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

Size: px
Start display at page:

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

Transcription

1 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 as listed on the District s E- rate RFB. This contract is dependent on E- rate funding and the winning Contractor is expected to bill the Schools & Libraries Division (SLD) once funding has been awarded for the eligible portions of the project. Project Name: Project Name: Bid #14-15:01 Network Cabling E- Rate ( Project ) NO billing or work can take place before July 1, 2015 or until receipt of E- Rate funding has been confirmed or as otherwise provided in writing by the District. A MANDATORY PRE- BID meeting and Job Walk will be conducted on February 13, 2015 starting at 9:00 AM. The meeting will be held at the Azusa District Office - Professional Development Center (PDC), 546 S Citrus Ave., Azusa CA Any Contractor or service provider bidding on the Project who fails to attend the entire job walk and conference will be deemed a non- responsive bidder and will have its bid returned unopened. During the Pre Bid Conference, the state labor law requirements applicable to this Project will be discussed. Each bidder shall be a Licensed Contractor pursuant to the California Business and Professions Code, and be licensed to perform the work called for in the Contract Documents. The successful bidder must possess a valid and active C- 10 license at the time the bid is submitted. All subcontractors shall have the appropriate license(s) at the time work begins. The Contractor s California State License number shall be clearly stated on the bidder s bid. Each bid must strictly conform with and be responsive to the Contract Documents as defined in the General Conditions. The District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding. Each bidder shall submit with his bid, on the form furnished with the Contract Documents, a list of the designated subcontractors on this Project as required by the Subletting and Subcontracting Fair Practices Act, California Public Contract Code Sections 4100 et seq. In accordance with California Public Contract Code Section 22300, the District will permit the substitution of securities for any moneys withheld by the District to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount 1

2 withheld shall be deposited with the District, or with a state or federally chartered bank as the escrow agent, who shall then pay such moneys to the Contractor. Upon satisfactory completion of the Contract, the securities shall be returned to the Contractor. Each bidder s bid must be accompanied by one of the following forms of bidder s security: (1) cash; (2) a cashier s check made payable to the District; (3) a certified check made payable to the District; or (4) a bidder s bond executed by a California admitted surety as defined in Code of Civil Procedure Section , made payable to the District in the form set forth in the Contract Documents. Such bidder s security must be in an amount not less than ten percent (10%) of the maximum amount of bid as a guarantee that the bidder will enter into the proposed Contract, if the same is awarded to such bidder, and will provide the required Performance and Payment Bonds, insurance certificates and any other required documents. In the event of failure to enter into said Contract or provide the necessary documents, said security will be forfeited. The District has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the Contract. These per diem rates, including holiday and overtime work, as well as employer payments for health and welfare, pension, vacation, and similar purposes, are on file at the District, and are also available from the Director of the Department of Industrial Relations. Pursuant to California Labor Code Sections 1720 et seq., it shall be mandatory upon the Contractor to whom the Contract is awarded, and upon any subcontractor under such Contractor, to pay not less than the said specified rates to all workers employed by them in the execution of the Contract. After April 1, 2015, the Contractor and all subcontractors (of any tier) must be properly registered with the Department of Industrial Relations and qualified to perform public work pursuant to Labor Code section If applicable, after January 1, 2016, The Contractor and all subcontractors (of any tier) shall furnish certified payroll records as required pursuant Labor Code section 1776 directly to the Labor Commissioner in accordance with Labor Code section on at least on a monthly basis (or more frequently if required by the District or the Labor Commissioner) and in a format prescribed by the Labor Commissioner. Monitoring and enforcement of the prevailing wage laws and related requirements will be performed by the Labor Commissioner/ Department of Labor Standards Enforcement (DLSE). No bidder may withdraw any bid for a period of ninety (90) calendar days after the date set for the opening of bids. Separate payment and performance bonds, each in an amount equal to 100% of the total Contract amount, are required, and shall be provided to the District prior to execution of the Contract and shall be in the form set forth in the Contract Documents. All bonds (Bid, Performance, and Payment) must be issued by a California admitted surety as defined in California Code of Civil Procedure Section

3 Where applicable, bidders must meet the requirements set forth in Public Contract Code Section et seq., Military and Veterans Code Section 999 et seq. and California Code of Regulations, Title 2, Section et seq. regarding Disabled Veteran Business Enterprise ( DVBE ) Programs. Forms are included in this Bid Package. Any request for substitutions pursuant to Public Contracts Code Section 3400 must be submitted not later than fourteen (14) days prior to the time of Bid on the Substitution Request Form set forth in the Contract Documents and included with the bid. No telephone or facsimile machine will be available to bidders on the District premises at any time. It is each bidder s sole responsibility to ensure its bid is timely delivered and received at the location designated as specified above. Any bid received at the designated location after the scheduled closing time for receipt of bids shall be returned to the bidder unopened. CHECK LIST OF REQUIRED DOCUMENTS FROM ALL BIDDERS AT TIME OF BID 1. Bid Form 3. Non- Collusion Declaration 4. Bid Bond or Bid Guarantee Form 5. Designation of Subcontractors 6. Contractor s Certificate Regarding Workers Compensation 7. Certification of Compliance with DVBE Policy 3

4 E- rate Requirements The Project herein is 100% contingent upon the approval of funding from the Universal Service Fund s Schools and Libraries Program, otherwise known as E- rate. The successful bidder agrees to bill and receive a portion of the payment for the provisions of goods and services described herein directly from the Universal Service Administrative Company ( USAC ), and/or the Schools and Libraries Division ( SLD ) via the Form 474 Service Provider Invoice (SPI). The District does not intend to file a Form 472, and will only be responsible for paying its non- discounted share of costs including any E- Rate ineligible items. Should the District, at the time of Project implementation, decide that it is in the interest of the District to file a Form 472, the District will inform the Contractor of its intention. The District and the successful bidder will act in a reasonable manner and comply with any Schools and Libraries Universal Service Fund Program requirements. Even after award of contracts, the District may or may not proceed with the Project, in whole or in part, even in the event E- rate funding is approved. Execution of the Project, in part or in whole, is solely at the discretion of the District. Contractors wishing to bid do so solely at their own risk. The District is not liable or responsible for any costs, loss, fees, or expenses, of any kind, associated with bid and/or a decision not to proceed with the Project, even after award of the contracts. By submitting a bid, each Contractor agrees to bear all of its own costs, fees, expenses, and losses, of any and all kind, should the District cancel the Project. The District expects bidders to make themselves thoroughly familiar with any rules or regulations regarding the E- rate program. Bidders are responsible for providing a valid SPIN (Service Provider Identification Number). More information about obtaining a SPIN may be found at this website: Bidders are responsible for providing a valid Federal Communications Commission (FCC) Registration Number (FRN) at the time the bid is submitted. More information about obtaining an FRN may be found at this website: Bidders are responsible for providing evidence of FCC Green Light Status at the time the bid is submitted. Any potential bidder found to be in Red Light Status will be disqualified from participation in the bidding process and will be considered non- responsive. More information about FCC Red and Green Light Status may be found at this website: The awarded Contractor will be required to send copies of all forms and invoices to the District prior to invoicing the SLD for pre- approval. The District s approval of any invoices or payment, however, shall not relieve the Contractor of any responsibilities in the contract documents or for any liability resulting from any audits. 4

5 Within five (5) days of award, the awarded Contractor will provide the District with a bill of materials suitable for the Form 471 Item 21 Attachment. Approval for any deviation from the Item 21 Attachment must be obtained from District. Subsequent schedules of values and invoices for each site must match Item 21 Attachment or subsequent service substitutions. In the event of questions during the E- Rate audit process, the awarded Contractor is expected to reply within 3 days to questions associated with its bid. NO billing or work can take place prior to July 1, 2015 or until receipt of E- Rate funding has been confirmed or as otherwise provided in writing by the District. Additional terms and conditions are delineated in the specifications referenced in the Form 470(s) and associated Requests for Bids (RFB). Right to Reject Any and All Bids The District reserves the right to reject any or all bids and to waive any informalities or regularities in any bid or in the bidding process. The Contractor s bid submission is recognition of this right. In addition, the District reserves the right to fund, (proceed with Project or purchase) or not to fund, regardless of E- Rate approval. Evaluation Criteria Azusa Unified School District, in compliance with Public Contract Code section and with Federal Communications Commission (FCC) rules, will award to one of the three lowest responsible bidders providing the most cost- effective service offering. Per the Sixth Report and Order, FCC , FCC rules dictate the following: (c)(2)(vii) All bids submitted for eligible products and services will be carefully considered, with price being the primary factor, and the bid selected will be for the most cost- effective service offering consistent with Ordering Services (a) Selecting a provider of eligible services. In selecting a provider of eligible services, schools, libraries, library consortia, and consortia including any of those entities shall carefully consider all bids submitted and must select the most cost- effective service offering. In determining which service offering is the most cost- effective, entities may consider relevant factors other than the pre- discount prices submitted by providers, but price should be the primary factor considered. Therefore, Azusa Unified School District may consider factors other than price alone in the consideration of bids; price for E- rate eligible goods and services will be the primary factor considered. 5

6 1. Price of the eligible goods/services will be the most heavily weighted factor in selecting the awarded Contractor. 2. Other evaluation criteria will include, but are not limited to: Compatibility of proposed solution with existing network protocols Preferred manufacturer Past experience with service provider References Understanding of needs Completeness of response Trade Names and Alternatives For convenience in designation on the plans or in the specifications, certain articles or materials to be incorporated in the work may be designated under a trade name or in the name of a manufacturer. Whenever in specifications any materials, process, or article is indicated or specified by grade, patent, or proprietary name or by name of manufacturer, such specification shall be deemed to be used for the purpose of facilitating description of material, process or article desired and shall be deemed to be followed by the words "or equal," and Contractor may, unless otherwise stated, offer any material, process or article which shall be substantially equal or better in every respect to that so indicated or specified. If material, process or article offered by Contractor is not, in opinion of the District, substantially equal or better in every respect to that specified, then Contractor shall furnish material, process or article specified. Burden of proof as to equality of any material, process or article shall rest with the Contractor. Contractor shall submit request together with substantiating data for substitution of any "or equal" item not later than 14 days prior to the bid opening date. Provision authorizing submission of "or equal" justification data shall not in any way authorize an extension of time for performance of this contract. Submission Instructions Service Provider shall provide three (3) original RFB Responses; and one (1) digital copy of the RFB submittal, including the summary sheet. Any questions regarding RFB shall be submitted in writing to the Form 470 contact contained herein. inquiries are acceptable. The District will not respond to phone call inquiries. Clarification or any other notice of a change in the bidding documents will be issued only by the District and only in the form of a written Addendum, transmitted by fax, e- mail, or available for pick up to all who are known by the District to have received a complete set of bidding documents. Any other purported addenda, clarifications or changes are void and unenforceable. Bidder is responsible for ascertaining the disposition of all Addenda issued regardless of the District s notification and to acknowledge all Addenda in the submitted sealed bid prior to the 6

7 bid opening. Copies of Addenda will be made available for inspection wherever bidding documents are on file for inspection. Each Addendum will be numbered, dated, and identified with the Project description. Oral statements or any instructions in any form, other than a written Addendum as described above, shall be void and unenforceable. An Addendum issued by the District and not noted as being acknowledged by bidder as required in the Bid Form, may result in the bid being deemed non- responsive. Questions / Requests for Information Any questions regarding this RFB are to be directed to Bob Blackney (bblackney@azusa.org), all registered Contractors will receive copies of the questions and responses as written addenda to the RFB without identification of the source(s) of the questions. It will be the responsibility of all Contractors to contact the District s Technology Department prior to submitting a response to the RFB to ascertain if any addenda have been issued. E- mail inquiries are to be sent to the following individual: Bob Blackney Administrator of Technology and Assessment bblackney@azusausd.org All RFB responses must be submitted by the 4th day, March, 2015, NOT LATER THAN 11:00 AM (PST) to the contact information contained herein: Michael Martinez Purchasing 546 S Citrus Ave Azusa, CA (626)

8 REQUEST FOR BID (RFB) AZUSA UNIFIED SCHOOL DISTRICT E- RATE YEAR 2015 PROJECT SPECIFICATIONS Network Cabling E- Rate The District is implementing equipment as part of a larger scope. For convenience in designation on the plans or in the specifications, certain articles or materials to be incorporated in the work may be designated under a trade name or in the name of a manufacturer. Whenever in specifications any materials, process, or article is indicated or specified by grade, patent, or proprietary name or by name of manufacturer, such specification shall be deemed to be used for the purpose of facilitating description of material, process or article desired and shall be deemed to be followed by the words "or equal," and Contractor may, unless otherwise stated, offer any material, process or article which shall be substantially equal or better in every respect to that so indicated or specified. Any requests for substitutions must be made on the Substitution Request Form and submitted to the District not later than 14 days prior to the bid opening date. If alternative products are offered, other than the suggested equipment specifications provided, the District will evaluate proposed solutions from other manufacturers, however, it is the Contractor s responsibility and obligation to provide all necessary documentation and other evidence that the products specified in the alternative equipment list are functionally equivalent or better. Without such documentation, AUSD cannot accept the argument that the alternate proposed solution is functionally equivalent or better based upon cost alone. The District is seeking a turn- key implementation to include installation, configuration and connection or re- connection of active equipment. The proposed solution price must include a complete bill of materials, applicable sales tax, applicable shipping, and installation/professional services. E- rate Ineligible costs should be clearly identified. A not to scale site plan is provided for all sites to give bidders an idea of the layout of the school. Vendors are required to attend a mandatory job walk on 13 th day, February, 2015 at 9:00 AM PST sharp. Vendors are to meet at the following location: Azusa Unified School District Professional Development Center (PDC) 546 S Citrus Ave Azusa, CA (626)

9 STRUCTURED CABLING SYSTEM Overview The Structured Cabling System (SCS) is designed to be a distributed star topology with all data and voice services originating from an Equipment Room (ER). ER Cables shall extend to various Telecommunications Rooms (TR) and Class Room Telecommunication Room (CRTR), locations distributed throughout the campus(s). To the extent possible, all TR, ER, CRTR and BEF (Building Entrance Facilities) shall be located in secured areas and/or enclosures; all such locations shall be subject to approval by the Azusa Unified School District. An extensive conduit and manhole system extends throughout most of the campus(s) and provides communication pathways to each of the buildings. Connectivity between these facilities shall be via fiber optic and/or copper cables. For all new implementations, the following represents Azusa Unified School District Standard. The proposed solution must be equivalent or better: OM4 Multimode Fiber Optic Cables, with LC- Type Connectors Category 5e Unshielded Twisted Pair Copper Cables, with Category 5e RJ45 Connectors Alternate standards may be approved by the District on a case- by- case basis where existing cable will be supplemented by new cables. Separate parallel star and daisy chain topologies typically exist for security services, fire alarm, building management, voice and bells. The SCS Contractor shall take great care should be taken not to disturb these systems in any way. The Technology Implementation Specifications herein are intended to cover data, voice and video connectivity; they are not intended to cover these other systems. This section provides a description of technical and/or performance specifications relative to Azusa Unified School District s SCS installation unit pricing requirements. Specifically, this section has been arranged to present information in the following order: Basic SCS Contractor Responsibilities SCS Contractor Qualifications Provide all Product design and installation certifications Provisioning by SCS Contractor Provisioning by Others SCS and SCS pathways Installations Submittals/Variances Acceptance and Subsequent Support Other SCS Contractor Responsibilities 9

10 o System Documentation and Standards Standards, Guidelines and Practices System Certification and/or Warranties o Products TR/ER Room Build outs SCS Pathways Backbone Cables and Terminations Horizontal Cables and Terminations Other o Installation SCS Overview TR/ER Room Build outs SCS Pathways Backbone Cables and Terminations Horizontal Cables and Terminations Miscellaneous Cable Requirements Labeling Schemes Testing Procedures As- Built Documentation Miscellaneous Azusa Unified School District Installation Requirements The Contractor may make the following assumptions regarding the installation: The pathways, space and infrastructure (patch panel ports, etc.) exist at all locations for the WLAN cable. Definition Structured Cabling System Structured Cabling System (SCS) is defined as all required equipment and cabling including the following: cabinets, racks, splice enclosures, termination blocks, cross- connect wire or cordage, patch panels, patch cords, telecommunication outlets, mounting hardware, wire management, shielded and unshielded twisted pair, sub- duct (innerduct), coaxial and optical fiber cable installed and configured to provide computer data and voice connectivity from each data or voice device to the network file server or voice network/switch designated as the service point of the local area network. Cables and terminations shall be provided and located as shown and in the quantities indicated in the Scope of Work and supported by the drawings. Fiber cables shall terminate in modular patch panels located in all demarcation and termination points shown on the drawings. All cables and terminations shall be identified at all locations. All cables shall terminate in an alphanumeric sequence at all termination locations. All copper cable terminations shall comply with, and be tested to TIA/EIA 568A and TSB- 67 standards for Category 5e (or lesser standards, 10

11 as applicable) for data cabling and telephone installations. Station cables shall terminate on appropriate station termination hardware, surface mount or flush mount, equipped as shown on the drawings. 11

12 Basic SCS Contractor Responsibilities Attributes The SCS Contractor shall, at a minimum, possess the following attributes: Current manufacturer certification as a certified designer and as a certified installer of manufacturer product to be installed and ability to provide District with 25 year manufacturer s warranty, which shall remain valid during the entire course of the installation agreement, with no known pending action or intent by manufacturer and/or the SCS Contractor to terminate or limit status as a manufacturer certified designer and installer. NOTE: Pending Respondent status as a certified designer and installer is unacceptable. At least one prior year of certified status with the manufacturer for the products to be installed, including the right and ability to deliver a completed installation conforming to the manufacturer s warranty program requirements; additionally, the SCS Contractor must have completed at least three similar projects as a certified designer and installer for the products to be installed. Five years of SCS and SCS pathway implementation experience under its current organizational structure, either directly or under wholly owned predecessor entities. At least one Registered Communication Distribution Designer (RCDD) certified by Building Industries Consultant Services International on staff and available within one hour, including the willingness and intent to assign such personnel to this Project as project engineer or project manager. Personnel specifically trained and certified under the manufacturer s installation training program, including the willingness and intent to assign installation project resources in a manner which utilizes certified personnel for each and every project manager and foreman/supervisor position associated with providing services to meet these installation requirements. Provisioning by SCS Contractor. It shall be the responsibility of the Contractor to provide any cable path engineering and cable system engineering not already provided on drawings issued by Azusa Unified School District for the subject SCS installation. Azusa Unified School District or Azusa Unified School District s representative, prior to cable placement, must approve any engineered pathways not already depicted on the drawings. The Contractor shall provide a designated project manager to coordinate engineering and construction activity with Azusa Unified School District or Azusa Unified School District s representative throughout the course of this engagement. 12

13 The SCS Contractor, except as otherwise indicated herein, shall also: Provide and install all materials including, but not limited to: communications cable; station jacks, inserts and faceplates; device boxes and brackets; cable support apparatus; cable runways; cable raceways; conduits, sleeves, fire stopping, underground pull boxes, junction boxes, grounding, coring and patching, equipment racks, equipment cabinets, TR/ER termination components; fire stopping; labeling; testing; etc. Provide and furnish all supplemental labor and related services, including, but not limited to: design/engineering, testing, and test equipment, as- built documentation in AutoCAD printed drawings and software file copy format, contract administration, etc., as applicable to expeditiously completing SCS installations at Azusa Unified School District facilities in accordance with requirements of this Technical Specification Provide and furnish all permits Satisfy all shipping, tax and other expenses reasonably associated with the SCS Implementation Provide and furnish completely installed and certified systems, inclusive of as- built documentation, cable test documentation, manufacturer s warranties, as well as any and all regulatory signoffs associated with the SCS Implementation. Provide and furnish completed lien waivers and lien releases for each supplier or trade subcontractor utilized during the course of the Project. Coordinate as necessary with Azusa Unified School District facilities personnel, campus faculty, Azusa Unified School District s Representative, and other Azusa Unified School District contractors, as well as execute SCS installations in accordance with demands of Azusa Unified School District s SCS requirements. Azusa Unified School District reserves the right to define other SCS Contractor responsibilities before executing a final contract. Provisioning by Others Within the fulfillment of each Azusa Unified School District SCS installation requirement, certain responsibilities are borne by others. The following bullets generally outline the duties of Azusa Unified School District and Azusa Unified School District s representative. Azusa Unified School District s Representative: For purposes of Azusa Unified School District s SCS installation requirements, Azusa Unified School District Representative s overall responsibilities include: providing Azusa Unified School District with advice and design services relative to the communications infrastructure; oversight and/or project management 13

14 specifically relevant to Azusa Unified School District s SCS installation requirements; serve as a liaison between Azusa Unified School District, the SCS Contractor, campus faculty, various Azusa Unified School District facilities personnel, and others as applicable but specifically relevant to design, engineering and implementation of Azusa Unified School District s SCS infrastructure. SCS Installation It is intended that all unshielded twisted pair (UTP) cabling will be installed, tested and certified to meet the latest available draft of TIA/EIA requirements for Category 5e cabling installations, as well as other industry standards, guidelines and practices. Fiber optic cabling implemented pursuant to Azusa Unified School District s SCS installation requirements shall likewise be installed, tested and certified to meet the latest applicable standards, guidelines and practices. Furthermore, each installation shall be certified to meet the latest available manufacturer s requirements for an extended Life Time warranty. SCS Contractor Submittals/Variances Azusa Unified School District s SCS installations require the submittal of various items as part of the Project s process. These items include, but are not limited to: Identification of and specifications regarding any specification variance (see Variances, below) [1][2] AutoCAD plot(s) of SCS pathways and outlet placement drawings, inclusive of proposed outlet numbering layout [1] Support details for each SCS pathways system to be installed by SCS Contractor [1] Proposed location of termination block(s) supporting MPOE/Tie Cable services at each building MPOE [1] Sample outlet, termination and cable labels of each type [1] ER and TR rack or cabinet elevation drawings [3] Fiber optic cable test results from each cable spool (if applicable) [2] Current test equipment calibration certifications for each specific test device [2] Written notice of scheduled testing (to be delivered at least three business days in advance) [2] Detailed cable test result documentation [3] 14

15 Detailed as- built drawings [3] NOTES: [1] Constitutes an initial submittal to be provided no later than the date/time specified by the Azusa Unified School District. [2] To be submitted as necessary prior to commencing affected work. [3] To be submitted within ten days after completion of each SCS installation (unless otherwise noted). This Specification and associated documents may specify various required materials, components and processes. To the extent the SCS Contractor intends to deviate from any written or intended specification, a written submittal must be provided to Azusa Unified School District / Azusa Unified School District s Representative and written Azusa Unified School District approval must be granted prior to proceeding with any variance. Acceptance and Subsequent Support Prior to each SCS installation final acceptance, the SCS Contractor will perform complete system tests under the supervision of Azusa Unified School District and/or Azusa Unified School District s Representative. The SCS Contractor will furnish all necessary test equipment and perform all work required to determine or modify SCS performance to meet specifications as described herein. This work shall include, but not be limited to, the following at no extra cost: Complete testing of each and every cable pair or fiber strand in accordance with TIA/EIA standards and guidelines Submission of detailed, computer generated test results to the Azusa Unified School District / Azusa Unified School District s Representatives as required within this Technical Specification Adjustment of all components for optimum quality operation as well as for maximum manageability and esthetic quality Development and provision of complete as- built drawings and other documentation as required within this Technical Specification Provision of complete instruction to Azusa Unified School District s personnel in the proper operation of the SCS by a qualified representative of the SCS Contractor at a time suitable to the Azusa Unified School District; complete instructions, diagrams and drawings necessary to ensure the success of the training shall be developed by the SCS Contractor and will become the property of the Azusa Unified School District prior to acceptance The Azusa Unified School District shall either accept the network in writing or notify SCS Contractor in writing, specifying in reasonable detail, those particulars, which Azusa Unified School District deems unacceptable. With respect to any such particulars, which the Azusa Unified School District deems are unacceptable, the SCS Contractor shall immediately proceed 15

16 to correct them, and after correction thereof, Azusa Unified School District shall accept or reject the modifications in writing. Other SCS Contractor Responsibilities In addition to the above, the SCS Contractor shall also abide by the following responsibilities: Site Cleaning. Throughout the progress of each Azusa Unified School District SCS installation, the SCS Contractor shall keep the working areas free from debris of all types and shall remove from the premises all refuse resulting from any work performed by the SCS Contractor. On a daily basis and at the completion of its work, the SCS Contractor shall, to the extent possible, leave the premises in a clean and finished condition. Safety Requirements. The SCS Contractor will utilize appropriate personnel and display warning signs, signals, flags and/or barricades at the work site to ensure adherence to Azusa Unified School District, State and industry safety regulations and as prudence requires. Costs for such safety provisions shall be included within each unit pricing cost. Specification Status All specifications and requirements related to this Project will not be frozen, but are subject to change by the Azusa Unified School District and/or Azusa Unified School District s Representative. Standards, Guidelines and Practices SCS Standards and Submittals As stated earlier, installation and certification of all unshielded twisted pair (UTP) cabling in accordance with the latest available TIA/EIA requirements for Category 5e cabling installations is required. Structured Cabling Systems and SCS Pathways shall be installed in a neat and workmanlike manner as specified by ANSI/TIA/EIA A , TIA 569- B and National Electrical Code, Sections and The SCS contractor shall adhere to and comply with the latest versions and/or revisions of each applicable standard. Among the various standards, guidelines and practices applicable to this Project are the following: BUILDING INDUSTRY CONSULTING SERVICES INTERNATIONAL: BICSI Telecommunications Distribution Methods Manual o CALIFORNIA BUILDING STANDARDS COMMISSION: 16

17 California Electrical Code (1998) Title 24, Part 3 o AMERICANS WITH DISIBILITIES ACT (ADA.) o FEDERAL COMMUNICATIONS COMMISSION (FCC): FCC Part 68.5: Establishment of Telephone Premises Wiring Attestation List o INSULATED CABLE ENGINEERS ASSOCIATION (ICEA): ANSI/ICEA S : Communication Wire and Cable for Wiring of Premises (1994) ANSI/ICEA S , Communications Wire and Cable for Wiring Premise, ANSI/ICEA S , Fiber Optic Premises Distribution Cable Technical Requirements, ANSI/ICEA S , Fiber Optic Outside Plant Communications Cable, o NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA): NEMA WC 63: Telecommunications Cables (1994) o NATIONAL FIRE PROTECTION ASSOCIATION (NFPA): NFPA 70: National Electrical Code (2002) California Electrical Code amended 2004 ANSI/NFPA 101, 2000, Life Safety Code NFPA Standard Test Method for Measuring Smoke Generated by Solid Materials. o Public Works Standards, Inc. Green Book Standard Specifications For Public Works Construction (2000) o RURAL ELECTRIFICATION ADMINISTRATION (REA) REA : Digital Stored Program Controlled Central Office Equipment (Form 522) (1989) REA TECM 823: Electrical Protection by Use of Gas Tube Arrestors (1980) o TELECOMMUNICATIONS INDUSTRY ASSOCIATION/ELECTRONIC INDUSTRIES ALLIANCE (EIA) TIA/EIA : FOTP- 21 Mating Durability of Fiber Optic Interconnecting Devices (1988) EIA- 492AAAA: 62.5 um Core Diameter/125 um Cladding Diameter Class Ia Multimode, Graded- Index Optical Waveguide Fibers (1989) TIA/EIA A: Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant OFSTP- 14 (August 1998) TIA/EIA B.1-4: Commercial Building Telecommunications Cabling Standard Part 1: General Requirements (2003) TIA/EIA B.2-1: Commercial Building Telecommunications Cabling Standard Part 2: Balanced Twisted- Pair Cabling Components (2002) TIA/EIA B.3: Optical Fiber Components Standard (April 2000) TIA/EIA A- 7: Commercial Building Standard for Telecommunications Pathways and Spaces (Dec 2001) TIA/EIA- 570: Residential Telecommunications Wiring Standard (October 1999) TIA/EIA- 598: Optical Fiber Cabling Color Coding (May 1995) TIA/EIA- 606: Administration Standard for the Telecommunications Infrastructure of Commercial Buildings (February 1993) TIA/EIA- 607: Commercial Building Ground and Bonding Requirements for Telecommunications (August 1994) 17

18 TIA/EIA TSB- 75: Additional Horizontal Cabling Practices for Open Offices (1996) TIA/EIA TSB- 758: Customer- Owned Outside Plant Telecommunications Cabling Standard (April 1999) o UNDERWRITERS LABORATORIES INC. (UL) UL 444: Communications Cables (1994; R 1995, Bul and 1996) UL 467: Grounding and Bonding Equipment (1993; Bul and 1996, R 1996) UL 497: Safety Protector for Paired Conductor Communication Circuit (1995) UL 514C: Nonmetallic Outlet Boxes, Flush- Device Boxes, and Covers (1988; R 1989, Bul and 1994) UL 910: Flame- Propagation and Smoke- Density Values for Electrical and Optical- Fiber Cables Used in Spaces Transporting Environmental Air (1995; R 1995, Bul and 1996) UL 969: Marking and Labeling Systems (1995) UL 1286: Office Furnishings (1993) UL 1581: Electrical Wires, Cables, and Flexible Cords (1991; Bul. 1993, 1994, 1995, and 1996, R 1996) UL 1666: Flame Propagation Height of Electrical and Optical- Fiber Cables Installed in Vertical Shafts (1991; Bul and 1996) UL 1863: Communication Circuit Accessories (1995) Federal, state, local, and the Azusa Unified School District codes, rules, regulations and ordinances governing the work, as well as various additional standards, guidelines and practices, may apply and shall be incorporated as part of these Technical Specifications. In reviewing the various Contract Documents, the SCS Contractor shall be responsible for noting conflicts between proposed design/concepts and the applicable standards, guidelines and practices. A written Request for Information (RFI) shall be developed by the SCS Contractor and submitted to the Azusa Unified School District and/or Azusa Unified School District s Representative prior to commencing any work impacted by such conflicts; such RFI s shall describe the conflict/violation and, if appropriate, recommend alternative solutions with associated costs. Azusa Unified School District and/or Azusa Unified School District s Representative warrants it will diligently strive to address such RFI s in order to minimize negative impact on each SCS installation completion schedule. Where the requirements of the Contract Documents are more stringent than applicable codes, rules, regulations, ordinances, standards, guidelines and practices, the Contract Documents shall apply. In all other instances, the most current standards, guidelines and practices shall apply. System Certification and/or Warranty The installation must be certified to meet the TC Telecommunications standards and all warranty program requirements and delivering to the Azusa Unified School District an extended 18

19 warranty of at least twenty- five (25) years duration. At minimum, such warranty shall, at no additional cost to the Azusa Unified School District, provide a system warranty covering the installed SCS against defects in workmanship, components and performance. General features of the warranty shall, at a minimum, include: An installation warranty extending to the SCS protecting the Azusa Unified School District against defects in workmanship for a period of at least one year from the date of system acceptance. Such warranty shall provide all labor and materials necessary to correct a failed portion of the system and to demonstrate performance within original specifications after the repairs are accomplished. A system performance warranty extended by the SCS component manufacturer for a period of not less than twenty five (25) years from date of system acceptance. The performance warranty shall warrant the installed horizontal copper and, as applicable, the installed horizontal and backbone fiber optic portions of the system. All such links and segments shall be warranted in accordance with the latest applicable requirements as defined by TIA/EIA. As outlined herein, the Azusa Unified School District intends that the resulting SCS will be warranted under the extended warranty provisions extended by the manufacturer. The warranty shall extend to UTP and fiber optic portions of the installation to the fullest extent allowed by the manufacturer. Submittals The SCS Contractor is to submit the following prior to construction for Azusa Unified School District approval: Manufacturer's Catalog Data Telecommunications cabling (backbone and horizontal) Fiber optic type SC connectors Telecommunications outlet/connector assemblies (RJ- 11 and RJ- 45 jacks) Equipment enclosures and support racks Patch Panels (Copper and Fiber optic) Power Strips Cable Hangers Floor outlet boxes or modules Fire stop material External mounted raceway Cable tray o Drawings: Telecommunications Drawings Distribution Frame Elevations 19

20 o Telecommunications Drawings: Provide BICSI RCDD- approved drawings complete with wiring diagrams and details required to prove that the distribution system shall properly support connectivity from the ER to the TR to the telecommunications work area outlets. Show the layout of cabling and pathway runs, BEF, TR, ER and ground system. Drawings shall depict final telecommunications cabling configuration, including location, gage, pair assignment and patch panels after telecommunications cable installation. Provide a plastic laminated schematic of telecommunications cable system showing cabling, BEF, TR, ER, and rooms keyed to floor plans by room number. Provide two (2) electronic copies of as- built drawings to the Azusa Unified School District; such files shall leverage Autodesk AutoCAD 2003 or later. o Distribution Frame Elevations: Provide shop drawings showing layouts of applicable equipment including incoming TR racks, patch panels and LAN equipment. o Statements: Installer qualifications Test plan Professional References Labeling Scheme Products and Minimum Provisions The Contract Documents generally outline industry standard components to be installed as part of the Azusa Unified School District s SCS installation requirements. Such identification is intended to be general in nature rather than exhaustive; all quantities, if stated, are subject to validation by Respondent. Respondent is reminded that differences between estimated quantities and those reasonably derived based from the Contract Documents (as well as through bid conferences, job walks, RFB addendums, and other distribution of information) shall be the responsibility of the SCS Contractor; there shall be no additional cost incurred by AUSD for complying with the specifications and requirements of the Contract Documents. Any variance from those components identified on the drawings and/or below shall be submitted to Azusa Unified School District / Azusa Unified School District s Representatives for approval prior to ordering and installation; the risk for all costs incurred by the SCS Contractor for materials ordered prior to such written approval shall be borne entirely by the SCS Contractor. Nonetheless, it is imperative that the SCS Contractor determine the availability of necessary materials and propose equivalent substitutes as necessary to meet all installation milestones; delays in SCS installations due to lack of product availability are unacceptable. As catalog numbers change frequently, the SCS Contractor must verify all part numbers prior to ordering materials. Clarifications will be issued in response to written Requests for Information (RFI s) 20

21 All UTP, fiber optic cabling, inner duct and cable ties, where required, will be plenum- rated (i.e., CMP, ONFP). Copper and fiber optic backbone cable intended for installation within conduit, riser shafts and chases, etc., shall be at a minimum, rated CMR (riser rated). Unrated cable (such as filled ASP) shall not be installed within the structure except when placed within EMT, IMC, PVC or RGS conduit. SCS Delivery and Storage SCS Contractor shall provide protection from weather, moisture, dirt, dust and other contaminants for telecommunications cabling and pathway equipment placed in storage. Components Components shall be UL or third party certified. Provide a complete system of telecommunications cabling and pathway components using star topology and support structures, pathways, and spaces complete with conduits, pull wires, raceways, junction boxes, underground pull boxes, outlets, and cables, as per the Azusa Unified School District SCS requirements. Fixed cables and pathway systems for telecommunications systems shall be UL listed or third party independent testing laboratory certified, and shall comply with NFPA 70. Horizontal cable and termination equipment shall be installed and certified so as to provide a 25 year warranty. Pathways (Backbone & Horizontal) Pathways shall consist of conduits; pull boxes, sleeves, cable runway, raceways, ceiling hangers, J- Hooks and outlet boxes as per the drawings. Provide grounding and bonding as required by TIA/EIA- 569 and TIA/EIA Distribution Frames Provide main distribution facilities (ER s) class room (CRTR) and intermediate distribution facilities (TR s), as required per each SCS installation parameter for terminating and cross connecting permanent cabling links. Equipment Enclosures Equipment cabinets shall consist of frame, sides, top, front door and back door. Perforated doors shall be provided for enclosures within secured rooms, but solid doors are required within classrooms and other rooms/areas where students may be present. Lockable front and louvered/perforated lockable back doors are required. Enclosure frames and doors shall be made of 16- gauge high quality cold rolled steel (CRS) throughout in an all- welded construction. Enclosure side panels and top panels shall be made of minimum 18- gauge high quality cold rolled steel (CRS). Cabinet finish color shall be determined by the Azusa Unified School District, modular type steel construction and treated to resist corrosion. 21

22 The following additional requirements apply: Enclosure Top Panel is to be perforated to allow for heat exhaust as well as adaptable for fan assembly options. Enclosure should have three (3) cable access panels located at base of cabinet on each side and at the back for cable access when cabinet may not be on raised floor or cable entry is not coming from the ceiling. Enclosure shall have a 1,000 pound loading capacity. The enclosure shall provide 19 rack mounting. Dimensions shall be approximately 84 H X 24 W X 36 D. Seismic bracing shall be installed. A 315 CFM top mount fan assembly enclosed within fan housing and supplied with 6 foot power cord shall be provided within all enclosures. The equipment enclosure shall be CPI or equivalent Equipment Racks Equipment racks shall be freestanding modular aluminum units designed for telecommunications terminal support and coordinated with dimensions of units to be supported. Equipment racks shall have approximate module dimensions of 84 inches high by 19 inches wide by 3 inches channel depth. Additional characteristics of the equipment racks shall be as follows: All high strength, lightweight T6 aluminum extrusion construction. Equipped with two top angles or top bars and heavy- duty assembly hardware. Have EIA hole pattern on front and rear. Assemble to provide 19- inch mounting with no additional hardware. Have: o EIA Channel: 3" x 1.265" x 1/4" thick flange o Base Angles: 3 1/2" x 6" x 3/8" thick (pair) o Top Angles: 1 1/2" x 1 1/2" x 1/4" (pair). o Top Bars: 1 1/2" x 1/4" (pair). o A weight capacity of 1000 lb (weight must be evenly distributed). o Clear coated over a brushed aluminum finish. o Provide floor and ceiling access for cable management and distribution. o Provide a pre- drilled base for floor attachment of rack. Equipment racks shall be earthquake braced. Equipment racks shall be CPI or equivalent 22

23 Wire Management All 84 tall equipment racks shall be equipped with vertical wire management organizers. All equipment racks, wall mount racks and wall mount cabinets shall be equipped with horizontal wire management. All horizontal wire managers shall be heavy duty painted black metal units designed specifically to connect to equipment frames. Vertical Wire Managers Vertical wire managers shall be six inches wide and seven feet tall. Vertical wire mangers shall have evenly spaced wire rings designed to maintain jumper, patch, or cross- connect wire in place. Vertical wire managers shall be designed to extend past the frame to allow placement of equipment in any position within the rack. When mounted between equipment frames, they shall be designed to direct cables into either frame and shall be securely mounted to both units. Vertical wire managers shall be equipped with cable restraint latches. All vertical wire managers shall be aluminum with a black finish All wire managers shall be secured to the frames and shall provide a clear and unobstructed pathway in which to route the cables. Each UTP and fiber optic patch panel will have one (1) 2RU horizontal wire manager above and below. Vertical wire managers shall be or CPI or equivalent Equipment Rack Wall- Mounted Wall- mounted equipment racks shall have approximate module dimensions of 36 or 48 inches high by 19 inches wide by 3 inches channel depth. Additional characteristics of the equipment racks shall be as follows: All high strength, lightweight T6 aluminum extrusion construction. Rated for 350 lb. load capacity (dependent on wall characteristic) Have EIA hole pattern on front and rear. Assemble to provide 19- inch mounting with no additional hardware. Have an EIA Channel 3" x 1.265" x 1/4" thick flange. Be clear coated over a brushed aluminum finish. 23

24 Provide access for cable management and distribution. Provide pre- drilled base for wall attachment of rack. Wall- mounted equipment racks shall be mounted on plywood backboard in location to be determined. Wall- mounted equipment racks shall be manufactured by CPI or equivalent Equipment Cabinet Wall- Mounted Wall- mounted equipment cabinets shall be fully enclosed, lockable, modular type steel construction and treated to resist corrosion. Such cabinets shall be wall mount/swing out type, providing 19 rack mounting, and designed to allow for left or right- hand swing. While cabinet size will be determined on a project- by- project basis, default dimensions shall be approximately 36 H X 24 W X 24 D or 48 H X 24 W X 24 D. An optional 210 CFM side mount fan assembly supplied with power cord shall be available. Cabinet finish color shall be determined by the Azusa Unified School District. Equipment Cabinet Wall- Mounted < 148 ports. For locations consisting of 148 total ports or less a flush mounted enclosure shall be installed. Cabinet shall be mounted on fire rated ¾ AC grade plywood backboard in location to be determined. Cable Runway Cable runways (ladder rack) shall be provided to permit installation of communications, computer, CATV, paging, distribution system cables and other low voltage system cables. Cable Runway: Runway (ladder rack) shall be constructed of an open bottom with 1½ cable bearing surface 12 on center. Side rails shall be minimum 1 ½ high and constructed of tubular steel. Finish shall be black baked enamel. Accessories and special transitions shall be provided for all changes in direction and offsets. Use manufacturer s standard fittings, including bolting assemblies for all end- to- end connections. Provide transverse and longitudinal seismic restraints as required. Provide plastic trough dropout bushings at each location where cables will descend into the equipment racks. Cable runway wall angle supports shall be steel angles, black baked enamel finish. Ends to be smooth without hooks or projections. Brackets shall be able to support an end load of 600 lb. with a safety factor of

25 Cable runway elbows, tee s, 90 degree bends and crosses: All horizontal and vertical 90 degree elbows, tees, 90 degree bends and crosses shall be made with right angle couplings which clamp to the runway without the need for drilling or cutting. Cable runway shall be manufactured by Cooper B- Line or CPI or Azusa Unified School District approved equal. Backboards. BEF, ER and TR walls shall be covered with ¾- inch thick, Grade A/C, void- free, fire rated plywood, as required. 3/4 inch thick by 8 feet- 0 inches high A/C plywood. Backboards shall be mounted vertically, starting 6 inches above the finished floor, and secured to the walls. All backboards are to be constructed of 4 feet by 8 feet plywood. All plywood panels must be mounted in contact with one another, leaving no gaps between sheets. At Azusa Unified School District designated wall- mount TR rack and cabinet locations, the SCS Contractor shall install ¾- inch thick, Grade A/C, void- free, fire rated plywood of adequate height and width to support the mounting of wall mount racks or cabinets. In all cases, all exposed edges must be chamfered. Screws, bolts, washers and/or nuts are to be counter sunk to be flush with the surface of the plywood. The plywood shall then be sanded and painted with two coats of insulating fire- retardant white paint. ER and TR backboards shall be equipped with sufficient quantities of 2 and 4 D rings. Grounding and Bonding Products The SCS Contract shall comply with UL 467, TIA/EIA- 607, and NFPA 70. Components shall be identified as required by TIA/EIA Fire Stopping Material Contractor shall provide all necessary fire stopping of openings through which cable is installed under this specification, in accordance with NFPA 70 and all local codes. This includes installation in conduits, raceways, or bare penetrations. Provide and install UL 1479 approved (Fire Barrier Caulk) fire stop material. Power Strip The SCS Contractor shall provide and install at each ER and TR one (1) rack- mounted, integrated for the price CPI surge suppressor or equivalent 12- outlet power strip, or Azusa Unified School District approved equal. ER Shelving. The SCS Contractor shall provide and install at each ER one CPI or equivalent double sided shelf and one CPI or equivalent low profile shelf. At Azusa Unified School District s request, an optional CPI or equivalent shall be provided and installed by the SCS contractor. 25

26 Surface Mounted Raceway All cable pathways shall be concealed within walls, whenever possible. Surface mounted raceway is to be utilized in dry interior locations only as covered in Article 352 part B of the National Electrical Code, as adopted by the National Fire Protection Association and as approved by the American National Standards Institute. All surface- mounted raceway shall be listed as suitable for use in applications having up to 600 volts between conductors by Underwriters Laboratories, Inc., when screw secured and installed per instructions. Metal Raceway Metallic surface mounted raceway shall be Wire mold type metallic series metallic surface mounted raceway. A full complement of fittings shall be available including but not limited to mounting clips and straps, couplings, flat, internal and external elbows, cover clips, tees, entrance fittings, conduit connectors and bushings. A series of inserts shall also be available for retrofit applications that provide a controlled 2" cable bend radius which meets the specifications for Fiber optic and UTP/STP cabling and exceeds the TIA 569 requirements for communications pathways. Notching or modifications of raceway and fittings will not be permitted. Copper Patch Panels Patch panels shall consist of a metal patch panel with four (4) or six (6) port faceplates, which are removable from the front. Such panels shall: Mount to standard EIA 19 racks Be modular, accepting all modules designed for that product line Be available with labels that follow TIA/EIA 606 labeling standards. One patch panel port shall be provided for each workstation cable served from the ER, TR or Class Room TR, with a minimum of 12 spare ports required. The SCS Contractor shall supply and install as many patch panels as necessary to service all workstations, plus the required spare count. Quantities of modules shall be based on the number of UTP cables originating at wall outlets and terminating at the patch panel. Fiber Optic Patch Panels The SCS Contract shall provide fiber optic patch panels as necessary for the maintenance and cross connecting of fiber optic cables. Such panels shall be constructed of inch minimum aluminum and shall have connectors which interface the inside plant fiber optic jumper cable with the outside plant fiber optic cable. These units will terminate the fiber optic cables, provide a place for jumper cables and will provide room to terminate additional optics. 26

27 Panels shall be sized to support a minimum of 100% growth. Rack- mounted and wall- mounted fiber patch panels shall be equipped to terminate or splice the incoming inter- building fiber and any required backbone or interconnect cables. Each fiber optic cable must be properly dressed. The fiber optic patch panel connections shall provide 0.4 db or less insertion loss. All fiber optic connectors will be type LC equivalent. Wire Management All equipment racks, wall- mount racks, and wall- mount cabinets shall be equipped with horizontal wire management. All horizontal wire managers shall match the requirements previously stated pre- wire- management. All wire managers shall be secured to the frames and shall provide a clear and unobstructed pathway in which to route the cables. Each UTP and fiber optic patch panel will have one (1) horizontal wire manager above and below. The in- frame horizontal managers shall be 2RU in height and shall extend from side rail to side rail. Horizontal wire managers shall be equipped with a 3 X 3 slotted duct and cover on front and a 2 X 5 slotted duct and cover on back. Horizontal wire managers shall be equipped with bend radius control clips and strain relief clips. Type 66 Blocks Analog Telephone station cables will terminate on standard split 50 pair M66 Block with wall mounting bracket. All blocks shall be equipped with blue color- coded identification strips to identify horizontal voice station cable terminations. All 66- block assemblies, unless otherwise stated in the contract documents, (each 50 pair terminal) shall include vertical and horizontal wire management panels per block assembly. Communications Cabling All communications cabling used throughout this Project shall comply with the requirements as outlined in the National Electric Code (NECÒ) Articles 725, 760, 770, and 800 and the appropriate local codes. All copper cabling shall bear CM, CMP (Plenum Rated), CMR (Riser Rated) and/or appropriate markings for the environment in which they are installed. All optical fiber cabling shall bear OFN, OFNP (Plenum Rated), OFNR (Riser Rated) and/or appropriate markings for the environment in which they are installed. Indoor/Outdoor rated cable shall be used where required. Fiber Optic Backbone Cabling: Multimode fiber optic cables shall be OM4 for all new installations (or 62.5/125 micron for installations where existing fiber optic cable is 62.5/125 micron. The Contractor shall provide all required count (per Azusa Unified School District requirements) optical fiber cables. 27

28 All fiber optic cables for interior use shall be tight buffered, and shall be marked OFNP per NEC Table (e.g., non- conductive plenum rated). Fiber optic warning tags shall placed on exposed fiber optic backbone cables. Fiber optic warning tags shall be orange in color. Fiber optic warning tags shall contain Caution Fiber Optic Cable. The text shall be permanent, black, block, letters, at least 3/16 high. Fiber Optic LC- style Connectors All fiber optic termination connectors will be type LC. The fiber optic patch panel connections shall provide 0.4 db or less insertion loss. Fiver Optic LC- style connectors. Fiber Optic Patch Cables. Fiber Optic Patch Cables shall be multimode patch cords pre- made to connect fiber optic equipment with fiber optic cross connects, interconnects and outlets. The fiber optic patch cables (jumpers) shall be impact- resistant duplex fiber cables, with SC and/or LC connectors as appropriate for installed equipment, of the same performance characteristics as the multimode fiber backbone being connected (62.5/125μm or 50/125μm). These fiber optic patch panel connections shall provide 0.4 db or less insertion loss and provide connection between the Active LAN devices and the Fiber Optic patch panel. Quantities for 100% population plus 10% Spares. The fiber optic patch cables shall be available in 2- meter lengths. Horizontal Cabling Horizontal cabling shall comply with NFPA 70, NEMA WC 63, EIA TSB- 36, EIA TSB40- A, ANSI/ICEA S , EIA TSB- 67 and performance characteristics in TIA/EIA B.1 and B.2 standards for UTP, four- pair 100 ohm cabling. Horizontal cabling shall provide four each individually twisted pair, 24 AWG or 22 AWG conductors enclosed by an overall jacket. Overall diameter of four pair cable shall not exceed 0.25 inches. Ultimate breaking strength shall be minimum 90 pounds. Four pair cable shall withstand a bend radius of one- inch minimum at a temperature of minus 20 degrees C maximum without jacket or insulation cracking. Conductors shall be color coded and polarized in accordance with TIA/EIA B.1 and B.2. Category 5e cable for telephone systems and local area networks shall exceed TIA/EIA B.1 and B.2 standards and requirements. [NOTE: Lesser standards may apply on a case- by- case basis.] Conductor shall be 22 or 24 AWG solid annealed copper. Cable shall be plenum rated where required and shall comply with NFPA 70, UL 444, and UL 910. Category 5e cable jacket color shall be gray. Horizontal cabling shall meet specifications listed 28

29 Category 5e cable runs for data shall not exceed 100 meters in length. Work Station Outlet Assemblies Jacks shall comply with FCC Part 68.5, and TIA/EIA B.1 and B.2. Jacks shall accommodate UTP or OFN and work in concert with Panduit non- metallic raceway and Wiremold metallic raceway. UTP jacks for data shall be RJ- 45 designation T568B type, UL 1863 listed, eight position, constructed of high impact rated thermoplastic housing rated for Category 5e service. UTP jacks for data shall be Category 5e hardware and shall comply with the attenuation requirements contained in TIA/EIA B.1 and B.2. UTP Jacks for data shall be blue in color. UTP jacks shall be Category 5e UTP jacks for voice, clocks, bells and speakers shall be off white in color. Stenciled lettering for voice and data circuits shall be provided using thermal ink transfer process. UTP Patch Cables UTP patch cables for unshielded twisted pair cable shall be Category 5e rated for Category 5e horizontal cable installations. Such cables shall be equipped with factory- attached connectors to interconnect equipment mounted on the racks of the distribution frame and to connect computer stations to outlet locations. UTP patch cables shall be available in 3, 5, 7, 10 and 14 lengths for BEF, ER, TR and CRTR and workstation locations. UTP patch cables may also be used for patching applications, not to exceed 20 feet. Quantities required shall provide for 100% port population with 10% spare. UTP patch cables must be compatible Miscellaneous Equipment: Part numbers listed below are for reference only Azusa Unified School District will consider all manufacturer s equivalent or better. Conduit Sealer Kit - Semco #PR- 851 (or equivalent) Aluminum Threaded Innerduct Couplings - Pyramid Products Part#FO9006 (or equivalent) Corrugated Fiber Optic 1 Innerduct - Carlon Products Part# CID100- T (Orange & Yellow, and Blue) (or equivalent) Fiber Optic Innerduct Labels - TC Connectivity or Wiremold #PVL 200 BY(or equivalent) 900 Micron Buffered Fiber Label - TC Connectivity or Wiremold #PMDR- 0-9 GMM polyester film marker tape as a flag (or equivalent) 29

30 Fiber Optic Caution Tag - Osburn #FO /4 x 3-1/2 (or equivalent) Unspecified Equipment & Material Any item of equipment or material not specifically addressed on the drawings or in this document and required to provide a complete and functional SCS installation shall be provided in a level of quantity and quality consistent with other specified items. Cable Pathway SCS Pathways Installation Comply with Azusa Unified School District, TIA/EIA- 569, NEC and CEC. In suspended ceiling areas where duct, cable trays or conduit are not available, the Contractor shall bundle, in bundles of 48 or less, station wiring with cable ties snug, but not deforming the cable geometry. Cable bundles shall be supported via "J" hooks attached to the existing building structure and framework at staggered five to four- foot intervals. Properly rated Velcro straps will be used in all appropriate areas. The Contractor shall adhere to the manufacturer s requirements for bending radius and pulling tension of all data and voice cables. Cables shall not be attached to lift out ceiling grid supports or laid directly on the ceiling grid. Cables shall not be attached to or supported by fire sprinkler lines, HVAC ducting, electrical EMT, lighting fixture or any environmental sensing device located in the ceiling air space. All cable shall be run in transverse or longitudinal paths. Use of existing signal and other conduit must be approved in advance by Azusa Unified School District. The SCS contractor shall be responsible for all replacement cost for damage to cables currently occupying existing conduits. Conceal interior conduit under floor slabs and within finished walls, ceilings, and floors where possible. Run conduits in crawl spaces and under floor slabs as if exposed. Install conduit parallel with or at right angles to ceilings, walls, and structural members where located above accessible ceilings and where conduit is visible after completion of Project. Keep conduit minimum 6 inches away from parallel runs of electrical power equipment, flues, steam, and hot water pipes. Install no more than two 90- degree bends for a single horizontal cable run. All in- slab raceways shall use indoor/outdoor rated cable. Use transition points when necessary to transition from plenum to non- plenum cable. Run raceway as determined by site survey. Any transitions between buildings or structures shall include an appropriate liquid tight flex joint with a drip loop. Provide pull boxes with liquid tight flex conduit only where flexible connections are required. Azusa Unified School District approval required prior to all liquid tight flex conduit installations. 30

31 New underground conduit shall be 1, 2 or 4 PVC schedule 40. All sections shall be permanently glued together. Transition from underground PVC to above ground stub up shall be via rigid conduit. All conduits shall be properly reamed and bushed with pull ropes installed. Conduits terminating inside of building through floor shall be installed so that the conduit extends a minimum of 4 above finished floor. Conduits terminating inside of building through wall shall terminate in appropriately sized junction box. Empty conduits shall be plugged with mechanical type seals to ensure that foreign matter does not enter the building. All empty conduits shall be equipped with mechanical type seal plugs in all pull boxes, junction boxes and within all buildings. All conduits, sleeves and other penetrations will be fire stopped by the SCS Contractor prior to acceptance. Such fire stopping shall conform to Azusa Unified School District s requirements and shall be implemented in accordance with UL design guidelines for fire- rated assemblies. Provide all coring, patching and painting as needed for Intra- Building and Inter- Building pathways. Caulking is not an acceptable patching method for conduit penetrations into exterior walls. Coordinate with Azusa Unified School District for acceptable patching methods. Underground Pull Boxes and Junction Boxes Underground pull boxes shall be made of concrete and the minimum size shall be 35 ½ x 17 ½ x 12. Underground pull box covers shall be rated for traffic (type T.05) and shall be marked communications. Metal covers shall be used in all location subject to vehicle traffic. Underground pull boxes and junction boxes shall not be placed in areas subject to flooding. Gravel shall be installed below all Underground pull boxes for drainage. Establish drainage to meet Public Works Construction Standards (Green Book). Unless otherwise noted exterior junction boxes shall have minimum dimensions of 24 x Interior junction boxes shall consist of 16 gauge steel minimum, unless otherwise noted on plans. Indoor enclosures shall conform to NEMA Type 4, unless otherwise noted. Size junction boxes to not less than minimum Code requirements. Increase size above Code requirements where necessary to provide space for pulling, racking or splicing enclosed conductors, or where specified or indicated dimensions exceed Code requirements. Exterior metal junction boxes exposed to weather (and not installed in or below grade) shall be equipped with rain- tight or weatherproof- hinged doors. Exterior junction boxes shall have 16 gauge steel bodies and 14 gauge steel doors. Exterior pull boxes shall be equipped with stainless steel door clamps on three sides, a removable stainless steel continuous hinge pin, a hasp and staple for padlocking, and external mounting feet. 31

32 Enclosures installed on vertical exterior walls shall conform to NEMA Type 3R. Enclosures installed on exterior horizontal surfaces such as rooftops or breezeways shall conform to NEMA Type 4 unless otherwise noted. Rain tight or weatherproof boxes shall use threaded watertight hubs for top or side entry and may use knockout for bottom entry only. Exterior pull boxes shall conform to these industry standards: UL 508 Type 4 NEMA/EEMAC Type 3, Type 4, Type 12, Type 13 JIC standard EGP CSA Type 4 IEC 529, IP66 Junction Boxes shall be labeled Communications with screw on 1/8 engraved, black plate, white letters. Tamper resistant screws shall be used on all exterior aboveground junction boxes that are exposed to public/student areas. Exterior pull boxes preferred manufacturer is Hoffman or equivalent. Communication Duct- Banks and Conduits Use of existing signal and other conduit must be approved in advance by Azusa Unified School District. Trenches All underground trenches shall be 24 wide by a minimum of 30 deep. Trenches shall be back- filled at 95% compaction. Contractor shall contact Dig Alert a minimum of 48 hours prior to excavation to verify the location of existing underground utilities. Modifications to pathway design may be dictated by field conditions subject to approval by Azusa Unified School District. Conduits must be inspected by Azusa Unified School District s facilities inspector prior to backfill. Contractor shall restore surface to original condition. Compaction testing notification must be provided to Azusa Unified School District 48 hours prior to testing so that an Azusa Unified School District inspector may be present. Slurry fill trenches to within three inches (3 ) of finished grade whenever crossing paved areas. Two Sack slurry shall be used. Pavement removal and patching shall conform to specifications and standards listed in the Public Works Standards (Green Book 2000). 32

33 Underground Conduit All communications conduits shall be placed in a uniform manner between ground boxes and pull boxes. Conduit in position #1 at one ground box or pull box shall maintain its position within the duct run and terminate in the #1 position at the next box. The position of all conduits between ground boxes and pull boxes shall be maintained. Long radius bends (over 30 feet) shall be used whenever possible to make changes in direction. If it is found to be necessary to place a 90- degree bend in the conduit run, a factory- made sweep of no less than 60- inch radius shall be used. No conduit run shall exceed a total of 180 degrees of bend between any two points (such as manholes or buildings) considering both vertical and horizontal sweeps. Cold- formed trench bends shall have a radius of not less than 60 inches and shall pass mandrel integrity. Bend radius criterion is 2" or less 6 times the diameter of the conduit and any conduit larger than 2" is 10 times the diameter of the conduit. Where communications and power conduits occupy the same trench, all conduit structures shall be built with the telecommunications conduits placed above the power conduits and separated by a minimum of 12 of compact earth or 3 of concrete encasement, unless otherwise called out and approved by Azusa Unified School District. If this type of construction is required, it shall receive the prior approval of the Azusa Unified School District. Communication conduit/duct can be concurrently installed in joint trench with rigid power conduit/ducts if separated by a minimum 3 of concrete. Communication conduit/duct(s), in a joint trench configuration, shall be installed in a separate top layer(s) or a side- by- side configuration separated by a minimum 3 of concrete between communications and power conduit/ducts. Except where specifically shown otherwise, joint trench conduit/duct structures, containing power circuits above 600 volts, shall be encased in red concrete (5- sack cement mix, 3/4 maximum aggregate). Conduit shall have a factory formed bell on one end for interconnecting segments. All conduits shall be equipped with mechanical seal plugs in all ground boxes and expansion rubber seal plugs within all buildings. Conduit located under heavy use highways or railroad rights- of- ways shall be encased in steel casing consistent with the AASHTO or AREA specifications. The thickness of the steel casing shall be engineered for each specific application. This may vary based on campus codes. High impact spacers shall be used in all multi- duct systems, for both solely owned and joint telecommunications/power construction. A horizontal and vertical separation of 1 inch between the ducts shall be maintained by installing high impact spacers with horizontal and 33

34 vertical locking intervals of ten feet. Spacers shall conform to NEMA TC- 2, TC- 6, TC- 8, and ASTM F 512 dimensions. Utility marking tape shall be buried 18 inches above the conduits. The length and destination of all conduits shall be identified in each ground box, pull box and building. Embossed metal or heavy plastic tags strapped to each conduit shall be used. After installation of communications conduits, the Contractor shall prove all conduits by pulling a mandrel with a diameter ¼ inch smaller than the conduit and 6 inches long through each conduit end- to- end. An inspector designated by the Azusa Unified School District shall be notified 24 hours before this procedure. Each conduit shall be cleaned with a bristle brush to remove any debris. All conduits shall be equipped with seal plugs in all pull boxes and expansion rubber seal plugs within all junction boxes and building entrances. Contractor shall install new ¼ pull rope in all conduits placed. Overhead Conduit Azusa Unified School District prohibits the installation and use of overhead conduit extending between buildings. Communications Entrance Conduit To prevent shear, all inter- building conduit transitions (either underground or overhead ) shall transition from PVC or metal to Sealtight conduit when attaching between permanent structures. The contractor and Azusa Unified School District shall determine the placement of all entrance conduits. All applicable standards (i.e., Azusa Unified School District, NEC, BICSI or G.O. 128) shall be adhered to. Transition from underground PVC to above ground stub up shall be via rigid conduit. Sealtight flex conduit drip loop lengths shall not exceed 24, unless approved by Azusa Unified School District. Conduits terminating inside of building through floor shall be installed so that the conduit extends a minimum of 4 above finished floor. Conduits terminating inside of building through wall shall terminate in appropriately sized junction box. Provide all coring, patching and painting as needed for Intra- Building and Inter- Building pathways. Caulking is not an acceptable patching method for conduit penetrations into exterior walls. Coordinate with Azusa Unified School District for acceptable patching methods. 34

35 All conduits shall be properly reamed and bushed. Contractor shall install new ¼ pull rope in all conduits placed. Empty conduits shall be plugged with mechanical type seals to ensure that foreign matter does not enter the building. Ductbank Locating Cable (e.g., electronically detectable warning tape). Warning tape shall be a minimum of 3" wide, orange in color, and shall have a non- degradable imprint as follows: The tape shall be electronically detectable. Pull Rope Caution Fiber Optic Cable Buried Below Pull rope shall be new ¼" polypropylene over polyester rope with a minimum 1700 lb. Tensile strength. Pull rope shall be new material that is free of knots, kinks, and abrasions and shall be placed as a single continuous length in every new conduit. Pull rope shall be secured at each end. ER/TR Grounding Bonding and Grounding All ER Racks shall be provided with a Telecommunications Grounding Busbar (TGB), installed in accordance with TIA/EIA The TGB shall be grounded to the nearest access to the building ground with a #6 AWG insulated conductor. Building ground is identified as building structural steel, or ground rod; gas pipes and electrical conduits are not acceptable ground attachment points. Ground conductors are not to exceed 40. If building ground connection is beyond 40, Contractor is to install a new ground round at the nearest outside location. The ground rod location shall be approved by the Azusa Unified School District prior to installation. The Contractor shall provide ohms testing for ground. Ground connections shall not exceed 5 ohms. ER ground rods shall consist of: Fargo clamp: Shall be cast from copper, silver- plated, and furnished with copper bolt. Ground rod: shall be manufactured of high strength high carbon steel, with electrolytically bonded jacket of copper on surface, and meet UL spec. 467 and ANSI C

36 SCS Installation General Installation Practices The Structured Cabling System and pathway, including the horizontal and backbone cable, pathway systems, telecommunications outlet/connector assemblies, and associated hardware shall be installed in accordance with TIA/EIA B.1 and B.2, TIA/EIA- 569, NFPA 70, and UL standards as applicable. Cabling shall be connected in a star topology network. Installation methodologies shall adhere to manufacturer installation procedures so as to not violate certifications (i.e. UL). All work shall be performed in a good workmanship- like manner leaving each location in the same or better condition as at the start of each Project. SCS Contractor shall provide all necessary tools and materials not specified, (tie wraps, d rings, screws, consumables, hardware, etc.) and equipment, (ladders, hydraulic lifts, storage containers, etc.) necessary to provide a complete and operating system. The Azusa Unified School District - designated representative shall be provided progress reports. Periodic on- site inspections will be done during the course of installation. The Azusa Unified School District reserves the right of local jurisdiction for final approval. Install properly sized Category 5e, outdoor and underground rated cable in pathways. The SCS Contractor shall be responsible for determination of actual segment lengths; actual quantities will be determined by the routing established by the Azusa Unified School District where needed for analog phone lines. Where additional conduit sleeves are required, but not provided by others, the SCS Contractor shall be responsible to provide and install such conduit sleeves. Applicable practices include, but are not limited to, the following: Screw terminals shall not be used except where specifically indicated on plans. Do not untwist Category 5e UTP cables more than 1/4 inch from the point of termination to maintain cable geometry. Do not exceed manufacturers' cable pull tensions for copper and fiber optic cables. Provide a device to monitor cable pull tensions. Do not exceed 25 pounds pull tension for four pair copper cables. Do not chafe or damage outer jacket materials. Use only lubricants approved by cable manufacturer. 36

37 Do not over cinch cables, or crush cables with staples. For UTP cable bend radii shall not be less than four (4) times the cable diameter. All SCS cables shall be identified at both ends; underground pull boxes and junction boxes to include cable I.D., type, and size, destination fiber or pair count and any other pertinent information in accordance with Azusa Unified School District established labeling procedures. Identification shall be easily visible, firmly attached and impervious to moisture and other elements. Open Cable Use only where specifically designated by the Azusa Unified School District or determined during site surveys and only when approved by the Azusa Unified School District. When not run in surface mounted raceway or conduit, utilize cable hooks above suspended ceilings and in all ceiling spaces; install cabling above suspended ceilings 6 to 12 inches above ceiling T- bar using J hooks spaced 4 to 5 feet apart and securely attached to structural ceiling. Comply with TIA/EIA B.1, B.2 and TIA/EIA Do not exceed cable pull tensions recommended by the manufacturer. Plenum cable shall be used where required by industry standards, building and safety codes and the Azusa Unified School District rules and regulations; plenum cables shall comply with flammability plenum requirements of NFPA 70 and shall comply with UL 910. Avoid routing copper cable in areas where there may be high levels of electromagnetic interference (EMI). EMI is caused by AC power lines, broadcast signals, X- ray equipment, motors, generators, and fluorescent lights. UTP cables shall be routed at least 5 inches away from fluorescent lighting fixtures. Cables shall be placed in the support device, J hooks located every 4 feet, as long as they are separately bundled and tie- wrapped using Velcro ties. Cabling shall be organized and identified so as to facilitate locating and handling individual sheaths for maintenance functions. Each bundle shall be neatly tied without over cinching or stressing cable. Bundles shall be clearly marked identifying the TR and room to which routed, the station numbers served by the bundle, and any other information that may assist in administration. Great care shall be taken to protect all cabling from physical damage. An industry standard service loop shall be installed on each cable installation where possible. Fiber Optic Backbone Cable SCS Contractor shall be responsible for determination of actual segment lengths; actual quantities will be determined by the routing established by Azusa Unified School District. Do not exceed manufacturer's recommended bending radii and pull tension. All fibers shall be terminated into fiber optic LC- type connectors. Each fiber optic backbone cable segment shall 37

38 be labeled at each end with its respective TR identifier. At each location where fiber optic cable is exposed to human intrusion, it shall be marked with warning tags. A warning tag shall be permanently affixed to each exposed cable or bundle of cables, at intervals of not less than five (5) feet. Any section of exposed cable, which is less than five (5) feet in length, shall have at least one (1) warning tag affixed to it. Install Category 5e and Fiber Optic Backbone cabling and pathway system in accordance with TIA/EIA B.1, B.2, B.3 and TIA/EIA The cabling installation shall comply with EIA TSB40- A and EIA TSB- 36. Horizontal Cabling The following is a list of typical/default outlets to be installed; however, Azusa Unified School District may elect to specify different requirements within any particular RFB. Unless specifically noted otherwise, all cabling shall be EIA/TIA Category 5e, installed to industry standards and, unless otherwise specified, at 18 AFF. All ER/TR terminations shall be on patch panels. In all cases, one duplex electrical outlet (NEMA 5-15R) is required for each cable drop, and, to the extent possible, electrical receptacles shall be within 12 of the communications outlet. [NOTE: For purposes herein, the word drop shall denote one communication cable (as opposed to an outlet location).] School Maps Maps of all the schools the number of classrooms, offices, kitchens, MP rooms, etc. are detailed on each with the kind of ceiling that each room contains in Appendix 2. Please use the following guide to plan for the cabling for each school. Nearly all of the rooms already have at least one Internet drop however, the purpose of this bid is to get all District facilities to meet the stated minimum requirements of this document. The AUSD does not make any assertions about the quality of the existing cabling. All locations will have the following standard number of drops: Classroom Standard Two Dual jacks at opposite ends of the room SCHOOL CABLING NEEDS: Gladstone High School 56 rooms to standard 18 dual drops in Guidance New IDF in Staff Lounge Cafeteria, 5 dual drops from Staff Lounge Add IDF in Room B27 38

39 Azusa High School 62 Rooms to standard Move IDF from storage room to between room 221/222 New IDF in training/health Room feeding 100s wing 3 dual drops in Room A New IDF in room 411 Install 40 droms in room 411 New IDF in room 214 Install 36 drops in Room 214 Move IDF in storage to Cafeteria 15 dual Drops in Guidance Center 6E home run from SPA to IDF in room 221/222 Center Middle School Move MDF to 3 foot cabinet in Office Fiber from MDF to Room 29 Magnolia Elementary Move MDF from East side of office to inside room 105, in 3 foot cabinet right rear wall Murray Elementary Relocate the MDF to Supply Room 105 Paramount Elementary Relocate the MDF inside office Install horizontal cabling and pathway as determined at site surveys, between ER and/or TR and telecommunications outlet assemblies at workstations, in accordance with TIA/EIA B.1 and B.2 and TIA/EIA The SCS Contractor will coordinate with the Azusa Unified School District for placement information of each outlet to be completed. Basic outlet configurations will be designated by the Azusa Unified School District. The SCS contractor will coordinate with the Azusa Unified School District for outlet configuration details. In general, horizontal station cables will: originate at the outlet location; extend through the ceiling plenum via wire hanger, cable tray, conduits/sleeves and/or other cable pathways, enter the ER or TR as applicable, and transition to the appropriate rack, cabinet or panel for termination. 39

40 SCS Contractor shall provide and install to work station outlet locations, with suitable infrastructure for routing, cables from the outlet location to and into the appropriate rack or panel in the ER, TR or SMALL TR. Equipment Room (ER), Telecommunications Room (TR) and Class Room (CTR) terminations of data cables shall be in rack- mounted patch panels. Patch panels shall be sized to allow a minimum of twelve (12) spare ports for future SCS requirements. Terminations of analog voice/fax station and central office line cables shall be on wall- mounted 66 blocks. The SCS Contractor is responsible for replacement and reinstallation of any installed cable that does not meet the latest TIA/EIA performance parameters, without cost to the Azusa Unified School District. Terminate UTP cable in accordance with TIA/EIA B.1, B.2 and wiring configuration T568B. The SCS Contractor will coordinate with the Azusa Unified School District for placement information of each outlet to be completed. Basic outlet configurations will be designated by the Azusa Unified School District. Coordinate with the Azusa Unified School District for outlet configuration details. SCS Contractor shall provide and install to work station outlet locations with suitable infrastructure for routing cables from the outlet location to and into the appropriate rack or panel in the Equipment Room (ER), Telecommunications Room (TR) and Class Room (TR). Blank Inserts are to match the faceplate color. Workmanship Contractor shall furnish and install all materials, including incidentals, necessary to perform The Work as described in this section. Components of the SCS shall be installed in a neat, workmanlike manner in accordance with all drawings, specifications, and documents described in the bid specifications. Wiring color codes and labeling schemes as described in this document shall be strictly observed and terminations shall be uniform throughout the system as described in Section All testing documentation will be required in latest version Excel on an Owner approved format to be provided one month before Project completion. Contractor shall furnish preliminary as- built drawings immediately after cable rough in. Handwritten drawings are acceptable. These drawings will be used by Owner to establish move- in circuit schedules 40

41 Testing Pre- Installation Cable Testing The Contractor shall test all optical cables prior to the installation of the cable. The Contractor shall assume all liability for the replacement of the cable should it be found defective at a later date. Fiber links shall have a maximum loss of: (Allowable cable loss per km) x (km of fiber in link) + (.4dB) x (number of mated connectors) = total loss. The maximum allowable loss for a multi- mode link is 4db. A mated connector- to- connector interface is defined as a single connector for the purpose of this SPECIFICATION. Loss numbers for the installed link shall be calculated by taking the sum of the bi- directional measurements and dividing that sum by two. Any links, not meeting the requirement of the standard, shall be brought into compliance by the Contractor, at no charge, to the Azusa Unified School District. Documentation shall be provided in both hard copy and CD Rom to the point of contact. Inspection Visually inspect UTP and OFN jacket materials for UL or third party certification markings. Inspect cabling terminations in telecommunications rooms and at workstations to confirm color code for tip and ring pin assignments, and inspect cabling connections to confirm compliance with TIA/EIA B.1, B.2 and TIA/EIA Visually confirm Category 5e marking of cables, jacks, patch panels and patch cables. Telecommunications Cabling Testing Perform telecommunications cabling inspection, verification, and performance tests in accordance with TIA/EIA B.1, B.2 and B.3. All testing personnel shall be trained on testing equipment tools to assure that complete and accurate testing results are obtained and provided. Final Verification Tests Perform verification tests for UTP and OFN systems after the complete telecommunications cabling and workstation jacks are installed. 41

42 Perform 100 MHz near end cross talk (NEXT) and attenuation tests for Category 5e installations. Testing of all copper wiring shall be performed prior to system cutover. 100 percent of the OSP and horizontal wiring pairs shall be tested for opens, shorts, polarity reversals, transposition and presence of AC voltage. Voice and data horizontal wiring pairs shall be tested from the information outlet to the CRSC. The cable runs shall be tested for conformance to the specifications of EIA/TIA 568A specifications for the appropriate category. Testing shall be done with a TIA/EIA TSB- 67 UL Certified Level 2 test set. Test shall include length, mutual capacitance, characteristic impedance, attenuation, and near- end and far end cross talk. The Contractor, at no charge shall bring any pairs not meeting the requirements of the standard into compliance to the Azusa Unified School District. Complete, end- to- end test results must be submitted to the Azusa Unified School District. All fiber testing shall be performed on all fibers in the completed end- to- end system. Testing shall consist of a bi- directional end to end OTDR trace performed per EIA/TIA and bi- directional end to end power meter test performed per EIA/TIA A. Perform OFN end- to- end attenuation tests using an optical time domain reflectometer (OTDR) and manufacturer's recommended test procedures. Perform tests in accordance with TIA/EIA A, Method B for horizontal, multimode OFN. Perform verification acceptance tests and factory reel tests. The system loss measurements shall be provided at 850 and 1300 nanometers for multi- mode fibers. Provide the Azusa Unified School District representative with written final tests verification within 1 week of completion of installation. Final test results shall include summary pages for each ER/TR/SMALL TR as required. Test results shall be provided in both hard and soft copy. Warranty A minimum twenty five (25) year warranty Product and Application Assurance Warranty for this wiring system by the manufacturer shall be provided as follows: Minimum 25- Year Product Warranty. The 25- Year Product Warranty shall ensure against product defects; all approved cabling components shall exceed the specifications of TIA/EIA 568A and ISO/IEC IS and exceed the attenuation and NEXT requirements of TIA/EIA TSB 67 and ISO/IEC IS for data cabling links/channels. The cable installation will exceed the loss and bandwidth requirements of TIA/EIA TSB 67 and ISO/IEC IS for fiber links/channels, for a minimum twenty five (25) year period. The warranty shall apply to all passive data SCS components. The 25- Year Product Warranty shall cover the replacement or repair of defective product(s) and labor for the replacement or repair of such defective product(s) for a twenty- five (25) year period. Minimum 25- Year Application Assurance and Channel Performance Warranty. The minimum 25- Year Application Assurance and Channel Performance warranty shall cover the 42

43 failure of the data wiring system under normal and proper use. All components of the data SCS solution shall exceed the specifications of the Telecommunications Systems Bulletin TIA568- A and IOS/IEC for component and link/channel specifications in support of applications currently standardized which include, but are not limited to, the following: 155 Mbps ATM, 100 Mbps Fast Ethernet, 100VG- AnyLan, 100 Mbps TP- PMD, and 1000Base- SX and 1000Base- T. System Certification. Upon successful completion of the installation and subsequent inspection, the customer shall be provided with a numbered certificate, from the manufacturing company(s), registering the installation. Additional Warranty Contractor shall state any additional Contractor or manufacturer- supplied warranty. Voice and Data SCS Labeling The labeling shall be in accordance with the TIA/EIA- 606 standards for data and voice. The labeling shall be computer software generated and printed with readable fonts and black ink. The ink and label shall be water and smear- proof for both indoor and outdoor use. Samples of each type of media showing label type, labeling format, font size and ink shall be submitted for Azusa Unified School District approval. Voice and Data Systems Labeling The voice and data systems labeling shall include all related equipment, cables, racks and RJ- 45 outlets. Label all cables at each end of the cable designating the rack and port number. The labeling shall be delineated on any riser diagrams, floor plans and test reports. The labeling shall be computer software generated and printed with readable fonts and black ink. Each and every cable termination must be labeled, with each and every cable labeled within two (2) inches of each end. Termination labels and cable tags identifying two ends of the same cable must be the same color. All labeling must be securely fastened, either using heat shrink or self- laminating labels and must be machine generated; handwritten labels are not acceptable. Approval of Azusa Unified School District s Representative for sample labels of each type must be secured prior to commencing application. Patch Panel Labeling Patch panels shall be provided with factory- installed label fields. SCS Contractor installed labels shall identify work station outlet location and its room number and related patch panel port number with machine generated labels. 43

44 Outlet Labeling Outlets faceplates will be provided with factory installed label field labels. SCS Contractor installed labels shall identify the appropriate ER/TR/SMALL TR as well as the related patch panel and port number with machine generated labels. As- Built Documentation The SCS Contractor shall provide complete documentation of as- built conditions within ten business days of each SCS installation completion; late delivery of all submittals (including, but not limited to, as- built documentation) will cause delay of Acceptance by the Azusa Unified School District. CAD backgrounds shall be provided in electronic form to the Azusa Unified School District via a media to be mutually determined. The SCS Contractor shall provide updated AutoCAD drawings utilizing release 2002 or higher; such drawings will indicate site plans, floor plans, as- built conditions of all outlet locations (including outlet numbering), ER and TR areas, as well as main cable runs within the ceiling (including cable pathway apparatus such as cable trays, conduits, sleeves, and trapeze systems). The SCS Contractor shall provide for each SCS installation one (1) D size laminated hardcopy plot of each drawing installation drawing set. Laminated copies shall be left at each Azusa Unified School District installation site. The SCS Contractor shall provide for each SCS installation one (1) E size hardcopy plot of each drawing installation drawing set. Copies shall be delivered to the Azusa Unified School District s Technology Services Department. As- Built documentation shall be provided to the Azusa Unified School District on a compact disc (CD) or other media as otherwise mutually agreed. General Installation Requirements Site Equipment Each of the listed schools will have varying quantities of equipment to be installed depending on the quantity of telecommunications closet locations and the number of jacks fed from the MDF and IDF of each site. Each core MDF switch and IDF switches must have enough ports to connect 100% of copper cables called for in this RFB and 10% future growth. The number of fiber optic ports in the core switch must accommodate all IDF switches with 1 duplex fiber port per IDF switch installed. Daisy chaining IDF switches using uplink cables will not be permitted. 44

45 Miscellaneous Specifications Ordering of Equipment and Materials The SCS Contractor shall responsible for placing orders for all required materials, components, and supplies, securing and forwarding to the Azusa Unified School District s Representative written confirmations (including orders and shipping dates) direct from each manufacturer/supplier. The SCS Contractor shall expedite shipment of all materials, components and supplies as necessary to ensure the successful completion of each installation by the date required. Expedite charges, if necessary, will be submitted to the Azusa Unified School District for written approval prior to ordering. Implementation Planning and Execution The SCS Contractor shall work with Azusa Unified School District and the Azusa Unified School District s Representatives to plan implementation schedules and methodologies, which minimizes impacts to users or other trades during installation and cutover processes. All costs for planning and coordination as well as for after normal business hours labor shall be included within the SCS Contractor's pricing as provided. Please note that, due to academic and administrative activities, implementation may generally be effected after normal business hours; overtime will be incurred by SCS Contractor (without additional cost to the Azusa Unified School District) only as necessary to ensure compliance with mutually agreed SCS installation milestones. Training Requirements Respondent s Project price shall include an orientation session with Azusa Unified School District s technical/facility support personnel. This session, which for planning purposes may last up to four hours, shall: provide an overview of the SCS architecture and its functionality; discuss cross- connect and/or patch cord implementation; review as- built documentation; and establish recommendations for effective management and maintenance of the installed SCS. ADDITIONAL SERVICE REQUIREMENTS AUSD reserves the right to amend the agreement or enter a new agreement for additional items as covered under this bid. A qualified Contractor shall possess and maintain all required product manufacturer certifications in order for the delivered components and systems to be warranted by the manufacturer AUSD maintains installed systems of varying age that connect and support many computer workstations. Many sections of these installed systems will remain operational during and after 45

46 work resulting from this RFB is complete. 1. All new products installed as a permanent component of any new work or installed as a replacement device shall be no less than one hundred percent completely compatible with other remaining components that make up the system. AUSD will perform its due diligence using industry experts and professional references to make a determination as to whether a product proposed to be installed meets these criteria. 2. All new products installed as a permanent component of any new work or installed as a replacement device shall completely support no less than one hundred percent of all protocols and functions that other remaining devices have. 3. All new products installed as a permanent component of any new work or installed as a replacement device shall be state- of- the- art for the particular application within any and all specifications provided. 46

47 BID #14-15:01 NETWORK CABLING E-RATE BID FORM (TO BE SUBMITTED WITH BID) TO: AZUSA UNIFIED SCHOOL DISTRICT, acting by and through its Governing Board, herein called "District". FROM: (Proper Name of Bidder) 1. Pursuant to and in compliance with your Notice Inviting Bids and other documents relating thereto, the undersigned bidder, having familiarized himself with the terms of the contract, the local conditions affecting the performance of the contract and the cost of the work at the place where the work is to be done, hereby proposes and agrees to perform within the time stipulated, the contract, including all of its component parts, and everything required to be performed, including its acceptance by the District, and to provide and furnish any and all of the labor, materials, tools, expendable equipment, and all utility and transportation services necessary to perform the contract and complete in a workmanlike manner all of the work required in connection with the following: Construction of the project known as BID #14-15:01 NETWORK CABLING E-RATE E in District described above, all in strict conformance with the drawings and other contract documents on file at the Business Office of said District for amounts set forth herein. 2. ADDENDA The undersigned has thoroughly examined any and all Addenda (if any) issued during the bid period and is thoroughly familiar with all contents thereof and acknowledges receipt of the following Addenda: (Bidder to list all addenda). ADDENDUM NO: ADDENDUM NO: ADDENDUM NO: DATE RECEIVED: DATE RECEIVED: DATE RECEIVED: 3. BASE BID AMOUNT: Total (in words and numbers): Note: Bidders are cautioned to check and confirm all amounts and calculations. 4. It is understood that the District reserves the right to reject this bid and that the Bid shall remain open to acceptance and is irrevocable for a period of NINETY (90) days. 5. The required list of designated subcontractors is attached hereto. 6. It is understood and agreed that if written notice of the acceptance of this bid is mailed, ed, or delivered to the undersigned after the opening of the bid, and within the time this bid is required to remain open, or at any time thereafter before this bid is withdrawn, the undersigned will execute and deliver to the District a contract in the form attached hereto in accordance with the bid as accepted, and that he will also furnish and deliver to the District FIVE (5) executed 47

48 copies of the Performance Bond and Payment Bond as specified, all within FIVE (5) calendar days after receipt of Notice of Award, and that the work under the contract shall be commenced by the undersigned bidder, if awarded the contract, on the date to be stated in the District's "Notice To Proceed", and shall be completed by the Contractor in the time specified in the contract documents. 7. Notice of Award or other correspondence should be addressed to the undersigned at the address stated below. 8. The names of all persons interested in the foregoing proposal as principals are as follows: (IMPORTANT NOTICE: If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary treasurer, and manager thereof; if a copartnership, state true name of firm, also names of all individual co-partners composing firm; if bidder or other interested person is an individual, state first and last names in full.) 9. The undersigned bidder declares that he or she is licensed in accordance with the act providing for registration of contractors and the documentation of licensure is as follows: License # Classification Expiration Date If the bidder is a joint venture, each member of the joint venture must include the above information. The undersigned certifies (or declares) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. 10. In the event the bidder to whom Notice of Award is given fails or refuses to post the required bonds and return executed copies of the Agreement Form within FIVE (5) calendar days from the date of receiving the Notice of Award, the District may declare the Bidder's bid deposit or bond forfeited as damages. 11. Pursuant to Section 4552 of the Government code, in submitting a bid to the District, the bidder offers and agrees that if the bid is accepted, it will assign to District all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. 48

49 NAME ADDRESS NAME ADDRESS DATE: PROPER NAME OF BIDDER BY: SIGNATURE OF BIDDER NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of authorized officers or agents and the document shall bear the corporate seal; if bidder is partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts on behalf of the partnership; and if bidder is an individual, his signature shall be placed above. 49

50 BID #14-15:01 NETWORK CABLING E-RATE NON-COLLUSION DECLARATION (TO BE SUBMITTED WITH BID) The undersigned declares: I am the of, the party making the foregoing bid. [Title] [Name of Company] The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on, at,. [Date] [City] [State] Signature Name 50

51 BID #14-15:01 NETWORK CABLING E-RATE BID BOND (TO BE SUBMITTED WITH BID) KNOW ALL MEN BY THESE PRESENTS, that we,, as Principal, and, as Surety, an admitted Surety insurer pursuant to Code of Civil Procedure, Section , legally doing business in California at (phone number: ) are held and firmly bound unto the AZUSA UNIFIED SCHOOL DISTRICT, hereinafter called the District, in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal submitted to the said District for the work described below for the payment of which sum is lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying bid dated, 2012, for construction of the complete project known generally as: BID #14-15:01 NETWORK CABLING E-RATE NOW THEREFORE, the Principal shall not withdraw said bid within NINETY (90) days after said opening; and the Principal, when given Notice of Award, shall within FIVE (5) calendar days after the prescribed forms are presented to him for signature, return executed copies of the Agreement to the District, in accordance with the bid as accepted and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract and for the payment for labor and materials used for the performance of the contract, or in the event of the withdrawal of said bid within the period specified or the failure to enter into such contract and give such bonds within the time specified, the Principal shall pay the District the difference between the amount specified in said bid and the amount for which the District may procure the required work and/or supplies if the latter amount be in excess of the former, together with all costs incurred by the District in again calling for bids, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract on the call for bids, or to the work to be performed thereunder, or the specifications accompanying the same, shall in any way affect its obligation under this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of said contract or the call for bids, or to the work, or the specifications. In the event suit is brought upon this bond by the District, and judgment is recovered, the Surety shall pay all costs incurred by the District in such suit, including a reasonable attorney's fee to be fixed by the court. 51

52 IN WITNESS WHEREOF the above-bound parties have executed this instrument under their several seals this day of, 20, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Corporate Seal) Principal By: Title: (Corporate Seal) Surety By: Title: (Attach Attorney-in-Fact Certificate) 52

53 IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in California Insurance Code Section 105, and if the work or project is financed, in whole or in part, with federal, grant, or loan funds, it must also appear on the Treasury Department s most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of agent or representative for service of process in California if different from above) (Telephone Number of Surety and agent or representative for service of process in California). 53

54 BID #14-15:01 NETWORK CABLING E-RATE BID GUARANTEE FORM (Use only when not using a Bid Bond) (TO BE SUBMITTED WITH BID) Accompanying this proposal is a cashier s check payable to the order of the Azusa Unified School District or a certified check payable to the order of the Azusa Unified School District in an amount equal to ten percent (10%) of the base bid and alternates ($ ). The proceeds of this check shall become the property of said District, if, this proposal shall be accepted by the District through the District s Governing Board, and the undersigned fails to execute a Contract with and furnish the sureties required by the District within the required time; otherwise, said check is to be returned to the undersigned. Bidder Note: Use this form, in lieu of Bid Bond form, when a cashier s check or certified check is accompanying the bid 54

55 BID #14-15:01 NETWORK CABLING E-RATE DESIGNATION OF SUBCONTRACTORS (TO BE SUBMITTED WITH BID) In compliance with the Subletting and Subcontracting Fair Practices Act (Public Contract Code commencing at Section 4100) and any amendments thereof, each bidder shall set forth below: (a) (b) (c) The name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement to be performed under this contract, in an amount in excess of one-half of one percent of the prime contractor's total bid and; The portion of the work, which will be done by each subcontractor under this act; and License number. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in this bid. If a prime contractor fails to specify a subcontractor or if a prime contractor specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent of the prime contractor's total bid, he shall be deemed to have agreed that he is fully qualified to perform that portion himself, and that he shall perform that portion himself. No prime contractor whose bid is accepted shall: (a) (b) (c) Substitute any subcontractor, Permit any subcontract to be voluntarily assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the original bid or; Sublet or subcontract any portion of the work in excess of one-half of one percent of the prime contractor's total bid as to which his original bid did not designate a subcontractor, except as authorized in the Subletting and Subcontracting Fair Practices Act. Subletting or subcontracting of any portion of the work in excess of one-half of one percent of the prime contractor's total bid as to which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after a finding reduced to writing as a public record of the authority awarding this contract setting forth the facts constituting the emergency or necessity. A prime contractor violating any of the provisions of Section shall be deemed to be in violation of this contract and the District may exercise the option, in its own discretion, of (1) canceling the contract or (2) assessing the prime contractor a penalty in an amount of not more than 10 percent of the amount of the subcontract involved. Bonds are required for each specification section or combination of sections, which exceed(s) the limit listed above. The practice of issuing separate purchase orders and / or subcontracts for the purpose of circumventing the subcontractor bonding requirement shall not serve to exempt the Contractor from these requirements. 55

56 DESIGNATION OF SUBCONTRACTORS (TO BE SUBMITTED WITH BID) Portion of Work (Company Name) Subcontractor Address of Business License No. Expiration Date PROPER NAME OF BIDDER BY 56

57 BID #14-15:01 NETWORK CABLING E-RATE CONTRACTOR'S CERTIFICATE REGARDING WORKER'S COMPENSATION INSURANCE (TO BE SUBMITTED WITH BID) Labor Code Section "Every employer except the State shall secure the payment of compensation in one or more of the following ways: "(a) By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this State. "(b) By securing from the Director of Industrial Relations a certificate of consent to self-insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees. I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Company Name Date Authorized Signature Print Name Title (In accordance with Article 5 (commencing at Section 1860), Chapter 1, Part 7, Division 2 of the Labor Code, the above certificate must be signed and filed with the awarding body prior to performing any work under this contract.) 57

58 BID #14-15:01 NETWORK CABLING E-RATE CERTIFICATION OF COMPLIANCE WITH DVBE POLICY IN ACCORDANCE WITH EDUCATION CODE (TO BE SUBMITTED WITH BID) Project agreements for the construction and/or modernization of school facilities, which are approved for funding by the State Allocation Board, shall include the following language: 1. In accordance with Education Code Section , the DISTRICT has a participation goal for Disabled Veteran Business Enterprises of at least three percent (3%) per year of the overall dollar amount of funds allocated to the DISTRICT by the State Allocation Board pursuant to the Leroy F. Green School Facilities Act of 1998 for construction or modernization of school buildings and expended each year by the DISTRICT. At the time of execution of the contract, the CONTRACTOR will provide a statement to the DISTRICT of anticipated participation of Disabled Veteran Business Enterprises in the contract. Prior to, and as a condition precedent for final payment under the contract, the contractor will provide appropriate documentation to the DISTRICT identifying the amount paid to Disabled Veteran Business Enterprises in conjunction with the contract, so that the DISTRICT can assess its success at meeting this goal. 2. The CONTRACTOR may provide the anticipated participation of Disabled Veteran Business Enterprises in terms of percentage of its total contract or the dollar amount anticipated to be paid to Disabled Veteran Business Enterprises or by providing the names of the Disabled Veteran Business Enterprises that will participate in the contract. If there is a discrepancy between the anticipated goals and the actual goals at completion of the contract or a failure to meet the anticipated goal or dollar amounts, the a DISTRICT will require the CONTRACTOR to provide, at the completion of the contract, a detailed statement of the reason(s) for the discrepancy or failure to meet the anticipated goals or dollar amount. 3. The Superintendent or designee shall devise a process for the implementation of this policy as defined in the Education Code and shall make any necessary revision to keep the policy current with state legislation. 4. I certify that I have read the above and will comply with the anticipated participation of Disabled Veteran Business Enterprises in this contract. Bidder/Contractor Signature Date 58

59 (Copy on Company Letterhead if available) Date Azusa Unified School District Facilities Planning Department 546 S. Citrus Ave. Azusa, CA Disabled Veteran Business Enterprise (DVBE) Anticipated Participation Statement BID #14-15:01 NETWORK CABLING E-RATE CERTIFICATION OF COMPLIANCE WITH DVBE POLICY IN ACCORDANCE WITH EDUCATION CODE Our firm anticipates using Disabled Veteran business Enterprise (DVBE)-supplied services/materials amounting to $ or % on this project. Attached is the DVBE Certification Letter(s) for the DVBE firms/individuals we anticipate using. At the conclusion of the project, we will report to the DISTRICT the total dollar amount of DVBE participation (services/materials) used under our contract for this project, in compliance with the DISTRICT'S DVBE Policy under the Education Code Section Company Name Title Signature 59

60 REQUEST FOR SUBSTITUTION (NOTE: TO BE SUBMITTED NOT LATER THAN 14 DAYS PRIOR TO THE BID OPENING DATE) Pursuant to Public Contract Code Section 3400, bidder submits the following request to Substitute. I understand that if the request to substitute is not an or equal or is not accepted by District and I answer no I will not provide the specified item, then I will be held non-responsive and my bid will be rejected. With this understanding, I hereby request Substitution of the following articles, devices, equipment, products, materials, fixtures, patented processes, forms, methods, or types of construction: Specification Section Specified Item Requested Substituted Item Contractor Agrees to Provide Specified Item if request to Substitute is Denied 1 (circle one) District Decision (circle one) Yes No Grant Deny Yes No Grant Deny Yes No Grant Deny Yes No Grant Deny Yes No Grant Deny Yes No Grant Deny Yes No Grant Deny Yes No Grant Deny Yes No Grant Deny Yes No Grant Deny Yes No Grant Deny Yes No Grant Deny 1 Bidder must state whether bidder will provide the Specified Item in the event the Substitution request is evaluate and denied. If bidder states that bidder will not provide the Specified Item the denial of a request to Substitute shall result in the rejection of the bidder as non-responsive. However, if bidder states that bidder will provide the Specified Item in the event that bidder s request for Substitution is denied, bidder shall execute the Agreement and provide the Specified Item(s). If bidder refuses to execute the Agreement due to the District's decision to require the Specified Item(s) at no additional cost, bidder s Bid Bond shall be forfeited. 60

61 This Request Form must be accompanied by evidence as to whether the proposed Substitution (1) is equal in quality, service, and ability to the Specified Item; (2) will entail no change in detail, construction, and scheduling of related work; (3) will be acceptable in consideration of the required design and artistic effect; (4) will provide no cost disadvantage to the District; (5) will require no excessive or more expensive maintenance, including adequacy and availability of replacement parts; (6) will require no change of the construction schedule or milestones for the Project; and, (7) Contractor agrees to pay for any Governmental fees or costs associated with this Substitution Request. The undersigned states that the following paragraphs are correct: 1. The proposed Substitution does not affect the dimensions shown on the Drawings. 2. The undersigned will pay for changes to the design, including, engineering or other consultant design, detailing, governmental fees and costs, and construction costs caused by the requested substitution. 3. The proposed substitution will have no adverse effect on other trades, the Contract Time, or specified warranty requirements. 4. Maintenance and service parts will be available locally for the proposed substitution. 5. In order for the District to properly review the substitution request, within five (5) days if requested, the Contractor shall provide samples, test criteria, manufacturer information, and any other documents requested by the District. Name of Bidder: By: District: By: 61

62 AGREEMENT FORM THIS AGREEMENT, entered into this day of, 20 in the County of Los Angeles of the State of California, by and between the Azusa Unified School District, hereinafter called the District, and, hereinafter called the Contractor. WITNESSETH that the District and the Contractor for the consideration stated herein agree as follows: ARTICLE I - SCOPE OF WORK: The Contractor shall furnish all labor, materials, equipment, tools, and utility and transportation services, and shall coordinate and sequence Contractor s Work under the direction of the District and to perform and complete all Work required in connection with BID #14-15:01 NETWORK CABLING E-RATE in strict accordance with the Contract Documents enumerated in Article 7 below. The Contractor shall be liable to the District for any damages arising as a result of a failure to comply with that obligation, and the Contractor shall not be excused with respect to any failure to so comply by an act or omission of the Inspector, Division of the State Architect (DSA), or representative of any of them, unless such act or omission actually prevents the Contractor from fully complying with the Contract Documents and the Contractor protests, in accordance with the requirements of the Contract Documents, that the act or omission is preventing the Contractor from fully complying with the Contract Documents. Such protest shall not be effective unless reduced to writing and filed with the District office within seven (7) days of the date of occurrence of such act or omission preventing the Contractor from fully complying with the Contract Documents. ARTICLE 2 - TIME OF COMPLETION: Once the Contractor has received a notice to proceed, the Contractor shall complete all work for the Project within ( ) calendar days from receipt of the Notice to Proceed. This shall be called Contract Time. It is expressly understood that time is of the essence. Contractor has thoroughly studied the Project and has satisfied itself that the duration set forth for the Contract Time and the duration provided for Contractor s Scope of Work for this Project is adequate for the timely and proper completion of the Project within the Contract Time. ARTICLE 3 - LIQUIDATED DAMAGES AND BONUS: It being impracticable and infeasible to determine the amount of actual damage, it is agreed that the Contractor will pay the District the sum of ($ ) per calendar day for each and every day of delay attributable to Contractor s delay to complete the Project within the Contract Time set forth in Article 2 of this Agreement as liquidated damages and not as a penalty or forfeiture. In the event Liquidated Damages are not paid, the Contractor further agrees that the District may deduct such amount thereof from any money due or that may become due Contractor under the Contract. This Article shall not be construed as preventing the District from the recovery of damages under the Contract Documents. ARTICLE 4 - CONTRACT PRICE: The District shall pay to the Contractor as full consideration for the faithful performance of the Contract, subject to any additions or deductions as provided in the Contract Documents, the sum of DOLLARS ($ ), said sum being the total amount stipulated in the Bid Contractor submitted. Should any Change Order result in an increase in the Contract Price, the cost of such Change Order shall be agreed to in advance by the Contractor and the District, subject to the monetary limitations set forth in Public Contract Code Section In the event that the Contractor proceeds with a Change in work without an agreement between the District and Contractor regarding the cost of a Change Order, the Contractor waives any Claim of additional compensation for such additional work. 62

63 ARTICLE 5 - HOLD HARMLESS AGREEMENT: Contractor shall defend, indemnify and hold harmless District, Inspector, the State of California and their officers, employees, agents and independent contractors from all liabilities, claims, actions, liens, judgments, demands, damages, losses, costs or expenses of any kind arising from death, personal injury, property damage or other cause based or asserted upon any act, omission, or breach connected with or arising from the progress of Work or performance of service under this Agreement or the Contract Documents. As part of this indemnity, Contractor shall protect and defend, at its own expense, District, Inspector, the State of California and their officers, employees, agents and independent contractors from any legal action including attorney s fees or other proceeding based upon such act, omission, breach or as otherwise required by this Article. Furthermore, Contractor agrees to and does hereby defend, indemnify and hold harmless District, Inspector, the State of California and their officers, employees, agents and independent contractors from every claim or demand made, and every liability, loss, damage, expense or attorney s fees of any nature whatsoever, which may be incurred by reason of: (a) Liability for (1) death or bodily injury to persons; (2) damage or injury to, loss (including theft), or loss of use of, any property; (3) any failure or alleged failure to comply with any provision of law or the Contract Documents; or (4) any other loss, damage or expense, sustained by any person, firm or corporation or in connection with the Work called for in this Agreement or the Contract Documents, except for liability resulting from the sole or active negligence, or the willful misconduct of the District. (b) Any bodily injury to or death of persons or damage to property caused by any act, omission or breach of Contractor or any person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages or injury to or death of persons, loss (including theft) or loss of use of any property, sustained by any person, firm or corporation, including the District, arising out of or in any way connected with Work covered by this Agreement or the Contract Documents, whether said injury or damage occurs either on or off District property, but not for any loss, injury, death or damages caused by the sole or active negligence or willful misconduct of the District. (c) Any dispute between Contractor and Contractor s subcontractors/supplies/ Sureties, including, but not limited to, any failure or alleged failure of the Contractor (or any person hired or employed directly or indirectly by Contractor) to pay any Subcontractor or Materialman of any tier or any other person employed in connection with the Work and/or filing of any stop notice or mechanic s lien claims. Contractor, at its own expense, cost, and risk, shall defend any and all claims, actions, suits, or other proceedings that may be brought or instituted against the District, its officers, agents or employees, on account of or founded upon any cause, damage, or injury identified herein and shall pay or satisfy any judgment that may be rendered against the District, its officers, agents or employees in any action, suit or other proceedings as a result thereof. ARTICLE 6 - PROVISIONS REQUIRED BY LAW: Each and every provision of law and clause required to be inserted in this Contract shall be deemed to be inserted herein, and this Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted or is not inserted correctly, then upon application of either party the Contract shall forthwith be physically amended to make such insertion or correction. ARTICLE 7 - COMPONENT PARTS OF THE CONTRACT: The Contract entered into by this Agreement consists of the following Contract Documents, all of which are component parts of the Contract as if herein set out in full or attached hereto: Request for Bids- Criteria and Contract Requirements Project Specifications Plans, Diagrams, Drawings Bid Form 63

64 Non-Collusion Declaration Bid Bond/ Bid Guarantee Form Designation of Subcontractors Contractor s Certificate Regarding Workers Compensation Insurance Certification of Compliance with DVBE Policy Request for Substitution (if applicable) Agreement Form Payment Bond Performance Bond Insurance Requirements and Endorsements Escrow Agreement for Security Deposits in Lieu of Retention Criminal Background Investigation Certification Federal Certifications Certification of Asbestos-Free Materials Labor and/or Materials Release Certificate All of the above named Contract Documents are intended to be complementary. Work required by one of the above named Contract Documents and not by others shall be done as if required by all. ARTICLE 8 - PREVAILING WAGES: Wage rates for this Project shall be in accordance with the general prevailing rate of holiday and overtime work in the locality in which the work is to be performed for each craft, classification, or type of work needed to execute the Contract as determined by the Director of the Department of Industrial Relations. Copies of schedules of rates so determined by the Director of the Department of Industrial Relations are on file at the administrative office of the District and are also available from the Director of the Department of Industrial Relations. The following are hereby referenced and made a part of this Agreement and Contractor stipulates to the provisions contained therein. 1. Chapter 1 of Part 7 of Division 2 of the Labor Code (Section 1720 et seq.) 2. California Code of Regulations, Title 8, Chapter 8, Subchapters 3-6 (Section et seq.) ARTICLE 9 - RECORD AUDIT: In accordance with Government Code Section (and Davis Bacon, if applicable) records of both the District and the Contractor shall be subject to examination and audit for a period of five (5) years after a Final Retention Payment or the Recording of a Notice of Completion, whichever occurs first. ARTICLE 10 - CONTRACTOR S LICENSE: The Contractor must possess throughout the Project a Class C-10 Contractor s License, issued by the State of California, which must be current and in good standing. ARTICLE 11 TERMINATION BY DISTRICT FOR CAUSE: A. Grounds for Termination. The District may terminate the Contractor and/or this Contract for the following reasons: (1) Persistently or repeatedly refuses or fails to supply enough properly skilled workers or proper materials; (2) Persistently or repeatedly is absent, without excuse, from the job site; (3) Fails to make payment to subcontractors, suppliers, materialmen, etc; (4) Persistently disregards laws, ordinances, rules, regulations, or orders of a public authority having jurisdiction; 64

65 (5) Becomes bankrupt or insolvent, including the filing of a general assignment for the benefit of creditors (6) Otherwise is in substantial breach of a provision of the Contract Documents. B. Notification of Termination. When any of the above reasons exist, the District may, without prejudice to any other rights or remedies of the District and after giving the Contractor and the Contractor's surety, if any, written notice of seven (7) days, terminate the Contract and may, subject to any prior rights of the surety: (1) Take possession of the Project and of all material, equipment, tools, and construction equipment and machinery thereon owned by the Contractor; (2) Accept assignment of subcontracts. Contractor acknowledges and agrees that if the District (in its sole and absolute discretion) decides to takeover completion of the Project, the Contractor agrees to immediately assign all subcontracts to the District which the District has chosen to accept; and (3) Complete the Work by any reasonable method the District may deem expedient, including contracting with a replacement contractor or contractors. C. Payments Withheld. If the District terminates the Contract for one of the reasons stated above, the Contractor shall not be entitled to receive further payment until the work is complete. All costs associated with the termination and completion of the Project shall be the responsibility of the Contractor and/or its surety. D. Payments Upon Completion. If the unpaid balance of the Contract Sum exceeds costs of completing the Work, including compensation for professional services and expenses made necessary thereby, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the District. The amount to be paid to the Contractor, or District, as the case may be, shall be certified by the Architect upon application. This payment obligation shall survive completion of the Contract. E. Remedies Other Than Termination. If a default occurs, the District may, without prejudice to any other right or remedy, including, without limitation, its right to terminate the Contract pursuant to this Article, do any of the following: (1) Permit the Contractor to continue under this Contract, but make good such deficiencies or complete the Contract by whatever method the District may deem expedient, and the cost and expense thereof shall be deducted from the Contract Price or paid by the Contractor to the District on demand; (2) If the workmanship performed by the Contractor is faulty or defective materials are provided, erected or installed, then the District may order the Contractor to remove the faulty workmanship or defective materials and to replace the same with work or materials that conform to the Contract Documents, in which event the Contractor, at its sole costs and expense, shall proceed in accordance with the District's order and complete the same within the time period given by the District in its notice to the Contractor; or (3) Initiate procedures to declare the Contractor a non-responsible bidder for a period of two to five years thereafter. All amounts expended by the District in connection with the exercise of its rights hereunder shall accrue interest from the date expended until paid to the District at the maximum legal rate. The District may retain or withhold any such amounts from the Contract Price. If the Contractor is ordered to replace any faulty workmanship or defective materials pursuant to Paragraph (b) above, the Contractor shall replace the same with new work or materials approved by the Architect and the District, and, at its own cost, shall repair or replace, in a manner and to the extent the Architect and the District shall direct, all work or material that is damaged, injured or destroyed by the removal of said faulty workmanship or defective material, or by the replacement of the same with acceptable work or materials. In no event shall anything in this Paragraph be deemed to constitute a waiver by the District of any other rights or remedies that it may have at law or in equity, it being acknowledged 65

66 and agreed by the Contractor that the remedies set forth in this Paragraph are in addition to, and not in lieu of, any other rights or remedies that the District may have at law or in equity. ARTICLE 12 TERMINATION OF CONTRACT BY DISTRICT (CONTRACTOR NOT AT FAULT): A. Termination for Convenience. District may terminate the Contract upon ten (10) calendar days of written notice to the Contractor and use any reasonable method the District deems expedient to complete the Project, including contracting with replacement contractor or contractors, if it is found that reasons beyond the control of either the District or Contractor make it impossible or against the District's interest to complete the work. In such a case, the Contractor shall have no claims against the District except for: (1) the actual cost for approved labor, materials, and services performed in accordance with the Contract Documents which have not otherwise been previously paid for and which are supported and documented through timesheets, invoices, receipts, or otherwise; and (2) profit and overhead of ten percent (10%) of the approved costs in item (1); and (3) termination cost of five percent (5%) of the approved costs in item (1). Contractor acknowledges and agrees that if the District (in its sole and absolute discretion) decides to takeover completion of the Project, the Contractor agrees to immediately assign all subcontracts to the District which the District has chosen to accept. B. Non-Appropriation of Funds/ Insufficient Funds. In the event that sufficient funds are not appropriated to complete the Project or the District determines that sufficient funds are not available to complete the Project, District may terminate or suspend the completion of the Project at any time by giving written notice to the Contractor. In the event that the District exercises this option, the District shall pay for any and all work and materials completed or delivered onto the site for which value is received, and the value of any and all work then in progress and orders actually placed which cannot be canceled up to the date of notice of termination. All work, materials and orders paid for pursuant to this provision shall become the property of the District. District may, without cause, order Contractor in writing to suspend, delay or interrupt the Project in whole or in part for such period of time as District may determine. Adjustment shall be made for increases in the cost of performance of the Agreement caused by suspense, delay or interruption. IN WITNESS WHEREOF, this Agreement has been duly executed by the above named parties, on the day and year first above written. Azusa Unified School District CONTRACTOR: By: Typed or Printed Name 66

67 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the AZUSA UNIFIED SCHOOL DISTRICT (sometimes referred to hereinafter as Obligee ) has awarded to (hereinafter designated as the Principal or Contractor ), an agreement for the work described as follows: (hereinafter referred to as the Public Work ); and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract, and pursuant to California Civil Code Section 9550; NOW, THEREFORE, We,, the undersigned Contractor, as Principal; and, a corporation organized and existing under the laws of the State of, and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the AZUSA UNIFIED SCHOOL DISTRICT and to any and all persons, companies, or corporations entitled by law to file stop notices under California Civil Code Section 9100, or any person, company, or corporation entitled to make a claim on this bond, in the sum of Dollars ($ ), such sum being not less than one hundred percent (100%) of the total amount payable by said Obligee under the terms of said Contract, for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, its heirs, executors, administrators, successors, or assigns, or subcontractor, shall fail to pay any person or persons named in Civil Code Section 9100; or fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor thereon of any kind; or shall fail to deduct, withhold, and pay over to the Employment Development Department, any amounts required to be deducted, withheld, and paid over by Unemployment Insurance Code Section with respect to work and labor thereon of any kind, then said Surety will pay for the same, in an amount not exceeding the amount herein above set forth, and in the event suit is brought upon this bond, also will pay such reasonable attorneys fees as shall be fixed by the court, awarded and taxed as provided in California Civil Code Section 9550 et seq. This bond shall inure to the benefit of any person named in Civil Code Section 9100 giving such person or his/her assigns a right of action in any suit brought upon this bond. It is further stipulated and agreed that the Surety of this bond shall not be exonerated or released from the obligation of the bond by any change, extension of time for performance, addition, alteration or modification in, to, or of any contract, Plans, or specifications, or agreement pertaining or relating to any scheme or work of improvement herein above described; or pertaining or relating to the furnishing of labor, materials, or equipment therefor; nor by any change or modification of any terms of payment or extension of time for payment pertaining or relating to any scheme or work of improvement herein above described; nor by any rescission or attempted rescission of the contract, agreement or bond; nor by any conditions precedent or subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to recover under any such contract or agreement or under the bond; nor by any fraud practiced by any person other than the claimant seeking to recover on the bond; and that this bond be construed most strongly against the Surety and in favor of all persons for whose benefit such bond is 67

68 given; and under no circumstances shall the Surety be released from liability to those for whose benefit such bond has been given, by reason of any breach of contract between the Obligee and the Contractor or on the part of any obligee named in such bond; that the sole condition of recovery shall be that the claimant is a person described in California Civil Code Section 9100, and who has not been paid the full amount of his or her claim; and that the Surety does hereby waive notice of any such change, extension of time, addition, alteration or modification herein mentioned. IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the day of, 20. PRINCIPAL/CONTRACTOR: By: SURETY: By: Attorney-in-Fact 68

69 IMPORTANT: THIS IS A REQUIRED FORM. Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in California Insurance Code Section 105, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, Surety s name must also appear on the Treasury Department s most current list (Circular 570 as amended). Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of agent or representative for service for service of process in California) Telephone: Telephone: STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On before me,, a Notary Public in and for said State, personally appeared, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he/she/they subscribed the name of the (Surety) thereto and his own name as Attorney-in-Fact on the executed instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State (SEAL) Commission expires: NOTE: A copy of the power-of-attorney to local representatives of the bonding company must be attached hereto. 69

70 PERFORMANCE BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the AZUSA UNIFIED SCHOOL DISTRICT (sometimes referred to hereinafter as Obligee ) has awarded to (hereinafter designated as the Principal or Contractor ), an agreement for the work described as follows: (hereinafter referred to as the Public Work ); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain contract for said Public Work dated, (hereinafter referred to as the Contract ), which Contract is incorporated herein by this reference; and WHEREAS, the Contractor is required by said Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we,, the undersigned Contractor, as Principal, and, a corporation organized and existing under the laws of the State of, and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the AZUSA UNIFIED SCHOOL DISTRICT in the sum of Dollars ($ ), said sum being not less than one hundred percent (100%) of the total amount payable by said Obligee under the terms of said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the bounded Contractor, his or her heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in said Contract and any alteration thereof made as therein provided, on his or her part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill guarantees of all materials and workmanship; and indemnify, defend and save harmless the Obligee, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The Surety, for value received, hereby stipulates and agrees that it shall not be exonerated or released from the obligation of this bond (either by total exoneration or pro tanto) by any change, extension of time, alteration in or addition to the terms of the contract or to the work to be performed there under or the specifications accompanying the same, nor by any change or modification to any terms of payment or extension of time for any payment pertaining or relating to any scheme of work of improvement under the contract. Surety also stipulates and agrees that it shall not be exonerated or released from the obligation of this bond (either by total exoneration or pro tanto) by any overpayment or underpayment by the Obligee that is based upon estimates approved by the District. The Surety stipulates and agrees that none of the aforementioned changes, modifications, alterations, additions, extension of time or actions shall in any way affect its obligation on this bond, and it does hereby waive notice of any such changes, modifications, alterations, additions or extension of time to the terms of the contract, or to the work, or the specifications as well notice of any other actions that result in the foregoing. 70

71 Whenever Principal shall be, and is declared by the Obligee to be, in default under the Contract, the Surety shall promptly either remedy the default, or shall promptly take over and complete the Contract through its agents or independent contractors, subject to acceptance and approval of such agents or independent contractors by Obligee as hereinafter set forth, in accordance with its terms and conditions and to pay and perform all obligations of Principal under the Contract, including, without limitation, all obligations with respect to warranties, guarantees and the payment of liquidated damages; or, at Obligee s sole discretion and election, Surety shall obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Obligee of the lowest responsible bidder, arrange for a contract between such bidder and the Obligee and make available as Work progresses (even though there should be a default or succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price (as hereinafter defined), and to pay and perform all obligations of Principal under the Contract, including, without limitation, all obligations with respect to warranties, guarantees and the payment of liquidated damages. The term balance of the Contract price, as used in this paragraph, shall mean the total amount payable to Principal by the Obligee under the Contract and any modifications thereto, less the amount previously paid by the Obligee to the Principal, less any withholdings by the Obligee allowed under the Contract. Obligee shall not be required or obligated to accept a tender of a completion contractor from the Surety. Surety expressly agrees that the Obligee may reject any agent or contractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Principal. Unless otherwise agreed by Obligee, in its sole discretion, Surety shall not utilize Principal in completing the Contract nor shall Surety accept a bid from Principal for completion of the work in the event of default by the Principal. No final settlement between the Obligee and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. The Surety shall remain responsible and liable for all patent and latent defects that arise out of or relate to the Contractor s failure and/or inability to properly complete the Public Work as required by the Contract and the Contract Documents. The obligation of the Surety hereunder shall continue so long as any obligation of the Contractor remains. Contractor and Surety agree that if the Obligee is required to engage the services of an attorney in connection with enforcement of the bond, Contractor and Surety shall pay Obligee s reasonable attorneys fees incurred, with or without suit, in addition to the above sum. In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by the Obligee in such suit, including reasonable attorneys fees to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of,

72 PRINCIPAL/CONTRACTOR: By: SURETY: By: Attorney-in-Fact The rate of premium on this bond is per thousand. The total amount of premium charged: $ (This must be filled in by a corporate surety). IMPORTANT: THIS IS A REQUIRED FORM. Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in California Insurance Code Section 105, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, Surety s name must also appear on the Treasury Department s most current list (Circular 570 as amended). Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of agent or representative for service for service of process in California) Telephone: Telephone: 72

73 STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On, before me,, a Notary Public in and for said State, personally appeared, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he/she/they subscribed the name of the (Surety) thereto and his own name as Attorney-in-Fact on the executed instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State (SEAL) Commission expires: NOTE: A copy of the power-of-attorney to local representatives of the bonding company must be attached hereto. 73

74 BID #14-15:01 NETWORK CABLING E-RATE INSURANCE REQUIREMENTS The Contractor shall not commence work until it has obtained all the insurance required in this Form, and such insurance has been approved by the District. A. Contractor shall obtain and maintain the following policies and coverage. The insurance furnished by the Contractor shall provide coverage in amounts not less than the following: (1) Comprehensive or Commercial Form General Liability Insurance: on an occurrence basis, covering work done or to be done by or on behalf of the Contractor and providing insurance for bodily injury, personal injury, property damage, and contractual liability. The aggregate limit shall apply separately to the work. Limits of Liability: $1,000,000 General Aggregate $1,000,000 Each Occurrence - combined single limit for bodily injury and property damage. (2) Business Automobile Liability Insurance: on an occurrence basis, covering owned, scheduled, hired, and non-owned automobiles used by or on behalf of the Contractor and providing insurance for bodily injury, property damage, and contractual liability. Limits of Liability: $1,000,000 Each Accident combined single limit for bodily injury and property damage. (3) Workers Compensation: including Employers Liability limits of $1,000,000 and other limits as required under California law. B. Contractor shall submit to the District certificates of insurance and original endorsements to the policies of insurance required by this Agreement as evidence of the insurance coverage. The scope of coverage and deductible shall be shown on the certificate of insurance. The certificates of insurance and endorsements shall provide for no cancellation of coverage without thirty (30) days written notice to the District, except for non-payment of premium for which notice shall be ten (10) days). Renewal certifications and endorsements shall be timely filed by the Contractor for all coverage until the work is accepted as complete. The District requires the Contractor to furnish the District complete, certified copies of all required insurance policies. The Contractor shall notify the District in writing of any material change in insurance coverage. C. The insurance policies shall contain, or be endorsed to contain, the following provisions. (1) For the general and automobile liability policies, the Board of Education, the District; their officers, employees, representatives, and agents shall be covered as additional insured(s). The additional insured endorsement shall be an ISO CG (04/13), or an ISO CG (04/13), or their equivalent as determined by the District in its sole discretion. (2) For any claims related to the work, the Contractor s insurance coverage shall be primary insurance as respects the Board of Education, the District; their officers, employees, representatives, and agents. Any insurance or self-insurance maintained by the Board of Education, the District, their officers, employees, representatives, and agents shall be in excess of the Contractor s insurance and shall not contribute with it. 74

75 (3) Each insurance policy required by this Section shall state that coverage shall not be canceled by either party, except after thirty (30) days prior written notice by mail, has been given to the District, except for non-payment of premium for which notice shall be ten (10) days). (4) The Board of Education, the District, their officers, employees, representatives, and agents shall not by reason of their inclusion as additional insured(s) incur liability to the insurance carriers for payment of premiums for such insurance. D. Insurers shall be licensed by the State of California to transact insurance and shall hold a current A.M. Best s rating of no less than A:VII or equivalent carrier otherwise acceptable to the District. E. Miscellaneous. (1) Any deductible under any policy of insurance required in this Form shall be Contractor s liability. (2) Acceptance of certificates of insurance by the District shall not limit the Contractor s liability under the Agreement or Contract. (3) In the event the Contractor does not comply with these insurance requirements, the District may, at its option, provide insurance coverage to protect the District. The Contractor shall pay the cost of the insurance and, if prompt payment is not received by the insurance carrier from the Contractor, the District may pay for the insurance from Agreement sums otherwise due the Contractor. (4) If the District is damaged by the failure of Contractor to provide or maintain the required insurance, the Contractor shall pay the District for all such damages. (5) The Contractor s obligations to obtain and maintain all required insurance are nondelegable duties under the Agreement or Contract. DATE: CONTRACTOR By: Signature 75

76 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement ("Escrow Agreement") is made and entered into this day of, 2015, by and between the AZUSA UNIFIED SCHOOL DISTRICT, whose address is 546 S. Citrus Ave., Azusa, CA (henceforth referenced as "DISTRICT"); and whose address is (henceforth referenced as "CONTRACTOR"); and whose address is (henceforth referenced as "ESCROW AGENT"). For the consideration hereinafter set forth, DISTRICT, CONTRACTOR, and ESCROW AGENT agree as follows: 1. Pursuant to section of Public Contract Code of the State of California, which is hereby incorporated by reference, CONTRACTOR has the option to deposit securities with ESCROW AGENT as a substitute for retention earnings required to be withheld by DISTRICT pursuant to the Construction Contract Number, entered into between DISTRICT and CONTRACTOR for the project BID #13-14:01 NETWORK EQUIPMENT, WIRELESS AND CABLING E-RATE, in the amount of (CONTRACT AMOUNT) dated, (CONTRACT DATE), (the "Contract"). Alternatively, on written request of CONTRACTOR, DISTRICT shall make payments of the retention earnings directly to ESCROW AGENT. When CONTRACTOR deposits the securities as a substitute for Contract earnings, ESCROW AGENT shall notify DISTRICT within calendar days of the deposit. The market value of the securities at the time of substitution and at all times from substitution until the termination of the ESCROW AGREEMENT shall be at least equal to the cash amount then required to be withheld as retention under terms of Contract between DISTRICT and CONTRACTOR. Securities shall be held in name of the DISTRICT, and shall designate CONTRACTOR as beneficial owner. 2. DISTRICT shall make progress payments to CONTRACTOR for those funds which otherwise would be withheld from progress payments pursuant to Contract provisions, provided that ESCROW AGENT holds securities in form and amount specified above. 3. When DISTRICT makes payment of retention earned directly to ESCROW AGENT, ESCROW AGENT shall hold them for the benefit of CONTRACTOR until the time that the escrow created under this Escrow Agreement is terminated. CONTRACTOR may direct the investment of the payments into securities. All terms and conditions of this Escrow Agreement and the rights and responsibilities of the Parties shall be equally applicable and binding when the DISTRICT pays ESCROW AGENT directly. 4. CONTRACTOR shall be responsible for paying all fees for expenses incurred by ESCROW AGENT in administering the Escrow Account, and all expenses by DISTRICT. These expenses and payment terms shall be determined by DISTRICT, CONTRACTOR, and ESCROW AGENT. 76

77 5. Interest earned on securities or money market accounts held in escrow and all interest earned on that interest shall be for sole account of CONTRACTOR and shall be subject to withdrawal by CONTRACTOR at any time and from time to time without notice to DISTRICT. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to ESCROW AGENT accompanied by written authorization from DISTRICT to ESCROW AGENT that DISTRICT consents to withdrawal of amount sought to be withdrawn by CONTRACTOR. 7. DISTRICT shall have the right to draw upon the securities in the event of default by CONTRACTOR as determined solely by DISTRICT. Upon seven (7) days written notice to ESCROW AGENT from DISTRICT of the default, ESCROW AGENT shall immediately convert the securities to cash and shall distribute the cash as instructed by DISTRICT. 8. Upon receipt of written notification from DISTRICT certifying that the Contract is final and complete, and the CONTRACTOR has complied with all requirements and procedures applicable to the Contract, ESCROW AGENT shall release to CONTRACTOR all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all monies and securities on deposit and payments of fees and charges. 9. ESCROW AGENT shall rely on written notifications from DISTRICT and CONTRACTOR pursuant to Paragraphs 5 through 8, inclusive, of this Escrow Agreement and DISTRICT and CONTRACTOR shall hold ESCROW AGENT harmless from ESCROW AGENT's release and disbursement of securities and interest as set forth above. 10. Names of persons who are authorized to give written notice or receive written notice on behalf of DISTRICT and on behalf of CONTRACTOR in connection with the foregoing, and exemplars of their respective signatures are as follows: On behalf of DISTRICT: On behalf of CONTRACTOR: Title Title Name Name Signature Signature 546 S. Citrus Ave., Azusa, CA Address Address 77

78 On behalf of ESCROW AGENT: Title Name Signature Address At the time the Escrow Account is opened, DISTRICT and CONTRACTOR shall deliver to ESCROW AGENT a fully executed original signature of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. On behalf of DISTRICT: Title Name Signature Address On behalf of CONTRACTOR: Title Name Signature Address On behalf of ESCROW AGENT: Title Name Signature Address 78

79 BID #14-15:01 NETWORK CABLING E-RATE CRIMINAL BACKGROUND INVESTIGATION CERTIFICATION The undersigned does hereby certify to the governing board of the AZUSA UNIFIED SCHOOL DISTRICT ( District ) as follows: 1. That I am a representative of ( Contractor ), currently under contract ( Contract ) with the District; that I am familiar with the facts herein certified and am authorized and qualified to execute this certificate on behalf of the Contractor. 2. That Contractor has complied with the fingerprinting and criminal background investigation requirements of California Education Code section and with respect to all Contractor s employees and subcontractors who may have contact with District pupils in the course of providing services pursuant to the Contract, and that the California Department of Justice has determined that none of Contractor s employees (or employees of any subcontractors of Contractor) has been convicted of a felony, as that term is defined in Education Code section That a complete and accurate list of Contractor s and subcontractor s employees who may come in contact with District pupils during the course and scope of the Contract is attached hereto: A. When students are present, contractor shall provide the installation of a physical barrier at the work-site to limit contact with pupils. B. In the event an employee of the entity has not yet been ascertained to have, or have not, been convicted of a violent or serious felony by the Department of Justice (DOJ), said employee shall be continually monitored by a supervisor, who has been cleared by the Department of Justice, whenever students are present. DATED: Contractor By: Signature Title: 79

80 Federal Certifications BID #14-15:01 NETWORK CABLING E-RATE AZUSA UNIFIED SCHOOL DISTRICT Certifications regarding lobbying; debarment, suspension and other responsibility matters; drug-free workplace requirements; and anti-kickback commitment requirements Applicants should refer to the regulations cited below to determine the certification to which they are required to attest. Applicants should also review the instructions for certification included I the regulations before completing this form. Signature on this form provides for compliance with certification requirements under 34 CFR Part 82, A new restrictions on Lobbying, and 34 CFR Part 85, A Government-wide Debarment and Suspension (Nonprocurement), Government-wide requirements for Drug-Free Workplace (Grants), and the Copeland Anti-Kickback Act (18 USC 874) in Department of Labor regulations. The certifications shall be treated as a material representation of fact upon which reliance will be placed when the Department of Education determines to award the covered transaction, grant, or cooperative agreement. 1. Lobbying As required by Section 1352, Title 31 of the U.S. Code, and implemented at 34 CFR Part 82, for persons entering into a grant or cooperative agreement over $100,000 as defined at 34 CFR Part 82, Sections and , the applicant certifies that: (a) Federal Appropriated Funds: The Contractor certifies that no Federal appropriated funds have been paid or will be paid, by or on behalf of the Contractor, 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 in connection with the awarding of any Federal contract, the making of any Federal Loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant loan, or cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (b) Non-Federal Appropriated Funds: If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or intending to influence any officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal contract, grant, loan, or cooperative agreement, the Contractor shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," to the District. (c) Subcontract Certifications: The Contractor shall require that the certification language of this Section be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. (d) Material representations: The contractor acknowledges that the certification made pursuant to this Section is a material representation of fact upon which the District places reliance. This certification and the associated commitments made pursuant to this Section are prerequisites for entering into a contract with the District. The Contractor shall provide immediate written notice to the District if at any time the Contractor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. If the Contractor fails to provide accurate information pursuant to this Section, the District may terminate this contract for cause of default. If the Contractor is unable to certify any of the statements in this certification, it shall provide the District with a written explanation as to why certification cannot be provided. 2. Debarment, suspension, and other responsibility matters As required by Executive Order 12549, Debarment and Suspension, and other responsibilities implemented at 34 CFR Part 85, for prospective participants in primary or a lower tier covered transactions, as defined at 34 CFR Part 85, Sections and A. The Contractor certifies to the best of its knowledge and belief, that it and its principles: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, sentenced to a denial of Federal benefits by a State or Federal court, or voluntarily excluded from covered transactions by any Federal department or agency; 80

81 (2) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, (4) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. B. The certifications in this Section are material representations of fact upon which the District places reliance. The certifications in this Section are a prerequisite for entering into a contract with the District. The contractor shall provide immediate written notice to the District if at any time the Contractor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. If it is later determined that the Contractor knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the district may terminate this contract for cause of default. If the Contractor is unable to certify to any of the statements in this certification, it shall provide the District with a written explanation as to why certification cannot be provided. 3. Drug-Free Workplace (grantees other than individuals) As required by the Drug-Free Workplace act of 1988, and implemented at 34 CFR Part 85, Subpart F, for grantees, as defined at 34 CFR Part 85, Sections and A. The Contractor certifies that it will or will continue to provide a drug-free workplace by: (1) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (2) Establishing an ongoing drug-free awareness program to inform all of its employees about: (a) The dangers of drug abuse in the workplace; (b) The Contractor's policy of maintaining a drug-free workplace; (c) Any available drug counseling, rehabilitation, and employee assistance programs; and (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Making it a requirement that each employee be given a copy of the statement required by Paragraph 31 of this Section; (4) Notifying the employee in the statement required by Section 31(a) that, as a condition of employment, the employee will (a) Abide by the terms of the statement; and (b) Notify the employer in writing of his or her conviction for a 81 bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in Paragraph (30)a of this Section; and violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction; (5) Notifying the District in writing, within ten calendar days after receiving notice under Paragraph (1) of this Section from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to: Director, Grants and Contracts Service, U.S. Department of Education, 400 Maryland Avenue, S.W. (Room 3124, GSA Regional Office Building No. 3), Washington, DC Notice shall include the identification numbers(s) of any affected grant; (6) Taking one of the following actions, within 30 calendar days or receiving notice under Paragraph (4)(b) of this Section, with respect to any employee who is so convicted: (a) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or (b) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, state, or local health, law enforcement, or other appropriate agency; (7) Making a good faith effort to continue to maintain a drugfree workplace through implementation of paragraphs (1),(2),(3),(4),(5), and (6) of this Section. B. The grantee may insert in the space provided below the site(s) for the performance of work done in connection with the specific grant: Place of Performance (Street address, city, county, state, zip code) Address State City Zip Code Check if there are workplaces on file that are not identified here. Drug-free workplace (grantees who are individuals) As required by the Drug-Free Workplace Act of 1988, and implemented at 34 CFR Part 85, Subpart F, for grantees, as defined at 34 CFR Part 85, Sections and a. As a condition of the grant, I certify that I will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in conducting any activity with the grant, and

82 b. If convicted of a criminal drug offense resulting from a violation occurring during the conduct of any grant activity, I will report the conviction, in writing, within 10 calendar days of the conviction, to: Director, Grants and Contracts Service, U. S. Department of Education, 400 Maryland Avenue, S.W. (Room 3124, GSA Regional Office Building No. 3) Washington, DC Notice shall include the identification number(s) of each affected grant. 4. Anti-Kickback Commitment The Contractor shall comply with the Copeland Anti- Kickback Act (18 USC 874) as supplemented in Department of Labor regulations in the construction, completion, or repair of public facilities, to give up any part of the compensation to which they are otherwise entitled. The Contractor shall (A) Payroll Statement: The following anti-kickback statement must be submitted with each set of weekly payrolls: further certify that all employees have been paid in full and no rebates have been or will be made either directly or indirectly from the full weekly wages earned by any person, other than permissible deductions, as defined in Regulations, Part 3 (CFR Part 3). The Contractor shall report all suspected or reported violations of the Anti-Kickback Act to the District. "I (name of signatory party and title), do hereby state: That I pay or supervise the payment of the persons employed by (Contractor) on the (description of project); that during the payroll period commencing on the day of, 20, and ending the day of, 20, all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly from the full weekly wages earned by any person, other than permissible deductions, as defined in Regulations, Part 3 (CFR Part 3) issued by the Secretary of Labor under the Copeland Act, as amended and described below: (Paragraph describing deductions, if any)." As the duly authorized representative of the applicant, I hereby certify that the applicant will comply with the above certifications. Name of Applicant Contract Printed Name and Title of Authorized Representative Date 82

83 BID #14-15:01 NETWORK CABLING E-RATE CERTIFICATION OF ASBESTOS-FREE MATERIALS I (name) please print or type (title) of (firm name), do hereby declare that to the best of my knowledge, information, and belief that in completing the work for the AZUSA UNIFIED SCHOOL DISTRICT in the construction of the project known as BID #13-14:01 NETWORK EQUIPMENT, WIRELESS AND CABLING E-RATE, no manufactured material assembly/device or item of construction will contain, or in itself be composed of, any materials listed (by the federal or state EPA or federal or state health agencies) as a hazardous material. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Name Title Date State of County of On this the day of, 20, before me, the undersigned Notary Public, personally appeared personally known to me, proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instrument, and acknowledged that executed it. WITNESS my hand and official seal. My commission expires Notary Public 83

84 BID #14-15:01 NETWORK CABLING E-RATE LABOR AND/OR MATERIALS RELEASE CERTIFICATE The undersigned hereby waives and release any and all lien or claim or right of lien against the Azusa Unified School District, the property described herein, and improvements hereon and for improvements incident thereto. The undersigned certifies that all workmen and persons, employees, all firms supplying materials, and all subcontractors upon the project have been paid in full; and that there are not bills outstanding against the project for either labor or materials, except certain items, if any, to be set forth in the affidavit covering disputed items or claims in connection with Notice to Withhold which have been filed under the provisions of the Statues of the State of California. Contractor Date: Notarized by: Print Name Signature Contractor s License No. 84

85 BID #14-15:01 CABLING E-RATE APPENDIX 1 85

86 86

87 87

88 88

89 89

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

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

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

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

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

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

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

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC Jordan Plus- Conversion (Head Start)

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC Jordan Plus- Conversion (Head Start) Business Department - Facilities Development and Planning 2425 Webster Ave., Long Beach, CA 90810 Phone 562-997-7550 Fax 562-595-8644 BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE

More information

Moreno Valley Unified School District Perris Blvd. Moreno Valley, CA 92553

Moreno Valley Unified School District Perris Blvd. Moreno Valley, CA 92553 Moreno Valley Unified School District 13911 Perris Blvd. Moreno Valley, CA 92553 PROJECT MANUAL (CONTRACT/BID DOCUMENTS & GENERAL CONDITIONS) BID NO. 17-18-22 HENDRICK RANCH ES FIRE ALARM SYSTEM UPGRADE

More information

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE SPECIFICATIONS AND BID FORMS FOR SECURITY CAMERAS PURCHASE AND INSTALLATION BID: #15-005- BOE Due on or before 11:00 A.M. ON THURSDAY, APRIL 30, 2015 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.06 Court Community Schools E-Rate Router Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC# New Construction Educare Los Angeles at Long Beach (Barton)

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC# New Construction Educare Los Angeles at Long Beach (Barton) Business Department - Facilities Development and Planning 2425 Webster Ave., Long Beach, CA 90810 Phone 562-997-7550 Fax 562-595-8644 BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.08 La Sierra Military Academy E-Rate Router Issuing Date: 1/17/18 Due Date and Time: 2/27/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

Los Alamitos Unified School District Request for Proposal (RFP) # WIDE AREA NETWORK (WAN) SERVICES

Los Alamitos Unified School District Request for Proposal (RFP) # WIDE AREA NETWORK (WAN) SERVICES Los Alamitos Unified School District Request for Proposal (RFP) #2018 2019 005 WIDE AREA NETWORK (WAN) SERVICES Issue Date: Wednesday, February 6, 2019 Proposal Submittal Date/Time: Thursday, March 7,

More information

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

Los Alamitos Unified School District Request for Proposal (RFP) # INTERNAL CONNECTIONS

Los Alamitos Unified School District Request for Proposal (RFP) # INTERNAL CONNECTIONS Los Alamitos Unified School District Request for Proposal (RFP) #2018 2019 13 INTERNAL CONNECTIONS Issue Date: Wednesday, January 23, 2019 Proposal Submittal Date/Time: Thursday, February 21, 2019 at 9:00

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): A201 conversion Michigan State University East Lansing, MI THE OWNER:

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

BIDDING DOCUMENTS FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR

BIDDING DOCUMENTS FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR BIDDING DOCUMENTS FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR School Gymnasium Audio Visual Project AT Lone Hill Middle School 700 S Lone Hill Ave., San Dimas CA 91773 Bid No. 17-18:06 BONITA UNIFIED SCHOOL

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

BONITA UNIFIED SCHOOL DISTRICT

BONITA UNIFIED SCHOOL DISTRICT BONITA UNIFIED SCHOOL DISTRICT 115 West Allen Avenue San Dimas, California 91773 (909) 971-8200 Fax (909) 971-8329 Superintendent Carl Coles Superintendent Assistant Superintendents Susan Cross Hume Business

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

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

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

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS... DEPARTMENT: Physical Plant/Campus REQUISITION NO. M FURNISH ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION, SUPERVISION, PERMITS, ETC. NECESSARY TO, LOCATED ON THE CAMPUS OF THE UNIVERSITY OF LOUISIANA

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

Inglewood Unified School District Request for Bid DO 17/ Wide Area Network (WAN) Transport Circuits

Inglewood Unified School District Request for Bid DO 17/ Wide Area Network (WAN) Transport Circuits Inglewood Unified School District Request for Bid DO 17/18-002 Wide Area Network (WAN) Transport Circuits Issue Date: February 2, 2018 Bid Submittal Date and Time: March 2, 2018, 11:00 am 1. NOTICE OF

More information

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS DOCUMENT 01 32 13 PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

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

INVITATION FOR BID. LAN HARDWARE BID/E-RATE 2015/16 IFB No

INVITATION FOR BID. LAN HARDWARE BID/E-RATE 2015/16 IFB No PURCHASING DEPARTMENT 135 Van Ness Avenue, Room 123 San Francisco, Ca. 94102 T 415.241.6468 F 415.241.6487 WWW.SFUSD.EDU INVITATION FOR BID LAN HARDWARE BID/E-RATE 2015/16 MAIL OR DELIVER BIDS TO: San

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

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

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 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

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Document A201 TM 2007 SP

Document A201 TM 2007 SP AIA Document A201 TM 2007 SP General Conditions of the Contract for Construction, for use on a Sustainable Project for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226 October 11, 2018 Attention Glass/Glazing & General Contractors: Wayne County Community College District is hosting a NON-MANDATORY Pre-Bid Conference on Wednesday, October 17, 2018, at 10:00 am. The District

More information

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

CABLING PROJECT RFP #

CABLING PROJECT RFP # CABLING PROJECT E-Rate Yr. 19 (2016-2017) RFP # 2016-104 Request for Proposals Issued: November 23, 2015 Deadline for Submittal of Proposals: January 6, 2016 Before 2:00pm Attention: Aaron Thornsberry

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL 60085 (847)599-2513 (847)360-9744 fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM BID OPENING: July 5 th, 2017 TABLE OF CONTENTS 1) NOTICE

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

PROJECT MANUAL. Bid Number: B

PROJECT MANUAL. Bid Number: B PROJECT MANUAL PROJECT NUMBER: F35-052-009 Bid Number: B-37-16-17 Realignment Remove Fuel Station and VOLUME 1 May 4, 2017 TITLE PAGE DOCUMENT 00 01 01-1 Bid #: B-37-16-17 Adopted: 01/19/2017 DOCUMENT

More information

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW REQUEST FOR PROPOSAL (RFP) NOTICE DATE: JUNE 20, 2018 PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 RFP OPENING TIME AND DATE:

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

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

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition Document A232 2009 SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address)

More information

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS DSA Application No. N/A Informal Bid No. 2018-006 MT.

More information

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013 INVITATION TO BID BUILDING ENVELOPE CONSULTANTS, LLC ALDINE I.S.D. 13010 EMMETT ROAD 14910 ALDINE WESTFIELD ROAD Houston, Texas 77079 HOUSTON, TEXAS 77060 (713) 856-5019 Phone BEC Project No.: 13-0010

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School Willows Unified School District 823 West Laurel Street Willows CA 95988 (530) 934-6600 E-RATE YEAR 19 (2016/2017) RFP Willows Unified School District is seeking proposals for the upcoming Year 19 round

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

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

SECTION NOTICE INVITING BIDS

SECTION NOTICE INVITING BIDS SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,

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

CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS

CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS THE CALIFORNIA STATE UNIVERSITY Prepared by: OFFICE OF THE CHANCELLOR CAPITAL PLANNING, DESIGN AND CONSTRUCTION (www.calstate.edu/cpdc/cm) Revised

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

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

Moreno Valley Unified School District Perris Blvd., Building S Moreno Valley, CA 92553

Moreno Valley Unified School District Perris Blvd., Building S Moreno Valley, CA 92553 Moreno Valley Unified School District 13911 Perris Blvd., Building S Moreno Valley, CA 92553 PROJECT MANUAL (CONTRACT/BID DOCUMENTS/SCOPE OF WORK SUMMARY) BOOK 1 OF 2 BID NO. 16-17-42 RE-BID Central Registration

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

REQUEST FOR BIDS. RFB Lead Stabilization at Gant and Gompers Schools

REQUEST FOR BIDS. RFB Lead Stabilization at Gant and Gompers Schools long beach unified school district Purchasing & Contracts Branch 2201 East Market Street Long Beach, California 90805-5556 RFB Contact: Terri O'Connor, Contract Analyst REQUEST FOR BIDS RFB 51-1617 Lead

More information

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services. PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: E-Rate Eligible Category 2 Products and Services District Wide VOLUME 1 of 1 February 06, 2018 TITLE PAGE DOCUMENT 00 01 01-1 DOCUMENT 00 01 10 TABLE

More information

French Hall Rehab Main Entrance

French Hall Rehab Main Entrance SUCF PN L23132 SUNY Canton 34 Cornell Drive St. Lawrence County, New York French Hall Rehab Main Entrance Addendum No. 2 December 20, 2018 This Addendum is hereby made part of the Contract Documents as

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

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

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

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN This Retainer Contract Supplement dated (the Supplement

More information

City of Corpus Christi Housing and Community Development

City of Corpus Christi Housing and Community Development City of Corpus Christi Housing and Community Development General Contractors, Roofing Contractors, Plumbing Contractors, Electrical Contractors, HVAC Contractors, General Repair Contractors, Demolition

More information

Communications Cabling, Design, Installation and Repair

Communications Cabling, Design, Installation and Repair RFP Information RFP No. 1576 Issue Date: October 1, 2015 Closing Date: October 22, 2015 Contact Mel Henley Phone: 253-798-7731 Email: mhenley@co.pierce.wa.us Vendor Information Firm Name: Contact Name:

More information

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION

More information

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Traffic Signal Repair & Maintenance Bids must be submitted to the City at the address below in a sealed envelope plainly

More information

AIA Document A103 TM 2007

AIA Document A103 TM 2007 AIA Document A103 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work plus a fee without a Guaranteed Maximum Price AGREEMENT made as of the

More information

CITY OF DUBLIN City Hall 100 Civic Plaza Dublin, California DOCUMENT AGREEMENT

CITY OF DUBLIN City Hall 100 Civic Plaza Dublin, California DOCUMENT AGREEMENT CITY OF DUBLIN City Hall 100 Civic Plaza Dublin, California 94568 DOCUMENT 00400 AGREEMENT The, ( City ) enters into this agreement, dated, 2014 for reference purposes only, with ( Contractor ). RECITALS

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

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

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

Wayne County School District Building to Building Circuits RFP

Wayne County School District Building to Building Circuits RFP Wayne County School District Building to Building Circuits RFP Subject: RFP-For a 3, 5, 7 and 10 year contract for Fiber Optic Data Services to connect schools in The Wayne School District to their Internet

More information

RFP of WIDE AREA NETWORK CONNECTIONS For Moreland School District

RFP of WIDE AREA NETWORK CONNECTIONS For Moreland School District RFP# E-Rate Y22 001 WAN Connections DUE DATE: February 19, 2019 BY TIME: 9am PST RFP of WIDE AREA NETWORK CONNECTIONS For Moreland School District In conformity with the FCC Schools and Library Division

More information

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School Request for Fee Proposals (RFFP) Progressive Design-Build Services New High School Issaquah School District February 12, 2018 TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT OVERVIEW 3. APPLICATION OF FEE

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

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

EXHIBIT A RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING

More information

REQUEST FOR PROPOSALS. Demolition

REQUEST FOR PROPOSALS. Demolition JEFFERSON COUNTY, WEST VIRGINIA Engineering Department 116 East Washington Street P.O. Box 716 Charles Town, West Virginia 25414 Phone: 304-728-3257 Email: engineering@jeffersouncountywv.org Fax: 304-728-3953

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE SPECIFICATION NO. TxDOT 910-00-00 DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

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