16.11.2012 Views

WLAN Project Pricing (Cisco Equipment Solution) - Lumberton ...

WLAN Project Pricing (Cisco Equipment Solution) - Lumberton ...

WLAN Project Pricing (Cisco Equipment Solution) - Lumberton ...

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

MARK LEUNG / DIRECTOR OF EDUCATIONAL TECHNOLOGY<br />

609-702-5555 (Ext. – 3911)<br />

<strong>Lumberton</strong> School District<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN <strong>Project</strong> Bid 2012<br />

INVITATION TO BID<br />

You are invited to bid on the <strong>Lumberton</strong> Township Board of Education <strong>Cisco</strong>/Aruba<br />

Networks Wireless LAN project. Bids will be received up to 1:00 p.m. prevailing time on<br />

May 11, 2012 in the office of the Business Administrator, at which time bids, will be<br />

opened and read.<br />

Bidders are invited to witness the bid opening and all bids will be available at that time<br />

for inspection by persons with a bona fide interest. Bids are to be submitted in a<br />

sealed envelope addressed to:<br />

Mark Leung/ Director of Educational Technology<br />

<strong>Lumberton</strong> Township Board of Education<br />

33 Municipal Drive<br />

<strong>Lumberton</strong>, NJ 08048<br />

mleung@lumberton.k12.nj.us<br />

(609) 702-5555 (x3911) – Telephone<br />

(609) 668-6077 – Facsimile<br />

The Board of Education reserves the right to reject any and all bids and to waive any<br />

informality in the bids if that is in the best interest of the school district. The Board of<br />

Education reserves the right to award any or all parts of the bid and also reserves the<br />

right to change the quantities as needed.<br />

If after reading the specifications outlined in this document you require a building walkthrough,<br />

you may contact Mr. Leung via telephone or e-mail to schedule one. Walkthroughs<br />

will be scheduled between the hours of 3:00 and 5:00 pm M-F.<br />

1


Part I - PURPOSE<br />

<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

The purpose of this Request For Proposal (RFP) is to invite/solicit prospective vendors<br />

to submit a proposal to supply a <strong>Cisco</strong> (approved alternate Aruba Networks) wireless<br />

network solution to the <strong>Lumberton</strong> School District. All persons and parties interested in<br />

providing the installation [hereinafter known as “Vendor”] shall be responsible for<br />

meeting all the specifications in this RFP in their submitted bids. The RFP provides<br />

vendors with the relevant operational, performance, application, and architectural<br />

requirements of the system. The <strong>Lumberton</strong> School District is accepting proposals to<br />

supply materials, configure, and install specific parts of the <strong>Cisco</strong>/Aruba Networks<br />

Wireless LAN project.<br />

This project will provide reliable high-speed wireless access in all educational and office<br />

spaces in the Bobby’s Run and <strong>Lumberton</strong> Middle schools. Our strategic goal is to<br />

ensure security, scalability, upgradeability, and ease of management while providing an<br />

infrastructure that is optimized for instructional technologies. The proposal should<br />

include access points, appropriate mounting hardware for each location, mounting<br />

brackets where required, a centralized management system (single physical controller),<br />

VLAN configuration of district owned/supplied <strong>Cisco</strong> switches, all necessary annual<br />

licensing, recurring costs (annual licensing and/or warranties) for different intervals<br />

(yearly, 3 year, etc.), and on-site training to ensure transfer of knowledge to district<br />

staff members.<br />

Phase 1 (Data cabling) and part of Phase 2 (Network switches) of this project have<br />

already been completed. Designated Cat 6 Ethernet cable for this <strong>WLAN</strong> project has<br />

already been run and terminated into patch panels and device (access point) end jacks.<br />

School maps that include the access point locations are attached. The dedicated <strong>Cisco</strong><br />

gigabit switches for the <strong>WLAN</strong> project have been installed and configured for our<br />

existing LAN setup. They have NOT been configured for the <strong>WLAN</strong> project that will<br />

require multiple VLAN’s to be set up. The VLAN configuration is part of this project<br />

(Phase 3).<br />

2


<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

BACKGROUND<br />

The District operates four schools and one district office located in the Ashbrook<br />

Elementary School for approximately 1,800 students in grades Pre-school<br />

(PK) through 8th grade (8). The scope of this project only covers two of the four school<br />

buildings.<br />

Facilities included in project:<br />

Bobby’s Run School (BRS)<br />

32 Dimsdale Drive<br />

<strong>Lumberton</strong>, NJ 08048<br />

<strong>Lumberton</strong> Middle School (LMS)<br />

30 Dimsdale Drive<br />

<strong>Lumberton</strong>, NJ 08048<br />

In responding to this RFP, the vendor accepts the responsibility to fully understand the<br />

RFP in its entirety, and in detail, including making any inquiries to <strong>Lumberton</strong> School<br />

District as necessary to gain such understanding. The Vendor shall be responsible for all<br />

parts, labor, and all other associated equipment or tools necessary to completely install,<br />

test, and turnover for acceptance the completed installation. Furthermore, the prices<br />

quoted will include a detailed list of materials and labor for all aspects of the purchase,<br />

installation, and training associated with this project.<br />

3


<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

BID GUIDELINES<br />

1. Each item, request, and guideline in the RFP must be known and properly addressed<br />

in the bid.<br />

2. All materials and equipment in proposals must conform to specifications provided in<br />

the RFP.<br />

3. All cable and equipment brands, types and model numbers must be disclosed on the<br />

bid.<br />

4. The Vendor must provide terms of warranty on all workmanship and products,<br />

minimum 1 yr. 3 yr. & 5 yr. options are also required.<br />

5. If there is ongoing licensing that is required in addition to the warranty costs, the<br />

vendor must provide terms of licensing on all products, minimum 1 yr. 3 yr. & 5 yr.<br />

options are also required.<br />

6. The Vendor shall provide a clear breakdown of equipment and labor costs. The<br />

<strong>Lumberton</strong> Township School District reserves the right to purchase equipment only and<br />

contract installation from a preferred integrator.<br />

7. The Vendor must provide an estimated timeline for product delivery, configuration,<br />

installation, and completion.<br />

10. Proposal must be valid for 60 days and work must be completed by August 17,<br />

2012 or within 30 days after the PO is received (whichever comes first).<br />

11. Proposal must show quantities of devices for each building.<br />

12. Proposal must include heat maps and locations of each access point.<br />

13. The use of external antennas must be given only as an option to meet signal<br />

strength requirements while reducing costs.<br />

14. The Vendor must provide software maintenance, upgrade, and technical support<br />

costs/options over 1, 3, and 5 years.<br />

15. The Vendor’s solution must provide a <strong>WLAN</strong> provider that is in the upper right<br />

quadrant of the current Gartner Magic Quadrant diagram.<br />

All questions regarding the project can be addressed to Mark Leung, District<br />

Technology Director, <strong>Lumberton</strong> School District.<br />

4


<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

SCOPE OF WORK<br />

1. The Vendor shall design the <strong>Cisco</strong> (alternate Aruba Networks) <strong>WLAN</strong> to fully support<br />

each student operating a high-speed wireless device in each classroom. Larger rooms<br />

designed to hold many people shall be designed for higher user density.<br />

2. The Vendor shall design the <strong>Cisco</strong> (alternate Aruba Networks) <strong>WLAN</strong> to easily<br />

accommodate the addition of the other two school buildings & District Office. For<br />

scoping purposes to allow for scalability of the controller/licensing, an additional 60<br />

access points for the other 2 buildings should be assumed.<br />

3. The Vendor shall configure all devices and systems needed to implement the new<br />

wireless network. This includes the access points, centralized management controllers,<br />

network switches in place, and any additional components required for a secure<br />

enterprise physical and wireless network.<br />

4. The Vendor shall work with the District to plan and configure the security and network<br />

layout as related to the <strong>WLAN</strong> installation. The District desires to have a minimal number<br />

of Service Set Ids (SSIDs) with four (4) dedicated VLAN’s, utilizing Microsoft’s Active<br />

Directory and Radius services. This must include the ability to locate a connected device to<br />

a particular access point radio from a single login to a single appliance.<br />

5. The Vendor will configure all SSIDs as determined in step 4..<br />

6. The Vendor will perform the physical installation of all <strong>WLAN</strong> equipment.<br />

7. The Vendor will configure VLANs that meet the following role attributes:<br />

� Guest VLAN that provides filtered Internet only network access.<br />

� Student VLAN that provides filtered Internet, student applications, and<br />

student file & print server access.<br />

� Staff VLAN that provides filtered Internet, student & staff applications,<br />

and student & staff file & print server access.<br />

� Administrator VLAN that provides filtered Internet, student, staff, and<br />

administrative applications, and student, staff, and administrative file &<br />

print server access.<br />

8. The vendor will configure the <strong>WLAN</strong> to work in conjunction with existing district<br />

content filtering and firewall appliance.<br />

9. The vendor will configure and setup the new RADIUS service authentication to<br />

integrate with the district’s existing Microsoft Active Directory setup.<br />

5


SCOPE OF WORK (cont’d)<br />

<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

10. System should be configured to perform layer 7 firewall configuration.<br />

11. System should be configured to perform detailed traffic shaping (bandwidth<br />

throttling). Bandwidth throttling / traffic shaping should be by traffic type (ie – video &<br />

music streaming, etc). Vendor will work with district staff members to finalize<br />

configuration on-site..<br />

12. System should provide the ability to self-provision for secure guest access. A<br />

minimum of a splash page with user acceptance of district AUP is required. The ability<br />

to collect the guest’s e-mail address, wireless device MAC address, and track access is<br />

preferred. The preferred method would allow guests with mobile devices to selfregister<br />

for Internet-only access and once registered, receive login credentials via SMS<br />

text message or e-mail. This access would be temporary for a specific number of<br />

hours/days with an automatic expiration. The vendor must provide details on what<br />

type of self-provisioned guest access will be provided with their solution.<br />

13. A complete post-installation site survey shall be completed to show the minimum<br />

RSSI (in both the 2.4 GHZ and 5 GHZ bands) in all educational and office space<br />

locations. This post-installation survey shall be provided to the district once complete.<br />

14. All work not found in conformance with the intent of the proposal shall be repaired<br />

promptly at no additional charge. If vendor believes that the intent of this proposal<br />

cannot be met due to the work done in Phase 1 (Cat 6 cabling) and/or Phase 2<br />

(Network <strong>Cisco</strong> Switches), concerns must be made to the <strong>Lumberton</strong> School District<br />

Technology Director prior to submitting their proposal.<br />

15. The Vendor must provide a guarantee that the system will operate and perform as<br />

advertised when students and staff fully utilize the system. This includes minimum RSSI<br />

of -68 dBm (in both the 2.4 GHZ and 5 GHZ bands) in all designated spaces. The<br />

Vendor would be required to provide the appropriate devices at no charge if spaces are<br />

found that do not meet these performance requirements. The <strong>Lumberton</strong> School<br />

District will be responsible for providing the Cat 6 hardwire run and an available gigabit<br />

port.<br />

16. The Vendor must follow all Material and Installation Specifications outlined by the<br />

equipment manufacturer.<br />

17. The Vendor will provide a minimum of 4 hours of on-site training to a maximum of<br />

5 <strong>Lumberton</strong> School District staff members.<br />

6


<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

MATERIAL SPECIFICATIONS<br />

1. Proposed <strong>Cisco</strong> (alternate Aruba Networks) equipment must provide industry<br />

standard 802.11abg+n network coverage. Vendor is required to provide written<br />

statement of compliance of same.<br />

2. Proposed <strong>Cisco</strong> (alternate Aruba Networks) equipment must be hardware and<br />

software upgradeable to support future industry standards. Vendor is required to<br />

provide a written description of hardware and software upgradeability and how<br />

their proposal addresses this specification relative to industry standards.<br />

3. Proposed <strong>Cisco</strong> (alternate Aruba Networks) solution must provide 802.11<br />

Encryption performed at the access point and Line Rate Encryption to ensure no<br />

bottlenecks or blocking at gigabyte port.<br />

4. The <strong>Cisco</strong> (alternate Aruba Networks) physical controller must allow for<br />

scalability for future expansion. Two more schools with a business office will be<br />

added within 1-2 years. Controller must be able to scale to a minimum of 150<br />

access points. Controller should be equal to or better than the <strong>Cisco</strong> 5500 Series<br />

Wireless LAN controller.<br />

5. The <strong>Cisco</strong> (alternate Aruba Networks) system must be Wi-Fi Certified for 802.11<br />

a,b,g, and n.<br />

6. �Each <strong>Cisco</strong> (alternate Aruba Networks) access point will be provided 1-gigabit<br />

Ethernet port.<br />

7. �Each <strong>Cisco</strong> (alternate Aruba Networks) access point must have integrated<br />

internal antennas.<br />

8. �Each <strong>Cisco</strong> (alternate Aruba Networks) access point must support VLAN tagging<br />

on individual SSID’s.<br />

9. �Each <strong>Cisco</strong> (alternate Aruba Networks) access point must include a built in<br />

spectrum analyzer.<br />

10. �Each <strong>Cisco</strong> (alternate Aruba Networks) access point must have the ability to<br />

switch radios (programmable) from the 2.4 GHz spectrum to the 5 GHz<br />

spectrum.<br />

11. Classroom/Office location <strong>Cisco</strong> (alternate Aruba Networks) access points should<br />

be equal or better to the <strong>Cisco</strong> Aironet 1142 (2x3 MIMO w/ 2 spatial streams).<br />

Standard density application.<br />

12. �Auditorium, LMS gymnasium, LMS 110, and BRS 900 location <strong>Cisco</strong> (alternate<br />

Aruba Networks) access points should be equal or better to the <strong>Cisco</strong> Aironet<br />

3600i (4x4 MIMO w/ 3 spatial streams). High density application, expectations of<br />

a client count of up to 125 concurrent users.<br />

13. �Due to the high density and high performance requirements of wireless LAN<br />

devices, it may be desirable to increase the number of radios in the proposed<br />

access point depending on each specific location’s possible client density.<br />

14. �Proposed <strong>Cisco</strong> (alternate Aruba Networks) solution must be highly resilient.<br />

Vendor will be required to describe options for redundancy of proposed<br />

implementation at the AP, Radio, Uplink, Backhaul and Power-Supply level and<br />

itemize what is included in their proposal.<br />

7


<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

PHYSICAL INSTALLATION SPECIFICATIONS<br />

1. Any area that does not have a drop ceiling will require a wall mount bracket.<br />

2. Any area that has a mounting height lower than 8’ may require a protective<br />

cover.<br />

3. Access point locations in the BRS multipurpose room and LMS gym must be<br />

secured in a protective housing/cover.<br />

4. Vendor is required to mount all access points and plug each device into the<br />

wired network with a customer supplied CAT 6 patch cable of various lengths.<br />

5. Vendor is required to mount the <strong>Cisco</strong> (alternate Aruba Networks) physical<br />

controller device in a customer supplied rack in the district’s network operation<br />

center.<br />

6. If after discussions with the <strong>Lumberton</strong> School District Technology Director that<br />

it is agreed additional CAT 6 cable runs will be required to meet the RFP<br />

requirements, the vendor shall quote the labor and material for agreed upon<br />

work. This additional work should ultimately become quoted in the proposal as<br />

one complete job.<br />

WORK HOURS<br />

All work shall be done at such times, as the <strong>Lumberton</strong> School District shall deem<br />

appropriate. Work shall not begin in any area without specific notification of, and<br />

approval by the District Technology Director. Work may begin after June 22, 2012 and<br />

must be finished by August 17, 2012 or within 30 days after the PO is received<br />

(whichever comes first). The buildings will be made available between the hours of<br />

7am and 3pm each day, Monday through Friday.<br />

DELIVERY DATE<br />

All items are to be delivered and installed in complete working condition (meeting all of<br />

the specifications contained in this document) and all other work is to be completed by<br />

August 17, 2012 or within 30 days after the date the PO is received (whichever comes<br />

first). Such notice shall either be in the form of a notice of contract award or may<br />

optionally be in the form of a purchase order. If both are used, whichever is sent first<br />

shall determine the date of notice of contract award to the winning bidder or bidders.<br />

8


ACCEPTANCE PROCEDURE<br />

<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

The vendor shall demonstrate the full functionality of the <strong>Cisco</strong> (alternate Aruba<br />

Networks) system to meet all specifications contained in this document to the Director<br />

of Educational Technology. At this time, the acceptance date will be acknowledged.<br />

AWARD WITHIN 120 DAYS<br />

We reserve the right to award the contract, without change in bid price, up to 60<br />

calendar days after the bid opening date of May 11, 2012.<br />

LIQUIDATED DAMAGES<br />

These following sums are agreed to by both parties as representing liquidated damages<br />

to compensate us for whatever injuries are caused by delays in receiving equipment,<br />

goods and services fully meeting the specifications described in this document.<br />

The vendor acknowledges that the liquidated damages are not a penalty, but are<br />

utilized because of the difficulty in assessing damages when there is no timely<br />

performance of the work required herein and because the services we provide will<br />

suffer from the disruption and added administrative, inspection, interest, professional<br />

costs, etc., because of the lack of timely performance.<br />

The beginning date for the liquidated damages accruals will be the Delivery Date<br />

defined above. The ending date shall be the date of acceptance as defined above.<br />

Failure to meet the Delivery Date will result in a liquidated damages amount of 1% of<br />

the bid price per each calendar day past the scheduled date. Any amounts due under<br />

this provision may be deducted from any moneys due the vendor or may be paid in<br />

cash by the vendor.<br />

We reserve the right to waive any part of or all of any liquidated damages amounts we<br />

are entitled to if, in our sole discretion, we decide to do so. This may occur, for<br />

instance, if we decide there was a good faith effort by the vendor to comply with the<br />

contract but the vendor was prevented from doing so for some reason which we decide<br />

the vendor should not be held responsible for or if the vendor offers some other form<br />

of compensation other than a monetary deduction.<br />

9


WAP locations Note - WAP will run back to BRS 821 data closet<br />

LUMBERTON MIDDLE SCHOOL (30 DIMSDALE DR.) - 27 WAP’s – 27 data runs & 4 closet-to-closet data uplink runs<br />

Data closet = 31 data runs in total


WAP locations Note - WAP from LMS building map will run back to BRS 821 data closet (Red Star)<br />

BOBBY’S RUN SCHOOL (32 DIMSDALE DR.) – 22 WAP’s – 22 data runs & 4 closet-to-closet data uplink runs<br />

Data closet = 26 data runs in total


<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

<strong>WLAN</strong> <strong>Project</strong> <strong>Pricing</strong> (<strong>Cisco</strong> <strong>Equipment</strong> <strong>Solution</strong>):<br />

Note: Customer reserves the right to only purchase single sections (ie – section I and III, but not<br />

section II). Furthermore, the customer reserves the right to purchase individual line items in each<br />

section (Bill of Material list, Labor, and Ongoing costs) and exclude others. Because of this, it is<br />

very important that you break down each section in a separate attachment. For example purposes<br />

only, if you include <strong>Cisco</strong> ISE, WCS, ACS, and/or Prime NCS in the proposal; we may or may not<br />

choose any or all of those options in this phase of the project.<br />

I. Material/<strong>Equipment</strong> <strong>Pricing</strong> (Detailed Bill of Materials list w/ quantities &<br />

line item pricing must be attached and broken down by line item). Initial<br />

Year’s Licensing and/or Warranty (SMARTNet) costs should be included<br />

here, if applicable:<br />

Total cost of materials if all proposed line items and quantities are chosen:<br />

____________<br />

II. Labor <strong>Pricing</strong> (Detailed scope of work must be attached and broken down):<br />

Total cost of labor if all proposed line items and quantities are chosen: _______________<br />

III. Ongoing costs – YEAR 2 (1 year option) (Detailed list, broken down by line<br />

item, must be attached). Licensing and SMARTNet warranty costs should<br />

be included here, if applicable:<br />

Total ongoing costs for Year 2 only (1 year option) if all proposed line items and<br />

quantities are chosen: _______________<br />

IV. Ongoing costs YEARS 2 through 4 (3 year option) (Detailed list, broken<br />

down by line item, must be attached). Licensing and SMARTNet warranty<br />

costs should be included here, if applicable:<br />

Total ongoing costs for Years 2-4 (3 year option) if all proposed line items and quantities<br />

are chosen: _______________<br />

V. Ongoing costs YEARS 2 through 6 (5 year option) (Detailed list, broken<br />

down by line item, must be attached). Licensing and SMARTNet warranty<br />

costs should be included here, if applicable:<br />

Total ongoing costs for Years 2-6 (5 year option) if all proposed line items and quantities<br />

are chosen: _______________<br />

VI. Discounted price if bundling sections I, II, and III: __________________<br />

VII. Discounted price if bundling sections I, II, and IV: __________________<br />

10


<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

VIII. Discounted price if bundling sections I, II, and V: __________________<br />

11


<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

(ACCEPTABLE ALTERNATE SOLUTION) <strong>WLAN</strong> <strong>Project</strong> <strong>Pricing</strong><br />

(Aruba Networks <strong>Equipment</strong> <strong>Solution</strong>):<br />

Note: Customer reserves the right to only purchase single sections (ie – section I and III, but not<br />

section II). Furthermore, the customer reserves the right to purchase individual line items in each<br />

section (Bill of Material list, Labor, and Ongoing costs) and exclude others. Because of this, it is<br />

very important that you break down each section in a separate attachment. For example purposes<br />

only, if you include Aruba Networks Airwave, RF Protect License, and/or Amigopod in the proposal;<br />

we may or may not choose any or all of those options in this phase of the project.<br />

I. Material/<strong>Equipment</strong> <strong>Pricing</strong> (Detailed Bill of Materials list w/ quantities &<br />

line item pricing must be attached and broken down by line item). Initial<br />

Year’s Licensing and/or Warranty costs should be included here, if<br />

applicable:<br />

Total cost of materials if all proposed line items and quantities are chosen:<br />

____________<br />

II. Labor <strong>Pricing</strong> (Detailed scope of work must be attached and broken down):<br />

Total cost of labor if all proposed line items and quantities are chosen: _______________<br />

III. Ongoing costs – YEAR 2 (1 year option) (Detailed list, broken down by line<br />

item, must be attached). Licensing and warranty costs should be included<br />

here, if applicable:<br />

Total ongoing costs for Year 2 only (1 year option) if all proposed line items and<br />

quantities are chosen: _______________<br />

IV. Ongoing costs YEARS 2 through 4 (3 year option) (Detailed list, broken<br />

down by line item, must be attached). Licensing and warranty costs<br />

should be included here, if applicable:<br />

Total ongoing costs for Years 2-4 (3 year option) if all proposed line items and quantities<br />

are chosen: _______________<br />

V. Ongoing costs YEARS 2 through 6 (5 year option) (Detailed list, broken<br />

down by line item, must be attached). Licensing and warranty costs<br />

should be included here, if applicable:<br />

Total ongoing costs for Years 2-6 (5 year option) if all proposed line items and quantities<br />

are chosen: _______________<br />

VI. Discounted price if bundling sections I, II, and III: __________________<br />

VII. Discounted price if bundling sections I, II, and IV: __________________<br />

12


<strong>Lumberton</strong> Board of Education<br />

<strong>Cisco</strong>/Aruba Networks Wireless LAN BID – May 2012<br />

VIII. Discounted price if bundling sections I, II, and V: __________________<br />

13


PREVAILING WAGE<br />

“Contractors shall be required to pay wages in<br />

conformance with the Prevailing Wage Act and comply<br />

with all other requirements of that Act”


SECTION 004205 - LIST OF SUBCONTRACTORS (BID FORM #3)<br />

Not withstanding any language to the contrary contained within this bid package and all attached thereto, the<br />

contracting unit hereby requires full compliance with the provisions of NJSA 18a:18a-18 – Special Requirements<br />

for Specifications for School Buildings<br />

N.J.S.A. 18a:18a-18.<br />

Separate plans for various types of work; bids; contracts<br />

In the preparation of plans and specifications for the erection, alteration or repair of any public building by an<br />

contracting unit, when the entire cost of the work will exceed the amount set forth in, or the amount determined<br />

by the Governor, the architect, engineer or other person preparing the plans and specifications, may prepare<br />

separate plans and specifications for:<br />

(1) The plumbing and gas fittings and all kindred work;<br />

(2) Heating and Ventilating <strong>Equipment</strong>;<br />

(3) Electrical work;<br />

(4) Structural steel and ornamental iron work; and<br />

(5) All other work required for the completion of the project.<br />

The contracting unit or its contracting agent shall advertise for an receive, in the manner provided by law, either<br />

(a) separate bids for each said branches of work, or (b) bids for all work and materials required to complete the<br />

building to be included in a single overall contract, or (c) both. There will be set forth in the bid the name or<br />

names of, and evidence of performance security from, all subcontractors to whom the bidder will subcontract the<br />

furnishing of plumbing and gas fitting, and all kindred work, and of the steam and hot water heating and<br />

ventilating apparatus, steam power plants and kindred work, and electrical work, structural steel and ornamental<br />

iron work, each of which subcontractors shall be qualified in accordance with this act.<br />

Contracts shall be awarded to the lowest responsible bidder. In the event that a contract is advertised in<br />

accordance with (c) above said contract shall be awarded in the following manner: If the sum total of the amounts<br />

bid by the lowest responsible bidder for each branch is less than the amount bid by the lowest responsible bidder<br />

for all work and materials, the contracting unit shall award separate contracts for each of such branches to the<br />

lowest responsible bidder therefor, but if the sum total of the amount bid by the lowest responsible for each<br />

branch is not less than the amount bid by the lowest responsible bidder for all work and materials, the contracting<br />

unit shall award a single overall contract to the lowest responsible bidder for all such work and materials. In<br />

every case in which a contract is awarded under (b) above, all payments required to be made under such contract<br />

for work and materials supplied by a subcontractor shall, upon certification of the contractor of the amount due to<br />

the subcontractor, be paid directly to the subcontractor.<br />

SUBCONTRACTOR ADDRESS TRADE PHONE DPMC<br />

CLSSIFICATION<br />

LIST OF SUBCONTRACTORS 004205-1


NOTE: Add additional pages as may be required to list all subcontractors.<br />

..END OF SECTION 004205<br />

LIST OF SUBCONTRACTORS 004205-2


SECTION 004410 TREASURY, NJSDA AND PUBLIC WORKS CERTIFICATION<br />

(BID FORM #10)<br />

The undersigned hereby certifies as follows:<br />

1. That the BIDDER has a current, valid "Notice of Classification" issued by the Department of the<br />

Treasury, a copy of which is attached to this certification form.<br />

2. That the BIDDER is registered with the State of New Jersey, Department of the Treasury, Division of<br />

Revenue pursuant to the Business Registration Act, N.J.S.A. 52:32-44, of which a copy of the Business<br />

Registration Certificate is attached to this certification form.<br />

3. That the BIDDER is registered with the New Jersey Department of Labor as a public works contractor<br />

pursuant to the Public Works Contractor Registration Act, N.J.S.A 34:11-56.48 et. seq., a copy of<br />

which is attached to this certification form.<br />

4. That, if required to maintain same in order to do business in the State of New Jersey, the BIDDER<br />

possesses a current valid Certificate of Authority to perform work in New Jersey issued by the New<br />

Jersey Department of the Treasury, a copy of which is attached to this certification form, if issued.<br />

5. That during the term of the construction of the school facilities project, the BIDDER will have in place<br />

a suitable quality control and quality insurance program and an appropriate safety and health plan.<br />

6. That at the time the firm is bidding this <strong>Project</strong>, the amount of its bid proposal and the value of all its<br />

outstanding incomplete contracts does not exceed the firm's existing aggregate rating limit. In<br />

addition, I am attaching to this certification a current DPMC 701 listing the total amount of current<br />

uncompleted contracts and a current detailed listing of outstanding incomplete contracts as of the date<br />

that this bid is submitted<br />

7. I certify that the foregoing statements are true and I am aware that if any of such statements are<br />

willfully false, I may be subject to punishment.<br />

DATE:<br />

NAME OF BIDDER<br />

(Company Name, if Bidder is a company)<br />

BIDDER'S SIGNATURE<br />

(Company Officer, if Bidder is a Company)<br />

Printed or Typed Name Title of Officer (if the Bidder is a<br />

Company)<br />

This Certification must be submitted with the bid.<br />

TREASURY, NJSDA AND PUBLIC WORKS CERTIFICATION 004410 - 1


SECTION 004420 DPMC 701 / TOTAL AMOUNT OF UNCOMPLETED CONTRACTS (BID<br />

FORM #11)<br />

Provide the DPMC 701 / Total Amount of Uncompleted Contracts here.<br />

Attach a detailed listing of each uncompleted contract, the total amount of the contract, and the balance<br />

remaining on the contract. This is for all uncompleted contracts by the company and as is not limited to<br />

public works projects and/or public school construction projects.<br />

END OF SECTION<br />

DPMC 701 / TOTAL AMOUNT OF UNCOMPLETED CONTRACTS 004420 - 1


SECTION 004460 – CONTRACTOR CERTIFICATION AND DISCLOSURE OF POLITICAL<br />

CONTRIBUTIONS (BID FORM #15)<br />

Part I: Certification<br />

I hereby certify as follows:<br />

1. On or after October 15, 2004, the below-named person or entity has not solicited or made any<br />

Contribution of money, pledge of Contribution, including in-kind Contributions, company or<br />

organization Contributions, as set forth below that would bar the award of a contract to the Bidder,<br />

pursuant to the terms of Public Law 2005, Chapter 51 (N.J.S.A. 19:44A-20.13-20.25, superseding<br />

Executive Order 134 (2004)).<br />

a) Within the 18 months immediately preceding the Solicitation (exclusive of any contributions<br />

made prior to October 15, 2004), the below-named person or organization has not made a<br />

Contribution to<br />

(i) Any candidate committee and/or election fund of any candidate for or holder of<br />

the public office of Governor; or<br />

(ii) Any State or county political party committee.<br />

b) During the term of office of the current Governor (exclusive of any Contributions made prior to<br />

October 15, 2004), the below-named person or organization has not made a Contribution to<br />

(i) Any candidate committee and/or election fund of the governor; or<br />

(ii) Any State or county political party committee nominating such Governor in the<br />

election preceding the commencement of said Governor’s term.<br />

c) Within the 18 months immediately prior to the first day of the term of office of the Governor<br />

(exclusive of any Contributions made prior to October 15, 2004), the below-named person or<br />

organization has not made a Contribution to<br />

(i) Any candidate committee and/or election fund of the Governor; or<br />

(ii) Any State or County political party committee of the political party nominating<br />

the successful gubernatorial candidate in the last gubernatorial election.<br />

2. If the Bidder is awarded a contract pursuant to the solicitation for this bid proposal, the below-<br />

named person or organization will, on a continuing basis, continue to report any Contributions it<br />

makes during the term of the contract, and any extension(s) thereof.<br />

Part II: Disclosure<br />

Following is the required disclosure of all Contributions made from October 15, 2004, through the date of signing<br />

of this Certification and Disclosure to: (i) any entity designated and organized as a “political organization” under<br />

26 U.S.C.A. § 527 that is also defined as “continuing political committee” under N.J.S.A. 19:44A-3(n) and<br />

N.J.A.C. 19:25-1 or (ii) any candidate committee and/or election fund of any candidate for or current holder of<br />

the public office of Governor; and any State or county political party committee. Such an entity is identified in<br />

the following chart as a “Committee.”<br />

Name and Address<br />

of Committee<br />

Date of<br />

Contribution<br />

Amount of<br />

Contribution<br />

Type of Contribution i.e. Currency,<br />

Check, Loan, In Kind<br />

Indicate “none” if no Contributions were made. Attach additional pages if necessary.<br />

CERTIFICATION ON BEHALF OF A COMPANY OR ORGANIZATION:<br />

Donor<br />

CONTRACTOR CERTIFICATION AND DISCLOSURE OF POLITICAL CONTRIBUTIONS 004460 - 1


I certify as an officer or authorized representative of the Company or Organization identified below that, to the<br />

best of my knowledge and belief, the foregoing statements by me are true. I am aware that if any of the<br />

statements are willfully false, I am subject to punishment.<br />

Name of Company or Organization: ________________________________________________________<br />

Signed: ___________________________________ Title: _____________________________<br />

Print Name: ________________________________ Date: _____________________________<br />

(Check one) (A) The Company or Organization is the Bidder, or (B) The Company or organization is a<br />

Principal (more than 10% ownership or control) of the Bidder, a Subsidiary controlled by the Bidder, or a<br />

Political Organization (eg, PAC) controlled by the Bidder.<br />

CERTIFICATION BY AN INDIVIDUAL:<br />

- for use by the individual Bidder, or as a Principal (more than 10% ownership or control) of the Bidder, or as the<br />

spouse or child of the Bidder:<br />

I certify that, to the best of my knowledge and belief, the foregoing statements by me are true. I am aware that if<br />

any of the statements are willfully false, I am subject to punishment.<br />

NOTE: A person may certify BOTH as an officer or authorized representative of the Bidder, AND in his or her<br />

individual capacity, as a Principal of the Bidder.<br />

Name of Company or Organization: ________________________________________________________<br />

Signed: ___________________________________ Title: _____________________________<br />

Print Name: ________________________________ Date: _____________________________<br />

Sworn to and subscribed<br />

Before me this ____ day<br />

Of __________________, 20_____<br />

___________________________<br />

NOTARY PUBLIC<br />

END OF SECTION 004460<br />

______________________(SEAL)<br />

(Signature)<br />

____________________________<br />

(Type Name & Title)<br />

____________________________<br />

(Date)<br />

CONTRACTOR CERTIFICATION AND DISCLOSURE OF POLITICAL CONTRIBUTIONS 004460 - 2

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!