Invitation for Bid Number: ITB# IT; Purchase and Installation of R-Rate Eligible IT Equipment

Size: px
Start display at page:

Download "Invitation for Bid Number: ITB# IT; Purchase and Installation of R-Rate Eligible IT Equipment"

Transcription

1 RIO RANCHO PUBLIC SCHOOLS PURCHASING DEPARTMENT 500 Laser Road NE. Rio Rancho, New Mexico Invitation for Bid Number: ITB# IT; Purchase and Installation of R-Rate Eligible IT Equipment Bid Due Date and Time: 2:00 PM, Friday, April 14, 2017 TITLE: E-RATE EQUIPMENT PURCHASE Rio Rancho Public Schools ( RRPS ), in accordance with the posting of USAC Form 470 for fiscal year 2017 (July 1, 2017 June 30, 2018), wishes to purchase the network equipment, support services and related cabling installation services that are described within this Invitation to Bids ( ITB ) and are included in USAC s e-rate Category 2 Eligible Services List and invites Licensed and established providers of network equipment and cabling and installation services to submit bids for the purchase and installation of the items and related services as described and identified within this Invitation to Bid (ITB). Please carefully read all instructions, specifications, terms and conditions. Failure to comply with the instructions, specifications, terms and conditions of this ITB may result in your bid being classified as non-responsive and disqualified. New Mexico criminal law prohibits bribes, gratuities and kickbacks NMSA Note, the purchase of the equipment and/or services will be contingent upon receipt of e-rate funding, approval of next year s fiscal budget, and approval of matching funds through the State BDCP program. This ITB is issued under, and shall be subject to, the State of New Mexico Procurement Code, Section through , NMSA New Mexico criminal law prohibits bribes, gratuities and kickbacks NMSA BID SUBMITTAL SUBMITTALS Bid submittals must be submitted to the submittal address identified below no later than the Bid Due Date and Time shown above. All information must be entered in ink or typed and corrections must be initialed. Bid submittals must be in a sealed envelope and must be clearly marked with the ITB Number and Opening Date (see Bid Due Date above) in the lower left hand corner. Failure to mark the sealed envelope may result in the Bid submittal being opened early or the Bid submittal being declared non-responsive.

2 SUBMITTAL LOCATION: Rio Rancho Public Schools Purchasing Department, Room Laser Road NE Rio Rancho, New Mexico TABLE OF CONTENTS Section I: Instructions to Bidders Section II: Invitation to Bid (ITB) Terms and Conditions Section III: RRPS Purchase Order General Terms and Conditions Section IV. Scope of Work Section V: Response Form Exhibit A: Conflict of Interest Certificate Form Exhibit B: Bidder Signatory Form Exhibit C: Resident Veterans Preference Certification Form Exhibit D: Insurance Requirements Exhibit E: RRPS-ITS Network Infrastructure Cabling Specifications Exhibit F: Manufacturer Product Specifications Exhibit G: Construction Drawings by Site Location Exhibit H: Wage Rate Determination (to be released as amendment #1) Appendix A: ITB Question Submittal Form Appendix B: Business Reference Submittal Form Appendix C: Sub-Contractor Listing Form Appendix D: New Mexico Applicant Processing Service (NMAPS) Process Overview for Electronic Fingerprinting Appendix E: Proposed Agreement between Owner and Contractor RRPS PURCHASING CONTACT INFORMATION Name: Tom Weeks Telephone: QUESTIONS Questions should be directed to the Purchasing Contact person indicated above. Note, any questions regarding the Bid documents are to be submitted, using the Question Submittal Form provided in Appendix A and are to be submitted to the buyer identified above. Note, any and all clarification of instructions, specifications, scope of work, requirements, terms and conditions, insurance, bid preparation, etc. shall only be made by the Buyer. All requests for any form of bid clarification must be made in writing, addressed to the Buyer, and submitted no later than ten (10) calendar days prior to the bid due date. If appropriate, RRPS Purchasing Department shall issue a written Amendment/Addendum to this Bid which shall thereafter become a part of this invitation to Bid. No oral interpretations shall be binding upon RRPS unless reduced to a written Amendment/Addendum issued by the Purchasing Department prior to the Bid Due Date and Time. OTHER INFORMATION Number of submittals required: One (1) original and two (2) copies and (1) digital copy. Terms: F.O.B. Destination Net 30 2

3 TERMS AND CONDITIONS The purchase of any material(s) and/or service(s) awarded under this ITB are subject to the scope of work, specifications, requirements, terms and conditions contained within this Invitation For Bid. Bidders may submit alternate terms and conditions; however, RRPS reserves the right to reject any proposed alternate language if the proposed language is determined by RRPS not be in its best interest. NON-MANDATORY PRE-BID CONFERENCE/SITE TOUR Pre-Bid Conference A non-mandatory pre-bid conference/site tour is scheduled for Wednesday, March 29 th through 31 st, 2017 at 8:30 pm and will be held in RRPS Information Technologies Conference, 500 laser Rd. Rio Rancho, New Mexico. The purpose of a Pre-Bid meeting is to review the BID documents, including the Scope of Work and Response Format requirements. Attendance at the Pre-Bid meeting is not mandatory, however, it is highly suggested that appropriate Offeror staff attend to better understand the ITB process and the Owner s expectations. 3

4 SECTION I INSTRUCTIONS TO BIDDERS 1. ACKNOWLEDGEMENT OF ADDENDA. Bidders shall acknowledge receipt of any addenda to this Invitation for Bid by identifying the addenda number and date in the space provided on the bid response form. 2. AWARD INFORMATION. Award information will be posted in the reception area of the Purchasing Department and on the Purchasing Department Home Page. 3. AWARD The District reserves the right to make multiple awards or to otherwise split the award of the items, projects and/or sections of this Invitation. Please be advised that Bidders may choose to respond to this solicitation in one of the following three ways: (1) for the purchase only of the equipment listed (WAPs, switchgear, UPS battery backups); (2) to perform just the cabling and installation of owner supplied equipment (to be purchase separately as mentioned in #1 above)); or (3) for both the purchase and installation of the equipment as identified within the BID response form. Note, option three shall be limited only to those bidders who are licensed within the State of New Mexico to perform cabling services. RRPS reserves the right: 1) to award on the basis of an individual Parts (A or B) or as a single award for both Parts A and B; 2) to reject any or all bids or any part thereof; 3) to accept the bid(s) that is/are in the best interest of RRPS. 4. CANCELLATION. The District reserves the right to cancel without penalty, this Invitation, any resultant purchase order or any portion thereof for unsatisfactory performance or unavailability of funds. 5. CLARIFICATIONS. Any clarification of instructions, terms and conditions, insurance, bonds, or bid preparation shall be made only by the Buyer shown on the cover sheet of this Invitation. Technical clarifications should be addressed to the individual identified on the cover sheet. Clarifications must be in provided and distributed by RRPS as written addenda to be considered as part of this Invitation. 6. LATE SUBMISSIONS. Late submissions of bids will not be considered unless it is determined by the District that the late receipt was due solely to mishandling by the District or the bid is the only bid received. All other late submissions will be returned unopened. 7. MODIFICATIONS. Only modifications received prior to the date and time specified for the bid closing will be accepted. No modifications will be accepted following the opening. Technical clarifications of the bid submittal may be requested by the Buyer following the opening. 8. NUMBER FOR BID CLARIFICATION. The Bidder should include a local or toll-free number for bid clarifications. Failure to do so may result in the bid being classified as non-responsive. 9. NUMBER OF COPIES OF BID. Please submit the number of copies of your bid and all supporting documents stated on the cover sheet. Failure to submit the required number of copies may result in your bid being considered non-responsive. 10. PERIOD FOR OFFER ACCEPTANCE. The Bidder agrees, if his bid is accepted within 90 calendar days of the closing date, to furnish any and all item(s) and/or services at the prices set forth in bid, delivered to the designated point(s) within the specified time in the delivery schedule. An additional time period may be requested elsewhere in this Invitation for Bid. 4

5 11. PUBLIC INFORMATION. All information, except that classified as confidential, will become public information at the time that the Bid is opened. Confidential information must be marked CONFIDENTIAL in red letters in the upper right hand corner of the sheets containing the confidential information. Price and information concerning the specifications cannot be considered confidential. 12. REJECTION OF BIDS. The District reserves the right to award bids based on price and any other evaluation criteria contained herein, to reject any and all bids or any part thereof, and to accept the bid that is in the best interest of the District. 13. SUBMISSIONS OF DRAWINGS/LITERATURE. The submission of samples, drawings and literature to be used in the evaluation of the bid, must be made by the closing date and time to be considered. All submissions shall be made at no expense to the District. Returns shall only be made at the Bidders request and expense. 14. TELEGRAPHIC BIDS. Telegraphic bids will not be considered unless specifically authorized by the Buyer listed on the cover sheet. However, bids may be modified by telegraphic notice, provided that the notice is received by the time and date specified for the closing. 15. WITHDRAWAL OF BIDS. Bids may be withdrawn by written notice, or in person by a bidder or an authorized representative any time prior to the bid due date and time. Bids requiring bid security will result in forfeiture of the security if the bid is withdrawn following the opening. 16. RIGHT TO WAIVE MINOR IRREGULARITIES. RRPS reserves the right to waive minor irregularities. RRPS also reserves the right to waive mandatory requirements provided that all of the otherwise responsive bids failed to meet the same mandatory requirements and the failure to do so does not otherwise materially affect the procurement. This right is at the sole discretion of RRPS. 17. RESIDENT BUSINESS AND RESIDENT CONTRACTOR PREFERENCE CERTIFICATION To receive a resident business preference pursuant to Section NMSA 1978 or a resident contractor preference pursuant to NMSA 1978, a business or contractor is required to submit with its bid or proposal a copy of a valid resident contractor certificate issued by the taxation and revenue department. 18. RESIDENT VETERAN PREFERENCE In addition, the attached Resident Veteran Preference Certification form (Exhibit C) must filled out, signed and accompany any Bid submittal from any business wishing to receive consideration for resident veteran s preference. 19. BIDDER DEFINED. Reference to the terms bidder, seller, service provider, offeror, contractor are to be defined, viewed and interpreted to be interchangeable and to have the same meaning as one another, as referenced in this solicitation. 5

6 SECTION II INVITATION TO BID (ITB) TERMS AND CONDITIONS The General Terms and Conditions on the reverse side of RRPS s purchase order are an equal and integral part of this Invitation To Bid (ITB) and are identified within Section III The terms, conditions and specifications contained in this ITB shall be incorporated into all purchase orders issued as a result of this ITB, including any addenda. RRPS reserves the right to negotiate with a successful Bidder (Contractor) provisions in addition to those stipulated in this ITB. The contents of the successful Bidder s bid submittal may be incorporated into an award agreement. Should a Bidder object to any of the RRPS Terms and Conditions contained within this solicitation, that Bidder must propose specific alternative language for RRPS s review and consideration. General references to the Bidder s terms and conditions or attempts at complete substitutions are not acceptable to RRPS and may result in disqualification of the Bidder s bid submittal. Bidders must provide a brief statement of the purpose and impact, if any, of each proposed change followed by the specific proposed alternate wording. Any proposed changes to the terms and conditions incorporated and/or attached to this ITB, must be stated in Bidder s bid submittal in a Section marked PROPOSED ALTERNATIVE TERMS AND CONDITIONS. Bidders are cautioned that any changes to the terms and conditions that are NOT stated in the ITB response will not be entertained by RRPS at a later date. Any provisions in any bid submittal, quotation, acknowledgment or other forms or contract documents applicable to the services that are inconsistent, or in conflict, with any provisions of this ITB or the resultant contract, will be ineffective and inapplicable. RRPS reserves the right to reject a bid submittal on the basis that the proposed compromising language cannot be accepted by RRPS. Any additional terms and conditions which may be the subject of negotiation will be discussed only between RRPS and the successful Bidder and shall not be deemed an opportunity to amend the Bidder s bid submittal. NOTE: An Awardee of a Price Agreement established with RRPS has the opportunity to market a resultant Price Agreement to other New Mexico local public bodies and state agencies under the State of New Mexico Public Purchases and Property Act, NMSA 1978, Article 1, Procurement, Section , Procurement under existing contracts. 1. ACCEPTANCE AND REJECTION. If prior to final acceptance, any goods or services are found to be defective or not as specified, or if the District is entitled to revoke acceptance of the goods and/or services the District may reject or revoke acceptance, require Seller to correct without charge within a reasonable time, or require delivery at an equitable reduction in price; at the District's option. Seller shall reimburse the District for all incidental and consequential costs related to unaccepted goods or services. Notwithstanding final acceptance and payment, Seller shall be liable for latent defects, fraud, or such gross mistakes as amount to fraud. Acceptance of goods or services shall not waive the right to claim damages for breach of contract. 2. ADDRESSES FOR NOTICES. Any notice required to be given or which may be given under this ITB or a resultant contract shall be in writing and delivered in person or via first class mail. 6

7 Address if notice delivered by first class mail: Rio Rancho Public Schools Purchasing Department 500 Laser Road NE Rio Rancho, New Mexico AGREEMENT. Any resultant Purchase Order shall be the sole and entire Agreement between the parties; any documents incorporated into a resultant Agreement shall be listed explicitly on the front side of the Purchase Order, or shall be incorporated by implication by the terms of this ITB. Any terms inconsistent with or in addition to the Purchase Order proposed by Seller are deemed rejected unless agreed to in writing by an appropriate District official. 4. ASSIGNMENT. A resultant Purchase Order may be assignable by the District. Except as to any payment due hereunder, the Purchase Order may not be assignable by Seller without the prior written approval from the District. 5. BID SECURITY. Bid security shall be required, only of those bidders who are offering to perform cabling and equipment installation services, in a bond equal to five percent (5%) of the bid cost or the equivalent amount in a certified or cashier s check. The bond shall be provided by a surety company that is authorized to do business in the State of New Mexico. The bid security of the Offerors will be returned upon award of the contract. Bid security of any Offeror who withdraws an offer following the opening but prior to the award, may be retained by the District. Failure to include the bid security with your offer will result in your offer being declared non-responsive 6. BRAND NAME OR EQUAL SPECIFICATIONS. The manufacturers part and model numbers identified within this invitation for bids are used solely to describe the items desired and to establish minimum specifications, quality and performance requirements. Offers of equal performance will be considered provided that complete product descriptions, specifications and literature are provided with your response. Note, where identified, brand name specifications may be noted to match existing equipment. In those instances, offers of alternate products will not be considered. 7. CANCELLATION. The District reserves the right to cancel, without penalty, this ITB, any resultant contract or any portion thereof for unsatisfactory performance, convenience, cancellation of the project or unavailability of funds. 8. CHANGES. The District may make changes within the general scope of a Purchase Order by giving notice to Seller and subsequently confirming such changes in writing. If such changes affect the cost of, or the time required for performance of the Purchase Order, an appropriate equitable adjustment will be made. No change by Seller shall be recognized without the prior written approval of the District. Any claim of Seller for an adjustment under this Paragraph must be made in writing within thirty (30) days from the date of receipt by Seller of notification of such change. Nothing in this Paragraph shall excuse Seller from proceeding with the performance of the Purchase Order as changed hereunder. 9. CHANGES/ALTERATIONS AFTER AWARD. Changes or alterations after an award can only be made if agreed to in writing by the District. 7

8 10. CLEAN UP. It is the Seller s responsibility that the job site be kept clean and free of rubble while work is performed under this contract. Upon completion of work, all areas shall be cleared of all contractors equipment excess materials and rubble. 11. CONFLICT OF INTEREST. Seller shall disclose to the District Purchasing Department the name(s) of any District employee or member of the RRPS Governing Board who has a direct or indirect financial interest in the Seller or in the proposed transaction. A District employee (or Board member) has a direct or indirect financial interest in the Seller or in the proposed transaction if presently or in the preceding twelve (12) months the employee/ Governing Board Member or a close relative has an ownership interest in the Seller (other than as owner of less than 1% of the stock of a publicly traded corporation); works for the Seller, is a partner, officer, director, trustee or consultant to the Seller, has received grant, travel, honoraria or other similar support from the Seller, or has a right to receive royalties from the Seller. Seller shall file a Conflict of Interest Disclosure form with the District Purchasing Department. 12. DEBARMENT AND SUSPENSION CERTIFICATION FORM. Bidder is required to sign the attached SUPPLIER DEBARMENT AND SUSPENSION CERTIFICATION FORM. Failure to provide the District with a completed Conflict of Interest Form may result in the bid submittal being considered non-responsive. 13. COST ANALYSIS/BREAKDOWN REQUIRED. A cost analysis or breakdown of the offer will be required as a breakdown of all costs is required for the E-Rate Form 471. The cost analysis information may be marked as confidential information if it includes information considered to be proprietary to your operation. The total bid cost will not be considered confidential. 14. DAMAGE AND SECURITY OF RRPS PROPERTY: The Bidder shall be responsible for all damage to persons or property that occurs as a result of bidder s fault or negligence, or that of any of his employees, agents and/or subcontractors. The bidder shall save and keep harmless RRPS against any and all loss, cost, damage, claims, expense or liability in connection with the performance of any contract awarded in response to this solicitation. Any equipment or facilities damaged by the bidder s operations shall be repaired and/or restored to their original condition at the bidder s expense, including but not limited to cleaning and painting. 15. DISRUPTION OF NORMAL ACTIVITY. All work shall be performed so as not to interfere with normal District activities. When it is necessary to disrupt normal activities, the schedule of work, and the areas to be affected must be approved by RRPS s authorized representative prior to commencement of the work. 16. DISCLOSURE OF BID SUBMITTAL CONTENTS: The bid shall be publicly opened. After a contract award has been made all bid submittals and documents pertaining to the bid submittals will be open to the public, except for the material that is proprietary or confidential. The District will not disclose or make public any pages of a bid submittal on which the Seller has stamped or imprinted proprietary or confidential subject to the following requirements. Proprietary or confidential data shall be readily separable from the bid submittal in order to facilitate eventual public inspection of the non-confidential portion of the bid submittal. Confidential data is normally restricted to confidential financial information concerning the Seller s organization and data that qualifies as a trade secret in accordance with the Uniform 8

9 Trade Secrets Act, 57-3A-1 to 57-3A-7 NMSA The price of products bid or the cost of services proposed shall not be designated as proprietary or confidential information. If a request is received for disclosure of data for which a Seller has made a written request for confidentiality, the District shall examine the Seller s request and make a written determination that specifies which portions of the bid submittal should be disclosed. Unless the Seller takes legal action to prevent the disclosure, the bid submittal will be disclosed. The bid submittal shall be open to public inspection subject to any continuing prohibition on the disclosure of confidential data. 17. DISCOUNTS. If prompt payment discounts apply to this Purchase Order any discount time will not begin until the materials, supplies, or services have been received and accepted and a correct itemized invoice has been received by the District s Accounts Payable Department. In the event testing is required prior to acceptance, the discount time shall begin upon completion of the tests and acceptance. 18. ELIGIBILITY FOR PARTICIPATION IN GOVERNMENT PROGRAMS. Each party represents that neither it nor any of its management or any other employees or independent contractors who will have any involvement in the services or products supplied under this solicitation or any resultant agreement, have been excluded from participation in any government healthcare program, debarred from or under any other federal program (including but not limited to debarment under the Generic Drug Enforcement Act), or convicted of any offense defined in 42 U.S.C. Section 1320a-7, and that each party, its employees and independent contractors are not otherwise ineligible for participation in federal healthcare programs. Further, each party represents that it is not aware of any such pending action(s) (including criminal actions) against each party or its employees or independent contractors. Each party shall notify the other immediately upon becoming aware of any pending or final action in any of these areas. 19. EMPLOYEE CERTIFICATION: The Seller and all Seller s employees utilized on the work to be performed under this ITB must have the proper certification(s) and license(s) to comply with State and Local requirements in regard to the work to be performed under this ITB. The Seller shall use only fully qualified and approved service technicians to perform inspections, service and/or repairs covered under this ITB. 20. EQUAL OPPORTUNITY AND AFFIRMATIVE ACTION. In performing the services required under this Purchase Order, each party shall be an equal opportunity employer and shall conform to all affirmative action and other applicable requirements; accordingly, each party shall neither discriminate nor permit discrimination in its operations or employment practices against any person or group of persons on the basis of race, age, religion, color, national origin, ancestry, sex, physical or mental handicap or medical condition, sexual preference, prior military involvement or any other manner prohibited by law. 21. EQUIPMENT REQUIRED. The Bidder shall be responsible for supplying and maintaining all equipment and materials necessary to complete the work to be performed under this ITB except as otherwise noted in the Specifications. 22. FOREIGN PAYMENTS. Payment for services performed by a foreign individual or a foreign corporation while in the US may be subject to 30% tax withholding per IRS Publication

10 23. FINANCIAL STATEMENT REQUIRED. All Bidders may be required to submit with their bid submittal an audited Financial Statement from the end of their most recent fiscal year. 24. F.O.B. Unless stated otherwise, the price for goods offered shall be F.O.B. the place of destination, and the place of destination is the District's designated campus address. 25. GOVERNING LAW. This solicitation and any resultant Purchase Order/Agreement shall be construed in accordance with the laws of the State of New Mexico as they pertain to agreements executed and fully to be performed within New Mexico, or federal law where applicable, but in either case excluding that body of law relating to choice of law. 26. GRAMM-LEACH-BLILEY ACT. (INTENTIONALLY LEFT BLANK) 27. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA). (INTENTIONALLY LEFT BLANK) 28. INDEPENDENT BUSINESS. Neither Seller nor any of its agents shall be treated as an employee of the District for any purpose whatsoever. Seller declares that Seller is engaged in an independent business and has complied with all federal, state and local laws regarding business permits and licenses of any kind that may be required to carry out the said business and the tasks to be performed under this Purchase Order. Seller further declares that it is engaged in the same or similar activities for other clients and that the District is not Seller's sole or only client or customer. 29. INSPECTION. The District may inspect, at any reasonable time, any part of Seller's plant or place of business, which is related to performance of a resultant Purchase Order/Agreement. Final Inspection will be made at the destination upon completion of delivery of goods and services. Acceptance of delivery shall not be considered acceptance of the goods and/or services furnished. Final inspection shall include any testing or inspection procedures required by the Specifications and/or Terms of Agreement. 30. INSPECTIONS, SELLER. The Seller shall be responsible for securing at Seller s expense, all required inspections to comply with Federal, State and/or Local regulations governing the work performed under this ITB. 31. INSTRUMENTALITIES. Seller shall supply all equipment, tools, materials and supplies to accomplish the designated tasks except as set forth in the Purchase Order/Agreement. 32. INSURANCE REQUIREMENTS. The Seller is required to carry insurance that meets the requirements in Exhibit D labeled INSURANCE REQUIREMENTS or as noted in the specifications. Seller must submit the Certificate of Insurance to the appropriate Buyer prior to commencing work under an Agreement. Insurance shall remain in effect for the entire term of the Agreement and must be extended to coincide with any future contract extensions. This RFP Number must appear on the Certificate of Insurance. 33. LICENSES/PERMITS/EASEMENTS. The seller shall be responsible for obtaining, at his/her Seller s expense, all easements, right-of-ways, accesses, licenses, permits, and utility locations required to perform the work under this ITB. 10

11 34. MINIMUM WAGE RATES AND PAYROLL SUBMITTALS. Jobs with an estimate cost >$60,000 done under this ITB will be subject to the Public Works Minimum Wage Act ( through , NMSA, 1978 as amended) and per exhibit labeled Wage Act. Minimum wages will be supplied at time of award or may be obtained from the State of New Mexico Labor & Industrial Commission, 1596 Pacheco Street, Santa FE, NM (SEE EXHBIT H) 35. NEW MATERIALS REQUIRED. All materials and equipment delivered and/or installed under this ITB shall be new and be the standard products of a manufacturer regularly engaged in the production of the materials and equipment. Where two or more units of the same class of materials and/or equipment are required, the units shall be the products of the same manufacturer. Any manufacturer s data supplied with the item(s) shall be submitted to RRPS s authorized representative. 36. OSHA REGULATIONS. The Seller shall abide by Federal Occupational Safety and Health Administration (OSHA) regulations, the State of New Mexico Environmental Improvement Board s Occupational Health and Safety Regulations that apply to the work performed under this ITB. The Seller shall defend, indemnify, and hold RRPS free and harmless against any and all claims, loss, liability and expense resulting from any alleged violation(s) of said regulation(s) including but not limited to, fines or penalties, judgments, court costs and attorney s fees. 37. OPTION TO RENEW. (INTENTIONALLY LEFT BLANK) 38. OTHER APPLICABLE LAWS. Any provision required to be included in this solicitation or resultant Purchase Order/Agreement by any applicable and valid executive order, federal, state or local law, ordinance, rule or regulation shall be deemed to be incorporated herein. 39. OWNERSHIP. (INTENTIONALLY LEFT BLANK) 40. PATENT AND COPYRIGHT INDEMNITY. Seller shall indemnify, defend and hold harmless the District against all losses, liabilities, lawsuits, claims, expenses (including attorneys' fees), costs, and judgments incurred through third party claims of infringement of any copyright, patent, trademark or other intellectual property rights. 41. PAYMENT TERMS. Upon written request from Seller for payment, the District shall, within 30 days, issue a written certification of complete or partial acceptance or rejection, with payment to follow within 30 days after certificate of acceptance. Late payment charges shall be ½ of 1% per month. 42. PAYROLL OR EMPLOYMENT TAXES. No federal, state, or local income, payroll or employment taxes of any kind shall be withheld or paid by the District with respect to payments to Seller or on behalf of Seller its agents or employees. Seller shall withhold and pay any such taxes on behalf of its employees as required by law. The payroll or employment taxes that are the subject to this paragraph include but are not limited to FICA, FUTA, federal personal income tax, state personal income tax, state disability insurance tax, and state unemployment insurance tax. If Seller is not a corporation, Seller further understands that Seller may be liable for selfemployment (Social Security) tax, to be paid by Seller according to law. 43. PROTECTION OF CONFIDENTIAL DATA. (INTENTIONALLY LEFT BLANK) 11

12 44. PUBLIC WORKS PERFORMANCE AND PAYMENT BONDS: A performance bond and a payment bond, covering the construction materials and labor, each in the amount of 100% of the contract cost is required. The bond must be executed by the bidder with a surety company authorized to do business in New Mexico or other sureties approved by the State Board of Finance. The performance and payment bonds must be received by the Buyer issuing the award within five (5) days of the award and must reference this ITB Number on the face of the documents. All performance and payment bonds must meet the requirements of NMSA, 1978, as amended. 45. REFERENCES REQUIRED. The Bidder must furnish a minimum of three (3) references of organizations and/or businesses that Bidder has provided with similar goods and/or services. Preferably, RRPS references should not be given as one of the three (3) references. The organization s name, a contact, a telephone number and a brief description of the goods and/or services provided are required for each reference. Failure to submit the information may result in the Bidder s bid submittal being considered as non-responsive. RRPS may make such investigations as necessary to determine the ability of the Bidder to adhere to the requirements specified within this ITB. The RRPS Purchasing Department will reject the bid submittal of any Bidder who is not a responsible Bidder or fails to submit a responsive bid submittal as defined in Section and Section NMSA RELEASE RRPS GOVERNING BOARD. The Contractor shall, upon final payment of the amount due under a resultant Purchase order/agreement, release the Governing Board of Rio Rancho Public Schools, their officers and employees, and the State of New Mexico from liabilities, claims and obligations whatsoever arising from the Purchase Order/Agreement. The Contractor agrees not to purport to bind Rio Rancho Public Schools or the State of New Mexico to any obligation not assumed in the Purchase Order/Agreement by the Governing Board of Rio Rancho Public Schools or the State of New Mexico unless the Contractor has express written authority to do so, and then, only within the strict limits of that authority. 47. RETENTION OF RECORDS. Contractor will maintain detailed records indicating the date, time and nature of goods and/or services provided under the Agreement for a period of at least five years after termination of the Agreement, and will allow access for inspection by Rio Rancho Public Schools, the Secretary for Health and Human Services, the Comptroller General and the Inspector General to such records for the purpose of verifying costs associated with provisions of services under the Agreement. 48. REIMBURSABLE TRAVEL AND LIVING EXPENSES. Any pre-negotiated travel and living expenses that Bidder may incur in providing RRPS goods and/or services pursuant to an Agreement, are limited to reimbursement for the actual cost of commercial coach airline travel; per diem meal reimbursement limited to the rate established by the Internal Revenue Services (per diem reimbursement includes the cost of food, beverages, and gratuities); lodging at a hotel, and car rental as established with selected rental agencies as per RRPS s web site: RRPS will not reimburse for any other travel and/or living expenses. 12

13 49. RIGHT TO PROTEST. This solicitation or the award of an ITB may be protested as provided for with the New Mexico Procurement Code and in accordance with RRPS Purchasing Department Protest Procedures. 50. SCHEDULE DELAYS. If after the award, the Seller becomes aware of possible problems that could result in delay in completion of the work on the agreed-to schedule, the Seller must immediately notify the Buyer or the designated representative. The initial notification of the delay may be verbal with a written confirmation, giving the probable cause and effect, with recommendations for alternate action. Nothing in this paragraph will be interpreted as relieving the Seller of its contractual obligations; however, failure to notify the District promptly will be a basis for determining the Seller responsibility in an otherwise excusable delay. 51. SELLER S EMPLOYEES AND AGENTS. Seller shall have complete charge and responsibility for persons employed by Seller and engaged in the performance of the specified work. The Seller, its agents and employees state that they are independent contractors and not employees of the District. Seller, its agents and employees shall not accrue leave, retirement, insurance, bonding or any other benefit afforded to employees of the District as a result of this Purchase Order. 52. SITE INSPECTION. The site(s) referenced in this ITB are available for inspection. Arrangements may be made by contacting the individual listed on the cover sheer. 53. SITE FAMILIARITY. The Bidder shall be responsible for thoroughly inspecting the site and work to be done prior to submission of a Bid. The Bidder warrants by his/her Bid submission that the site has been thoroughly inspected and the work to be done and that the offer includes all costs required to complete the work. The failure of the Bidder to be fully informed regarding the requirements of this solicitation will not constitute grounds or any claim, demand for adjustment or the withdrawal of an offer after the opening. 54. SUBCONTRACTOR LISTING: All Bidders who chose to offer cabling Installation services are to identify each subcontractor to be engaged in this Project for which the subcontractor will perform services in an amount of $5,000 or more. For each listed subcontractor, Contractor is required to complete and submit the attached Appendix C, Subcontractor Listing Form. 55. STATE AND LOCAL ORDINANCES: The Seller shall perform work under the resultant contract in strict accordance with the latest adopted version of all State and local codes, ordinances, and regulations governing the work involved. All materials and labor necessary to comply with the rules, regulations and ordinances shall be provided by the Seller. Where the drawings and/or specifications indicate materials or construction in excess of the code requirements, the drawings and/or specifications shall govern. The Seller shall be responsible for the final execution of the work to meet these requirements. In the event of a conflict between various codes and standards, the more stringent shall apply. 56. TAX SEGREGATION (CONSTRUCTION RELATED PROJECTS): (INTENTIONALLY LEFT BLANK) 13

14 57. WAIVER. Any resultant Purchase Order/Agreement shall herein contain a provision that states that no waiver of any breach of the Contract or any terms or conditions thereof shall be held to be a waiver of any other or subsequent breach; nor shall any waiver be valid, alleged or binding unless the same shall be in writing and signed by the party to have granted the waiver. 58. COMMERCIAL WARRANTY. Bidder agrees that the equipment, supplies or services furnished in response to this ITB shall be covered by the most favorable commercial warranties the vendor and manufacturer gives for such to any customer for such equipment, supplies and services. Bidder agrees not to disclaim warranties of fitness for a particular purpose or merchantability. 59. WORKERS COMPENSATION. No workers compensation insurance has been or will be obtained by RRPS on account of Seller or its employees or agents. Seller shall comply with the workers compensation laws with respect to Seller and Seller's employees and agents. SECTION III Rio Rancho Public Schools (RRPS) Purchase Order STANDARD TERMS AND CONDITIONS 1. ACCEPTANCE AND REJECTION. If prior to final acceptance, any goods or services are found to be defective or not as specified, or if RRPS is entitled to revoke acceptance of them, RRPS may reject or revoke acceptance, require Seller to correct without charge within a reasonable time, or require delivery at an equitable reduction in price, at RRPS's option. Seller shall reimburse RRPS for all incidental and consequential costs related to unaccepted goods or services. Notwithstanding final acceptance and payment, Seller shall be liable for latent defects, fraud, or such gross mistakes as amount to fraud. Acceptance of goods or services shall not waive the right to claim damages for breach of contract. 2. AGREEMENT This Purchase Order is the sole and entire Agreement between the parties; any documents incorporated into this Agreement are listed explicitly on the front side of this Purchase Order, or are incorporated by implication by the terms of this Purchase Order. Any terms inconsistent with or in addition to this Purchase Order proposed by Seller are deemed rejected unless agreed to in writing by an appropriate RRPS official. 3. ASSIGNMENT This Purchase Order is assignable by RRPS. Except as to any payment due hereunder, this Purchase Order is not assignable by Seller without written approval from RRPS. 4. CHANGES RRPS may make changes within the general scope of this Purchase Order by giving notice to Seller and subsequently confirming such changes in writing. If such changes affect the cost of, or the time required for performance of this Purchase Order, an appropriate equitable adjustment shall be made. No change by Seller shall be recognized without written approval of RRPS. Any 14

15 claim of Seller for an adjustment under this Paragraph must be made in writing within thirty (30) days from the date of receipt by Seller of notification of such change. Nothing in this Paragraph shall excuse Seller from proceeding with the performance of the Purchase Order as changed hereunder. 5. CONFLICT OF INTEREST Seller shall disclose to RRPS Finance Department the name(s) of any RRPS employee or member of the Governing Board who has a direct or indirect financial interest in the Seller or in the proposed transaction. An RRPS employee or member of the Governing Board that has a direct or indirect financial interest in the Seller or in the proposed transaction if presently or in the preceding twelve (12) months the employee/member of the Governing Board or a close relative has an ownership interest in the Seller (other than as owner of less than 1% of the stock of a publicly traded corporation); works for the Seller, is a partner, officer, director, trustee or consultant to the Seller, has received grant, travel, honoraria or other similar support from the Seller, or has a right to receive royalties from the Seller. Seller shall file a Conflict of interest Disclosure form with RRPS Finance Department. 6. DISCOUNTS If prompt payment discounts apply to this Purchase Order any discount time will not begin until the materials, supplies, or services have been received and accepted and a correct invoice received by RRPS s Accounts Payable Department. In the event testing is required prior to acceptance, the discount time shall begin upon completion of the tests and acceptance. 7. EQUAL OPPORTUNITY AND AFFIRMATIVE ACTION In performing the services required under this Purchase Order, each party shall be an equal opportunity employer and shall conform to all affirmative action and other applicable requirements; accordingly, each party shall neither discriminate nor permit discrimination in its operations or employment practices against any person or group of persons on the basis of race, age, religion, color, national origin, ancestry, sex, physical or mental handicap or medical condition, sexual preference, prior military involvement or any other manner prohibited by law. 8. F.O.B Unless stated otherwise, the price for goods is F.O.B. the place of destination, and the place of destination is RRPS's designated campus address. 9. INDEMNIFICATION AND INSURANCE Seller assumes the entire responsibility and liability for losses, expenses, damages, demands and claims in connection with or arising out of any actual or alleged personal injury (including death) and/or damage or destruction to property sustained or alleged to have been sustained in connection with or arising out of the goods delivered by Seller or the performance of the work by Seller its agents, employees, subcontractors or consultants, except to the extent of liability arising out of the negligent performance of the work by or willful misconduct of RRPS. Seller shall indemnify, defend and hold harmless RRPS, its officers, agents, and employees from any and all liability for such losses, expenses, damages, demands, and claims and shall defend any suit or action brought against any or all of them based on any actual or alleged personal injury or damages and shall pay any damage costs and expenses including attorneys' fees, in connection with or resulting from such suit or action. Seller will also indemnify, defend and hold harmless RRPS against any joint and several liabilities imposed against RRPS with respect to strict products liability claims attributable to the fault of the Seller. 15

16 Seller agrees that it and its subcontractors will maintain general liability, product liability and property damage insurance in reasonable amounts (at least equal to the New Mexico Tort Claims Act limits) covering the above obligation and will maintain workers' compensation coverage covering all employees performing under this Purchase Order on premises occupied by or under the control of RRPS. The liability of RRPS will be subject in all cases to the immunities and limitations of the New Mexico Tort Claims Act, Sections et seq. NMSA 1978, as amended. 10. INDEPENDENT BUSINESS Neither Seller nor any of its agents shall be treated as an employee of RRPS for any purpose whatsoever. Seller declares that Seller is engaged in an independent business and has complied with all federal, state and local laws regarding business permits and licenses of any kind that may be required to carry out the said business and the tasks to be performed under this Purchase Order. Seller further declares that it is engaged in the same or similar activities for other clients and that RRPS is not Seller's sole or only client or customer. 11. INSPECTION RRPS may inspect, at any reasonable time, any part of Seller's plant or place of business, which is related to performance of this Purchase Order. Final Inspection will be made at the destination upon completion of delivery of goods and services. Acceptance of delivery shall not be considered acceptance of the goods and/or services furnished. Final inspection shall include any testing or Inspection procedures required by the Specifications. 12. INSTRUMENTALITIES Seller shall supply all equipment, tools, materials and supplies to accomplish the designated tasks except as set forth in this purchase order or its attachments. 13. OTHER APPLICABLE LAWS Any provision required to be included in a purchase order of this type by any applicable and valid executive order, federal, state or local law, ordinance, rule or regulation shall be deemed to be incorporated herein. 14. OWNERSHIP Ownership of Documents - All documents which are prepared by the Vendor/Contractor or any member of the consulting team that form a part of its services under this Agreement are the sole property of RRPS of and such works may not be reproduced nor distributed without the express written consent of RRPS and shall be delivered to RRPS upon termination and or completion of this Agreement if RRPS so requests. The Vendor/Contractor shall be responsible for the protection and/or replacement of any original documents in its possession. RRPS shall receive all original drawings and the Vendor/Contractor shall retain a reproducible copy. 15. PATENT AND COPYRIGHT INDEMNITY Seller shall indemnify, defend and hold harmless RRPS against all losses, liabilities, lawsuits, claims, expenses (including attorneys' fees), costs, and judgments incurred through third party claims of infringement of any copyright, patent, trademark or other intellectual property rights. 16. PAYMENT TERMS Upon written request from Seller for payment, RRPS shall, within 30 days, issue a written certification of complete or partial acceptance or rejection, with payment to follow within 30 days after certificate of acceptance. Late payment charges shall be ½ of 1% per month. 16

17 17. PAYROLL OR EMPLOYMENT TAXES No federal, state, or local income, payroll or employment taxes of any kind shall be withheld or paid by RRPS with respect to payments to Seller or on behalf of Seller its agents or employees. Seller shall withhold and pay any such taxes on behalf of its employees as required by law. The payroll or employment taxes that are the subject to this paragraph include but are not limited to FICA, FUTA, federal personal income tax, state personal income tax, state disability insurance tax, and state unemployment insurance tax. 18. PENALTIES The Procurement Code Section at seq. NMSA 1978, as amended imposes civil and criminal penalties for its violation. In addition, the New Mexico criminal statutes impose criminal penalties for bribes, gratuities and kickbacks. 19. SELLER S EMPLOYEES AND AGENTS Seller shall have complete charge and responsibility for persons employed by Seller and engaged in the performance of the specified work. The Seller, its agents and employees state that they are independent contractors and not employees of RRPS. Seller, its agents and employees shall not accrue leave, retirement, insurance, bonding or any other benefit afforded to employees of RRPS as a result of this Purchase Order. 20. TERMINATION AND DELAYS RRPS may by written notice stating the extent and effective date, terminate this Purchase Order for convenience in whole or in part, at any time. RRPS shall pay Seller as full compensation for performance until such termination: the unit or pro rata order price for the delivered and accepted portion: and (2) incidental damages, not otherwise recoverable from other sources by Seller, as approved by RRPS, with respect to the undelivered or unaccepted portion of this Purchase Order provided compensation hereunder shall in no event exceed the total Purchase Order price. Such amount will be limited to Seller's actual cost, and may not include anticipated profits. RRPS shall not be liable for consequential damages. RRPS may by written notice terminate this Purchase Order in whole or in part for Seller's default if Seller refuses or fails to comply with the provisions of this Purchase Order or fails to make progress so as to endanger performance and does not cure such failure within a reasonable period of time. In such event, RRPS may otherwise secure the materials, supplies or services ordered, and Seller shall be liable for damages suffered by RRPS thereby, including incidental and consequential damages. If after notice of termination, RRPS determines Seller was not in default, or if Seller's default is due to failure of RRPS, termination shall be deemed for the convenience of RRPS. The rights and remedies of RRPS provided in this paragraph shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Purchase Order as used in this paragraph, the word Seller includes Seller and Seller s subsuppliers at any tier. 21. TITLE AND DELIVERY Title to the materials and supplies passed hereunder shall pass to RRPS upon acceptance at the FOB point specified, subject to the right of RRPS to reject. For any exception to the delivery date specified, Seller shall give prior notification and obtain approval thereto from RRPS's Finance Department. Time is of the essence and the purchase order is subject to termination for failure to deliver on time. 17

18 22. WARRANTIES Seller warrants the goods and/or services furnished to be exactly as specified in this Purchase Order, free from defects in Seller's design, labor, materials and manufacture, and to be in compliance with any drawings or specifications incorporated herein and with any samples furnished by Seller. All applicable UCC warranties express and implied are incorporated herein. 23. WORKERS COMPENSATION No workers compensation insurance has been or will be obtained by RRPS on account of Seller or its employees or agents. Seller shall comply with the workers compensation laws with respect to Seller and Seller's employees and agents. 24. CAMPAIGN DISCLOSURE a) The Seller will disclose all campaign contributions given by the Seller or a family member or representative of the Seller to any RRPS Governing Board member two years prior to the issuance of this purchase order, if the aggregate total of contributions given by the Seller or a family member or representative of the Seller to the RRPS Governing Board Member exceeds $250 over the two-year period. The disclosure will indicate the date, amount, nature and purpose of the contribution. The disclosure statement will be on a form developed and made available electronically by RRPS s Purchasing Department. b) A Seller submitting a disclosure statement pursuant to this section who has not contributed to an applicable public official, whose family members have not contributed to an applicable public official or whose representatives have not contributed to an applicable public official will make a statement that no contribution was made. c) A Seller or a family member or representative of the Seller will not give a campaign contribution or other thing of value to an applicable public official during the pendency of the procurement process or during the pendency of negotiations for a sole source or small purchase contract. SECTION IV SCOPE OF WORK A. Rio Rancho Public Schools is seeking bids from Licensed Electrical Contractors and/or; manufacturers and/or factory authorized and certified dealers and distributors for the purchase and installation of the miscellaneous network equipment identified within this invitation to bid. B. MINIMUM REQUIREMENTS Bidders who are responding to Part B and Parts A and B together must be a Licensed Electrical Contractor. Bidders who are responding only to Part A shall be manufacturer s factory authorized/certified dealers or distributors; and be able to provide local service and warranty support within the Rio Rancho/Albuquerque metropolitan areas. Units bid shall be new current production year models. Units shall meet all federal and state legal requirements. Units shall include all standard items as listed in manufacturer s published literature. 18

19 Units furnished shall be completely assembled, serviced and ready for operation as required by the manufacturer and RRPS. Units shall carry the manufacturer s standard warranty as offered to the general public. Warranty shall apply from the date the unit is accepted and approved and delivered by RRPS as meeting specifications. Award shall be based upon total base cost, F.O.B. Rio Rancho, New Mexico. Requested delivery -14 days after receipt of order. All equipment shall include all OEM equipment as supplied by the manufacturer, unless otherwise specified in the agreement. C. INTENT OF SPECIFICATIONS: The specifications are intended to describe the items and equipment desired and which will operate efficiently and safely. The specifications incorporated herein are intended to describe such units and to set forth minimal performance parameters required by RRPS. All reference herein to a particular make or model are not intended to be restrictive; but to set forth an acceptable level of quality, design and size. Bids of equal performance products will be considered provided that complete product literature and specifications are provided with the bid submittal. Failure to provide such material may result in a bid being deemed non-responsive. D. CERTIFICATES, MANUALS AND WARRANTIES: Upon delivery of equipment, the successful bidders shall deliver to RRPS warranty and guarantee certificates and owner s manuals. E. SERVICING: Equipment furnished and installed as a result of this invitation shall be completely serviced and ready for operation upon delivery. The successful bidder(s) shall arrange to provide a service facility employing factory trained representatives to service equipment and all components described herein. Warranty service shall be provided to RRPS on a priority basis. SECTION V RESPONSE FORM NOTE: RRPS reserves the right to make multiple awards and to make awards based upon line item submittals. Bidders are encourage to submit bids for as many bid line items as they are in position to provide. RRPS may make such investigations as necessary to determine the ability of the Bidders to provide and perform the required equipment and services. Bidders shall furnish all such data for this purpose as RRPS may request. RRPS reserves the right to reject any Bid if the evidence submitted by, or investigation of, proves the Bidder is not qualified to carry out the obligations of the contract and/or furnish the equipment and services described herein. Bidder shall also construe this provision to incorporate any necessary investigation and/or monitoring during the life of the contract to enforce any current policy of the Board of Education, such as, but not limited to, no smoking or alcoholic beverages on RRPS property. As 19

20 a general rule, any such regulation or law applying to RRPS personnel shall be deemed to be in force for the Service Provider s employees occupying any district work site. Bidders must have a valid Service Provider Identification Number (SPIN) and be in good standing with the program and its rules and regulations. The SPIN must be included on Exhibit B, Bidder Signatory Form, to be submitted with RFP package. Note, with regards to suppliers of the equipment products identified within this ITB, Bidders must be an authorized manufacturer reseller and service provider and for each of the manufacturer products bid. Please provide a short company profile, including years in business, current State of NM CID licensure held if offering to perform cabling installation services (submit proof). The Bidder must furnish a minimum of three (3) references of organizations and/or businesses that Offeror has provided with similar goods and/or services. Preferably, RRPS references should not be given as one of the three (3) references. The organization s name, a contact, a telephone number and a brief description of the goods and/or services provided are required for each reference. (See Appendix B) The Bidder must provide proof that they meet or exceed all insurance requirements (Exhibit D). PRICING OF E-RATE ELIGIBLE GOODS AND SERVICES (PARTS A and B) Please be advised that Bidders may choose to respond to this solicitation in one of the following three ways. (1) the purchase of just the equipment listed services (WAPs, switchgear, UPS battery backups); (2) to perform just the cabling and installation of owner supplied equipment (to be purchase separately as mentioned in #1 above); or (3) for both the purchase and installation of the equipment as identified within the bid response form. Note, option three shall be limited only to those Bidders who are licensed within the State of New Mexico to perform cabling services. RRPS reserves the right: 1) to award on the basis of an individual service, or groups of services, or on the entire list of services; 2) to reject any or all bids or any part thereof; 3) to accept the bid(s) that is/are in the best interest of RRPS. Please provide detailed pricing broken down by line item. Please note that Service Providers must ensure that the lowest corresponding price (LCP) is provided to applicant as required by 47 CFR Part 54, Section (f), see for additional information, per e-rate pricing rules. Please be advised that RRPS reserves the right to make such investigations as necessary to determine the compatibility of the Offerors equipment to the District s network. For example, the WAPs must easily integrate in our ClearPass and AirWave Wireless Management systems. PART A: EQUIPMENT ONLY 20

21 BID AS FOLLOWS: Bid amounts include all equipment, parts, labor, material, freight, handling, shipping, insurance, dealer prep, registration, etc. FOB Destination. (Note, Bidders are encouraged to bid on any or all bid items listed) Note, offers of equal performance will be considered, unless otherwise noted within the line item description, and provided that complete product literature and specifications are included with your submittal response. NOTE: Delivery may be a factor in the award. Please state your guaranteed delivery date ( /days ARO) for each of the bid items listed below, within the space provided for each line item. LINE ITEM #1: Quantity (421) Aruba Instant IAP-315 (US) n/ac Dual 2x2:2/4x4:4 MU-MIMO Radio Integrated Antenna AP Indoor Access Point (JW813A) W/ 1 Year Airwave License, (LIC- AW) ; or equal performance Must have the ability for cloud based management, standalone GUI management and conversion for Controller management Must be able to operate with a controller or without a controller using built in software Support for wireless AC 5GHz 4x4 MIMO and 2.4GHz 2x2 MIMO Must support application level firewall with role based policies Must intelligently move clients to other access points based on the best access point available Must communicate with existing RRPS Aruba access points around to determine the best channel to operate on Must include all necessary licensing Must include service for next day exchange Unit Qty Extended Bid Amount: $ 421 $ Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO ****************************************************************************** LINE ITEM #2: Quantity (79) Aruba Instant IAP-335 (US) n/ac Dual 4x4:4 MU-MIMO Radio Integrated Antenna GbE AP Indoor Access Point (JW825A) W/ 1 Year Airwave License (LIC-AW); or equal performance. Must have the ability for cloud based management, standalone GUI management and conversion for Controller management 21

22 Must be able to operate with a controller or without a controller using built in software Support for wireless AC 5GHz 4x4 MIMO and 2.4GHz 2x2 MIMO Must support application level firewall with role based policies Must intelligently move clients to other access points based on the best access point available Must communicate with existing RRPS Aruba access points around to determine the best channel to operate on Must have ports capable of scaling up to 5Gbps on RJ-45 Must include all necessary licensing Must include service for next day exchange Unit Qty Extended Bid Amount: $ 79 $ Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO ****************************************************************************** LINE ITEM #3: Quantity (23) Aruba Instant IAP-277 Wireless Access Point, ac, 3x3:3, dual radio, integrated directional antennas (JW259A), W/ Wall Mounts, W/ 1 Year Airwave License (LIC-AW); or equal performance Must have the ability for cloud based management, standalone GUI management and conversion for Controller management Must be able to operate with a controller or without a controller using built in software Support for wireless AC 5GHz 3x3 MIMO and 2.4GHz 2x2 MIMO Multiple integrated directional antennas with a 80 degree H/V beamwidth Must support application level firewall with role based policies Must intelligently move clients to other access points based on the best access point available Must communicate with existing RRPS Aruba access points around to determine the best channel to operate on Must include all necessary licensing Unit Must include service for next day exchange Qty Bid Amount: $ 23 $ Extended 22

23 Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO ****************************************************************************** LINE ITEM #4: Quantity (8) Aruba Instant IAP-205H (US) Hospitality ac Dual 2x2:2 Radio Integrated Antenna AP (JW217A) W/ 1 Year Airwave License (LIC-AW); or equal performance Must have the ability for cloud based management, standalone GUI management and conversion for Controller management Must be able to operate with a controller or without a controller using built in software Support for wireless AC 5GHz 2x2 MIMO and 2.4GHz 2x2 MIMO Support for at least 3 wired network ports with VLAN tagging Must support application level firewall with role based policies Must intelligently move clients to other access points based on the best access point available Must communicate with existing RRPS Aruba access points around to determine the best channel to operate on Must include all necessary licensing Must include service for next day exchange Unit Qty Extended Bid Amount: $ 8 $ Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO ****************************************************************************** LINE ITEM #5: Site CAE: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 67 Access point (LIC-AP) & 67 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site CDN: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 63 Access point (LIC-AP) & 63 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance 23

24 Site CHS: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 133 Access point (LIC-AP) & 133 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site EHE: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 63 Access point (LIC-AP) & 63 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site ERMS: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 79 Access point (LIC-AP) & 79 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site ESE: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 67 Access point (LIC-AP) & 67 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site LMS: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 77 Access point (LIC-AP) & 77 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site MCE: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 64 Access point (LIC-AP) & 64 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site MLK: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 68 Access point (LIC-AP) & 68 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site MVMS: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 67 Access point (LIC-AP) & 67 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site PDS: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 67 Access point (LIC-AP) & 67 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site RRE: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 59 Access point (LIC-AP) & 59 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site RRHS: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 153 Access point (LIC-AP) & 153 Policy Enforcement Firewall (LIC-PEF) Licenses Site RRMS: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 131 Access point (LIC-AP) & 131 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Site SVE: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 66 Access point (LIC-AP) & 66 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance 24

25 Site VGE: Aruba 7205 (US) 2-port 10GBASE-X (SFP+) Controller (JW736A) W/ 70 Access point (LIC-AP) & 70 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Support for at least 256 access points Must support at least 6000 devices Support 2x 10Gbit redundant network ports Must have redundant power supply option Must support wireless AC access points Must support clustering and high availability options Must automatically assign power and channel settings of access points for maximum channel space Must support a centralized management solution for multiple controllers Must support application level firewall with role based policies Support for remote VPN access points Must be able to identify rogue access points and block them if necessary Must be able to support VMware virtualization and have a hardware appliance option Must intelligently move clients to other access points based on the best access point available Must be able to integrally manage RRPS existing Aruba WAPs Must include all necessary licensing Product Config CAE Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 67 LIC-PEF - Qty 67 CDN Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 63 LIC-PEF - Qty 63 CHS Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 133 LIC-PEF - Qty 133 EHE Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 63 LIC-PEF - Qty 63 ERMS Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 79 LIC-PEF - Qty 79 ESE Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 67 LIC-PEF - Qty 67 Extended $ $ $ $ $ $ LMS Bid Amount 7205 (JH736A) - Qty 1 $ 25

26 LIC-AP - Qty 77 LIC-PEF - Qty 77 MCE Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 64 LIC-PEF - Qty 64 MLK Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 68 LIC-PEF - Qty 68 MVMS Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 67 LIC-PEF - Qty 67 PDS Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 67 LIC-PEF - Qty 67 RRE Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 59 LIC-PEF - Qty 59 RRHS Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 153 LIC-PEF - Qty 153 RRMS Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 131 LIC-PEF - Qty 131 SVE Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 66 LIC-PEF - Qty 66 $ $ $ $ $ $ $ $ VGE Bid Amount 7205 (JH736A) - Qty 1 LIC-AP - Qty 70 LIC-PEF - Qty 70 Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO ****************************************************************************** LINE ITEM #6: Site RRCA: Aruba 7030 (US) 8p Dual Pers 10/100/1000BASE-T/1GBASE-X SFP 64 AP and 4K Clients Controller (JW687A) W/ 5 Access point (LIC-AP) & 5 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance 26 $

27 Support for at least 64 access points Must support at least 1000 devices Support 2x 1Gbit redundant network ports Must support wireless AC access points Must support clustering and high availability options Must automatically assign power and channel settings of access points for maximum channel space Must support a centralized management solution for multiple controllers. Must support application level firewall with role based policies Support for remote VPN access points Must be able to identify rogue access points and block them if necessary Must be able to support VMware virtualization and have a hardware appliance option Must intelligently move clients to other access points based on the best access point available Must be able to integrally manage RRPS existing Aruba WAPs Must include all necessary licensing Product Config Extended RRCA Bid Amount 7030 (JW687A) - Qty 1 LIC-AP - Qty 5 LIC-PEF - Qty 5 Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO ****************************************************************************** LINE ITEM #7: Site Data Center: Quantity (2) HPE Aruba MC-VA-1K US Control 1K AP E-LTU (JY904AAE) W/ 42 Access point (LIC-AP) & 42 Policy Enforcement Firewall (LIC-PEF) Licenses; or equal performance Must have the capability to be virtualized using VMware Support for 1000 access points and handle fail over access points from remote sites Must support wireless AC access points Must support clustering and high availability options Must automatically assign power and channel settings of access points for maximum channel space Must support a centralized management solution for multiple controllers. Must support application level firewall with role based policies Support for remote VPN access points Must be able to identify rogue access points and block them if necessary Must intelligently move clients to other access points based on the best access point available $ 27

28 Must be able to integrally manage RRPS existing Aruba WAPs Must include all necessary licensing Product Config Extended Bid Amount: $ Aruba-MC-VA-1K (JY904AAE) - Qty 2 LIC-AP - Qty 42 LIC-PEF - Qty 42 Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO ****************************************************************************** LINE ITEM #8: Quantity (1) Aruba Networks ARUBA MM-VA-5K MOB MASTER SW E-LTU (JY897AAE); or equal performance Must have the capability to be virtualized using VMware Support for 5000 access points and handle fail over access points from remote sites Must support wireless AC access points Must automatically assign power and channel settings of access points for maximum channel space Must support a centralized management solution for multiple controllers. Must support application level firewall with role based policies Support for remote VPN access points Must be able to identify rogue access points and block them if necessary Must intelligently move clients to other access points based on the best access point available Must be able to integrally manage RRPS existing Aruba WAPs Must include all necessary licensing Unit Qty Extended $ Bid Amount: $ 1 $ Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO ****************************************************************************** 28

29 LINE ITEM #9: Quantity (3) HPE 7506 Chassis 2x2.4Tbps MPU/Fabric Modular Bundle Core Switches (JH332A); or equal performance Quantity (2) HPE P 10G M2RSG Module (JH430A); or equal performance Quantity (1) HPE p 1000BASE-T w/poe+ SE Module (JH213A); or equal performance Quantity (6) HPE W AC Power Supply (JD219A); or equal performance Quantity (24) HPE X130 10G SFP+ LC SR Transceiver (JD092B); or equal performance Quantity (3) HPE 3Y PC 24x Switch SVC (U2P42E) Must be configured with at least 2 40Gbit QSFP+ ports Must support modular expansion for multiple 40Gbit QSFP+ ports Must support at least 6 modular slots Variety of module options supported including 48 port POE+, 40Gbit QSFP+, and 48 port 10Gbit SFP+ Must support a minimum of 24 10Gbe ports in a high availability configuration Must support OSPF and enterprise routing features Must have redundant power supplies Support for CoS, IPSec VPN, GRE Tunneling and VXLAN Must support virtual stacking technology for a single management plane with the ability to do link-aggregation across switches Must offer SDN capabilities using OpenFlow 1.3 specifically Must offer management CPU redundancy Minimum of 2.4 Tbps Fabric and processing unit Must include all necessary licensing Unit Qty Extended JH332A Bid Amount: $ 3 $ JH430A Bid Amount: $ 2 $ JH213A Bid Amount: $ 1 $ JD219A Bid Amount: $ 6 $ JD092B Bid Amount: $ 24 $ U2P42E Bid Amount: $ 3 $ Note: bid amount includes all parts, labor, material, freight, handling etc. 29

30 State Manufacturer make and model number bid: OPTION: Must include pricing options for 3 years OR 5 years worth of maintenance/warranty/support/licensing for the above listed equipment items. This licensing may be on the individual components or may be bundled as a fully configured switch. Please provide all appropriate information. Unity (Qty) OPTION: 3 Year warrant/maintenta/support/licen cing JH332A (Qty 3) $ $ JH430A (Qty 2) $ $ JH213A (Qty 1) $ $ JD219A (Qty 6) $ $ OPTION: 5 Year warrant/maintenta/support/licencing JD092B (Qty 24) $ $ U2P42E (Qty 3) $ $ State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO ****************************************************************************** LINE ITEM #10: RRPS needs to replace MDF core switches with a fully modular, advanced layer 3 capable switch with 10Gbe support. Quantity (25) Aruba 3810M 40G 8 HPE Smart Rate PoE+ 1-slot Switch (JL076A); or equal performance Quantity (8) Aruba 3810M 16SFP+ 2-slot Switch (JL075A); or equal performance Quantity (23) Aruba 3810M 4SFP+ Module (JL083A); or equal performance Quantity (16) Aruba X371 12VDC 250W VAC Power Supply (JL085A); or equal performance Quantity (50) Aruba X372 54VDC 680W VAC Power Supply (JL086A); or equal performance Quantity (18) HPE X132 10G SFP+ LC SR Transceiver (J9150A); or equal performance Quantity (33) HPE Aruba 3810M 4-port Stacking Module (JL084A); or equal performance Quantity (28) HPE HP M Stacking Cable (J9578A); or equal performance Must support variable link speed rates on at least 6 RJ-45 ports 30

31 Must support some modularity for Fiber modules and power supplies Must support OSPF, CoS and advanced routing features Must have redundant power supplies Must be capable of at least 700 watts of POE power per switch (excluding dedicated SFP+ switches) Must be able to stack up to at least 6 switches in a ring topology Must support openflow and an HPE SDN controller Must have role-based policy options. Must be capable of tunneling traffic to a wireless controller and integrate with ClearPass Policy Manager. Must support for an application layer firewall terminating to a wireless controller Must support for Zero Touch Provisioning Must include all necessary licensing Unit Qty Extended JL076A Bid Amount: $ 25 $ JL075A Bid Amount: $ 8 $ JL083A Bid Amount: $ 23 $ JL085A Bid Amount: $ 16 $ JL086A Bid Amount: $ 50 $ J9150A Bid Amount: $ 18 $ JL084A Bid Amount: $ 33 $ J9578A Bid Amount: $ 28 $ Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO ****************************************************************************** LINE ITEM #11: Quantity (12) VMware NSX Advanced License - 1 Processor - Academic (NX-ADV-A) Quantity (12) VMware Support and Subscription Production Technical Support - for VMware NSX Advanced - 1 Processor - Academic - Emergency Phone Consulting - 1 Year - 24x7 - Response Time:30 min (NX-ADVP-SSS-A) 31

32 RRPS needs a virtual firewall used in a Vmware vcenter environment to protect East to West traffic flows Firewall must run at the kernel level of the RRPS existing ESXI host and be near line rate up to 20Gbit of throughput. Firewall must be capable of working with Palo Alto networks firewalls for application level firewall capabilities Must support SDN features and VXLAN Must include a load balancer Must include all necessary licensing Unit Qty Extended NX-ADV-A Bid Amount: $ 12 $ NX-ADVP-SSS-A Bid Amount: $ 12 $ Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO ****************************************************************************** LINE ITEM #12: Quantity (2) Palo Alto Application layer firewall (PA-5220) Must be a layer 7 application firewall Must support firewall, IPS, malware and virus prevention, VPN and web filtering capabilities Must provide a cloud based malware analysis to detect real time threats At least 9 Ggbit of IPS throughput prevention At least 15Gbps of Firewall throughput Must support at least 3,000,000 sessions Must support user-id from active directory without a plugin or application Must integrate with XML API into Aruba Clearpass Policy manager for user-id and ingress logging. Must support high throughput SSL decryption Must be capable of running in a high availability Active/Active and Active/Passive configuration Must support on-site unlicensed spare Support for OSPF and BGP Must include all necessary licensing 32

33 Unit Qty Extended PA-5220 Bid Amount: $ 2 $ Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO PART B: (INSTALLATION AND CABLING ONLY) RRPS will require installation of many of the newly purchased wireless access points (WAPs). See following Installation Locations and Number of Required New Cabling Runs and Moves chart below. This installation SHALL include any or all of the following: New data cabling runs as required Installation, testing and certification reports of cable Mounting of new WAPs Replacing existing WAPs Relocating existing WAPs Wiring Specifications: Access points will be mounted based on RRPS provided diagrams (Reference attached Exhibit G). Access points labeled as moved should be checked if they can be moved without running a new drop. New drops will need to be added, patched in the IDF/MDF then patched into the switch. New drops need to be run with Cat6 and must meet RRPS wiring specifications. Cat6 Black patch cables need to be used from the patch panel to the switch. Each cable needs to be labeled on the patch panel and at the drop. We require documentation and as-build drawings after project has been completed. NOTE: Installation Standards: For all construction and installations, the successful cabling installation offeror shall comply with the recommendations and standards as set forth in the latest edition(s) of IEEE and ANSI/EIA/TIA Telecommunication Standards. Except as may be modified by the governing codes and by the Contract Documents. Please refer to the ITB Exhibit E Labeled RRPS-ITS Network Infrastructure Cabling Specifications. BID AS FOLLOWS: Bid amounts are to include all parts, labor, material, equipment, freight, supplies, insurance, licensure, permitting, site prep, clean up, G&A, overhead, LINE ITEM #13: RRPS will need installation of the Wireless Access Points (WAPs). Below is a list of the number of drops and WAP installations for each school location: 33

34 Site CAE: Quantity (41) new interior WAP installations Site CDN: Quantity (28) new interior WAP installations Site CHS: Quantity (8) new exterior WAP installations Site EHE: Quantity (31) new interior WAP installations and Quantity (18) interior moves Site ERMS: Quantity (34) new interior WAP installations Site: ESE: Quantity (33) new interior WAP installations Site IHS: Quantity (4) new interior WAP installations Site LMS: Quantity (35) new interior WAP installations Site MCE: Quantity (34) new interior WAP installations Site MLK: Quantity (37) new interior WAP installations Site MVMS: Quantity (25) new interior WAP installations Site PDS: Quantity (27) new interior WAP installations Site RRE: Quantity (26) new interior WAP installations Site RRHS: Quantity (12) new exterior WAP installations Site RRMS: Quantity (47) new interior WAP installations and Quantity (3) new exterior WAP installations Site SVE: Quantity (42) new interior WAP installations Site VGE: Quantity (44) new interior WAP installations and Quantity (6) interior moves Contractor must have on staff, full-time BICSI Registered Communication Distribution Designer (RCDD)s to adequately provide on-site support and oversee the installation of this project. Contractor must have at least one New Mexico Electrical Licensee - EE98. Work to be performed must be performed under the supervision and responsible charge of the license holder. Installers must be qualified to perform cable installation, cable terminations for all media types, administration labeling and documentation, bonding and grounding where required, and be able to test cable for performance compliance CAT 6a is required for new WAP installations Contractor is responsible for supplying patch panels and patch cables where necessary Contractor is responsible for patch cables from switch to patch panel and from drop to WAP All other RRPS requirements for cabling vendor qualifications and installations are located in the attached RRPS Cabling Specification document. 34

35 Drop Quantities Extended CAE Bid Amount 41 new interior $ CDN Bid Amount 28 new interior $ CHS Bid Amount 12 new exterior $ EHE Bid Amount 31 new interior 18 interior moves $ ERMS Bid Amount 34 new interior $ ESE Bid Amount 33 new interior $ IHS Bid Amount 4 new interior $ LMS Bid Amount 35 new interior $ MCE Bid Amount 34 new interior $ MLK Bid Amount 37 new interior $ MVMS Bid Amount 25 new interior $ PDS Bid Amount 27 new interior $ RRE Bid Amount 26 new interior $ RRHS Bid Amount 12 new exterior $ RRMS Bid Amount 47 new interior 3 new exterior $ SVE Bid Amount 42 new interior $ VGE Bid Amount 44 new interior 6 interior moves $ Note: bid amount includes all parts, labor, material, freight, handling etc. State Manufacturer make and model number bid: Guaranteed Delivery Date: ARO 35

36 EXHIBIT A Conflict of Interest-Debarment/Suspension Certification Form RIO RANCHO PUBLIC SCHOOLS SUPPLIER CONFLICT OF INTEREST AND DEBARMENT/SUSPENSION CERTIFICATION FORM THE FOLLOWING MUST BE CERTIFIED IF ANY RESULTANT PURCHASE ORDER/AGREEMENT IS $20,000 OR GREATER CONFLICT OF INTEREST The authorized Person, Firm and/or Corporation states that to the best of his/her belief and knowledge: No employee or Governing Member of Rio Rancho Public Schools (or close relative), with the exception of the person(s) identified below, has a direct or indirect financial interest in the Vendor or in the proposed transaction. Vendor neither employs, nor is negotiating to employ, any District of New Mexico employee, Regent or close relative, with the exception of the person(s) identified below. Vendor did not participate, directly or indirectly, in the preparation of specifications upon which the bid or offer is made. If the Vendor is a New Mexico State Legislator or if a New Mexico State Legislator holds a controlling interest in Vendor, please identify the legislator: List below the name(s) of any District or New Mexico employee, Regent or close relative who now or within the preceding 12 months (1) works for the Vendor; (2) has an ownership interest in the Vendor (other than as an owner of less than 1% of Vendor s stock, if Vendor is a publicly traded corporation); (3) is a partner, officer, director, trustee or consultant to the Vendor; (4) has received grant, travel, honoraria or other similar support from Vendor; or (5) has a right to receive royalties from the Vendor. DEBARMENT/SUSPENSION STATUS: The Vendor certifies that it is not suspended, debarred or ineligible from entering into contracts with the Executive Branch of the Federal Government, or in receipt of a notice or proposed debarment from any Agency. The vendor agrees to provide immediate notice to Rio Rancho Public Schools Purchasing Department Buyer in the event of being suspended, debarred or declared ineligible by any department or federal agency, or upon receipt of a notice of proposed debarment that is received after the submission of the bid or offer but prior to the award of the /Purchase Order/Agreement or contract. CERTIFICATION The undersigned hereby certifies that he/she has read the above CONFLICT OF INTEREST and DEBARMENT/SUSPENSION Status requirements and that he/she understands and will comply with these requirements. The undersigned further certifies that they have the authority to certify compliance for the vendor named and that the information contained in this document is true and accurate to the best of their knowledge. Signature: Title: Date: Name Typed: Company Name: Address City/State/zip: THE FOLLOWING MUST BE CERTIFIED IF ANY RESULTANT PURCHASE ORDER/AGREEMENT IS $100,000 OR GREATER: CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (September, 2005) (a) In accordance with FAR , the definitions and prohibitions contained in the clause at FAR , Limitation on Payments to influence Certain Federal Transactions, included in this solicitation, are hereby incorporated by reference in paragraph (b) of this certification. (b) The Bidder, by signing its offer, hereby certifies to the best of his or her knowledge and belief that on or after; December 23, ) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to Influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of any Federal contract. 2) If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal Transaction) have been paid, or will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with this solicitation, the Bidder shall complete and submit, with its offer, OMB standard form LLL, Disclosure of Lobbying Activities, to the Contracting Officer; and 3) He or she will include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly. (c) Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by section 1352, title 31, United States Code. Any person who makes expenditure prohibited under this provision or who fails to file or amend the disclosure form to be filed or amended by this provision shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT The undersigned company agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C et seq.) CERTIFICATION The undersigned hereby certifies that he/she has read the above CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTION (APR 1991) and CLEAN AIR ACT AND FEDERAL WATER POLLUTION 36

37 CONTROL ACT requirements and that he/she understands and will comply with these requirements. The undersigned further certifies that they have the authority to certify compliance for the vendor named below. Signature: Title: Date: Name Typed: Company: Address: City/State/zip: 37

38 EXHIBIT B BIDDER SIGNATORY FORM THE FOLLOWING BIDDER INFORMATION MUST BE COMPLETED AND RETURNED WITH THE ITB. SMALL & SMALL DISADVANTAGED BUSINESS CERTIFICATION FORM (INCLUDED). Please note that the information requested on the certification form is for reporting purposes only and will not be used in evaluating or awarding a Purchase Order/Agreement. ACKNOWLEDGMENT OF ADDENDA The undersigned acknowledges receipt of the following addenda: Addenda No. Dated Addenda No. Dated Addenda No. Dated Addenda No. Dated RESIDENT BUSINESS, RESIDENT CONTRACTOR AND RESIDENT VETERAN PREFERENCE CERTIFICATION To receive a resident business preference pursuant to Section NMSA 1978 or a resident contractor preference pursuant to NMSA 1978, a business or contractor is required to submit with its bid or proposal a copy of a valid resident contractor certificate issued by the taxation and revenue department. In addition, the attached Resident Veteran Preference Certification form (Exhibit D) must filled out, signed and accompany any ITB from any business wishing to receive a resident veteran s preference. RESIDENT BUSINESS PRFERENCE NUMBER: RESIDENT VETERAN PRFERENCE NUMBER: The undersigned, as an authorized representative for the Company named below, acknowledges that the Bidder has examined this ITB with its related documents and is familiar with all of the conditions surrounding the described materials, labor and/or services. Bidder hereby agrees to furnish all labor, materials and supplies necessary to comply with the specifications in accordance with the Terms and Conditions set forth in this ITB and at the prices stated within the ITB. The undersigned further states that the company submitting this ITB is not in violation of any applicable Conflict of Interest laws or regulations or any other related clauses included in this ITB. COMPANY NAME ADDRESS CITY/STATE/ZIP TELEPHONE: FAX: NEW MEXICO GROSS RECEIPTS TAX NO FEDERAL EMPLOYER ID NUMBER (FEIN) SIGNATURE OF AUTHORIZED REPRESENTATIVE PRINTED OR TYPED NAME TITLE DATE 38

39 EXHIBIT C RESIDENT VETERANS PREFERENCE CERTIFICATION (NAME OF CONTRACTOR) hereby certifies the following in regard to application of the resident veterans preference to this procurement: Please check the boxes below only if you are declaring Veteran Preference status. I declare under penalty of perjury that my business prior year revenue starting January 1 ending December 31 is less than $3M allowing me the 10% preference discount on this solicitation. I understand that knowingly giving false or misleading information about this fact constitutes a crime. I agree to submit a report, or reports, to the State Purchasing Division of the General Services Department declaring under penalty of perjury that during the last calendar year starting January 1 and ending on December 31, the following to be true and accurate: In conjunction with this procurement and the requirements of this business application for a Resident Veteran Business Preference /Resident Veteran Contractor Preference under section or NMSA 1978, when awarded a contract which was on the basis of having such veteran s preference, I agree to report to the State Purchasing division of the General Services Department the awarded amount involved. I will indicate in the report the award amount as a purchase from a public body or as a public works contract from a public body as the case may be. I understand that knowingly giving false or misleading information on this report constitutes a crime. I declare under penalty of perjury that this statement is true to the best of my knowledge. I understand that giving false or misleading statements about material fact regarding this matter constitutes a crime. (Signature of Business Representative)* (Date) *Must be an authorized signatory for the Business. The representations made in checking the boxes constitutes a material representation by the Business that is subject to protest and may result in denial of an award or cancellation of the procurement involved if the statements are proven incorrect. 39

40 EXHIBIT D INSURANCE REQUIREMENTS CERTIFICATES OF INSURANCE: The Contractor shall furnish the Owner one copy each of Certificates of insurance herein required for each copy of the Purchase Order/Agreement showing coverage, limits of liability, covered operations, effective dates of expiration of policies of insurance carried by the Contractor. The Contractor shall furnish to the Owner copies of limits. The Certificate of Insurance shall be in the form of AIA Document G-705 or similar format acceptable to the Owner. Such certificates shall be filed with the Owner and shall also contain the following statements: 1. The Regents of Rio Rancho Public Schools, Rio Rancho Public Schools, its agents, servants and employee are held as additional insured. 2. The insurance coverage certified herein shall not be canceled or materially changed except after forty-five (45) days written notice has been provided to the owner. COMPENSATION INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Worker s Compensation as required by applicable State law for all Contractor s employees to be engaged at the site of the project under this project and in case of any such work sublet the Contractor shall require the subcontractor or sub subcontractor similarly to provide Worker s Compensation Insurance for all the subcontractor s or sub subcontractor s Workers which are covered under the Contractor s Worker s Compensation Insurance. In case any class of employee engaged in work on the project under this contract is not protected under a Worker s Compensation Status, the Contractor shall provide and shall cause each subcontractor or sub subcontractor to provide Employer s insurance in any amount of not less than $500,000. CONTRACTOR S PUBLIC LIABILITY INSURANCE The contractor shall procure and shall maintain during the life of this contract Public Liability Insurance as required by applicable State law. In case of any work being sublet, the Contractor shall require the subcontractor or sub-subcontractor similarly to provide Public Liability Insurance for all the subcontractor s or sub-subcontractor s work being performed under this Purchase Order/Agreement. In any case, whereby the Contractor s sub-contractor or subsubcontractor services are not covered under separate policy, the Contractor shall provide and shall cause each subcontractor or Sub-subcontractor to be covered under the contractor s policy. The insurance must remain in force for the life of the contract including all contract extensions or renewals. The limits effective June 8, 2012 are: $1,000,000 per occurrence; $2,000,000 annual aggregate. CONTRACTOR S VEHICLE LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Vehicle Liability Insurance coverage equal to the maximum liability amounts set forth in the New Mexico Tort Claims Act Section et.seq. NMSA The insurance must remain in force for the life of the contract including all contract extensions or renewals. The limits effective July 1, 1992 are: 40

41 Bodily Injury Property Damage $750,000 Each Occurrence $100,000 Each Occurrence SUBCONTRACTOR S AND SUB CONTRACOTR S PUBLIC AND VEHICLE LIABILITY INSURANCE: The Contractor shall either: 1. Require each subcontractor or sub-contractor to procure and maintain during the life of the subcontract or sub subcontract public Liability Insurance of the types and amounts specified above or, 2. Insure the activities of the subcontractors of sub subcontractors in the Contractor s Policy as required under this Article. GENERAL: All Insurance policies are to be issued by companies authorized to do business under the laws of the state in which work is to be done and acceptable to owner. The Contractor shall not violate, permit to be violated, any conditions of any said policies, and shall at all times satisfy the requirements for the insurance companies writing said policies. 41

42 EXHIBIT E: RRPS-ITS Network Infrastructure Cabling Specifications Rio Rancho Public Schools- Information Technology Services Cabling and Network Infrastructure/Equipment Requirements and Technical Specifications 1. GENERAL REQUIREMENTS A. Electrical Codes: All work shall be executed in accordance with the current National Electrical Code, as amended by the New Mexico State Electrical Code, local and state ordinances, and FCC regulations governing the particular class of work involved. The contractor shall be responsible for the final execution of the work under this heading to suit these requirements. In the event of a conflict between the various codes and standards, the more stringent shall govern. Upon completion of the various parts of the work, the installation shall be tested by the constituted authorities and approved. Upon completion of the work, this contractor shall obtain and deliver to the RRPS final certificates of acceptance. The contractor shall hold and save the Board of Education free and harmless from liability of any kind arising from his failure to comply with codes and ordinances. Contractors are required to own and maintain the most current edition of the NEC Code Book. B. Telecommunications Standards: All work and materials shall comply with the recommendations and standards as set forth in the latest edition(s) of IEEE and ANSI/EIA/TIA Telecommunication Standards. If substitute materials, equipment or systems are installed without prior approval or are installed in a manner not in conformance with the requirements of these specifications and for which the contractor has not received written approval, removal of all the unauthorized materials plus the re-installation of those indicated or specified shall be provided at no extra cost to the owner. Unless a specific date of issue or revision is cited, the documents listed below are the current issue in effect. The requirements contained become part of the contract to the extent specified herein. Except as may be modified by the governing codes and by the Contract Documents, the contractor will comply with all District and RRPS ITS Telecommunications Division design and installation standards. Contractors are also required to own and maintain the most current edition of BICSI Telecommunications Distribution Methods Manual (TDMM), and the United States National CAD Standards manual. Listing of Reference Documents: National Electrical Code ( NEC ) Electronics Industries Alliance / Telecommunications Industry Association ( 568, 569, 606, 607, TSB40 ) Institute of Electrical and Electronics Engineers, Inc. (IEEE) American National Standards Institute, Inc. (ANSI) BICSI s Telecommunications Distribution Methods Manual (TDMM) BICSI s Network Design Reference Manual (NDRM) BICSI s Wireless Design Reference Manual (WDRM) BICSI s Customer-owned, Outside-Plant Design Manual (CO-OSP) 42

43 National CAD Standard (NCS) National Electrical Manufactures Association (NEMA) American Society of Testing Materials (ASTM) C. Licensing and Personnel Qualifications: Contractor shall be properly licensed, under the New Mexico Construction Industries Regulations, for all aspects of work requirements, including at least one New Mexico Electrical Licensee - EE98. Actual work is to be performed only by workmen properly licensed and skilled in applicable trade. No one under age 18 is to be employed on any RRPS project. Contractor must employ two (2), full-time BICSI Registered Communication Distribution Designer (RCDD) on the local payroll. The contractors exclusive Point-of-Contact will be their RCDD(s). Contractors are not permitted to borrow, lease, subcontract, form partnerships or establish retainers with any individuals or with other companies in order to fulfill the licensing and qualifications of this contract. Value-add preferences will be considered for contractors RCDD/Specialty certifications, such as Network Transport Specialist (NTS), Wireless Design (WD) or Customer-Owned Outside Plant (CO-OSP). Contractor must use Journeymen installers who have and maintain BICSI Technician certifications or Apprentice installers with a minimum of 6 months experience with a BICSI Installer Level 1 certifications at all RRPS job sites. Contractors must maintain current manufacture certifications. Contractors are required to establish and maintain a local office with sufficient and qualified personnel to support this contract. D. Permits and Reimbursement of Fees: It is the contractor's responsibility to secure in a timely manner and pay for all necessary permits required for any particular job. RRPS will reimburse the contractor the cost of job permits. These reimbursements must be pre-approved, with no markup and must be added to invoices as a separate and documented line item. RRPS does not pay for business licenses, contractor licenses, certifications, or renewals of same, memberships in professional affiliations, and similar costs of doing business, which are the contractor's obligation to secure and maintain. Contractor will pull permits from the State of New Mexico s Constructions Industry Department (CID) and will also be subject to state inspections for code compliance and/or any other relevant aspect of the job. The contractor will coordinate state inspections with the RRPS ITS Department. E. Supervision: The work shall be performed under the direction of a qualified project manager experienced in the trade who shall be thoroughly familiar with the complete requirements and details of the work and shall normally be present on the site during the execution of the work. The cost of such a project manager will be considered as a part of the contractor's overhead and may not be billed as a separate charge. If the project manager should perform actual work at the site, contractor may bill at the appropriate job classification for the hours worked. F. Project Performance: Work performed under this contract is subject to RRPS-ITS strict internal controls and industry standards. RRPS may elect to perform all or a portion of any project utilizing this contract, or to bid any project separately. Past work performance and work history may be used as a criterion to bid separate projects under this contract. 43

44 G. Project Procedures: Upon project initiation, the contractor shall coordinate all projects with RRPS ITS Department. Contractor coordination and collaboration is also required with all other project affiliated vendors and contractors. RRPS-ITS will assign an ITS Department Designee as a primary Point of Contact (PoC) for each project. The Designee will plan, define and write the SoW and will review each quote prior to requisition submittals. Upon project initiation, contractor will coordinate project staging and scheduling with site administrators and educational technicians. Upon completion of a project, the Designee will perform a final inspection and list any punch list items to be resolved by the contractor. Contractor will provide applicable As-Builts within 10 business days and warrantees within 20 business days. In cases where projects require utility spotting, contractor shall make all provisions thereof and pathways must be pre-approved prior to project initiation. H. Work Request(s) NOT Defined in Scope of Work: Contractor shall be held accountable to NOT perform work requests which are clearly beyond the defined SoW. Contractor has the responsibility of calling such violations to the attention of the RRPS ITS Designee. Violations may become the personal liability of the individual requesting such work and RRPS will be under no obligation to make payment. I. Work Scheduling: All work shall be, insofar as possible, performed during normal operating hours (7:00am to 5:00pm), Monday through Friday. However, contractors are not permitted to work during testing schedules. After hour and weekend shifts are acceptable if necessary, to complete a project in the most expeditious and feasible manner. After hour and weekend shifts must be pre-approved by the School-Site Administrator and RRPS-ITS Department. All workmen shall sign in at the administrative office when arriving at the site, and sign out when leaving. A list of worker's name(s) and job classifications(s) shall be included. Site workers must wear distinctive clothing identifying the company e.g., shirt with company logo and a company badge. This requirement includes sub-contractors. A reasonable code of conduct must be observed. Profanity and other forms of vulgarity will not be tolerated. J. Support Service: The contractor shall be able to provide timely service in the event of needed repairs, malfunctioning of equipment, warranty problems and similar. Required Test Equipment - Contractor shall own Cable Testers and Analyzers, Network Testers (Fluke or Wirescope), power source and light meter, Visual Fault Locators and an OTDR. If a major malfunction of the equipment occurs, the contractor shall respond onsite to the customer within four (4) hours from the time the contractor first receives the customer's request for maintenance and will complete such repairs within 48 hours. The contractor shall be able to respond to multiple major malfunction calls at any one time. Overtime hours must receive prior approval from IT Designee. If a minor malfunction occurs, the contractor shall respond to the customer during normal working hours within 24 hours from the time the contractor first receives the customer's request for maintenance and shall complete such repairs within 48 hours. The contractor shall be able to respond to multiple minor malfunction calls at any one time. Procedures defined under this Paragraph 4 are applicable. 44

45 Emergency Requests - Contractor will be expected to respond immediately to a request for work to be performed. K. Interrupting Services: Absolutely no interruption of the existing services will be permitted without prior approval of RRPS ITS Department. L. Safety: The contractor shall take all necessary precautions to protect the site occupants from hazardous conditions. The contractor shall abide by all Occupational Safety and Health Administration (OSHA) regulations and all State of New Mexico Environmental Improvements Board Occupational Health and Safety regulations that apply to this contract. The contractor shall defend, indemnify, and hold the Board of Education and its agents, officer, administrators, and employees free and harmless against all claims, loss, liability, and expense resulting from any alleged violations(s) of said judgments, court costs, and attorneys' fees. The contractor also shall be responsible for damage to persons or property that occurs as a result of his fault or negligence, or that of his employees, agents, and/or subcontractors, in connection with this contract. M. Emergency / Lockdown Procedures: In case of a work related emergency or accident, the contractor shall immediately contact 911 as applicable. The contractor shall also contact the site administrator, RRPS - ITS Director and Facilities Director. In case of a site lockdown, contractor employees shall adhere to all RRPS procedures. N. Guarantee: The contractor shall guarantee all materials, equipment and workmanship furnished and installed under this contract to be free from all defects and shall agree to replace at their expense, without expense to RRPS, any and all defective equipment, parts, etc., within 12 months after service as accepted by RRPS. This excludes normal maintenance and daily servicing of equipment, which is RRPS-ITS responsibility. O. Protection of Work, Materials and Adjacent Surfaces: The contractor is responsible for the protection and security of all materials, tools, equipment and installed work until the final acceptance of the work has been completed. RRPS will not be held responsible for lost or stolen equipment, tools or materials from job sites. The contractor shall take all measures necessary during the course of work to protect existing property including adjacent surfaces, equipment, electrical systems, piping, furnishings, and landscaping from damage during the course of the work and shall repair promptly any such damage at his own expense and to the satisfaction of RRPS. P. Clean-up: The contractor shall keep the site reasonably clean and neat during the execution of work, remove accumulations of debris at the end of each day and leave all surfaces and areas completely clean at final completion. Q. Final Acceptance: The contractor shall notify the RRPS-ITS Designee when project is ready for final inspection, whereas arrangements will be scheduled. The RRPS-ITS Designee will either accept the project as complete and satisfactory or provide a written list of items to be corrected and/or completed. The RRPS-ITS Designee and Contractor will sign-off on the Scope of Work as declaration of project completion. S. Releases of Lien: If applicable, the contractor shall provide unconditional releases of lien from all subcontractors and major material suppliers when submitting his final invoice at the 45

46 end of each project. When applicable, final invoice for each project shall be accompanied by all required guarantees, operations manuals, as-builds and/or other submittal required by the contract. T. Surplus Equipment: Upon acquiring any surplus equipment from a project, the contractor will promptly deliver all surplus items to the RRPS ITS Department. 2. TECHNICAL SPECIFICATIONS A. Manufacturer Specifications: Based on in-depth, internal studies and extensive evaluations, RRPS-ITS has specified the following approved manufactures for all district cabling and infrastructure/equipment projects: UTP CAT 5e/6/6A, Cabling & Patch cables UTP CAT 5e/6/6A, Connectivity CommScope Uniprise/Systimax CommScope Uniprise/Systimax UTP - High-pair count, Cabling Superior / Essex Belden Leviton/Berk-Tek or OCC Solutions Leviton/Berk-Tek or OCC Solutions Fiber 62.5/125 MM, 50/125 MM, 9/125 SM micron Cabling & Patch cables Fiber- Connectivity Fiber - OSP Enclosures Optical Cabling Corp./CommScope Leviton Optical Cabling Corp./CommScope Leviton Optical Cabling Corp./CommScope Leviton Coaxial - Cabling CommScope or General Cable Leviton/Berk-Tek Coaxial - Connectivity T&B/Ideal/Leviton Corning-Gilbert Coaxial - Signal Components Blonder-Tongue Holland Equipment Racks - Floor Mount Chatsworth Products Inc. APC-Schneider Electric Equipment Racks - Wall Mount Chatsworth Products Inc. OCC - TERAX Equipment Racks - Portables Engineered Data Products Great Lakes DC#09568 Media Converters SignaMax TBD Lightning Protectors Porta Systems TBD Battery Backups - UPS APC Schneider Electric With management cards Intercom Systems - Cabling CommScope/General Cable Leviton/Berk-Tek Security Systems - Cabling CommScope/General Cable Leviton/Berk-Tek B. Specification Deviations: Technical Specifications are binding. However, in instances where a major irresolvable problem of an approved manufacture has occurred, RRPS-ITS retains the right to specify an alternate manufacturer. 46

47 C. Cabling Warranties: Contractors are required to provide a Manufacture Warranty Certification for all completed cabling installation projects. This warranty shall be handdelivered to the RRPS ITS Department no later than one month after project completion. D. Materials, Delivery, Storage and Handling: The contractor shall be responsible for the receipt, safe storage, and delivery of materials and equipment to the job site. All products and materials will be shipped and stored in a manner that will protect from damage, weather and entry of debris. Damaged items will not be installed and contractor will take immediate action to obtain replacement. Materials (except bulk materials) shall be delivered in the manufacturer's unopened container, fully identified with the manufacturer's name, trade name, type, class, grade, size and color. Any materials required to be stored shall be suitably sheltered from the elements. Items subject to moisture damage kept in dry storage. On-site secure storage area may or may not be available. The contractor shall not store or place materials on RRPS floors in excess of the floors' designed load limits. E. Procurement of Other Materials: RRPS-ITS reserves the right to procure any material through normal procurement channels and to furnish such materials to contractor for installation. Any such materials shall not be marked up by the contractor in any manner. RRPS-ITS may from time to time order parts or other materials only from this contract as a convenience or because of the nature of a particular work order, but the general intent is for the contractor to supply all materials and labor for a given job. Contractor and RRPS-ITS shall be in agreement as to exact parts/materials to be used prior to commencement of any work. F. General Installation Requirements: Contractor will adhere to any and all District Standards for RRPS-ITS Cabling Installations. The locations of telecommunications outlets (TO), enclosures, panels, equipment racks and other related products as indicated on project drawings will be understood to be approximately correct and will be subject to such revision as may be found necessary or desirable at the time of installation. Particular caution will be exercised with reference to location of surface raceways, power poles, floor boxes, TO s, etc., with precise locations accepted by the owner before proceeding with the installation. The contractor shall ensure that the maximum pulling tensions of the specified distribution cables are not exceeded and that cable bends maintain the proper radius during the placement of facilities. Failure to follow the appropriate guidelines will require the Contractor to provide in a timely fashion the additional material and labor necessary to properly rectify the situation. This shall also apply to any and all damages sustained to the cables by the contractor during the implementation. Installers must be qualified to perform the work and be knowledgeable in the following activities: Cable installations and terminations for specified copper, fiber optic and coaxial cables. ANSI/EIA/TIA 606A Administration labeling and documentation. Bonding and grounding where required. Testing of copper and fiber cabling for performance compliance. Industry Cable Installation Standards as well as manufacturer's instructions will be used for inprocess quality control and final acceptance of the work installation. Installers will be required 47

48 to provide and use the proper tools in the performance of each activity. The tools must be in good working order. The owner reserves the right to review the tool lists and tool maintenance procedure for the contractor. RRPS-ITS reserves the right to bring in the manufactures representative to inspect the workplace and quality of workmanship. G. Horizontal Cabling: Contractor shall supply horizontal cables to connect each Telecommunication Outlet to the backbone subsystem on the same floor. The minimum type of horizontal cabling shall be rated as Category 5e/6/6A UTP. Voice drops shall have White jacketed cable and wall jacks. Data drops shall have Blue jacketed cable and wall jacks. The Category 5e/6/6A UTP cables shall be run using a star topology format from Telecommunications Room on each floor or classroom wing, to each individual Telecommunication Outlet. All cable routes shall be approved by RRPS ITS Designee prior to installation of the cabling. The maximum length of each permanent link from the Telecommunication Closet on each floor to the Telecommunication Outlet shall not exceed 295 ft (90 m). Contractor shall observe the bending radius and pulling strength requirements of the Category 5e/6/6A UTP cable during handling and installation. Each cable between the termination block and the information outlet shall be continuous without splices. Plenum rated cable will be used in all appropriate areas. The Category 5e/6/6A UTP cable shall be Underwriters Laboratories (UL) listed type MPR, MPP, CMR, or CMP. Conduit runs installed by the contractor shall not exceed 100 feet or contain more than two 90 degree bends without utilizing appropriately sized pull boxes. All cabling terminations will comply with ANSI/EIA/TIA 568A/568B Standard and utilize 66/110 blocks and IDC type jacks. All voice (analog/digital cabling-66 blocks) and data (data cabling-110 blocks) cabling shall be terminated using 66/110 blocks and IDC type jacks and patch panels. All face plates shall be stainless steel type. Avoid drop locations near any heat and water sources and cubbies and coat rack areas. H. Patch Cables: All patch cords shall exceed ANSI/TIA/EIA and ISO/IEC Category 5e/6/6A Specifications Patch cords shall be UL listed and UL-C certified. Patch cables for Voice drops shall have White jacketed cable. Patch cables for Data drops shall have Blue jacketed cable. Patch cables for WAP drops shall have Black jacketed cable. Patch cables for CCTV IP Cameras shall have Yellow jacketed cable. All fiber patch cables shall be labeled to identify associated link designation. 48

49 I. Backbone Cabling: Minimum, 6 strand, tight-buffer fiber backbones between Distribution Frames. Aerial, OSP cables shall be made of an indoor/outdoor/plenum rated cabling. Contractor shall supply and install the transmission media and terminating hardware to provide interconnection between the MDF and each IDF in a star topology. All cable routes to be approved by RRPS-ITS project manager prior to installation. Contractor shall observe the bending radius and pulling strength requirements of all backbone cables during handling and installation. All cable routes to be approved by project manager prior to installation. Contractor shall install electrical protection devices for OSP copper trunk cabling. Contractor shall install a tracer wire in all applicable UG conduits. Use self-supporting cable rather than lashed cable if: (1) It is available in the required size, (2) there is no existing strand for voice and data, (3) new cable cannot be lashed to existing cable unless approved by an RRPS-ITS representative, and (4) adequate space exists for growth. Aerial connecting hardware and enclosures must be UV and NEMA4 rated. All clearances and separations must meet NEC and local codes. NO contractor will install any cable on the roof/s of any RRPS facilities, or make any roof penetrations unless given written permission by RRPS ITS Department. Backbone fiber cable runs will include a minimum, 30-foot service loop at MDF and minimum, 10 service loop at each IDF. J. Fiber Specifications: Multi-mode - 50 micron Fiber Minimum 10 Gigabit bandwidth capacities 300 meters (984 ) maximum distance LC type terminations and connectors Aqua colored patch cables Single-mode Fiber Minimum 10 Gigabit bandwidth capacities 40 kilometers (~25 miles) maximum distance LC type terminations and connectors Yellow colored patch cables K. Coaxial Distribution Overview: The typical A/V distribution cabling standard for RRPS-ITS is based on a hybrid design, which combines the MDF/IDF star topology with the Trunk and Tap daisy-chain design. Homerun trunks and backbones are specified between the MDF and each IDF and are typically rated as Series 11 coaxial cable. Feeder cables are specified from the IDF and tapped or split to each TV outlet. Feeder cables are typically rated as Series 6 coaxial cabling. Fiber optic cabling is specified when distribution distances have exceeded the coaxial cabling limitations. Plenum and OSP rated cabling shall be used in all applicable areas. Coaxial connectors shall be compression type. L. Intercom and Security Distribution Overview: The typical distribution cabling standard for RRPS-ITS intercom and security systems are primarily based on manufactures requirements. 49

50 Contractor is required to coordinate each intercom and security cabling installation project with associated manufactures and their product resellers for cabling specification requirements. M. Wireless Specifications: Physical plant design locations of a wireless network will be provided by the RRPS-ITS Designee. Drop locations for access points are typically installed at 96 AFF or at RRPS-ITS desired location/height. Contractors shall install wireless access enclosures in gym environments. These enclosures must be non-metallic. N. Pathways: In suspended ceiling and raised floor areas where duct, cable trays or conduit are not available, the contractor shall bundle, 50 cables or less, with cabling Velcro. Cable bundles shall be supported via J hooks attached to the existing building structure and framework at a maximum of five foot (5 ) intervals. The contractor shall adhere to the manufacturer s requirements for bending radius and pulling tension of all data cables. Cables shall not be attached to or supported by fire sprinkler heads or delivery systems or any environmental sensor located in the ceiling air space. Cables shall not be attached to ceiling grid supports or laid directly on the ceiling grid. OSP aerial pathways shall consist of rigid conduit masts and 30 utility poles, not to exceed a span of 75, and wedge clamps as secure attachments to aerial messengers. OSP - Riser racks must comply with RRPS ITS standards. Contractor shall coordinate riser rack design and installation with RRPS ITS Designee for project specifications and approvals. O. Portable Buildings: Connections to portable buildings shall be made via aerial or underground cabling. Contractor shall coordinate portable building projects with the RRPS ITS Designee for design and installation specifications. The following is a list of aerial specifications for a Quick-Disconnect Industrial connector for fiber backbones installations: Part# Manufacturer w/ Description TBD OCC, LC, MM Industrial plug TBD OCC, LC, MM Industrial outlet TBD OCC, Outlet Dust Cap TBD OCC, Plug Dust Cap OC OCC, 2 strand, 62.5 Multimode Fig. 8, w/ Blue jacket BX -WLS-900-OFNR OCC, Multi-strand, Indoor/Outdoor/Plenum rated P. Equipment Racks and Enclosures: The equipment racks shall be made of lightweight steel and include mounting hardware. Enclosures shall be lockable, vented, include fan kits (50 cfm max per fan), and mounted in compliance with NEC clearance codes and ANSI/EIA/TIA mounting standards. Ladder rack is required for any applicable floor-mounted racks. All racks shall be grounded to the isolated ground bar within the TR / ER using a standard ground lug and #6 jacketed green cable. Contractor shall install Surge Protected Device (SPD), electrical receptacles as required to power up equipment in MDF and IDF racks and enclosures. Q. Battery Backups / UPS: For projects requiring battery backups, contractor shall coordinate with RRPS ITS Designee for size and type specifications. Typical UPS installations will be mounted at the bottom of a 4-post rack and serve power to rack mounted, vertical and horizontal power strips. Electrical receptacles for UPS s shall be installed on the ladder rack and/or on adjacent walls at 84 AFF, below ladder rack. UPS s shall have installed an SNMP network card, which will monitor input power and ambient temperature. R. Administration 50

51 Identification All cables and conduits shall be labeled by the contractor at each exposed point or end with a unique identifier and a description of the cable function to ease individual cable tracing based on ANSI/EIA/TIA 606A and District standards. Labels shall be permanent, waterproof, and shall not be removable by normal cable handling or normal operations. As-Builts Requirements Contractor is required to provide As-Built drawings at the completion of each project. They must be of professional quality, capable of being reproduced and with reasonable archival standards. As-Builts shall be delivered within 10 working days after project completion. Hand-drawn As-Builts are not acceptable. Upon completion of the project, paper and electronic copies of the As-Builts are to be provided to the RRPS ITS Department, as well as a hard copy to the site Educational Technologist. As-Builts are required to be drawn in the latest version of Autodesk s AutoCAD software and comply with the United States National CAD Standard as follows: ES - Electrical Site Plan TN-DATA, Telecommunications Network Layer TT-PHON, Telecommunications Voice Layer TA-CATV, Telecommunications Audio/Visual Layer TI-INT, Telecommunications Intercom Layer TY-SEC, Telecommunications Security Layer Labeling compliance with ANSI/EIA/TIA 606A standards and District standards Electronic As-Builts will be sent as a complete set which include both the.dwg and.dwf formatted files S. Electrical, Grounding and Bonding Requirements: The contractor shall be responsible for providing an approved ground at all newly installed distribution frames, and or insuring proper bonding to any existing facilities. The contractor shall also be responsible for ensuring ground continuity by properly bonding all appropriate cabling, closures, cabinets, service boxes and framework. All grounds shall consist of #6 AWG copper wire and shall be supplied from an approved building ground and bonded to the main electrical ground. Bonding and grounding shall be in compliance with the NEC and ANSI/EIA/TIA 607 standards. When required by local code, provide a Telecommunications Bonding Backbone utilizing a #6- AWG or larger bonding conductor that provides direct bonding between equipment rooms and telecommunications closets. This is part of the grounding and bonding infrastructure (part of the telecommunications pathways and spaces in the building structure), and is independent of equipment or cable. As applicable to an RRPS-ITS project SoW, contractor shall install electrical receptacles for computer, network, phones, intercom, security, audio/visual equipment and other IT end-devices. T. Fire stopping and Penetration Sealants: Sealing of openings between floors, through rated fire and smoke walls, existing or created by contractor for cable pass through shall be the responsibility of the contractor. Any openings created by or for the contractor and left unused shall also be sealed as part of this work. All sealant materials will be installed according to manufacturer s directions and recommendations. No foam sealants are to be used. Contractor is required to provide UL and ATSM approved fire stopping systems to restore fire ratings to all 51

52 wall or floor or ceiling penetrations. Contractor must provide certification of such fire stopping along with as-built indicating the locations of such penetrations. The fire rating of the penetration seal shall be at least that of the floor or wall into which it is installed, so that the original fire rating of the floor or wall will be maintained as required by Article & 22 of the NEC. Sealing of annular space of conduits is also required. The sealant shall remain resilient and pliable to allow for the removal and/or addition of cable without the necessity of drilling holes. It shall adhere to itself in order to allow any and all repairs to be made with the same material. It shall allow for vibration, expansion and/or contraction without affecting the seal, cracking or crumbling. U. Cable Testing and Signal Certifications: Contractor will provide a cable certification from the manufacture based on their warranty period, as proof that the system is fully operational. If at any time during this period, cable or workmanship should be defective, the contractor will repair or replace in a timely manner at no charge. The above-referenced certifications must be delivered to RRPS-ITS no later than 30 days after completion of the project. Test equipment manufacturers may include only Fluke or WireScope. The contractor shall perform the cable tests for all cables specified as follows unless otherwise noted or approved by the owner: UTP CAT5e/6/6A, Cabling All installed cable will be Channel and Permanent Link tested determining continuity, shorts, reversed pairs, split pairs, attenuation, and return loss, NEXT, PSNEXT, ACR, PSACR, ELFEXT and PSELFEXT. The continuity of all grounds and bonds will also be tested. All of the installed station cables shall be tested for attenuation loss at 100 MHz and results reported in db. Test 100% of all the station cable runs and provided patch cables for the correct jack pin terminations as specified. Fiber Optic Cabling All multi-mode fiber optic tests will be performed at the 850nm and 1300nm windows in both directions. All single-mode fiber optic tests will be performed at the 1310nm and 1550nm windows in both directions. All connectors will be tested and the loss measured in db, connectors will have a loss of 0.5 db or less to be accepted. All fiber optic links will be tested and the loss measured in db/km. All fiber optic links will be tested with an Optical Time Domain Reflectometer. The length of each fiber optic link shall be recorded. End to end testing is considered to be from the equipment end through the cross-connect to the terminal end. Coaxial Cabling A/V cabling systems shall support frequencies between 1Mhz to 1Ghz Each TV outlet must be tested for acceptable signal strength of 0-10 db minimum Contractor shall install all necessary components to acquire acceptable signal strength 52

53 V. Reports and Certifications: The contractor shall be responsible for recording and providing all test data. Copies of all test results are to be submitted to the RRPS ITS Department in an electronic format and delivered via . For all fiber optic cables within the required distance, a printout from an Optical Time Domain Reflectometer will be provided and correspond to a labeled fiber cable. All UTP CAT5e/6/6A cable must have an output of the test results with the station ID assigned. 53

54 EXHIBIT F: MANUFACTURER SPECIFICAITONS Aruba IAP-315: Aruba IAP-335: Aruba IAP-277: Aruba IAP-205H: Aruba 7205 Wireless Controller: Aruba 7030 Wireless Controller: Aruba Virtual Mobility Controller: Aruba Virtual Mobility Master: HPE 7506 Chassis: Aruba 3810M Switch: VMware NSX: re-nsx-datasheet.pdf Palo Alto Firewall: /pan/en_us/resources/datasheets/pa-5000-series-specsheet 54

55 EXHIBIT G: CONSTRUCTION DRAWINGS BY SITE LOCAITON Cielo Azul Elementary (CAE) 55

56 Colinas Del Norte Elementary (CDNE) 56

57 CHS Exterior 57

58 Enchanted Hills Elementary (EHES) 58

59 Eagle Ridge Middle School (ERMS) 59

60 Ernest Stapleton Elementary (ESES) 60

61 Independence High School (IHS) 61

62 Lincoln Middle School (LMS After Renovations) 62

63 Maggie Cordova Elementary (MCES) 63

64 Martin Luther King Jr. Elementary (MLK) 64

65 Mountain View Middle School (MVMS) 65

66 Puesta Del Sol Elementary (PDSES) 66

67 Rio Rancho Elementary (RRES) 67

68 Rio Rancho High School Exterior (RRHS) 68

69 Rio Rancho Middle School (RRMS) Floor 1 69

70 Floor 2 70

71 Gym 71

72 Rio Rancho Middle School Exterior 72

73 Sandia Vista Elementary (SVES) 73

74 Vista Grande Elementary (VGES) 74

75 75

76 76

THE UNIVERSITY OF NEW MEXICO ("UNM") Purchase Order STANDARD TERMS AND CONDITIONS December 19, 2017

THE UNIVERSITY OF NEW MEXICO (UNM) Purchase Order STANDARD TERMS AND CONDITIONS December 19, 2017 THE UNIVERSITY OF NEW MEXICO ("UNM") Purchase Order STANDARD TERMS AND CONDITIONS December 19, 2017 1. **ACCEPTANCE AND REJECTION. If prior to final acceptance, any goods or services are found to be detective

More information

RIO RANCHO PUBLIC SCHOOLS PURCHASING DEPARTMENT 500 LASER RD NE RIO RANCHO, NEW MEXICO 87124

RIO RANCHO PUBLIC SCHOOLS PURCHASING DEPARTMENT 500 LASER RD NE RIO RANCHO, NEW MEXICO 87124 RIO RANCHO PUBLIC SCHOOLS PURCHASING DEPARTMENT 500 LASER RD NE RIO RANCHO, NEW MEXICO 87124 Request for Proposals Number: RFP No. 2018-020 HR TITLE: Pre-Paid Legal Services Submittal Due Date: July 12,

More information

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

Purchasing Department 525 Buena Vista SE Albuquerque, NM 87106

Purchasing Department 525 Buena Vista SE Albuquerque, NM 87106 Purchasing Department 525 Buena Vista SE Albuquerque, NM 87106 REQUEST FOR PROPOSALS NO.: P-365 RFP DUE DATE: Friday, May 30, 2014 RFP DUE TIME: 4:00 PM local time (MDT) BUYER: Gil Rivera Phone: 505-224-4546

More information

Request for Quotation Q. SVC Cardio and Strength Equipment

Request for Quotation Q. SVC Cardio and Strength Equipment Request for Quotation 741-16Q SVC Cardio and Strength Equipment Due: 01/05/16 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood Springs, CO 81601

More information

TJC Purchase Order Terms and Conditions

TJC Purchase Order Terms and Conditions TJC Purchase Order Terms and Conditions 1. DELIVERY; SUBSTITUTIONS; INVOICES: Goods shall be delivered and services performed during normal business hours. Goods shall be delivered to the College s address

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

Atlantis Industries Corporation Terms and Conditions

Atlantis Industries Corporation Terms and Conditions Atlantis Industries Corporation Terms and Conditions 1. ACCEPTANCE OF PURCHASE ORDER ATLANTIS INDUSTRIES CORPORATION (BUYER) OFFERS TO PURCHASE THE MATERIALS OR SERVICES DESCRIBED HEREIN ONLY UPON THE

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

PURCHASE ORDER TERMS & CONDITIONS

PURCHASE ORDER TERMS & CONDITIONS 1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013 1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

TITLE: Hospitalist Program Evaluation

TITLE: Hospitalist Program Evaluation REQUEST FOR PROPOSAL (RFP) THE UNIVERSITY OF NEW MEXICO HOSPITALS PURCHASING DEPARTMENT 933 Bradbury Dr. SE, Suite 3165 ALBUQUERQUE, NM 87106 RFP Number: P365-17 TITLE: Offer Due Date/Time: ALL OFFEROR

More information

GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS

GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE: Supplier has read and understands this purchase order (this order ) and agrees that Supplier s written acceptance, delivery of any

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS INVITATION FOR BID B0003792 Purchasing Department 3221 McKelvey Road Bridgeton, MO 63044 SPECIFICATIONS FOR WINDOW TREATMENTS FOR ADDITIONAL INFORMATION, CONTACT: Cynthia Green, Assistant Controller Phone:

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18006 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap INVITATION FOR BID B0003736 Purchasing Department 3221 McKelvey Rd Bridgeton, MO 63044 SPECIFICATIONS FOR Trailer Graphic Wrap FOR ADDITIONAL INFORMATION, CONTACT: KeJuan Torrence, Buyer Phone: (314) 539

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

THE UNIVERSITY OF WYOMING PURCHASE ORDER TERMS AND CONDITIONS. Section 1. General Terms and Conditions

THE UNIVERSITY OF WYOMING PURCHASE ORDER TERMS AND CONDITIONS. Section 1. General Terms and Conditions THE UNIVERSITY OF WYOMING PURCHASE ORDER TERMS AND CONDITIONS Section 1. General Terms and Conditions This purchase order is limited to the terms and conditions contained on its face and those expressly

More information

ST. LOUIS COMMUNITY COLLEGE E-BID FORM

ST. LOUIS COMMUNITY COLLEGE E-BID FORM ST. LOUIS COMMUNITY COLLEGE E-BID FORM General Requirements St. Louis Community College (the College ) requires that all bids be received in the College s Purchasing Department by emailing to cgreen2@stlcc.edu

More information

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More information

MODIFICATIONS OR AMENDMENTS:

MODIFICATIONS OR AMENDMENTS: 1. GENERAL: These terms and conditions ("Terms") shall be applicable to any accompanying purchase order received by you ("Supplier") from Advanced Engineering, Inc. ("Purchaser"). The term "Goods and Services"

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

Purchase Order Terms and Conditions Commercial Contracts

Purchase Order Terms and Conditions Commercial Contracts 1. ACCEPTANCE: Purchase Order Terms and Conditions This purchase order represents Company's offer to purchase the goods or services ordered strictly in accordance with its stated terms and conditions.

More information

Dickinson College Purchase Order Terms and Conditions

Dickinson College Purchase Order Terms and Conditions Dickinson College Purchase Order Terms and Conditions Policy/Procedure This policy covers: A. Introduction B. Terms and Conditions A. Introduction Financial Operations does not require the use of a purchase

More information

New Mexico Bidder s Number

New Mexico Bidder s Number WAGON MOUND PUBLIC SCHOOLS PO Box 158 / 300 Park Avenue Voice: 575-666-3000 Fax: 575-666-9001 General Bid Conditions RFP # 1819-001 General Legal Counsel SEALED BIDS will be opened in the Board Room of

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

VENDOR PROGRAM. Vendors must complete the Vendor Screening and Disclosure Form as follows: *must be completed prior to any signed purchase order

VENDOR PROGRAM. Vendors must complete the Vendor Screening and Disclosure Form as follows: *must be completed prior to any signed purchase order VENDOR PROGRAM 1. PURPOSE The purpose of this policy is to outline the standards that the Hospital utilizes in evaluating which vendors to contract with, the standards for contracting, and the code of

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE, SCOPE. This Purchase Order is for the purchase of goods, services, or both as described on the

PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE, SCOPE. This Purchase Order is for the purchase of goods, services, or both as described on the PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE, SCOPE. This Purchase Order is for the purchase of goods, services, or both as described on the face of this document (collectively, Goods ) and is issued

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions Policy/Procedure Financial Operations does not require the use of a Purchase Order (PO) to procure goods or services through the Banner system. However, departments

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS These terms and conditions apply to the order set forth above (the ORDER ) between SUPPLIER and BUYER (individually PARTY; collectively PARTIES ) relating to the goods/services (individually

More information

Snow Grooming Vehicle

Snow Grooming Vehicle Request for Quotation 731-16 Snow Grooming Vehicle Due: September 19, 2016 at 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood Springs, CO 81601

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions 1. These terms and conditions together with the terms and conditions on the face of the Purchase Order, and any specifications, drawings, instructions or other written

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

ACCENTURE LLP PURCHASE ORDER TERMS AND CONDITIONS

ACCENTURE LLP PURCHASE ORDER TERMS AND CONDITIONS ACCENTURE LLP PURCHASE ORDER TERMS AND CONDITIONS 1. The Vendor-furnished products (including, without limitation, software, hardware, equipment and any parts, components and accessories) ( Products )

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

Independent Contractor Agreement Form

Independent Contractor Agreement Form Independent Contractor Agreement Form AGREEMENT is made this on (date), by and between Central Piedmont Community College/CPCC (Herein after referred to as CPCC) and (Herein after referred to as Contractor

More information

PROQUIRE LLC PURCHASE ORDER TERMS AND CONDITIONS

PROQUIRE LLC PURCHASE ORDER TERMS AND CONDITIONS PROQUIRE LLC PURCHASE ORDER TERMS AND CONDITIONS 1. The Vendor-furnished products (including, without limitation, software, hardware, equipment and any parts, components and accessories) ( Products ) and/or

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are

More information

FIXTURE TERMS & CONDITIONS Materials & Goods

FIXTURE TERMS & CONDITIONS Materials & Goods FIXTURE TERMS & CONDITIONS Materials & Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Supplier to The Pep Boys Manny, Moe & Jack, and its affiliates,

More information

Deluxe Corporation Purchase Terms and Conditions

Deluxe Corporation Purchase Terms and Conditions Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have

More information

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014 RETURN BID TO: THE UNIVERSITY OF MARYLAND BALTIMORE COUNTY DEPARTMENT OF PROCUREMENT 1000 HILLTOP CIRCLE, RM 301, ADMIN. BLDG. BALTIMORE, MD 21250 REQUEST TO BID No. BC-20909-R Mallela Ralliford: 410-455-2071

More information

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the

More information

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas

More information

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

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE: KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING PORCELAIN WHITEBOARDS WITH ALUMINUM FRAMES BID NO:

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 1. ORDER APPLICABILITY AND ACCEPTANCE. (A) This purchase order is an offer by Micromedics (dba Nordson MEDICAL ) for the

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

General Purchase Order Terms and Conditions (Pro-buyer)

General Purchase Order Terms and Conditions (Pro-buyer) 1. Applicability. General Purchase Order Terms and Conditions (Pro-buyer) (a) This purchase order is an offer by GT Exhaust, Inc. (the "Buyer") for the purchase of the goods specified on the face of this

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

STANDARD TERMS AND CONDITIONS OF MLI-ISSUED PURCHASE ORDER

STANDARD TERMS AND CONDITIONS OF MLI-ISSUED PURCHASE ORDER Page 1 of 7 STANDARD TERMS AND CONDITIONS OF MLI-ISSUED PURCHASE ORDER This purchase order ( PO ), which includes the following standard terms and conditions along with any specific terms and provisions,

More information

New Mexico State University Pricing Agreement for Goods and/or Services

New Mexico State University Pricing Agreement for Goods and/or Services Pricing Agreement#201601032-F(G) New Mexico State University Pricing Agreement for Goods and/or Services This agreement effective this 25th day of October 2016 is entered into between the Regents of New

More information

Intraoperative Portable CT Imaging System

Intraoperative Portable CT Imaging System REQUEST FOR PROPOSAL (RFP) THE UNIVERSITY OF NEW MEXICO HOSPITALS PURCHASING DEPARTMENT 933 Bradbury Dr. SE, Suite 3165 ALBUQUERQUE, NM 87106 RFP Number: P349-16 TITLE: Intraoperative 3D Mobile Imaging

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

Request for Quotation RFQ Protection Service

Request for Quotation RFQ Protection Service Request for Quotation RFQ 623-14 Email Protection Service Due: September 4, 2014 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue Glenwood Springs, CO 81601 astull@coloradomtn.edu COLORADO

More information

GLWA PURCHASE ORDER TERMS AND CONDITIONS

GLWA PURCHASE ORDER TERMS AND CONDITIONS 1. Definitions Throughout this document the term Seller means the entity furnishing goods, services, and goods and services, and shall be synonymous with the term Supplier. The term Buyer means the Great

More information

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE 1. GENERAL These Terms and Conditions of Sale ("Terms and Conditions") and any attached exhibits [together with those terms and conditions appearing on the

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

More information

New Mexico State University Pricing Agreement for Goods and/or Services

New Mexico State University Pricing Agreement for Goods and/or Services Pricing Agreement#201601032-F(D) New Mexico State University Pricing Agreement for Goods and/or Services This agreement effective this 25th day of October 2016 is entered into between the Regents of New

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

KULZER PURCHASE ORDER TERMS AND CONDITIONS

KULZER PURCHASE ORDER TERMS AND CONDITIONS 1. General KULZER PURCHASE ORDER TERMS AND CONDITIONS 1.1 This Purchase Agreement consists, in order of precedence, of the following: the Kulzer Purchase Order (also Order ) (typed portions control over

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

Town of Whitby Terms and Conditions

Town of Whitby Terms and Conditions Town of Whitby Terms and Conditions Part B - Standard Terms and Conditions 1. Definitions Town - The Corporation of the Town of Whitby, its successors and assigns. Bidder - The person, firm or corporation

More information

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof.

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof. 06/22/2017 1. Terms of Order This purchase order is an offer by the company identified on the face of this purchase order ("Company") for the procurement of the services specified (the "Services") from

More information

New Mexico State University Pricing Agreement for Goods and/or Services

New Mexico State University Pricing Agreement for Goods and/or Services Pricing Agreement#201601032-F(C) New Mexico State University Pricing Agreement for Goods and/or Services This agreement effective this 25th day of October 2016 is entered into between the Regents of New

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

PAYROLL SERVICE AGREEMENT

PAYROLL SERVICE AGREEMENT PAYROLL SERVICE AGREEMENT YOUR NAME: DATE: This Payroll Services Agreement (this Agreement ) is made as of the day of, 20 for the effective service commencement date of, between Client identified above

More information

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information