampshire
Level of Government: State & Local
Category:
  • K - Modification of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD12328330349893009
Posted Date: Apr 16, 2024
Due Date: May 14, 2024
Solicitation No: FY24-190-63
Source: Members Only
Bid # Description Download PDF Bid Opening Addenda Results
FY24-190-63

HR: School Security Upgrades

Questions: kkincaid@manchesternh.gov

RFP Proposals Due: May 14, 2024 by 3pm

Attachment Preview

General Requirements and Specifications
For the Supply and Installation
Of
School Security Upgrades
For the
Manchester School District
City of Manchester Bid #
FY24-190-63
ISSUED
April 16, 2024
KEVIN M. KINCAID
SECURITY MANAGER
CITY OF MANCHESTER
ONE CITY HALL PLAZA
MANCHESTER, NH 03101
Issued April 16, 2024
1
CCTV, Software
City of Manchester
GENERAL REQUIREMENTS
Part 1 General
SECTION 01 - GENERAL REQUIREMENTS
1.00
General - The City of Manchester, New Hampshire through the Department of
Human Resources is inviting contractors with a minimum of five (5) years of
Closed-Circuit Television Systems experience to submit Request for
Proposals. Contractor selection will be as per City of Manchester
Procurement Code. The City of Manchester is an equal
opportunity/affirmative action agency. All qualified firms will receive
consideration without regard to race, color, religion, creed, age, sex or
national origin. For this proposal, special emphasis will be put on contractor’s
and any sub-contractor’s past performance on similar projects of comparable
scope; past performance on service; delivery time; completion of past
projects on schedule; staff and equipment available for the work; and the
ability to secure required insurance (from insurance companies authorized by
the N.H. Insurance Commissioner) for the work. Packets are available at the
Human Resources Department, One City Hall Plaza, Manchester, New
Hampshire 03101 or via e-mail request to; kkincaid@manchesternh.gov
and shall be submitted to this same location no later than 3:00 P.M. on
Wednesday May 14, 2024 Faxed or e-mail bids will not be accepted. The
bids will be opened immediately thereafter in the Human Resources
conference room, located on the lower level of the West Wing at City Hall
Plaza and available for inspection. The sealed proposals shall be submitted
in triplicate and clearly marked “School Security Upgrades 2024”.” The City of
Manchester is not responsible for, nor will they entertain any proposals
arriving after the designated time period. It is the sole responsibility of the
applicant to ensure the delivery of their proposal by the stated date, time, and
location. Failure to comply may result in the exclusion of the proposal.
Proposals, which are incomplete, not properly signed or otherwise contrary to
the above and contained within instructions may be rejected as non-
responsive. All proposals and submitted supporting documentation or
request(s) become the property of the City of Manchester. The City of
Manchester/Manchester School District reserves the right to reject any and all
proposals.
A. A mandatory vendor walk-through of the facility will be conducted
beginning at 9:00 A.M. on Tuesday April 23, 2024 Pre-registration is
required prior to 5:00 PM on Monday April 22, 2024.
B. Registration and inquiries shall be directed to Kevin M. Kincaid,
Security Manager at 792-6810 kkincaid@manchesternh.gov
ISSUED April 16, 2024
1.01 Work Included
A. Under this proposal, the selected contractor shall provide and install access
control to exterior school doors identified in the mandatory walk-through for
bidders.
B. Some schools identified will need a security window installed at a specified
location for that school.
C. Access control will be controlled through the DMP panel.
D. The security equipment installed shall be as indicated in the following
specifications.
E. All specifications deviations must be listed “line for line” and must be clearly
stated what “end effect” will be unattainable if any. All specifications must be
represented fully by contractor and any and all “shortfall” must be clearly
stated and any or all-adverse effects from those deviations or” shortfalls”
must be stated. Any deviation(s) between what is specified and what is being
proposed shall be so indicated by the contractor on an attached page,
indicating the item in the proposal for which there is a product deviation or
variance and a detailed explanation of the deviation. All such deviations shall
become a part of the contractor’s proposal.
F. Any questions and/or clarification(s) in the scope, intent, specifications, etc.
shall be submitted in writing to the City of Manchester Security Manager. The
response(s) will be returned in writing and distributed to all contractors
participating in the proposal process. The contractor shall submit questions of
clarification of published specifications no later than Noon on Thursday May
9, 2024 in order that a written clarification (addendum) can be made known to
all contractors participating in the process.
G. Interpretation of and subsequent modifications to these specifications shall be
by addenda only. The City shall not be responsible for any interpretation of
the documents other than as set forth in these specifications or in authorized
written and published addenda. E-mail correspondence shall be the primary
course of contractor’s questions, clarifications and/or response(s).
H. All material furnished must be in conformity with the specifications and shall
be subject to inspection and approval by the Security Manager following
delivery. The right is reserved to reject and return at the risk and expense of
the contractor such portion or the entirety of any shipment, which may be
deemed defective or fail to comply with specifications. If rejected, it shall be
held for disposition at the expense and risk of the contractor. Contractors
shall be required to replace that defective portion or the entire order
according to specifications without additional cost to the City or any of the
proposal seekers.
Issued April 16, 2024
3
I. For any item which, is in response to this proposal, it is the responsibility of
the contractor to submit, with the proposal, a manufacturer’s published
detailed cut and description, catalog, or other descriptive document,
explaining in detail, exactly what is being proposed.
J. The contractor shall provide a method of future software technology
developments such that any and all applicable software upgrades will be
furnished as dictated by their development and successful completion of all
testing by the contractor.
K. Each contractor, by presenting a proposal under these specifications, binds
himself to make positive that all goods are fully up to the standards set by the
specifications. Should it be discovered that such goods or services are not up
to standard, the City shall have the right to have such goods or services
replaced by another vendor conforming to the standard requirements and the
entire expense be borne by the contractor.
L. The right is reserved to request of any contractor offering a product for sale
via this bid an exact sample for evaluation for any product proposed in
accordance with the procedures as previously set forth. Should the contractor
not adhere to this sampling procedure, the item(s) in question may be
rejected on these grounds. Samples must be furnished upon request only,
free of expense and if not destroyed by tests, shall be returned at the
contractor’s expense upon request. Samples are to be submitted to the City
Security Manager. Samples normally a part of the equipment and furnishings
necessary to complete the installation or insure the performance of the item,
which are normally advertised and sold as part of the “total product,” shall be
deemed to be included in the proposal and shall therefore be furnished by the
contractor under the framework of this proposal, at no additional cost.
M. The contractor's signature on the bid form fully agrees to accept and comply
with all instructions and conditions and all other requirements defined in the
detailed specifications and outlined in all other documents pertaining to the
proposal document. Should any contractor take exception with any part(s) of
these instructions and conditions, or any part(s) of the specifications, it is the
responsibility of the contractor to so acknowledge such differences in detail
on a separate sheet(s) and attach and submit said sheet(s) with the proposal;
all such exceptions shall become part of this proposal.
N. The contractual scope of work will be based upon funds available at the time
of contract award, and may not necessarily include all of the listed facilities.
The respective City department will make the final determination on the
CCTV software after the bids are received and reviewed by the City. The bid
shall be awarded to the lowest qualified bidder for the selected product.
O. The systems will be monitored in various locations on dedicated equipment
supplied by owner.
P. Pricing must be stated in U.S. dollars and cents and shall be offered in a
known amount; i.e., a proposal which simply or similarly states to the effect
Issued April 16, 2024
4
“My bid is $1.00 lower than the lowest proposal received” shall not constitute
a legal proposal. Faxed proposals will not be accepted. In addition to the
enclosed “Bid Form,” vendors shall include itemized equipment cost,
total equipment cost, installation cost, and total cost.
1.02 Contract Documents
Copies of the Contract Documents to be executed by the successful vendor are
included with these Specifications for review, including a Subcontract Agreement,
General Conditions of the Subcontract, Conditional Waiver of Liens, Payment
Application and Payment Instructions.
1.03 Construction Schedule
A.
The City of Manchester and Manchester School District are seeking the
completion of all projects by Friday December 28, 2018. Vendor shall
submit their proposed schedule with their proposal.
B.
On award of contract, the contractor shall meet with The Owner to
discuss project scheduling.
C.
Within one (1) week of award of contract, the contractor shall submit for
approval a detailed construction schedule highlighting critical deadlines to
be met. Work shall not be started on any portion of the work until a
schedule has been approved with critical deadlines defined.
D.
Work done after September 2, 2024 will be required to performed
between the hours of 3 PM to 11 PM unless otherwise pre-approved.
1.04 Special Project Conditions
The Owner’s employees and/or additional contractors employed by the owner will
use portions of the job sites during the entire construction period. The contractor,
its employees and all subcontractors shall cooperate with The Owner’s required
use of the surrounding site during construction to minimize conflicts and facilitate
The Owner’s normal use of the facilities. In particular, the following requirements
shall apply:
A. Access to the buildings shall be restricted to mechanical rooms, to areas
immediately adjacent to where new equipment is being installed and to areas
that do not conflict with building activities. All areas not immediately involved
in the project shall be off limits to the contractor’s employees and
subcontractors. Personnel involved in the construction shall not wander the
building or enter areas except where equipment is being installed.
B. The School District project(s) shall be conducted during non-school
hours. The contractor shall coordinate with The Owner to arrange for any
required site access during off-hours and should provide a minimum of 24
hours advanced notice.
Issued April 16, 2024
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >