Communications Cabling, Design, Installation and Repair

Size: px
Start display at page:

Download "Communications Cabling, Design, Installation and Repair"

Transcription

1 RFP Information RFP No Issue Date: October 1, 2015 Closing Date: October 22, 2015 Contact Mel Henley Phone: Vendor Information Firm Name: Contact Name: Address: City: State Zip Phone: Fax: Return Proposals by 4:00pm, October 22, 2015 to: Pierce County Purchasing 615 South 9 th Street, Suite 100 Tacoma, WA Phone:

2 TABLE OF CONTENTS Submittal Due Date... 1 General Information... 1 Description of Project... 1 Expected Term of Resulting Agreement... 1 Contact... 1 Scope of Work... 1 Timelines Additional Requirements for Submittal Evaluation Criteria General Terms and Conditions General Conditions of Personal Service Contracts Exhibit C - Contract Compliance for Professional, Technical, Supply or Services Certification of Nonsegregated Facilities Non-Collusion & Debarment Affidavit Subcontractors Participation Form for Professional, Technical, Supply or Service PSAs Personnel Workforce Data Form E-Verify Declaration Required Signature Page for Proposal... 30

3 SUBMITTAL DUE DATE To be eligible for consideration, four (4) hard copies and one (1) electronic copy, in pdf format, on CD of a vendor's response to this Request for Proposals (hereafter called "response" or "proposal") must be received by the Pierce County Purchasing Department, 615 South 9th Street, Suite 100, Tacoma, WA no later than close of business, 4:00 PM, October 22, The response must be submitted in a sealed envelope with the vendor s name, Request for Proposals Number and the due date clearly identified on the outside. GENERAL INFORMATION The provides all of the technology services county wide including infrastructure, program development, support and maintenance, data systems, and geographic information systems. DESCRIPTION OF PROJECT The work covered in this Request for Proposal (RFP) consists of low voltage work including the design, installation, maintenance, and repair of the following equipment: Telephone systems LAN and various computer related systems Video Systems Other miscellaneous low voltage cabling This Request for Proposal is intended to identify a low voltage electrical installation and maintenance service Contractor capable of addressing the needs of Pierce County as described above. Other County departments may utilize this contract for similar needs if so desired by those departments. EXPECTED TERM OF RESULTING AGREEMENT The initial contract period shall be from November 1, 2015 to October 31, 2018, unless sooner terminated as provided elsewhere in the Agreement. The contract may be renewed annually for two (2) additional one year terms, unless either party gives notice of non-renewal not less than 60 days prior to the expiration of any one year term. CONTACT Mel Henley 615 S 9 th ST, Ste 100, Tacoma WA Fax: mhenley@co.pierce.wa.us SCOPE OF WORK This section provides the minimum performance criteria for the components and sub-systems comprising a complete cabling system that shall accommodate the County s requirements in excess of ten years. Product specifications, general design considerations, and installation guidelines are provided in this written document. The successful contractor shall meet or exceed all requirements for the cabling system described in this document. The County requires an AMP NETCONNECT Systems Category 6 structured cabling system. All components of the system shall be comprised, to the extent possible, of AMP NETCONNECT Cabling Systems components. RFP No

4 Fiber optic system requires a Corning fiber optic cabling system. All components of the system shall be comprised, to the extent possible, of Corning cabling systems components. The Category 6 portion of the cabling system shall comply with the link and channel performance requirements of ANSI/TIA/EIA 568-B.2-1 Performance Specifications for 4-pair 100 Ohm Category 6 Cabling. The cabling system shall be backed by a Tyco Electronics, 25-Year System Warranty. The system warranty shall be facilitated by the Contractor and be established between the Customer and the cabling system Manufacturer. This specification is intended to allow the successful Contractor to be responsible for consulting, design, maintenance, and installation of wiring and equipment for telecommunication systems, computer and computer network systems, and other low voltage and fiber optic systems, and all related repairs to assure complete and fully functional systems. The Contractor must have a local representative assigned to the County. The Contractor will supply as built drawings/designs, all wiring, cabling and other equipment to meet the needs of any installation. The Contractor must maintain a minimum stock of parts and equipment to deal with any repair requests within 24 hours or one workday. Contractor will be responsible for replacing, restoring and/or bringing to original condition all floors, ceilings, walls, furniture, ground, pavement, etc., damaged by Contractor's personnel and operations. This will be accomplished at no additional cost to the County. The Contractor will be responsible for the acquisition of any permits, if required, at no additional cost to the County. The Contractor shall follow all applicable laws concerning this type of work. The Contractor will coordinate with the user any specific needs or requirements; e.g. access and security. The Contractor will be responsible for correcting all contract discrepancies unless released by the County representative designated by the. The job will be deemed incomplete until said discrepancies are resolved. Lead Contractor personnel must be available via pager or cellular telephone during normal County business hours (8:00 a.m. - 4:30 p.m.), Monday through Friday. Background checks must be completed for all Contractor personnel before entering any County facility. The Contractor shall pay all associated costs for these checks. The Contractor's representative will meet with the County's representative on a bi-weekly basis and provide an upto-date list of projects in process. Payment for all work performed and service provided by the Contractor is subject to the following of all County processes and inspection by the County. All Contractor technicians will be Asbestos Awareness Certified. The Contractor will be responsible to pay prevailing wage rates, when applicable, per Washington State Prevailing Wage Rages for Pierce County. The Contractor will take advantage of and pass along savings to the County all manufacturer s special pricing, rebates or sales available on products sold to the County. The Contractor will only charge travel time as part of a job when traveling between County sites of the same job. The Contractor will contact the County regarding the disposition of all recyclable material associated with all work done for the County. The successful Contractor is required to furnish all labor, materials, supervision, tooling, and miscellaneous mounting hardware and consumables for each cabling system installed. The Contractor shall maintain current RFP No

5 status with the warranting manufacturer, including all training requirements, for the duration of the contract. The Contractor shall staff each installation crew with the appropriate number of trained personnel, in accordance with their ND&I (NETCONNECT Design and Installation) contract agreement, to support the 25-Year System Warranty requirements. After installation, the Contractor shall submit all documentation to support the warranty requirements in accordance with the manufacturer s warranty requirements, and apply for said warranty on behalf of the County. The warranty will cover the components and labor associated with the repair/replacement of any failed link that is a valid warranty claim submitted within the warranty period. This contract defines the cabling system and subsystem components to include cable, termination hardware, supporting hardware, and miscellaneous materials that Contractor will furnish to install a complete telecommunications system supporting voice and data. The intent of this contract is to provide all pertinent information to allow the Contractor to bid the labor, materials supervision, tooling, and miscellaneous mounting hardware and consumables to install a complete system. However, it is the responsibility of the Contractor to propose any and all items required for a complete system if not identified in the Bill of Materials attached to this specification. WRITTEN SPECIFICATION APPLICABLE DOCUMENTS The cabling system described in this specification is derived in part from the recommendations made in industry standard documents. The documents in the list below are incorporated by reference: This Technical Specification and Associated Drawings ANSI/TIA/EIA-568-B, Commercial Building Telecommunications Cabling Standard ANSI/TIA/EIA 568-B.2-1, Performance Specification for 4-Pair 100 Ohm Category 6 Cabling TIA/TSB-140, Additional Guidelines For Field-Testing Length, Loss And Polarity Of Optical Fiber Cabling Systems ANSI/TIA/EIA-569-A, Commercial Building Standard for Telecommunications Pathways and Spaces ANSI/TIA/EIA-606-A, Administration Standard for the Telecommunications Infrastructure of Commercial Buildings ANSI/J-STD-607-A, Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications Building Industries Consulting Services International (BICSI) Telecommunications Distribution Methods Manual (TDMM) 13th edition National Fire Protection Agency (NFPA) NFPA 70, National Electrical Code (NEC) AMP NETCONNECT Design and Installation Contractor Agreement (current) FACILITIES DESCRIPTION A LIST OF NETWORK SITES, BUILDINGS, AND OVERVIEW OF THE CAMPUS NETWORK WILL BE PROVIDED UPON REQUEST, IN WRITING, TO MEL HENLEY AT MHENLEY@CO.PIERCE.WA.US, NO LATER THAN 4:00 PM OCTOBER 13, TELECOMMUNICATIONS SYSTEM DESCRIPTION As a standard configuration, the Contractor will install 3 universal circuits to each user outlet. Circuits are to be comprised of Category 6 Cabling WHITE in color and connecting hardware. Multi-mode 62.5um and/or Single-mode 125um fiber optic cable will be installed between the data MDF and each IDF as a data backbone unless otherwise specified. Category 3 riser cables will be installed between the voice MDF and each IDF for the voice backbone. Within the MDF/IDFs, the horizontal Category 6 cables are terminated on rack-mounted Category 6 patch panels. Horizontal data circuits are connected to LAN electronics. Category 3, GRAY in color backbone copper pairs are terminated on rack-mount Category 5e or 6 patch panels RFP No

6 (one pair per port, pins 4,5). Backbone fiber strands will be terminated and housed in Corning CCH rack-mount fiber optic enclosures. Legacy Areas Where universal cabling is not utilized, within the MDF/IDFs, Category 3, GRAY in color backbone copper pairs are terminated on wall mounted AMP 110 termination blocks. All work area cabling shall be Category 6, WHITE in color. Data cables shall be terminated on rack-mounted Category 6 patch panels. Voice cables shall be terminated on wall mounted AMP 110 termination blocks. TELECOMMUNICATIONS OUTLETS Standard Outlet The Contractor shall install a 4-port faceplate outlet at each work area location. The outlet shall house 3 Category 6 jacks and one blank insert matching the faceplate color unless otherwise specified. The jacks shall be BLACK in color (unless otherwise specified), 8-position, 8-conductor (RJ-45) Category 6 jack wired to the T568B color code. Legacy Area Outlet (may be used where standard outlet is not applicable) The Contractor shall install a 4-port faceplate outlet at each work area location. The outlet shall contain 2 Category 6 jacks for data unless otherwise specified. The data jacks shall be BLACK in color (unless otherwise specified), 8-position, 8-conductor (RJ-45), wired to the T568B color code. The outlet shall house 2 Category 3 jacks for voice; the jacks shall be IVORY in color (unless otherwise specified), 4position, 4-conductor (RJ-11), terminated as follows: wb/bw (pin 2,3) & wo/ow (pin 1,4) on voice jack #1, wg/gw (pin 2,3) & wbr/brw (pin 1,4) on voice jack #2. PRODUCT SPECIFICATIONS Modular Jacks Modular jacks shall be AMP (or approved equivalent), BLACK in color (unless otherwise specified), unkeyed, unshielded, 4-pair, RJ-45. Modular jacks shall terminate using 110-style, color-coded for both T568A and T568B wiring. Each modular jack shall be wired to T568B. The 110-style insulation displacement connectors shall be capable of terminating AWG. Each modular jack shall meet the TIA/EIA-568-B.2-1, Category 6 or ISO/IEC Class E performance standards. Modular Furniture Outlets Each modular furniture workstation shall be outfitted with an AMP single gang surface mount box (SMB), ALMOND in color (unless otherwise specified) or adapter as determined by modular furniture brand. Faceplates shall be 4-port, made of polycarbonate molding compound, ALMOND, in color (unless otherwise specified). The SMB(s) shall be mounted in the appropriate knockout(s) in the furniture channel. Each workstation jack will have a unique label identifying origin to MDF/IDF. Office Outlets The Contractor shall install a 4-port faceplate, ALMOND in color (unless otherwise specified) at each work area location. Each workstation jack will have a unique label identifying origin to MDF/IDF. TELECOMMUNICATIONS OUTLET INSTALLATION All outlets shall be installed in the following manner. Excess slack shall be neatly coiled (10 Service Coil) and stored in the ceiling above each drop location. No more than 12 of slack shall be stored in an in-wall box, modular furniture raceway, or insulated walls In addition, each cable type shall be terminated as indicated below. Cables shall be dressed and terminated in accordance with the recommendations made in the ANSI/TIA/EIA- 568-B document, manufacturer s recommendations and/or best industry practices Pair untwist at the termination shall not exceed 0.5 inch for Category 6 connecting hardware Bend radius of the cable in the termination area shall not be less than 4 times the outside diameter of the cable RFP No

7 The cable jacket shall be maintained as close as possible to the termination point THE ABOVE SHALL BE ACCOMPLISHED USING A NON IMPACT TERMINATION TOOL. TO ELIMINATE CONNECTOR DAMAGE AND PROMOTE CONSISTENT TERMINATIONS. ( AMP TOOL NUMBER ) HORIZONTAL DISTRIBUTION CABLE Three Category 6, 4-pair, unshielded twisted pair cables shall be installed to each work area location. For fixed offices, the cables shall be run from the IDF directly to work area outlets in each office. Category 6 patch cords shall connect each user outlet directly to user equipment. CATEGORY 6 CABLING NON-PLENUM / PLENUM Horizontal cabling shall be 23 AWG, 4-pair UTP, NEC/NFPA [CMP or CMR] rated and be independently verified for compliance. Cable shall exceed all TIA/EIA and ISO Category 6/Class E requirements HORIZONTAL DISTRIBUTION CABLE INSTALLATION Cable shall be installed in accordance with manufacturer s recommendations and industry best practices. Cable raceways shall not be filled greater than the NEC maximum fill for the particular raceway type. Cables shall be installed in continuous lengths from origin to destination (no splices) unless specifically addressed in this document. Where cable splices are allowed, they shall be in accessible locations and housed in an enclosure intended and suitable for the purpose and documented. The cable s minimum bend radius and maximum pulling tension shall not be exceeded. If a J-hook or trapeze system is used to support cable bundles all horizontal cables shall be supported at a maximum of four-foot intervals. At no point shall cable(s) rest on acoustic ceiling grids or panels. Horizontal distribution cables shall be bundled in groups of not greater than 40 cables. Cable bundle quantities in excess of 40 cables may cause deformation of the bottom cables within the bundle. Cable shall be installed above fire-sprinkler and systems and shall not be attached to the system or any ancillary equipment or hardware (including conduits). The cabling system and support hardware shall be installed so that it does not obscure any valves, fire alarm conduit, boxes, or other control devices. Cables shall not be attached to ceiling grid or light fixture support wires. Where support for individual drop cable legs are required, the Contractor shall install clips to support the cabling. Any cable damaged or exceeding recommended installation parameters during installation shall be replaced by the Contractor prior to final acceptance at no cost to the County. Cables shall be identified by a self-adhesive label in accordance with the System Documentation Section of this specification. The cable label shall be applied to the cable behind the faceplate on a section of cable that can be accessed by removing the cover plate. Unshielded twisted pair cable shall be installed so that there are no bends less than four times the cables outside diameter (4 X cable O.D.) at any point in the run. Pulling tension on 4-pair UTP cables shall not exceed 25-pounds for a single cable or cable bundle. Cables shall be labeled at both the entrance and exit of the consolidation point The horizontal feeder cables shall be labeled to identify the consolidation point s location and the number of the feeder cable within the consolidation point The cables installed from the consolidation point to the outlet shall be labeled with the unique outlet number The consolidation point boxes shall be mounted to a rigid surface such as concrete or a plywood backboard mounted to a gypsum board wall. Alternately, the consolidation point may be attached to metal strut or similar materials. Horizontal Cross connect Termination Hardware Horizontal Data Interconnect The horizontal interconnect for data circuits shall consist of patch cords from the horizontal Category 6 termination panels to the network equipment within the same or adjacent racks. The horizontal data interconnect shall be contained in 19 x 7 rack(s) usually supplied by Chatsworth. Patch panels shall be alternated with horizontal management panels (front) and cable support bars (rear), to properly dress, terminate and manage the installed cables and provided patch cords. RFP No

8 Product Specifications The patch panels shall be constructed of.118 black anodized aluminum with white markings. Patch panel modular jacks shall be configured as 6-port replaceable modules with color-coded universal labels indicating T568A and T568B wiring patterns. The front of each module shall be capable of accepting 9mm to 12mm labels. Patch panels shall terminate the building cabling on 110-style insulation displacement printed-circuit board connectors. In addition to all other standard Category 6 performance characteristics patch panels shall meet the proposed requirements of TIA/EIA-SP-4195, Additional Transmission Performance Specifications for 4-Pair 100 Ohm Enhanced Category 6 Cabling, or, if published, Addendum No. 5 of TIA/EIA-568-A. Patch panels must be UL Listed under file number E Voice Cross connect The cross connect for voice connectivity shall be a connection between Category 5e tie cable rack mounted patch panel to Category 6 station rack mounted patch panel in a given IDF/MDF. Or the cross connect for voice connectivity shall be a connecting between horizontal distribution wall-mount blocks and backbone wall-mount blocks when specified by the County. Wall-mount blocks shall be field-terminated 110 Blocks which include blocks, connecting blocks, and designation strips. Management rings shall be mounted between adjacent vertical frames to provide wire management of cross connect wire. Combinations of 100 and/or 300 pair blocks shall be used as required by the horizontal and backbone pair counts to be terminated in a given closet. Backbone frames shall employ 5-pair connecting blocks, and horizontal frames shall employ six 4-pair voice stations on each 25-pair row. Frames shall be oriented so that backbone frames are located on the left and horizontal frames are located on the right of the termination field when facing the frame assembly. Contractor shall use latest voice crossconnect techniques. Product Specifications The wiring blocks, connecting blocks and horizontal troughs shall be constructed of polycarbonate molding compound. Wiring blocks shall be marked black every fifth pair. Connecting block terminals shall be constructed of phosphor bronze, plated with a minimum of 150 micro-inches of tin-lead over a 50 micro-inch minimum nickel under-plate. HORIZONTAL CROSS CONNECT INSTALLATION Copper termination and management hardware shall be installed in the following manner: Cables shall be dressed and terminated in accordance with the recommendations made in the TIA/EIA-568 document, manufacturer s recommendations and/or best industry practices. Pair untwist at the termination shall not exceed one-half an inch for Category 6 cable pairs. Bend radius of the cable in the termination area shall not exceed 4 times the outside diameter of the cable. Cables shall be neatly bundled and dressed to their respective panels or blocks. Each panel or block shall be fed by an individual bundle separated and dressed from termination back to the point of cable entrance into the frame room. The cable jacket shall be maintained as close as possible to the termination point. A cable support bar should support category 6 cabling termination, then turn into the patch panel (90-degree bend) for termination. Each cable shall be clearly labeled on the cable jacket behind the patch panel at a location that can be viewed without removing the bundle support ties. Cables labeled within the bundle, where the label is obscured from view shall not be acceptable. BACKBONE CABLING Voice Backbone Cable The Contractor shall install 24 AWG twisted pair cable to provide backbone connectivity between the Voice MDF each IDF, and shall be jacketed as appropriate for use in riser or plenum areas. The voice backbone cable shall be sized to provide 2-pairs for each outlet plus 25% spare pairs. A coupled bonding conductor shall be installed within the riser bundle and bonded to ground at each end. Product Specifications Voice backbone cabling shall be 24 AWG, UTP, UL/NEC CMR rated, with a gray PVC jacket. Cable shall be third party verified to comply with TIA Category 3 requirements. Cable shall be UL listed under file number E Backbone cable shall be AMP part number or an approved equivalent. A coupled bonding conductor shall be installed within the riser bundle and bonded and grounded at each end. RFP No

9 Data Backbone Cable The distributed cabling architecture will require fiber optic cable for backbone connectivity between the Data MDF and each IDF. This cable shall be jacketed as appropriate for use in a riser or plenum environment. Backbone fiber optic cable shall be colored orange to denote multimode fiber. Product Specifications The optical fiber cable shall be 62.5um multi-mode and/or single-mode 125um, Corning fiber, connectors, and Corning CCH patch panels unless otherwise specified. The cable jacket shall be orange (multi-mode) and yellow (single-mode), and the cable construction shall consist of minimum six-fiber sub-units unless otherwise specified. The optical fibers shall adhere to TIA/TSB-140 specifications. Fiber optical cabling shall be tested bidirectionally and at their corresponding wavelengths (i.e., multi-mode at 850nm and 1300nm respectively: 3.5/1.5 db/km maximum attenuation; singlemode at 1310nm and 1550nm respectively: 0.5/0.5 db/km maximum attenuation). The individual fibers shall be covered with a 900-micron primary buffer; color-coded for identification. The buffered fibers shall be surrounded by aramid fiber strength members. The cable shall have a storage temperature of -40 C to +70 C, operating temperature of -20 C to +70 C, and an installation temperature of 0 C to +50 C. Backbone Cable Installation All backbone cables shall be installed in the following manner: Backbone cables shall be installed separately from horizontal distribution cables. Where cables are housed in conduits, the backbone and horizontal cables shall be installed in separate conduits or in separate innerducts within conduits. Where cables are installed in an air return plenum, the cable shall be installed in conduit, or plenum rated cable. Where backbone cables and distribution cables are installed in a cable tray or wire way, backbone cables shall be installed first and bundled separately from the horizontal distribution cables. All backbone cables shall be securely fastened to the side wall of the closet on each floor. Backbone cables spanning more than three floors shall be securely attached at the top of the cable run with a wire mesh grip and on alternating floors or as required by local codes. Vertical runs of cable shall be supported to messenger strand, cable ladder, or other method to provide proper support for the weight of the cable. Large bundles of cables and/or heavy cables shall be attached using metal clamps and/or metal banding to support the cables. VOICE BACKBONE TERMINATION HARDWARE Voice backbone cables shall be terminated on rack mount Category 6 patch panels (one pair per port, pins 4, 5), or wall-mount 110 blocks (110CONNECT XC CROSS-CONNECT DISTRIBUTION FRAME KITS) when specified by County. Management backboards shall be mounted between alternate vertical frames and between backbone and equipment frames to provide management of cross connect wire. Combinations of 300 and/or 900 pair frames shall be installed as required by the backbone pair counts. Backbone frames shall use 5-pair connecting blocks. Frames shall be oriented so that backbone frames are located on the left and PBX frames are located on the right of the termination field when facing the frame. Product Specifications Wiring blocks, connecting blocks and horizontal troughs shall be constructed of polycarbonate molding compound. Wiring blocks shall be marked black every fifth pair. Connecting block terminals shall be constructed of phosphor bronze, plated with a minimum of 150 micro-inches of tin-lead over a 50 micro-inch minimum nickel under-plate. OPTICAL FIBER TERMINATION HARDWARE Each fiber optic cable for the distributed cabling backbone shall be terminated in the MDF and IDFs fiber enclosures. The enclosures shall support duplex multimode LC inserts unless otherwise specified. The fiber optic enclosures will fully enclose both the hardwired terminations and the patch-cord connections. Each fiber optic cable for the centralized cable architecture shall be terminated at the MDF in fiber enclosures providing protection to the terminated fibers. RFP No

10 TERMINATION HARDWARE INSTALLATION Copper termination and management hardware shall be installed in the following manner: 110 XC Block kits shall be installed for the horizontal cross connect in each telecommunications closet. 110 XC Frame kits shall be installed for the main cross connect in the telephone equipment room. Cables shall be dressed and terminated in accordance with the recommendations made in the TIA/EIA-568-A document, manufacturer s recommendations and/or best industry practices. Pair untwist at the termination shall not exceed one-half an inch for Category 6 cable pairs. Pair untwist at the termination shall not exceed one inch for Category 3 terminations. Bend radius of the cable in the termination area shall not exceed 4 times the outside diameter of the cable. Cables shall be neatly bundled and dressed to their respective panels or blocks. Each panel or block shall be fed by an individual bundle separated and dressed back to the point of cable entrance into the frame room. The cable jacket shall be maintained as close as possible to the termination point. Each cable shall be clearly labeled on the cable jacket behind the patch panel at a location that can be viewed without removing the bundle support ties. Cables labeled within the bundle, where the label is obscured from view shall not be acceptable. Fiber optic termination hardware shall be installed in the following manner: Fiber slack shall be neatly coiled within the fiber termination panel, and mandatory 20 slack loop shall be coiled external to the fiber panels at each end of the fiber run. Each cable shall be individually attached to the respective termination panel by mechanical means. The cables strength member(s) shall be securely attached the cable strain relief bracket in the panel. Each fiber cable shall be stripped upon entering the termination panel and the individual fibers routed in the termination panel. Each cable shall be clearly labeled at the entrance to the termination panel. Cables labeled within the bundle shall not be acceptable. Dust caps shall be installed on the connectors and couplings at all times unless physically connected. TELECOMMUNICATIONS SPACES The telecommunication closets shall house racks, voice termination fields and required cable routing hardware. If one mounting rail of the rack is placed against a wall, the mounting rail shall be no closer than 6 to the wall to allow room for cable routing and vertical management. Where more than one rack is installed, the racks shall be ganged with vertical managers between racks. Racks shall be placed in a manner that will allow a minimum of 3 feet of clearance from the front and rear mounting surfaces and on one side of the ganged assembly. Voice termination fields shall be mounted on 4 x 8 x.75 virgin plywood with two coats of white fire retardant paint, unless otherwise noted in drawings. At a minimum, 4 conduit(s) and/or sleeves shall be installed between closets and as sleeves to exit the closet. Conduits for the data backbone shall be located adjacent to the 19 racks. Conduits serving the voice frames/blocks shall be located adjacent to the voice termination fields. The Contractor shall provide required ladder and wall mount management rings to properly support and dress cables from conduits to racks and frames. Installation Specifications Racks shall be installed in the following manner: Racks shall be securely attached to the concrete floor using a minimum 3/8 hardware or as required by local codes All racks shall be grounded to the telecommunications ground bus bar in accordance with the recommendations contained in the TIA/EIA-607. Rack mount screws (#12-24) not used for installing fiber panels and other hardware shall be bagged and left with the rack upon completion of the installation. Voice termination fields shall be mounted on 4 x 8 x.75 virgin plywood. The plywood shall be mounted vertically at 12 A.F.F. The plywood shall be painted with two coats of white fire retardant paint. Voice termination fields shall be installed at or above 18 AFF to the bottom of the frame. RFP No

11 WORK AREA AND PATCH CORD CABLE ASSEMBLIES The Contractor shall provide patch cords for the closet and work area for each drop installed. The patch cables shall be Category 6, 23 AWG, 4-pair assemblies, black in color for voice communications and network (unless otherwise specified). The Contractor shall also provide optical fiber patch cables to connect the network electronics to the fiber backbone. All patch cords shall be factory-assembled by the manufacturer of the cabling system. Work area telephone cords shall be Category 6, 23 AWG, 4-pair assemblies, black in color (unless otherwise specified). CABLE SYSTEM TESTING All cables and termination hardware shall be 100% tested for defects in installation and to verify cable performance under installed conditions. All conductors of each installed cable shall be verified usable by the Contractor prior to system acceptance. Any defect in the cable system installation including but not limited to cable, connectors, feed-through couplers, patch panels, splices, and connector blocks shall be repaired or replaced in order to ensure 100% useable conductors in all cables installed. All cables shall be tested in accordance with this document, the ND&I Contract agreement, and best industry practices. If any of these are in conflict, the Contractor shall be responsible to bring any discrepancies to the attention of the project team for clarification and/or resolution. Copper Each cable shall be tested for continuity on all pairs and/or conductors. Twisted-pair voice cables (backbone) shall be tested for continuity, pair reversals, shorts, and opens using a green light type test set. Twisted-pair horizontal cables shall be tested for the all of the above requirements, plus tests that indicate installed cable performance. These cables shall be tested using a Class II cable analyzer. Continuity Each pair of each installed cable shall be tested using a green light test set that shows opens, shorts, polarity and pair-reversals. Shielded/screened cables shall be tested with a device that verifies shield continuity in addition to the above stated tests. The test shall be recorded as pass/fail as indicated by the test set in accordance with the manufacturers recommended procedures, and referenced to the appropriate cable identification number and circuit or pair number. Any faults in the wiring shall be corrected and the cable re-tested prior to final acceptance. Length Each installed cable shall be tested for installed length using a TDR type device. The cables shall be tested from patch panel to patch panel, block to block, patch panel to outlet or block to outlet as appropriate. The cable length shall conform to the maximum distances set forth in the TIA/EIA-568-A Standard. Cable lengths shall be recorded, referencing the cable identification number and circuit or pair number. For multi-pair cables, the shortest pair length shall be recorded as the length for the cable. Performance Verification FOR DATA CABLING Category 6 unshielded twisted pair (UTP) data cable shall be performance verified using an automated test set. This test shall be conducted from the patch panel or wiring block to the outlet (installed link). The test shall include checks for continuity and length as defined above and the following: Bi-directional Near End Cross-Talk (NEXT) Attenuation Attenuation to Cross-Talk Ratio (ACR) Cable shall exceed all TIA/EIA and ISO Category 6/Class E requirements. Test results shall be automatically evaluated by the equipment, using the most up-to-date criteria from the TIA/EIA Standard, and the result shown as pass/fail. Test results shall be printed directly from the test unit or from a download file using an application from the test equipment manufacturer. The printed test results shall include all tests performed, the expected test result and the actual test result achieved. MULTIMODE FIBER TESTING Horizontal distribution multimode optical fiber attenuation shall be measured in one direction at 850 nanometers (nm) AND 1300 nm using an LED light source and power meter. Backbone multimode fiber shall be tested at both RFP No

12 850 nm and 1300 nm in one direction. Test set-up and performance shall be conducted in accordance with ANSI/EIA/TIA Standard, Method B. One 2-meter patch cord shall be used for the test reference and two 2-meter patch cords shall be used for the actual test. This test method uses a one-jumper reference, two-jumper test to estimate the actual link loss of the installed cables plus the loss of two connectors. The testing shall be compliant with the performance measurements in the following table: Subsystem Max Segment Length (meters) Attenuation 850 Attenuation Horizontal Centralized (splice) Centralized (interconnect) Building Backbone Where concatenated links are installed to complete a circuit between devices, the Contractor shall test each link from end to end to ensure the performance of the system. After the link performance test has been successfully completed, all patch cables shall be installed to complete and then the entire channel shall be tested. The test method shall be the same used for the test described above. The evaluation criteria shall be established between the County and the Contractor prior to the start of the test. The values for calculating loss shall be those defined in the ANSI/TIA/EIA Standard. SINGLEMODE FIBER TESTING Singlemode optical fiber attenuation shall be measured at 1310 nm and 1500 nm using a laser light source and power meter. Tests shall be performed at both wavelengths in one direction on each strand of fiber. The set-up and test shall be performed in accordance with EIA/TIA Standard, Method 1A. Two-meter patch cords shall be used as test references and for the actual test. This test method utilizes a one-jumper reference, two-jumper test to estimate the actual link loss of the install cable plus two patch cords. The testing shall be compliant with the system performance measurements in the following table. Subsystem Max Segment Length (meters) Attenuation 850 Attenuation Horizontal Centralized (splice) Centralized (interconnect) Building Backbone Attenuation testing shall be performed with a stable launch condition using two-meter jumpers to attach the test equipment to the cable plant. The light source shall be left in place after calibration and the power meter moved to the far end to take measurements. LENGTH AND SPLICE LOSS Where required, each cable shall be tested with an Optical Time Domain Reflectometer (OTDR) to verify installed cable length and splice losses. The OTDR measurements for length shall be performed in accordance with EIA/TIA The measurements to determine splice loss shall be performed in accordance with manufacturer's recommendations and best industry practices. These tests shall be employed where one or more of the following conditions exist. Where OTDR testing is specifically requested by the County Each strand shall be tested on all outside plant cables and/or where splices exist. A representative strand of each fiber cable shall be tested to verify length if the estimated cable length is within 10% of the maximum length specified, respective to cable function, in the TIA/EIA-568-A Standard. Where abnormal or unexpected results are obtained during attenuation testing Where the cable has been subjected to extreme conditions or stresses during installation. RFP No

13 FIRESTOP SYSTEMS A firestop system is comprised of: the item or items penetrating the fire rated structure, the opening in the structure and the materials and assembly of the materials used to seal the penetrated structure. Firestop systems comprise an effective block for fire, heat, vapor and pressurized water stream. All penetrations through fire rated building structures (walls and floors) shall be sealed with an appropriate firestop system. This requirement applies to through penetrations (complete penetration) and membrane penetrations (through one side of a hollow fire rated structure). Any penetrating items i.e., riser slots and sleeves, cables, conduit, cable tray, and raceways, etc. shall be properly fire stopped. Product Specifications Firestop systems shall be UL Classified to ASTM E814 (UL 1479) and shall be approved by a qualified Professional Engineer (PE), licensed (actual or reciprocal) in the state where the work is to be performed. A drawing showing the proposed fire stopped system, stamped/embossed by the cognizant PE shall be provided to the County s Technical Representative prior to installing the firestop system(s). Firestop System Installation All firestop systems shall be installed in accordance with the manufacturer s recommendations and shall be completely installed and available for inspection by the local inspection authorities prior to cable system acceptance. GROUNDING AND BONDING The facility shall be equipped with a Telecommunications Bonding Backbone (TBB). This backbone shall be used to ground all telecommunications cable shields, equipment, racks, cabinets, raceways, and other associated hardware that has the potential to act as a current carrying conductor. The TBB shall be installed independent of the buildings electrical and building ground and shall be designed in accordance with the recommendations contained in the TIA/EIA-607 Telecommunications Bonding and Grounding Standard. The main entrance facility/equipment room in each building shall be equipped with a telecommunications main grounding bus bar (TMGB). Each telecommunications closet shall be provided with a telecommunications ground bus bar (TGB). The TMGB shall be connected to the building electrical entrance grounding facility. The intent of this system is to provide a grounding system that is equal in potential to the building electrical ground system. Therefore, ground loop current potential is minimized between telecommunications equipment and the electrical system to which it is attached. Product Specifications All racks, metallic backboards, cable sheaths, metallic strength members, splice cases, cable trays, etc. entering or residing in the MDF or IDF shall be grounded to the respective TGB or TMGB using a minimum #6 AWG stranded copper bonding conductor and compression connectors. All wires used for telecommunications grounding purposes shall be identified with a green insulation. Noninsulated wires shall be identified at each termination point with a wrap of green tape. All cables and bus bars shall be identified and labeled in accordance with the System Documentation Section of this specification. Ground System Installation The TBB shall be designed and/or approved by a qualified PE, licensed in the state that the work is to be performed. The TBB shall adhere to the recommendations of the TIA/EIA-607 standard, and shall be installed in accordance with best industry practices. Installation and termination of the main bonding conductor to the building service entrance ground, at a minimum, shall be performed by a licensed electrical Contractor. SYSTEM DOCUMENTATION The following section describes the installation, administration, testing, and as-built documentation required to be produced and/or maintained by the Contractor during the course of the installation. RFP No

14 Cable System Labeling The Contractor shall develop and submit for approval a labeling system for the cable installation. The County will negotiate an appropriate labeling scheme with the successful Contractor. At a minimum, the labeling system shall clearly identify all components of the system: racks, cables, panels and outlets. The labeling system shall designate the cables origin and destination and a unique identifier for the cable within the system. Racks and patch panels shall be labeled to identify the location within the cable system infrastructure. All labeling information shall be recorded on the as-built drawings and all test documents shall reflect the appropriate labeling scheme. Label example: 4-123, (4 th floor IDF-jack 123), 1S-123 (1 st floor South IDF-jack 123). IDF labeling shall be consecutive patch panel labeling starting with 001. All label printing will be machine generated using indelible ink ribbons or cartridges. Self-laminating labels will be used on cable jackets, appropriately sized to the OD of the cable, and placed within view at the termination point on each end. Outlet, patch panel and wiring block labels shall be installed on, or in, the space provided on the device. As-Built Drawings The installation Contractor will be provided with 2 sets of drawings at the start of the project. One set will be designated for as the central location to document all as-built information as it occurs throughout the project. The central set will be maintained by the Contractor s Foreman on a daily basis, and will be available to the County s Technical Representative upon request during the course of the project. Anticipated variations from the build-to drawings may be for such things as cable routing and actual outlet placement. No variations will be allowed to the planned closet termination positions of horizontal and backbone cables, and grounding conductors unless approved in writing by the County. The Contractor shall provide the central drawing set to the County at the conclusion of the project. The marked up drawing set will accurately depict the as-built status of the system including termination locations, cable routing, and all administration labeling for the cable system. In addition, a narrative will be provided that describes any areas of difficulty encountered during the installation that could potentially cause problems to the telecommunications system. INSPECTION/TESTING/SYSTEM ACCEPTANCE Test documentation shall be provided in a three ring binder(s) (or an approved electronic file) within three weeks after the completion of the project. The binder(s) shall be clearly marked on the outside front cover and spine with the words Test Results, the project name, and the date of completion (month and year). The binder shall be divided by major heading tabs, Horizontal and Backbone. Each major heading shall be further sectioned by test type. Within the horizontal and backbone sections, scanner test results (Category 3, 5, or 6), fiber optic attenuation test results, OTDR traces, and green light test results shall be segregated by tab. Test data within each section shall be presented in the sequence listed in the administration records. The test equipment by name, manufacturer, model number and last calibration date will also be provided at the end of the document. Unless a more frequent calibration cycle is specified by the manufacturer, an annual calibration cycle is anticipated on all test equipment used for this installation. The test document shall detail the test method used and the specific settings of the equipment during the test. Scanner tests shall be printed on 8-1/2 x 11. Hand written test results (attenuation results and green light results) shall be documented on a Contractor supplied test form. OTDR test results, if required, shall be printed or attached and copied on 8-1/2 x 11 paper and included in the test documentation binder. When repairs and re-tests are performed, the problem found and corrective action taken shall be noted, and both the failed and passed test data shall be collocated in the binder. At all times during installation/repair, the user will have access to the work site. The user representative will not make the final inspection until the contract work, including final cleanup and all modifications ordered by the user have been completed. At a minimum, the installed/repaired equipment will be tested as follows: The equipment must demonstrate its capability of providing the services enumerated in the contract. Test equipment required for demonstrations will be provided by the Contractor. RFP No

15 WARRANTY AND SERVICES The Contractor shall provide a warranty covering the installed cable system against defects in workmanship, components, and performance, and follow-on support after project completion. The Contractor shall facilitate a 25-year system performance warranty between the Manufacturer and the Owner. An extended component warranty shall be provided which warrants functionality of all components used in the system for 25 years from the date of acceptance. The performance warranty shall warrant the installed 250 MHz horizontal copper, and both the horizontal and the backbone optical fiber portions of the cabling system. Copper links shall be warranted to the link performance minimum expected results defined in ANSI/TIA/EIA-568-B.2-1. Fiber optic links shall be warranted to the link and segment performance minimum expected results defined in ANSI/TIA/EIA-568-B.1. Routine maintenance/repair response time will be within four (4) hours after receipt of the maintenance call and will be performed during County normal business hours. County normal business hours are 8:30 a.m. to 4:30 p.m., Monday through Friday. When on site, the Contractor must report to the designated on-site coordinator prior to and after each service call. Emergency maintenance/repair response time for equipment will be within one (1) hour, by telephone on a 24 hour-a-day, seven days a week, including holidays, basis after receipt of the maintenance call. Emergency maintenance is defined as those failures so designated by the County. Installation Warranty The Contractor shall warrant the cabling system against defects in workmanship for a period of one year from the date of system acceptance. The warranty shall cover all labor and materials necessary to correct a failed portion of the system and to demonstrate performance within the original installation specifications after repairs are accomplished. This warranty shall be provided at no additional cost to the County. Cable System Warranty The Contractor shall facilitate a 25-year system performance warranty between the Manufacturer and the Owner. An extended component warranty shall be provided which warrants functionality of all components used in the system for 25 years from the date of acceptance. The performance warranty shall warrant the installed 350 MHz horizontal copper, and both the horizontal and the backbone optical fiber portions of the cabling system. Copper links shall be warranted to the link performance minimum expected results defined in ANSI/TIA/EIA-568-B.2-1. Fiber optic links shall be warranted to the link and segment performance minimum expected results defined in ANSI/TIA/EIA-568-B.1. Post Installation Maintenance The Contractor shall furnish an hourly rate with the proposal submittal, which shall be valid for a period of one year from the date of acceptance. This rate will be used when cabling support is required to affect moves, adds, and changes to the system (MACs). MACs performed by the Contractor shall not void the Contractor s or manufacturer s warranty. Project Management / General The Contractor shall establish a single point of contact with the County who will be responsible for reporting progress and updating the County s Technical Representative with issues that the County must address to facilitate the cable system installation. The Contractor s POC shall provide weekly, written reports to the County s Technical Representative detailing progress. Requests for access to limited access or restricted areas shall be made (the day prior to the required access). Information critical to the completion of the task or project shall be communicated to the County s Technical Representative as the requirement becomes known. Casual information shall be passed during the scheduled progress report. The Contractor shall maintain the County s facility in a neat and orderly manner during the installation of the communications cable system. All Contractor s tools, materials and personal effects shall be stored in a County provided staging area when not in use. The County s facilities shall be maintained in broom clean condition at the completion of work each day. At the completion of work in each area, the Contractor will perform a final cleaning of debris prior to moving the installation crew to the next work area. Contractor is responsible for removal of all associated scrap and debris from the County s site, or if previously arranged, to a trash receptacle on the County s site. RFP No

Request for Proposal

Request for Proposal TO: Clare Computer Systems Facility & Relocation Management Services 3170 Crow Canyon Place, Suite 210 San Ramon, CA 94583 925.242.4350 925.242.4355 Request for Proposal Computer Services and Structured

More information

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING.

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING. NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING. Each proposal shall be in accordance with the conditions

More information

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM HUNTINGDON AREA SCHOOL DISTRICT REQUEST FOR PROPOSAL High School Camera Issue Date: April 18th, 2016 Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM 1.0 INTRODUCTION The Huntingdon

More information

JKL Bahweting School. Request for Proposal. Network and Low Voltage Wiring

JKL Bahweting School. Request for Proposal. Network and Low Voltage Wiring JKL Bahweting School Request for Proposal Network and Low Voltage Wiring RFP # 20151105.3 Theresa Kallstrom School Superintendent Date: November 5, 2015 Prepared by: Matt Patzwald Technology Specialist

More information

Holt Public School District 5780 W. Holt Rd Holt MI

Holt Public School District 5780 W. Holt Rd Holt MI Holt Public School District 5780 W. Holt Rd Holt MI 48842-1197 1.1 is requesting bids to replace their existing Cisco VoIP and integrated voice messaging system with an updated Cisco solution including

More information

Cabling Services (Price per Pull - Labor Only) Zone 1 Zone 2 Zone 3 Zone 4 Zone 5

Cabling Services (Price per Pull - Labor Only) Zone 1 Zone 2 Zone 3 Zone 4 Zone 5 3. Cabling - Labor Only Department of Information Resources Request for Offer DIR-TSO-TMP-246 Cabling Services and Related Products BID PACKAGE 2 - PRICING SHEET INSTRUCTIONS: The price per cable pull

More information

Contract Services for Data and Telephone Communications Work

Contract Services for Data and Telephone Communications Work Contract Services for Data and Telephone Communications Work The Colorado School of Mines, hereinafter referred to as CSM, is soliciting proposals for contract work on installation, repair, and maintenance

More information

Request for Proposal. December 14

Request for Proposal. December 14 Request for Proposal December 14 2012 Orland Unified School District, located in Orland, CA, is requesting proposals for cabling at Multiple School sites and network equipment. This project depends upon

More information

If further information is required, contact the MPA, Office of Procurement, Teresa M. Barnes, Procurement Officer at

If further information is required, contact the MPA, Office of Procurement, Teresa M. Barnes, Procurement Officer at MARYLAND PORT ADMINISTRATION OFFICE OF PROCUREMENT INVITATION FOR BIDS (hereinafter IFB ) SMALL BUSINESS RESERVE SOLICITATION REFERENCE NO. 215008-IT FIBER OPTIC NETWORK INFRASTRUCTURE UPGRADE WTC August

More information

Terms: Delivery: Days A.R.O. Company Name. Address Phone Fax

Terms: Delivery: Days A.R.O. Company Name. Address Phone Fax REQUEST FOR PROPOSAL FOR E RATE 2015 NETWORK CABLING PROJECT WIRELESS ACCESS/NETWORK COMPONENT PROJECT Request for Proposal #FY150024 January 21, 2015 Millington Municipal Schools is requesting proposals

More information

La Habra City School District

La Habra City School District La Habra City School District Request for Proposal E-Rate Year 16 (2013-2014) Network Infrastructure Structured Cabling RFP No. 03-2013 February 8, 2013 LA HABRA CITY SCHOOL DISTRICT REQUEST FOR PROPOSAL

More information

R E Q U E S T F O R B I D. UNIFIED SCHOOL DISTRICT NO POYNTZ AVENUE MANHATTAN, KS

R E Q U E S T F O R B I D. UNIFIED SCHOOL DISTRICT NO POYNTZ AVENUE MANHATTAN, KS R E Q U E S T F O R B I D UNIFIED SCHOOL DISTRICT NO. 383 2031 POYNTZ AVENUE MANHATTAN, KS 66502-5898 www.usd383.org DATE: March 14, 2017 Bid No. 1617-C-3 Susan B. Anthony (AMS) Network Cabling Project

More information

RFP Title: Network Cabling Installation and Network Equipment (E-Rate Bid) RFP Opening Time & Date: Wednesday, February 20, 2015, at 3:00 P.M.

RFP Title: Network Cabling Installation and Network Equipment (E-Rate Bid) RFP Opening Time & Date: Wednesday, February 20, 2015, at 3:00 P.M. Marlin Independent School District RFP Title: Network Cabling Installation and Network Equipment (E-Rate Bid) RFP Opening Time & Date: Wednesday, February 20, 2015, at 3:00 P.M. This Request for Proposals

More information

REQUEST FOR PROPOSAL STRUCTURED CABLING SCOPE

REQUEST FOR PROPOSAL STRUCTURED CABLING SCOPE REQUEST FOR PROPOSAL STRUCTURED CABLING SCOPE COLORADO HOUSING AND FINANCE AUTHORITY REQUESTED BY: JLL 1225 17 th Street Suite 1900 Denver, Colorado 80202 2016 JLL IP, Inc. All rights reserved. All information

More information

Town of Holly Springs

Town of Holly Springs Meeting Date: March 20, 2018 Town of Holly Springs Town Council Meeting Agenda Form Town Clerk s Office Use: Agenda Item #: 8h Attachment #: 3h Agenda Placement: Consent Agenda (Special Recognitions (awards,

More information

Contact Brandy Stanford, (254) or Earl Bragg, (254) for questions or additional information.

Contact Brandy Stanford, (254) or Earl Bragg, (254) for questions or additional information. February 19, 2016 To Whom It May Concern: The Salado Independent School District is soliciting proposals to complete modernization of its WAN connectivity between the Salado Jr. High and the Salado ISD

More information

OMX Optical Distribution Frame

OMX Optical Distribution Frame OMX Optical Distribution Frame Introduction The OMX solution gives the capability to splice and patch fibers in a 600mm x 300mm (ETSI) footprint. It s a flexible optical distribution frame that enables

More information

RFP Telecommunications Cabling Installation Package Austin Elementary School Replacement

RFP Telecommunications Cabling Installation Package Austin Elementary School Replacement RFP 13-07 Telecommunications Cabling Installation Package Austin Elementary School Replacement Grand Prairie, Texas 75052 RFP 13-07 - Austin Elementary School - Replacement Page 1 GENERAL DISCLOSURE Grand

More information

Any questions regarding this RFP should be ed to John Peters

Any questions regarding this RFP should be  ed to John Peters NORTH COUNTRY SUPERVISORY UNION REQUEST FOR PROPOSALS Installation of Fiber Optic Backbone Cable Proposals must be received no later than 3:00pm June 17, 2015 North Country Supervisory Union Attn: John

More information

E-Rate Request for Proposal

E-Rate Request for Proposal REQUEST FOR PROPOSAL Shasta Union High School District Internal Connections E-Rate Year 19 E-Rate Vendors Only Form 470 Application Number 170064729 Allowable Contract Date 03/24/2017 E-Rate Request for

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive sealed bids/proposals until: April 18, 2016 AT 10:00 A.M. CST at which time all responses will be publicly opened

More information

Request for Proposal. Chatham County Fiber Project

Request for Proposal. Chatham County Fiber Project Request for Proposal Chatham County Fiber Project RFP sent to vendors... Date: 04/10/14 Mandatory Pre-Proposal Meeting.. Date: 04/22/14 10:00 AM Deadline for written questions to the County Date 04/24/14

More information

TARRANT COUNTY PURCHASING DEPARTMENT

TARRANT COUNTY PURCHASING DEPARTMENT JACK BEACHAM, C.P.M., A.P.P. PURCHASING AGENT TARRANT COUNTY PURCHASING DEPARTMENT FEBRUARY 27, 2015 RFP NO. 2015-080 ADDENDUM NO. 1 ROB COX, C.P.M., A.P.P. ASSISTANT PURCHASING AGENT REQUEST FOR PROPOSALS

More information

REQUEST FOR BIDS (RFB) AZUSA UNIFIED SCHOOL DISTRICT E- RATE FUNDING YEAR 2015 Criteria and Contract Requirements.

REQUEST FOR BIDS (RFB) AZUSA UNIFIED SCHOOL DISTRICT E- RATE FUNDING YEAR 2015 Criteria and Contract Requirements. REQUEST FOR BIDS (RFB) AZUSA UNIFIED SCHOOL DISTRICT E- RATE FUNDING YEAR 2015 Criteria and Contract Requirements February 2, 2015 The Azusa Unified School District ( District ) desires network cabling

More information

REQUEST FOR PROPOSAL DOCUMENTS

REQUEST FOR PROPOSAL DOCUMENTS REQUEST FOR PROPOSAL DOCUMENTS REQUEST FOR PROPOSAL #17-18/001 STRUCTURED CABLING INFRASTRUCTURE PROJECT BEVERLY HILLS UNIFIED SCHOOL DISTRICT 255 South Lasky Drive Beverly Hills, CA 90212 TABLE OF CONTENTS

More information

REQUEST FOR PROPOSALS RFP ON-CALL CABLING SERVICES PROPOSAL DUE DATE AND TIME MAY 30, 2014 BY 2:00 P.M. OUR CLOCK

REQUEST FOR PROPOSALS RFP ON-CALL CABLING SERVICES PROPOSAL DUE DATE AND TIME MAY 30, 2014 BY 2:00 P.M. OUR CLOCK REQUEST FOR PROPOSALS RFP-14-13 ON-CALL CABLING SERVICES PROPOSAL DUE DATE AND TIME MAY 30, 2014 BY 2:00 P.M. OUR CLOCK MANDATORY PRE-PROPOSAL CONFERENCE MAY 21, 2014 AT 10:00 AM AT HAYDON ELEMENTARY SUBMIT

More information

SS-10 ELECTRONIC INTERFACE INSTALLATION GUIDE

SS-10 ELECTRONIC INTERFACE INSTALLATION GUIDE SS-10 ELECTRONIC INTERFACE INSTALLATION GUIDE OVERVIEW The SS10 is designed to work with most vehicles that are equipped with non-mechanical transmission sensors (no speedometer cable). This interface

More information

A single controller is located at North Shore Middle School that services two schools with a 100 user license

A single controller is located at North Shore Middle School that services two schools with a 100 user license Hartland/Lakeside School District 800 E. North Shore Drive Hartland, WI 53029 RFP # 101 Switches, Core Switch, Access Points, and Cabling The Hartland Lakeside School District is seeking a request for

More information

DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018

DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018 Clarification: DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018 Proposers may submit clarifying questions

More information

MH Corbin SS-10 Electronic Interface Installation Guide Version 2.0

MH Corbin SS-10 Electronic Interface Installation Guide Version 2.0 MH Corbin SS-10 Electronic Interface Installation Guide Version 2.0 OVERVIEW The SS-10 is designed to work with most vehicles that are equipped with nonmechanical transmission sensors (no speedometer cable).

More information

I N F O R M A T I O N. Thursday, July 28, 2005

I N F O R M A T I O N. Thursday, July 28, 2005 100000115 Information Packet Event: 2005 NI Week : 8/11/2005 to 8/19/2005 E V E N T I N F O R M A T I O N : Thursday, July 28, 2005 Dear Exhibitor, Greetings from the Austin Convention Center Department

More information

THE COUNTY OF MERCED DEPARTMENT OF ADMINISTRATIVE SERVICES-PURCHASING for HUMAN SERVICES AGENCY

THE COUNTY OF MERCED DEPARTMENT OF ADMINISTRATIVE SERVICES-PURCHASING for HUMAN SERVICES AGENCY Mark A. Cowart Chief Information Officer Issue Date: July 10, 2013 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer THE COUNTY OF MERCED DEPARTMENT

More information

Decorah Community School District Request for Proposal For DCSD Fiber Cable Maintenance Break/Fix RFP

Decorah Community School District Request for Proposal For DCSD Fiber Cable Maintenance Break/Fix RFP RFP 18-001 - RFP For DCSD Fiber Cable Maintenance Break/Fix Decorah Community School District Request for Proposal For DCSD Fiber Cable Maintenance Break/Fix RFP 18-001 RFP 18-001 - RFP For DCSD Fiber

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PROJECT: Carver Fiber Optics RFP #13-0016 PREPARED: June 4, 2013 DEPARTMENT OF PROCUREMENT THE SOUTHERN BAPTIST THEOLOGICAL SEMINARY 2825 LEXINGTON ROAD LOUISVILLE, KY 40280 (502)

More information

IRVING lndt-pendmt c/jool District

IRVING lndt-pendmt c/jool District ~ IRVING lndt-pendmt c/jool District PURCHASING DEPARTMENT 2621 West Airport Freeway Irving, Texas 75062-2637 Phone: (972) 600-5440 REQUEST FOR PROPOSALS - RFP #18-16-861 FOR: NETWORK INFRASTRUCTURE CABLING

More information

Request for Proposal. Chatham County Fiber Project

Request for Proposal. Chatham County Fiber Project Request for Proposal Chatham County Fiber Project RFP sent to vendors... Date: 02/27/14 Mandatory Pre-Proposal Meeting.. Date: 03/13/14 2:00 PM Deadline for written questions to the County Date 03/20/14

More information

Voice Over Internet Protocol (VoIP) Horizontal Infrastructure Upgrades

Voice Over Internet Protocol (VoIP) Horizontal Infrastructure Upgrades Voice Over Internet Protocol (VoIP) Horizontal Infrastructure Upgrades Request for Proposals City of Overland Park, Kansas 8500 Santa Fe Drive Overland Park, KS 66212 Proposals Due by: 2:00 p.m. Central

More information

Attachement A Unit Pricing Williamson County Fiber Optic OSP Maintenance Contract BRYCOMM: DIR-SDD-1901 OSP (Outside Plant) Cabling Services Price Sheet - Labor Only The following is a list of services

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

TO: Members of the Board of Education Revised APPENDIX NNN-9-20 March 26, 2012 FROM: Rick L. Hopke, P.E., Assistant Director, Building Services

TO: Members of the Board of Education Revised APPENDIX NNN-9-20 March 26, 2012 FROM: Rick L. Hopke, P.E., Assistant Director, Building Services TO: Members of the Board of Education Revised APPENDIX NNN-9-20 March 26, 2012 FROM: Rick L. Hopke, P.E., Assistant Director, Building Services DATE: March 14, 2012 SUBJECT: Electrical Panel Replacement

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

REQUEST FOR PROPOSAL WIRELESS EQUIPMENT & SURVEY INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL WIRELESS EQUIPMENT & SURVEY INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL WIRELESS EQUIPMENT & SURVEY INSTRUCTIONS TO BIDDERS 1. INTRODUCTION - Van Dyke Public Schools is requesting proposals for the purchase of Wireless Equipment and Site Surveys. The request

More information

Hennepin County Transportation Department ADDENDUM

Hennepin County Transportation Department ADDENDUM Hennepin County Transportation Department ADDENDUM TO PLANS, SPECIFICATIONS AND SPECIAL PROVISIONS FOR ADVANCED TRAFFIC MANAGEMENT SYSTEM HENNEPIN COUNTY TRANSPORTATION DEPARTMENT (To be opened Tuesday,

More information

Van Dyke Public Schools Request for Proposal Copiers August 2, 2013

Van Dyke Public Schools Request for Proposal Copiers August 2, 2013 Page 1 of 11 Van Dyke Public Schools Request for Proposal Copiers August 2, 2013 Introduction Van Dyke Public Schools is seeking to replace approximately 16 multi-function, printer, scanner, copiers. The

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

Request for Proposals: LED Lighting Retrofit Upgrade

Request for Proposals: LED Lighting Retrofit Upgrade Request for Proposals: LED Lighting Retrofit Upgrade NOTICE TO RESPONDENTS Responses to a Request for Proposals will be received by the Facilities Manager, Bob Kolarich, Hamilton East Public Library, One

More information

ENTERPRISE ELEMENTARY SCHOOL DISTRICT

ENTERPRISE ELEMENTARY SCHOOL DISTRICT ENTERPRISE ELEMENTARY SCHOOL DISTRICT Request for Proposals Bid # 2 EESD ERATE 2018 19 C2 Eric Zane, IT Director 1155 Mistletoe Lane Redding, CA 96002 The Enterprise Elementary School District ( District

More information

REQUEST FOR PROPOSAL. Fiber Optic Design and Installation Services. City of Alamosa Information Technology Department

REQUEST FOR PROPOSAL. Fiber Optic Design and Installation Services. City of Alamosa Information Technology Department REQUEST FOR PROPOSAL Fiber Optic Design and Installation Services City of Alamosa Information Technology Department Due Date: April 30, 2019 by 3:00 p.m. (local time) Issued By: City of Alamosa Information

More information

LEGAL NOTICE INVITATION FOR FORMAL BID IFB For. Veterans Tribute Park Maintenance Shed Electrical and Low Voltage. For

LEGAL NOTICE INVITATION FOR FORMAL BID IFB For. Veterans Tribute Park Maintenance Shed Electrical and Low Voltage. For LEGAL NOTICE INVITATION FOR FORMAL BID IFB 18-074 For Veterans Tribute Park Maintenance Shed Electrical and Low Voltage For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is seeking

More information

PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS

PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties

More information

Release Date: January 3, 2019 Due Date: January 17, 2019

Release Date: January 3, 2019 Due Date: January 17, 2019 SAN JUAN SCHOOL DISTRICT REQUEST FOR BID CONSTRUCTION OF NEW BLUFF ELEMENTARY SCHOOL AND NEW MONTEZUMA CREEK ELEMENTARY GYM Release Date: January 3, 2019 Due Date: January 17, 2019 I. GENERAL A. Intent

More information

KENTUCKY FAIR PLAN APPLICATION FOR HOMEOWNERS COVERAGE FORM HO-8

KENTUCKY FAIR PLAN APPLICATION FOR HOMEOWNERS COVERAGE FORM HO-8 KENTUCKY FAIR PLAN APPLICATION FOR HOMEOWNERS COVERAGE FORM HO-8 PRODUCER INSTRUCTIONS INCOMPLETE APPLICATIONS WILL BE DELAYED AND/OR RETURNED BY THE FAIR PLAN IMPORTANT Returned applications create an

More information

DOWNINGTOWN AREA SCHOOL DISTRICT 540 TRESTLE PLACE DOWNINGTOWN, PA Phone: (610) Fax: (855)

DOWNINGTOWN AREA SCHOOL DISTRICT 540 TRESTLE PLACE DOWNINGTOWN, PA Phone: (610) Fax: (855) DOWNINGTOWN AREA SCHOOL DISTRICT 540 TRESTLE PLACE DOWNINGTOWN, PA 19335 Phone: (610) 269-8460 Fax: (855) 329-3273 INSTRUCTIONS TO BIDDERS, SCOPE OF WORK AND GENERAL CONDITIONS OF CONTRACT DOWNINGTOWN

More information

NORTHERN NEW ENGLAND REGION PREMISES WIRING

NORTHERN NEW ENGLAND REGION PREMISES WIRING NORTHERN NEW ENGLAND REGION PREMISES WIRING Terms and Conditions This document describes the terms and conditions under which the Consolidated local exchange companies listed below 1 (individually and

More information

Request for Bid #1664 (RFB) HIGH MAST LIGHTING PROJECT

Request for Bid #1664 (RFB) HIGH MAST LIGHTING PROJECT Request for Bid #1664 (RFB) HIGH MAST LIGHTING PROJECT CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: April 6th, 2018 DUE:

More information

900 Convention Center Blvd. New Orleans, LA Request for Electrical Services Effective January 1, 2016

900 Convention Center Blvd. New Orleans, LA Request for Electrical Services Effective January 1, 2016 900 Convention Center Blvd. Request for Electrical Services Effective January 1, 2016 Please send forms and payment via: Email: Exhibit_Services@mccno.com Fax: (504) 582-3088 Mail: 900 Convention Center

More information

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP # CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #13-09-001 The City of Dublin is accepting proposals for the purchase of a

More information

User Manual. Plenum DVI Dual Link Male/Male Cable ATP-14009

User Manual. Plenum DVI Dual Link Male/Male Cable ATP-14009 User Manual Plenum DVI Dual Link Male/Male Cable ATP-14009 www.atlona.com DESCRIPTION Rated Voltage (V) - Rated Temperature ( C) 75 Product Standard Certification CL2P Flame test NFPA 262/UL910 Application

More information

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083 INVITATION TO BID BID NO. 9827 AQUATIC SPORTS TIMING EQUIPMENT AND INSTALLATION TROY HIGH SCHOOL TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing, delivering

More information

OCTANORM SHELL SCHEME

OCTANORM SHELL SCHEME OCTANORM SHELL SCHEME WALL PANELS Your shell scheme stand is constructed using the Octanorm Modular Display System and consists of 2.5m high walls with infill panels. The organiser will decide which colour

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: TELEMETRY SYSTEM-PREVENTIVE MAINTENANCE AND EMERGENCY SERVICES November 19, 2015 through November 18, 2016

More information

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17 FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO. 21-16/17 FLORENCE COUNTY EMERGENCY OPERATIONS CENTER & E911 FACILITY AUDIO/VIDEO DISTRIBUTION & CONTROL SYSTEMS SUBMISSION DEADLINE: Thursday, April

More information

Contract Documents and Specifications for AWOS Replacement Installation Project. For Mustang Beach Airport Port Aransas, Texas

Contract Documents and Specifications for AWOS Replacement Installation Project. For Mustang Beach Airport Port Aransas, Texas Contract Documents and Specifications for AWOS Replacement Installation Project For Mustang Beach Airport Port Aransas, Texas TABLE OF CONTENTS Mustang Beach Airport 1. NOTICE TO BIDDERS 2. BIDDER QUALIFICATIONS

More information

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK CITY OF BIRMINGHAM 151 MARTIN STREET, BIRMINGHAM, MICHIGAN 48009 POST OFFICE BOX 3001, BIRMINGHAM, MICHIGAN 48012 Phone (248) 644-1800/ Fax (248) 644-5614 CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS

More information

Request for Proposal # Cane Creek Park Fiber Optic Cable Upfit

Request for Proposal # Cane Creek Park Fiber Optic Cable Upfit Request for Proposal # 2018-049 Cane Creek Park Fiber Optic Cable Upfit Due Date: February 15, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 REQUEST FOR PROPOSAL (RFP) #18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 RESPONSE DEADLINE: JANUARY 7, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: MARTIN KEYPORT,

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER City of Los Banos Public Works Department 411 Madison Avenue Los

More information

Boise State University. Request for Quote RFQ CF LAN Infrastructure Cable and Components

Boise State University. Request for Quote RFQ CF LAN Infrastructure Cable and Components LAN Infrastructure Cable and Components Schedule of Events RFQ issue date Jan. 28, 2016 Bid closing date Feb. 04, 2016 5:00 PM Scope of Work Contract to supply LAN infrastructure cable and assorted parts

More information

REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL

REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL PURPOSE: The City of Niceville, herein after City, seeks to enter into an agreement with a qualified Individual, Firm or Corporation,

More information

Charlotte-Mecklenburg Board of Education RFP# Page 1 of 22

Charlotte-Mecklenburg Board of Education RFP# Page 1 of 22 CHARLOTTE-MECKLENBURG BOARD OF EDUCATION PURCHASING DEPARTMENT 701 East Martin Luther King Jr. Blvd. Charlotte, NC 28202 December 17, 2009 REQUEST FOR PROPOSAL RFP# 163-1164 WIRELESS CABLING INFRASTRUCTURE

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

DR.S. & S.S.GHANDHY COLLEGE OF ENGG. & TECH., MAJURA GATE, SURAT

DR.S. & S.S.GHANDHY COLLEGE OF ENGG. & TECH., MAJURA GATE, SURAT TENDER FORM NO: TENDER FOR ANNUAL MAINTENANCE CONTRACT OF CAMPUS WIDE AREA NETWORKING (CWAN) AT DR. S.& S.S.GHANDHY COLLEGE,SURAT Important Dates & Details: Bid Reference Number SSGP/CWAN/AMC/2017-18 Last

More information

Users Guide for Ac-MINI

Users Guide for Ac-MINI Problem solved. Users Guide for Ac-MINI Thank you for choosing Anywhere Cart! The AC-MINI is designed to charge and store 1-12 Chromebooks, tablets, and laptops. The AC-MINI-16 is designed to charge and

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Return Bids By 11:00 AM, 03/09/2015 to: Kimberlie Williams-Kerner K Kerner TPU Administration Building North 3628 S. 35th St. Tacoma WA 98409 Ph. 253-502-8889 Fax.253-502-8372 Material will ship to: Power

More information

courier mail on the following address;

courier mail on the following address; REQUEST FOR QUOTATION (RFQ) FOR THE PROVISION, INSTALLATION, CONFIGURATION AND TESTING OF A NETWORK CABLING FOR THE ECONOMICS DEPARTMENT OF THE UNIVERSITY OF LIBERIA IN MONROVIA NAME & ADDRESS OF FIRM

More information

PROPOSAL FOR JEWELERS BLOCK COVERAGE FORM

PROPOSAL FOR JEWELERS BLOCK COVERAGE FORM POLICY NUMBER: COMMERCIAL INLAND MARINE CM 59 90 09 00 PROPOSAL FOR JEWELERS BLOCK COVERAGE FORM To Be Effective With Name of Insurance Company A separate proposal must be completed for each location and

More information

LAREDO INDEPENDENT SCHOOL DISTRICT. RFP # E-Rate Round 21 FY2018 Broadband Internal Connections & Data Transmission Services

LAREDO INDEPENDENT SCHOOL DISTRICT. RFP # E-Rate Round 21 FY2018 Broadband Internal Connections & Data Transmission Services RFP #17-053 E-Rate Round 21 FY2018 Broadband Internal Connections & Data Transmission Services I. PURPOSE: The Laredo Independent School District is requesting proposals for the items listed below. This

More information

Request for Quotation Page One

Request for Quotation Page One Request for Quotation Page One THIS IS NOT AN ORDER Purchasing Department 1600 Hampton Street, Suite 606 Columbia, SC 29208 (803) 777-4115 Quotation must be received no later than: 5:00 PM Send Quotation

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS PROJECT TITLE UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties hereto by and between THE BOARD OF TRUSTEES

More information

ORIGINAL YEAR OF CONSTRUCTION NUMBER OF BUILDING STORIES 2/15/2013 BUILDING SURVEY DATE

ORIGINAL YEAR OF CONSTRUCTION NUMBER OF BUILDING STORIES 2/15/2013 BUILDING SURVEY DATE 0807 3502 SOUTH FIRST STREET CHAMPAIGN, ILLINOIS SYSTEM CONDITION INDEX.771 PRIMARY BUILDING USE BUILDING SURVEY TEAM BUILDING SYSTEM REPLACEMENT COST $ 347,400 LABORATORY BUILDING GROSS SQUARE FEET 16,986

More information

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given

More information

SEMINOLE TRIBE OF FLORIDA REQUEST FOR PROPOSALS

SEMINOLE TRIBE OF FLORIDA REQUEST FOR PROPOSALS SEMINOLE TRIBE OF FLORIDA REQUEST FOR PROPOSALS Solicitation #: RFP 39-2017 Title: Description: Term/Duration: Pre-Bid/Proposal Conference: Roof Replacement (Seffner) Solicitation Release Date: February

More information

SMALL WORKS ROSTER APPLICATION

SMALL WORKS ROSTER APPLICATION SMALL WORKS ROSTER APPLICATION SMALL WORKS ROSTER APPLICATION INFORMATION SHEET Purpose: The District uses a Small Works Roster for projects under $300,000.00 in lieu of a formal sealed bid process, as

More information

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE

More information

2:00 P.M., Austin time, on Thursday, March 23, 2017

2:00 P.M., Austin time, on Thursday, March 23, 2017 ADDENDUM NO. 1 ELECTRICAL SERVICE TO March 16, 2017 PORTABLE CLASSROOM BUILDINGS Austin Independent School District Department of Construction Management TO: All Prime Contract Bidders of Record Acknowledge

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL CABLING, TIME & MATERIALS RFP# 2017.504 Submittal Deadline: Thursday, February 23, 2017 by 2:00 p.m. Issued by: CCISD Purchasing Department www.ccisd.net/departments/purchasing/ Linda

More information

REQUEST FOR PROPOSAL FOR ELECTRODE REPLACEMENT AT BLACK MOUNTAIN AND REACH 6 PIPELINE

REQUEST FOR PROPOSAL FOR ELECTRODE REPLACEMENT AT BLACK MOUNTAIN AND REACH 6 PIPELINE REQUEST FOR PROPOSAL FOR ELECTRODE REPLACEMENT AT BLACK MOUNTAIN AND REACH 6 PIPELINE CENTRAL ARIZONA WATER CONSERVATION DISTRICT RFP C1630 PROPOSAL DUE MAY 25, 2016 3:00 PM ARIZONA TIME Table of Contents

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

COMPOSITE BID CONSISTING OF

COMPOSITE BID CONSISTING OF BID DOCUMENTS FOR Ontario High School Kitchen Equipment and Serving Line Remodel Submit Bids April 28, 2016 May 13, 2016 Walk through OHS 5/04/16 2:00p.m. COMPOSITE BID CONSISTING OF TABLE OF CONTENTS

More information

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment Mountain View Fire and Rescue District is the entity issuing this invitation for bids. The District is a municipal corporation and political

More information

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m. REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 2018 @ 12:00 p.m. DATE THAT SEALED BID PROPOSALS WILL BE PUBLICLY OPENED: June

More information

DOWNINGTOWN AREA SCHOOL DISTRICT 540 TRESTLE PLACE DOWNINGTOWN, PA Phone: (610) Fax: (855)

DOWNINGTOWN AREA SCHOOL DISTRICT 540 TRESTLE PLACE DOWNINGTOWN, PA Phone: (610) Fax: (855) DOWNINGTOWN AREA SCHOOL DISTRICT 540 TRESTLE PLACE DOWNINGTOWN, PA 19335 Phone: (610) 269-8460 Fax: (855) 329-3273 INSTRUCTIONS TO BIDDERS, SCOPE OF WORK AND GENERAL CONDITIONS OF CONTRACT DOWNINGTOWN

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,

More information

FSDB#: RFP REQUEST FOR PROPOSAL (RFP) for Structured Cabling

FSDB#: RFP REQUEST FOR PROPOSAL (RFP) for Structured Cabling FSDB#: RFP-15-037 REQUEST FOR PROPOSAL (RFP) for Structured Cabling PURCHASING DEPARTMENT FLORIDA SCHOOL FOR THE DEAF AND THE BLIND 207 N. SAN MARCO AVENUE ST. AUGUSTINE, FL 32084 PHONE (904) 827-2294

More information

The MICROS Bump Bar MBB-10 and MBB-20 User s Guide

The MICROS Bump Bar MBB-10 and MBB-20 User s Guide The MICROS Bump Bar MBB-10 and MBB-20 User s Guide This document describes the MBB features, shows how to adjust the speaker and LED from the keypad, as well as determine the firmware version and how to

More information

Solid-Electrolyte TANTALEX Capacitors, Hermetically-Sealed, Axial-Lead

Solid-Electrolyte TANTALEX Capacitors, Hermetically-Sealed, Axial-Lead Solid-Electrolyte TANTALEX Capacitors, Hermetically-Sealed, Axial-Lead PERFORMANCE CHARACTERISTICS Operating Temperature: -55 C to +125 C (above 85 C, voltage derating is required) Capacitance Tolerance:

More information

ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP February 17, 2016

ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP February 17, 2016 ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP-15-15 February 17, 2016 This addendum is issued as part of the Bidding Documents for the above described

More information

Oyster River Cooperative School District Business Administrator s Office

Oyster River Cooperative School District Business Administrator s Office Oyster River Cooperative School District Business Administrator s Office November 3, 2016 Subject: Enclosures: Request for Lease proposal 77-Passenger School Bus Lease Request for Lease proposal General

More information

Charlotte-Mecklenburg Board of Education RFP# Page 1 of 25

Charlotte-Mecklenburg Board of Education RFP# Page 1 of 25 CHARLOTTE-MECKLENBURG BOARD OF EDUCATION PROCUREMENT SERVICES 4511 Monroe Road, Room 212 Charlotte, NC 28205 January 25, 2012 REQUEST FOR PROPOSAL RFP# 163-1268 WIRELESS CABLING INFRASTRUCTURE and ACCESS

More information

Informal Solicitation #STEM_FURNITURE Fermob

Informal Solicitation #STEM_FURNITURE Fermob Informal Solicitation #STEM_FURNITURE Fermob was submitted for quotations on pre-negotiated state or cooperative contracts. Vendors were not able to purchase Fermob on such contracts. Vendors submitted

More information