NEWSPAPER ADVERTISEMENT

Size: px
Start display at page:

Download "NEWSPAPER ADVERTISEMENT"

Transcription

1 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN SPECIFICATIONS FOR LOCAL AREA NETWORK DATA CABLING TO SUPPORT DISTRICT-WIDE WIRELESS NEWSPAPER ADVERTISEMENT REQUEST FOR BIDS LOCAL AREA NETWORK DATA CABLING FOR DISTRICT-WIDE WIRELESS NETWORK THIS REQUEST FOR BID ENCOMPASSES 21 SCHOOLS IN THE DISTRICT. The Business Office of the Bethlehem Area School District will receive sealed bids, no later than 2:00 p.m., prevailing time, JANUARY 9, 2015, at which time bids will be publicly opened. A mandatory pre-bid meeting will be held on DECEMBER 15, 2014, at 1:00 P.M. in the Edgeboro room of the BASD Educ Ctr, 1516 Sycamore Street, Bethlehem, PA. DETAILED SPECIFICATIONS ARE AVAILABLE ON THE BASD E-RATE WEBSITE at BASD bid for Wireless Local Area Network Cabling. p. A-1

2 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN Board Secretary Bethlehem Area School District 1516 Sycamore St Bethlehem PA BID SUBMISSION FORM COMPLETE AND SUBMIT WITH BID RESPONSE The undersigned bidder proposes and agrees to furnish the Bethlehem Area School District all products and services as specified on the attached sheets. This bid is subject to all the specifications, terms and conditions of the request for bid and, if selected, we hereby agree to furnish the product(s) and service(s) awarded in exact accordance with these specifications and at the price(s) stated. Company Name Address City, State, Zip Authorized Signature Print Name and Title Date Telephone Number Fax Number Address BASD bid for Wireless Local Area Network Cabling. p. A-2

3 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN The Following MUST be returned with your bid response - Original Completed Bid Document (2 copies) including Vendor Profile Form Manufacturer Data/Specification Sheets Reference Form Warranty Form Bid Form - Completed Non-Collusion Affidavit - Completed Public School Code Agreement - Completed Hold Harmless Agreement and Evidence of Insurance - Bid Security/Bid Bond BASD bid for Wireless Local Area Network Cabling. p. A-3

4 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN ANTI-DISCRIMINATION CLAUSE (Section 755, Pennsylvania School Code) 1. In accordance with the provisions of the Pennsylvania School Code, the Contractor agrees: a. That in the hiring of employees for the performance of work under this contract, or any subcontractor hereunder, no contractor, subcontractor, nor any person acting on behalf of such contractor or subcontractor, shall by reason or race, creed, color, discriminate against any citizen of the Commonwealth of Pennsylvania who is qualified and available to perform work to which the employment relates; b. That no Contractor, subcontractor, or any person acting on behalf, shall in any manner discriminate against or intimidate any employee hired for performance of work under this contract on account of race, creed, or color; c. That there may be deducted from the amount payable to the contractor under this contract, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated, in violation of the provisions of the contract; and, d. That this contract may be cancelled or terminated by the Bethlehem Area School District and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this portion of the contract. BASD bid for Wireless Local Area Network Cabling. p. A-4

5 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid. According to the Pennsylvania Anti-Bid Rigging Act, 73 P.S et seq., governmental agencies may require Non-Collusion affidavits to be submitted together with bids. 2. This Non-Collusion Affidavit must be executed by the member, officer or employee of the bidder who makes the final decision on prices and the amount quoted in the bid. 3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in connection with the submission of bids are unlawful and may be subject to criminal prosecution. The person who signs the affidavit should examine it carefully before signing and assure himself/herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibilities for the preparation, approval or submission of the bid. 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an affidavit must be submitted separately on behalf of each party. 5. The term "complementary bid" as used in the Affidavit has the meaning commonly associated with that term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition. 6. Failure to file an Affidavit in compliance with these instructions will result in disqualification of the bid. BASD bid for Wireless Local Area Network Cabling. p. A-5

6 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN NON-COLLUSION AFFIDAVIT Page 1 of 2 State of Contract/Bid No. County of I state that I am of (Title) (Name of firm) and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: 1. The price(s) and amount of this bid have been arrived at independently and without consultation communication, or agreement with any other contractor, bidder, or potential bidder. 2. Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor the approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before the bid opening. 3. No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit an intentionally high or noncompetitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid. 5., its affiliates (Name of Firm) subsidiaries, officers, directors and employees are not currently under investigation by any governmental agency and have not in the last three years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: BASD bid for Wireless Local Area Network Cabling. p. A-6

7 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN NON-COLLUSION AFFIDAVIT - Page 2 of 2 I state that understands and (Name of Firm) acknowledges that the above representations are material and important, and will be relied on by the Bethlehem Area School District when recommending for award the items for which this bid is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from the Bethlehem Area School District of the true facts relating to the submission of bids for this contract. Print Name of Authorized Person & Company Position Signature of Authorized Person Sworn to and subscribed before me this day of, 20. Notary Public My commission expires BASD bid for Wireless Local Area Network Cabling. p. A-7

8 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN SECTION 111 PUBLIC SCHOOL CODE AGREEMENT Page 1 of 2 1. This agreement is part of the agreement between the undersigned business person or entity and the Bethlehem Area School District (BASD), for the sale of goods or the provision of services as an independent vendor or contractor in the nature of: Local Area Network (Wireless) Data Cabling Project. 2. The undersigned understands that vendors and independent contractors and their employees and their subcontractors' employees hired after that date shall comply with Section 111 of the Public School Code, Act 34, Act 114, Act 151 or similar legislation in the future, which provides, among other things, that a RESPONSE FOR CRIMINAL HISTORY RECORD CHECK, PENNSYLVANIA CHILD ABUSE HISTORY CLEARANCE and FBI FINGERPRINTING REPORT (new) must be obtained for each employee who could come into contact with school children, showing that such employees have not been convicted of certain crimes. A copy of the law is available upon request. 3. The undersigned agrees to submit a copy for the District records of the Response for Criminal History Record Check, Pennsylvania Child Abuse History Clearance and FBI Fingerprint Report for all its employees and its subcontractors' employees, if any, who will have direct contact with children, and further agrees to produce the originals of each of the above for the BASD s review prior to employment of any such individual. 4. It is agreed that the BASD has no right of direct control over the hiring, retention, screening or assignment of employees, agents or officers of the undersigned, and further that the undersigned is responsible for compliance with this law. In addition, should any official or employee of the school be subject to any claim, proceedings, lawsuit, fine, civil penalty or other legal involvement arising from the neglect or failure of the undersigned, or its officers, agents or employees, to comply with said law, then the undersigned, as part of the consideration of doing business with the BASD, hereby agrees to indemnify and hold harmless all such persons for all losses, including costs of counsel and all expenses incident thereto. 5. It is agreed that the foregoing obligation applies to employees and subcontractors of the undersigned who are assigned to this project at its beginning and to employees and subcontractors who are added at a later date, as well as any other person that the undersigned shall cause to perform any work or provide any service as part of the contract referred to above. Dated: 20 (Corporate Seal, If applicable) By: (Seal) (Proprietor, Authorized Officer or Partner) Witness or Attest: BASD bid for Wireless Local Area Network Cabling. p. A-8

9 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN SECTION 111 PUBLIC SCHOOL CODE AGREEMENT Page 2 of 2 Business Name and Address of Vendor/Independent Contractor BASD bid for Wireless Local Area Network Cabling. p. A-9

10 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN HOLD HARMLESS AGREEMENT AND EVIDENCE OF INSURANCE 1. The vendor(s) receiving the award agree(s) to hold harmless and to indemnify the Board of Directors, officers, members and employees of the Bethlehem Area School District (BASD), for any and all expenses incurred for all claims arising from liability for bodily injury and property damage due to the vendor s negligence. 2. The vendor(s) receiving the award agree(s) to submit, within five (5) days after award, a certificate of insurance evidencing workers compensation, commercial general liability, automobile liability, and excess liability (with minimum limits outlined below) to the Bethlehem Area School District, Board of Directors, Attn: Jeanne L. Coy, 1516 Sycamore Street, Bethlehem PA A. The certificate of insurance must indicate that the BASD will be added as an additional insured on the commercial general liability and automobile liability insurance policies. B. The insurance carriers must have a minimum Best s rating of A, and be licensed to conduct business in the Commonwealth of Pennsylvania. C. The following coverage s and minimum limits of insurance shall be maintained: 1. Workers Compensation Statutory limits as required by the State of Pennsylvania. 2. Commercial General Liability - including products/completed operations and contractual liability for the services and products provided. The limit of liability is to be not less than $1,000,000 per occurrence for bodily injury (including personal injury) and for property damage and $2,000,000 aggregate. 3. Automobile Liability including bodily injury and property damage. The limit of liability is to be not less than $1,000,000 per accident. 4. Excess Liability Limit of liability to be not less than $1,000,000 per occurrence and $2,000,000 aggregate. 5. Umbrella Liability Limit of Liability shall be not less than $1,000,000 per accident and $2,000,000 aggregate. D. The Certificate of insurance must provide that the policies shown on the Certificate cannot be cancelled until after thirty (30) days written notice to the Certificate Holder, and if the expiration date of the policies occurs during the term of the awarded contract, a renewal certificate of insurance (with policy numbers) will be provided to the BASD Board of Directors, prior to the effective date of the renewal policies. The vendor hereby agrees to the above terms and conditions dated this day of, 20. Company Name: Print Name and Title of Authorized Person: Authorized Signature: BASD bid for Wireless Local Area Network Cabling. p. A-10

11 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN GENERAL BID REQUIREMENTS FOR ALL BIDDERS Defined Terms The term "Bidder" means one who submits a Bid directly to Owner, as distinct from a sub-bidder, who submit a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Document" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). Questions Questions on this project can ONLY be asked by bidders via to eratebids@basdschools.org Any other media for questions will be ignored s to IT staff, s to BASD faculty or administrators, phone calls to IT staff, phone calls to BASD employees, casual conversations with BASD Board Members or Administrators, meetings etc, will ALL be ignored. BASD staff will be instructed to direct bidders with any E-rate questions to this single address. Only questions submitted to eratebids@basdschool.org will be accepted. Bidders should be aware that all questions will be repeated in BASD responses and answered via to all bidders. E-Rate Compliance All bidders must be willing to participate with the Bethlehem Area School District in the federally-sponsored E-Rate program. E-Rate provides subsidies to schools on various programs including data cabling installation services. Bidders must be registered with the program and must have obtained a SPIN number. Bidders must agree to invoice the District at the E-Rate discounted amount. The contract(s) awarded from this bid are contingent upon the District receiving E-Rate discounts for the respective projects. E-Rate discount notification to the District is expected from USAC in May, Preparation of Bids It is the responsibility of each Bidder, before submitting a Bid, to: 1) Examine the Contract Documents thoroughly. 2) Visit the site to become familiar with local conditions that may affect the cost, progress, performance, or furnishing the Work. BASD bid for Wireless Local Area Network Cabling. p. A-11

12 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN 3) Consider federal, state, and local laws and regulations that may affect cost, progress, performance, or furnishing of the Work. 4) Study and carefully correlate Bidder's observations with the Contract Documents. 5) Notify District of all conflicts, errors, or discrepancies in the Contract Documents. Bidders shall thoroughly examine and be familiar with the Specifications and Shop Drawings. The failure or omission of any Bidder to receive or examine any form, instrument, document and acquaint himself with existing conditions, shall in no way relieve any Bidder from obligation with respect to his Bid. By submitting a Bid, the Bidder agrees and warrants that he has examined the Specifications and Shop Drawings and, where a given result to be produced, that the Specifications and Shop Drawings are adequate and the required result can be produced under the Specifications and Shop Drawings. No claim for any extra will be allowed because of improper plans and specifications and whenever a result is required, the successful Bidder shall furnish any and all extras and make any changes needed to produce the required result for the sum stated in the bid response. If any bidder has questions on these specifications, finds discrepancies, or is in doubt as to the meaning of any part thereof, the bidder should notify the Bethlehem Area School District (BASD) Business Office at eratebids@basdschools.org. If BASD deems it necessary, additional instructions in the form of bulletins will be issued by BASD to all bidders via electronic mail or United States mail. Only these written updates will be binding. Oral or other changes, interpretations, or clarifications will be without legal effect. Questions should be submitted prior to the Bidder s Conference. Questions will be answered at the Bidder s conference. If questions are submitted after the bidder s conference, BASD s responses will occur by December 31, BASD expects its last communique with bidders to be December 31, All bids must be prepared and submitted using the bid form supplied as a part of these specifications. No other forms will be accepted. THE BID FORM SHALL NOT BE ALTERED. ALTERNED BID FORMS MAY BE CONSIDERED NON- RESPONSIVE AND MAY BE REJECTED. All blanks on the Bid Form must be completed in ink or by type. Additional pages that clarify bids may be submitted with the bid form when they conform to these requirements. All names must be typed or printed below the signatures. Changes, alterations, or interlineations to any of the bid documents are not permitted. Such changes may disqualify a bid from consideration. Where applicable, bids must show unit and total prices. Unit bid prices must conform to the specified unit of measure. Bids should be submitted to the school district properly executed by the bidder. If the bidder is a partnership, the bid should be executed by at least one of the partners. If the BASD bid for Wireless Local Area Network Cabling. p. A-12

13 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN bidder is a corporation, the bid must be executed by the president, vice-president, or other person(s) properly authorized to sign for the corporation and attested by the secretary or assistant secretary with corporate seal attached. Any reference in these RFB documents to a particular manufacturer's product either by trade name or by limited description is solely for the purpose of more clearly indicating the minimum standard of quality desired; except where no substitute is requested. It is the bidder s responsibility to indicate, on the bid form, any variances between the submitted bid and the District's specifications. Absent any notation to the contrary, it will be assumed that vendor is bidding and will provide the item(s) as specified. Bidder s Conference The mandatory pre-bid meeting will be held on DECEMBER 15, 2014 at 1:00 P.M. in the Edgeboro Room (1 st Floor) of the BASD Education Center, 1516 Sycamore Street, Bethlehem, PA. ( ) Bidders are limited to 3 attendees to the conference. At least one attendee must be authorized to sign a Non-Disclosure Agreement (NDA). A mandatory pre-bid walk-down of representative schools (not all) will be held immediately following the pre-bid meeting. Bidders should expect to spend several hours that day touring representative buildings to determine, by their own observation, the conditions in the buildings. BASD will provide a matrix outlining all 21 buildings, their date of original construction, years of renovation, general construction methods used, suspended ceiling, open concept, concrete walls, etc. All bidders will be expected to register their attendance at the bidder s conference. A sign-in sheet will be provided. Sign-in information will include: Name, Title, Phone number and address. All correspondence will be done via . The District will correspond from the eratebids@basdschools.org address. Shop drawings of the school buildings will be distributed at the Bidders Conference. In order to receive these shop drawings (floor plans) of the schools, a bidder must sign a Non-Disclosure Agreement (NDA). This NDA will state that the bidder agrees to destroy all copies of the floor plans once the vendor s bid has been submitted. For child security purposes, floor plans are considered sensitive materials. Floor plans are to be used by the bidder solely to estimate cabling distances between IDFs and access points. Floor plans must be destroyed after this use. The NDA is to ensure compliance to this requirement. BASD bid for Wireless Local Area Network Cabling. p. A-13

14 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN Submittal of Bids Bid submittal documents are to be SEALED and furnished to the District in triplicate. One copy should be retained by the bidder. Two completed copies shall be delivered to the Board Secretary, Business Office, Bethlehem Area School District, Education Center, 1516 Sycamore Street, Bethlehem, Pa no later than the due date and time specified. Any bids received after that time shall not be opened by the school district. The school district will not be responsible for lateness of receipt due to mail delays. Bids are to be submitted in a sealed envelope plainly marked with the name of the bidder, the name of the project and the due date. Bids shall be clearly marked on the outside of the envelope, "Bid for BASD Wireless Local Area Network (WLAN) Data Cabling Solution, due 2:00 p.m. Friday, JANUARY 9, 2015" Samples, where required in the item description, must be received in the Business Office, 1516 Sycamore Street, Bethlehem, Pa., 18017, within three working days after the bid opening. Bids will be publicly opened at the BASD Education Center, 1516 Sycamore Street, Bethlehem, Pa., at 2:00 p.m., prevailing time, on Friday, JANUARY 9, Taxes Charges Delivery The school district is exempt from all state sales tax and federal excise tax, and these taxes should not be included in bids. The school district shall not be liable for any costs incurred by bidders in preparing and submitting proposals, nor in fulfilling any bid requirements The school district will not pay for overages in shipments due to standard packaging, license fees, permits, bonds, nor any other costs. All bids will be on an F.O.B. destination basis. Freight charges will not be paid by the district, regardless of the size of the order. All deliveries must be shipped prepaid. The school district will not pay for any travel, meals or lodging expenses. If the contractor incurs these expenses, those charges rest with the contractor and not the school district. No extra fees will be allowed for such expenses. Successful bidders will be required to make complete delivery of all bid items awarded them, including items on back order and/or out of stock. Complete delivery of all awarded items is to be accomplished within the agreed upon Project Schedule as BASD bid for Wireless Local Area Network Cabling. p. A-14

15 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN outlined in the Pre-Bid meeting. In general, the installation of cabling and all wireless access points are to be completed between June 8, 2015 and August 14, Specific delivery instructions will be provided to bidders at the time of bid award. The successful bidder agrees to furnish and deliver articles at such time, and to such place(s), and in such quantities as ordered, and that all of the articles shall be subject to the inspection and approval of the Bethlehem Area School District. Acceptance of delivery of materials or equipment to the site shall not constitute final acceptance by the Bethlehem Area School District. In the event that any of the articles shall be rejected as damaged, unsuitable, or not in conformance with the specifications, expressed or implied, such articles shall be removed immediately and other articles of proper quantity and performance expected as set forth in these requirements shall be furnished and placed and/or installed thereof; all at the expense of the successful bidder receiving the order. The District agrees to provide on-site storage for project materials. Bid Awards Awards will be made on the basis of the lowest responsible bidder with the optimal qualified price, quality, and materials. The district retains the right, in making the award, to also consider the ability of the bidder to fulfill all terms of the contract. Evaluations will be based upon, but not limited to, the Pennsylvania Public School Code, cost of the entire project, responses to this specification document, vendor stability, vendor capability, product capability, references, independent documentation and other related material. In determining the lowest responsible Bidder, the District will consider the Bidder s integrity, efficiency, experience, promptness, current work load, financial capability, performance on recent projects, references from Owners, Architects and Engineers, potential list of subcontractors, schedule of values, and ability to successfully and timely complete the Project. The District will scrutinize the apparent low Bidder s information for full disclosure before intent to award is issued. The apparent low Bidder must demonstrate competency and provide any or all of the above information requested within five (5) days of request. The District reserves the right to reject Bid if all the information is not received on time and/or does not satisfy the District s evaluation process. In addition to all the requirements regarding qualifications of Bidders, the District reserves the right to evaluate bidders using the following additional criteria: 1) The Contractor must have performed a minimum of 3 previous projects within the last 5 years where the value of the contract is at least sixty percent (50%) of the amount of the base bid. Provide references including telephone number and contact person. BASD bid for Wireless Local Area Network Cabling. p. A-15

16 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN 2) Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualification and financial ability of Bidders, Subcontractors, Suppliers, and other persons or organizations to perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. 3) An agreement of Surety certifying that the Surety Company is committed to provide the bidder with a Performance Bond and Payment Bond each in the amount of one hundred percent (100%) of the contract amount. BASD expects to make a vendor decision by January 26, HOWEVER, THE FINAL AWARD IS CONTINGENT UPON THE DISRICT S SUCCESS WITH ITS E-RATE APPLICATION. Each bid shall be irrevocable for a period ending with USAC s determination of E-Rate award (approximately May 15, 2015). Time may be extended by mutual consent of the bidder(s) and the Bethlehem Area School District. Bid specifications, the bidder's response, the awarded bids, purchase orders, and any attachments shall constitute a binding contract. The school district reserves the right to accept or reject any or all bids, or parts of bids, and may waive informalities, technicalities and irregularities. Also the school district reserves the right to award in any manner which appears from all consideration to be the most economical and advantageous to the District. Owner reserves the right to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Conditioned bids or bids which do not conform to these requirements may be rejected. Invoicing and Payment Each purchase order is to be invoiced separately. The District s purchase order number must appear on all invoices, packages, and correspondence. Payment will not be made before work is performed. Progress or partial payments may be made at the discretion of the District. Progress payments will be discussed at the Vendor Pre-Bid Meeting. A 10% FINAL payment will be withheld until the District completes acceptance testing. Acceptance testing will not begin until such time as the District has received from the vendor, acceptable test results on all copper cable installations, validation on access point installations, acceptable as-built drawings and a technical review by the 3 rd party Wireless Consulting firm overseeing the wireless installation. Invoices for any agreed upon prepay (progress) installments must be received no later than the first day of the month to be processed and paid after the regularly scheduled board of directors meeting of the same month NO EXCEPTIONS BASD bid for Wireless Local Area Network Cabling. p. A-16

17 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN Other Requirements All property or services furnished must comply with all applicable Federal, State, and local laws, codes and regulations. The Pennsylvania Law 734 No Worker and Community Right to Know Act-- provides for information to be made available to employees and community residents regarding hazardous substances introduced into the workplace and into the general environment by employers subject to the law. Material Safety Data Sheets (MSDS) are required to be submitted with all bids. Bidders/Contractors may be required to furnish evidence in writing that they maintain permanent places of business and have adequate equipment, finances and personnel to furnish the items offered satisfactorily and expeditiously, and to provide the necessary services and warranties as stipulated for the items they propose to furnish. To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five (5) days of District s request, written evidence such as financial data, previous experience, present commitments and any other information that may be requested by the Owner. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located, or covenant to obtain such qualification prior to award of the Contract. Owner reserves the right to reject Bidder if he cannot satisfy all of the Qualification Requirements The Bidder/Contractor agrees that if awarded an order under these specifications, it will indemnify and save harmless the Bethlehem Area School District, its members, and employees from all suits and actions of every nature brought against them or any of them growing out of any order or orders, written or verbal, entered into between the school district and the bidder. The Bidder/Contractor shall obtain and post all licenses and permits as required by federal, state, and/or local law. Photographs, videos or recordings of the facilities, staff and students are not permitted during any on-site (District) visits or during work/installation on any District property. The Owner will not be responsible for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions. This information is provided based on information available. Bidder assumes responsibility for verifications, adjustments and modifications that may be required since this is generally recognized as inherent to the work of the Contract Documents. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of the bid documents and, that without exception, the Bid is premised upon performing and furnishing the Work BASD bid for Wireless Local Area Network Cabling. p. A-17

18 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. The Shop Drawings for this Project have been prepared from existing plans and are provided for the Bidder's convenience only. The existing dimensions and details may differ from those shown on the Drawings. Bidders are responsible for determining quantities of work based on their own field observation measurements. Neither the Bidder/Contractor nor the District shall be responsible for any losses resulting should the fulfillment of the terms of the contract be delayed or prevented by wars, acts of public enemies, strikes, fires, floods, acts of God, or for any acts not within the control of the FSMC or the SFA, respectively, and which by the exercise of due diligence they were unable to prevent. The Bidder/Contractor shall comply with the conditions of all applicable Pennsylvania Laws including but not limited to the Prevailing Wage Act and Public School Code Clearance Requirements. In the event of the Bidder/Contractor s nonperformance under this contract and/or the violation or breach of the contract terms, the District shall have the right to pursue all administrative, contractual, and legal remedies against the Contractor and shall have the right to seek all sanctions and penalties as may be appropriate This contract shall be construed under the laws of the Commonwealth of Pennsylvania. Any action or proceeding arising out of this contract shall be heard in the appropriate courts of the Commonwealth of Pennsylvania. Submittal Guidelines & Instructions Bidder/Contractor is to prepare a response to all sections of this specification with regard to the bidder s proposed LAN cabling capabilities, and the firm s complete support structure(s). Bidder/Contractor s response shall be to meet the needs of BASD as defined in this specification. If the vendor takes exception to any of these specifications, that exception will be considered non-compliant and needs to be documented in the submittal by the Bidder. If documentation as to why there are any exceptions requested is not provided, the Bidder risks rejection of their bid. The Bidder/Contractor shall not be allowed to take advantage of any errors or omissions in the specifications. Where errors occur in the specification, the vendor shall promptly notify the contact person listed. Inconsistencies in the specifications are to be reported prior to proposals being submitted. BASD bid for Wireless Local Area Network Cabling. p. A-18

19 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN When responding to this request, the Bidder is to follow the format exactly confirming compliance with each section and subsection. Electronic versions of this specification will be provided at the pre-bid meeting. Bidders should utilize the numbering scheme in use throughout this document, and include the question as well as the answer. Respond to all items. If the bidder desires to include any additional comments, attach those comments within a related information section with the particular issue noted. Bid Security, Default, and Penalty Three (3) copies of the bid response must be submitted with a Bid Bond for ten percent (10%) of the Bid Price. The vendor shall keep one copy of the response and two copies shall be provided to the District. Bids must be accompanied by a certified check, bank cashier's or treasurer's check, money order, or bid bond payable to the Bethlehem Area School District in the amount of ten percent (10%) of the total amounts of Bids on the bid form. Successful bidders who refuse to perform or deliver as contracted will be required to forfeit such bid security. The District may declare the Bid Security forfeited to the Owner if, following such issuance of a Notice of Intent to Award to the apparent lowest responsible Bidder, such Bidder fails to deliver the items required for complete evaluation and for contract execution required by the bid documents. If Bid Security is submitted in the form of a Bid Bond, the Attorney-in-Fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of its Power of Attorney, authorizing said Attorney-in-Fact to act on behalf of the surety. The Power of Attorney must be dated the same date as the Bid Bond and both the Bid Bond and Power of Attorney shall have affixed the raised corporate seal of the surety. The Bid Bond must be executed by a surety licensed and authorized to conduct business within the Commonwealth of Pennsylvania and named in the current list of companies holding Certificates of Authority as acceptable sureties on federal bonds and/or as acceptable reinsuring companies as published in Circular 570 (as amended) by the Audit Staff, Bureau of Government Financial Operations, U.S. Treasury Department, and the amount of the bond shall not exceed the underwriting risk of such surety set forth in said circular of revisions thereof. The Bid Security of Bidders will be returned (unless forfeited as stated above) at the Bidder s request, upon (1) the execution of the Agreement Between the District and Contractor, or (2) the rejection of all bids by the District, or (3) the expiration of the firm bid period set forth in the bid documents. The District shall not be liable for any interest on bid security which is held in accordance with these Bidding Instructions. The Bidder acknowledges that a condition of the Contract is that time is of the essence of the Contract and the number of days within which, or the dates by which, the Work is to be substantially completed and completed and ready for final payment (the BASD bid for Wireless Local Area Network Cabling. p. A-19

20 BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN Contract Time) are set forth in the Contract Documents and are accepted by the Bidder without exception or conditions. The project schedule is to be submitted with the bid. A penalty of $5,000 per calendar day will be assessed against the successful bidder for each day the job remains uncompleted after the agreed upon completion deadline has passed. That completion deadline will be the end of the installation period as outlined in the Delivery section above. This penalty is to ensure that the contractor is NOT performing work while students are attending classes. Uncompleted shall mean that the job has not been accepted by the District because the contractor has not yet met the terms of the contract. Any penalty will be deducted from the final payment to the contractor. The successful bidder, within ten (10) days after the award (which will follow BASD s notification of the E-Rate award), shall enter into contract with the Bethlehem Area School District, based upon this bid specification. The Successful Bidder will be required to furnish a performance bond, with corporate surety approved by the Bethlehem Area School District in the amount of one hundred percent (100%) of the successful bid (contract price). Said surety shall be listed on the current Federal Register and be A rated or better. In the event any property or services to be furnished by the bidder under a contract or purchase order should for any reason not conform to the specifications contained herein and to the sample (if applicable) submitted by the bidder with the bid, the school district may reject such property or service. In such event, upon receipt of specific instructions from the District Business Office, the bidder shall immediately remove any rejected property without expense to the school district and replace it with such property as conforms to the specifications and samples and/or provide additional or alternative services as conforms to the specifications and samples. Should the Bidder/Contractor default in performance of the contract, the school district may procure such property or services from other sources in any manner provided by law and shall have the absolute right to deduct from any moneys due to the Bidder/Contractor, or that may thereafter become due to the bidder, the difference between the contract price and the actual cost of the property or services to be replaced or substituted. BETHLEHEM AREA SCHOOL DISTRICT Bethlehem, Pennsylvania Stacy Gober Board Secretary BASD bid for Wireless Local Area Network Cabling. p. A-20

21 Bethlehem Area School District Education Center 1516 Sycamore Street Bethlehem, PA Request for Bids For Local Area Network Data Cabling Supplemental to the BASD WIRELESS INFRASTRUCTURE PROJECT JANUARY 9, 2015 Please direct technical questions regarding this bid to: Information Technology

22 TABLE OF CONTENTS 1. INTRODUCTION BIDDING VENDOR CRITERIA QUALIFICATIONS PERSONNEL GENERAL CONTRACTOR PRACTICES HOURS OF ACCESS SITE MODIFICATIONS CLEANUP SAFETY PRACTICES PREVAILING WAGE PRACTICES BASIC MATERIALS AND METHODS PART 1 - GENERAL RESPONSIBILITIES: THIS SECTION REMOVED: EXECUTION: THIS SECTION REMOVED: THIS SECTION REMOVED: CONDUIT INSTALLATION: THIS SECTION (4.3.4) REMOVED EMPTY RACEWAYS (If installed within this project): SLEEVES: OUTLET BOXES (IN THE CEILING): WIRING DEVICES: SUPPORTS - GENERAL: SUPPORTS AT DRYWALL CONSTRUCTION: WIRE INSTALLATION: IDENTIFICATION TAG AND MARKINGS: FIRE RESISTANT SEALANT: GROUNDING: DATA NETWORK WIRING SYSTEM PART 1 - GENERAL DESCRIPTION OF WORK: QUALITY ASSURANCE: REFERENCES: PART 2 - PRODUCTS CORRIDOR WIRING SUPPORT HORIZONTAL WIRING COMPUTER OUTLETS (jacks and faceplates) PATCH PANELS PATCH CORDS: EQUIPMENT RACKS: PART 3 - EXECUTION GENERAL TERMINATION: LABELING STANDARDS FOR CAT-6 CABLES, JACKS, PATCH PANELS: INSPECTION: BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-1

23 6. CABLE TESTING PART 1 - GENERAL WORK COVERED BY CONTRACT: APPLICABLE STANDARDS, SPECIFICATIONS, AND PRACTICES: CONTRACTOR IS RESPONSIBLE TO PROVIDE TEST EQUIPMENT AND MATERIALS: CONTRACTOR TEST PLAN: PART 2 - PRODUCTS (THIS SECTION REMOVED) PART 3 - EXECUTION TESTING OF CABLE RUNS: ACTIONS IN THE EVENT OF CABLE TESTING FAILURE: MAIN BID SPECIFICATIONS MAIN BID (A) PROJECT SCHEDULE (TO BE UPDATED AFTER E-RATE AWARD) CALENDAR YEAR CALENDAR YEAR VENDOR PROFILE MANUFACTURER DATA/SPECIFICATION SHEETS REFERENCES WARRANTY BID FORM BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-2

24 1. Introduction 1.1. The Bethlehem Area School District (BASD) is issuing this Request for Bids (RFB) to accomplish an End-to-End Implementation of mounting 1,221 dual radio wireless access points with dual network jacks in each access point, requisite Cat 6 network cabling, appropriate access point licensing, specified wireless controllers, management software (specified), provisioning of the associated PoE network switches (per specification) and validation of proper operation through cable certification testing and wireless access point performance evaluation. 1.2 This RFB covers: Provisioning and installing 1,221 new (contractor supplied) wireless access points and associated equipment (per corresponding technical specifications) Provisioning and delivery of new (contractor supplied) network switches and associated equipment (per corresponding technical specifications) Provisioning and installing, per specification, new Cat 6 network cabling (including cable testing and certification) to support the new wireless access points using the new network switches Terminating the cable runs at one end on new contractor supplied patch panels (as specified) in existing BASD racks in existing BASD IDFs and contractor supplied appropriate length patch cords Terminating the other end of the cable runs on contractor supplied two port boxes mounted in the ceilings at access point locations designated on BASD supplied shop drawings, with appropriate length patch cords. Performing this work for all 1,221 access points (2,442 cable runs) in 21 school buildings within BASD as specified and within the time frame of June 8, 2015 until August 14, The scope of the work includes supplying the specified switch gear, supplying the specified access points and controller(s), supplying the specified software licenses and associated management software, and installing the requisite Cat 6 network cabling to support connectivity between access points and network switches, per this RFB specifications. 1.4 The contractor is to install and terminate the cabling, mount the access points, connect the access points to the network with vendor supplied patch cords, connect the cabling to new patch panels including appropriate length patch BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-1

25 cords in existing IDFs and ensure proper connectivity between access points and the district s network using the newly installed network switches throughout the designated 21 District buildings. 1.5 This scope of work does NOT involve any fiber optic cabling. There will be NO cabling between IDFs. Cabling is to be from access points via horizontal cabling to patch panels in IDFs to network switches. 1.6 This scope of work does NOT involve network switch or wireless controller configuration. The contractor will NOT install or configure the network switches. BASD IT staff will perform those functions and configure the wireless controller(s) and associated management software. 1.7 The cabling is to be warrantied for 20 years. The patch panels and outlets are to be of Siemon (or equivalent) quality. 1.8 The Bidder/Contractor will be held to the highest standards of installation. The successful Bidder/Contractor will be required to coordinate the schedule of installation with the District s wireless consultant as well as the District s network representative. Coordination with other contractors and/or engineers on the project is required as is attendance at regularly scheduled job meetings. 1.9 This bid document contains requirements for bid proposals for data networks in 21 schools. Specific building layouts, IDF (Intermediate Distribution Frame) locations, switch requirements and detailed descriptions of the Wireless access point locations will be provided at the pre-bid meeting to those bidders authorized to sign NDA s with the District. 2. Bidding Vendor Criteria 2.1. Qualifications Bidding vendors shall meet the following criteria to ensure that they are capable of installing a network according to the specifications and wiring practices outlined in this specification Bidding vendors shall furnish references of at least three (3) installations within the last year which include Category 6 compliant cabling infrastructure testing and certification. The references must include sample copies of the cable plant documentation consisting of cross connecting records, patching records, installation records, labeling and as-built drawings Ongoing membership in BICSI (Building Industry Consulting Services International) will help demonstrate the expertise of the installing company Bidding vendors shall demonstrate that they can properly install, document, test, and certify a Category 6 cable plant. Printouts of test results must be BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-2

26 presented. It is essential that the bidding vendor demonstrate they can document, and certify installation according to exacting Category 6 standards The Bidder/Contractor is to identity any Subcontractors, Suppliers and other organizations proposed who furnish the principal items of material and equipment. An experience statement shall accompany such list with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier or organization. If Owner, or Owner s representative, after due investigation, have reasonable objections to any proposed Subcontractor, Supplier or organization, may before the Notice of Award is given request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid Price If apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposed to use acceptable Subcontractors, Suppliers or organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security of any Bidder Personnel The installing company shall have employees with demonstrated communications and computer network cable design and installation expertise. The installer(s) experience should be documented over the past two years The bidding vendor must supply proof of training / certification of the installing technicians in the field as to their communications and computing infrastructure installation techniques. Although a plus, an RCDD certification is not required. 3. General Contractor Practices 3.1. Hours of Access Installation hours are roughly Monday through Friday, 7:00 am to 3:00 pm, excluding holidays, according to the common practice of the job site. Vendor must arrange with Owner representative for access outside of these normal working hours. PENDING E-RATE AWARD If, during May 2015 and June 2015, the contractor wants to work when school is in session and students are in the building, then the work may be scheduled second shift, roughly 3:00 p.m. 11:00 p.m. with NO ADDITIONAL COST TO THE DISTRICT. BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-3

27 3.2. Site Modifications The vendor shall make known any requirements for site modifications within the submittal of their quotation. BASD may arrange for completion of site modifications if deemed necessary and if agreed upon by BASD Maintenance staff. Requested site modifications will affect the evaluation of the vendor s bid. BASD shall not be responsible for modifications to the site which were not specified in the vendor s quotation Cleanup The vendor shall clean and restore all occupied areas to their original state at the end of each work day, within the limits of practicality The vendor shall restore the installation site to original condition - or better upon completion of the work Safety Practices Child Safety is paramount for the District. Vendors are expected to have workers that have proper clearances for this activity. The Vendor will be required to present all requisite clearances to BASD. Workers will be required to register with the BASD Maintenance department and receive a Badge. This badge is to be worn, clearly visible, at all times SAFETY is a condition of engagement. Safety-related questions while on site must be directed to the BASD at once. No unsafe acts will be tolerated Any safety / environmental problems caused as a direct result of the contractors work will be the responsibility of the contractor to correct the problem at the contractor s expense Bethlehem Area School District has an Asbestos Management Plan (AMP) which provides a list of all known instances of asbestos in any District building. The successful Bidder/Contractor will be able to review that AMP prior to commencing work. If the contractor discovers any asbestos during the project that is not on the AMP then the vendor is to alert the District and the District will remediate the asbestos. BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-4

28 3.5. Prevailing Wage Practices The contractor shall pay workmen no less than the wage rates in the prevailing wage determination by the Secretary of Labor and Industry. The contractor shall comply with the conditions of the Pennsylvania Prevailing Wage Act approved (Act No. 442), and as amended (Act No. 342), and the Regulations issued pursuant thereto, to assure the full and proper payment of said rates The prevailing wage contract provisions shall apply to all work performed on the contract by the contractor and to all work performed on the contract by all subcontractors. The contractor shall insert in each of his subcontracts all of the stipulations contained in these required provisions and such other stipulations as may be required No workmen may be employed on the public work except in accordance with the classifications set forth in the prevailing wage rates. In the event that additional or different classifications are necessary the procedure set forth in Section 7 of the prevailing wage Regulations shall be followed All workmen employed or working on the public work shall be paid unconditionally, regardless of whether any contractual relationship exists or the nature of any contractor, subcontractor and workmen, not less than once a week without deductions or rebate, on any account, either directly or indirectly, except authorized deductions, the full amounts due at the time of payment, computed at the rates applicable to the time worked in the appropriate classification. Nothing in the contract, the Act, or the prevailing wage Regulations shall prohibit the payment of more than the general prevailing minimum wage rates as determined by the Secretary to any workmen on this job The contractor and each subcontractor shall post for the entire period of construction the wage determination decisions of the Secretary, including the effective date of any changes thereof, in a prominent and easily accessible place or places at the site of the work and at such place or places used by them to pay workmen their wages. The posted notice must contain the following information: Name of project. Name of public body of which is it constructed. The crafts and classifications of workmen listed in the Secretary s general prevailing minimum wage rate determination for the particular project. The general prevailing minimum wage rates determined for each craft and classification and the effective date of any changes. BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-5

29 A statement advising workmen that if they have been paid less than the general prevailing minimum wage rate for their job classification or that the contractor and/or subcontractor are not complying with the Act or the prevailing wage Regulations in any manner whatsoever they may file a protest with the Secretary of Labor and Industry The contractor and all subcontractors shall keep an accurate record showing the name, craft and/or classification, number of hours worked per day, and the actual hourly rate of wage paid (including employee benefits) to each workman employed by him in connection with the public work and such record must include any deductions from each workman. The record shall be preserved for two years from the date of payment and shall open at all reasonable hours to the inspection of the public body awarding the contract and to the Secretary or his duly authorized representative Apprentices shall be limited to such numbers as shall be in accordance with a bona fide apprenticeship program registered with and approved by the Pennsylvania Apprenticeship and Training Council and only apprentices whose training and employment are in full compliance with the provisions of the Apprenticeship and Training Act as approved (Act No. 304) and the Rules and Regulations issued pursuant thereto shall be employed on the public work project. Any workman using the tools of a craft who does not qualify as an apprentice within the provisions of this subsection shall be paid the rate predetermined for the journeyman in that particular craft or classification Wages shall be paid without any deductions except for authorized deductions. Employers not party to a contract requiring contributions for employee benefits which the Secretary has determined to be included in the general prevailing minimum wage rate shall pay the monetary equivalent thereof directly to the workman Payment of compensation to workmen for work performed on public work on a lump sum basis, or a piece work system, or a price certain for the completion of a certain amount of work, or the production of a certain result shall be deemed a violation of the Act and the prevailing wage Regulations, regardless of the average hourly earnings resulting therefrom Each contractor and subcontractor shall file a statement each week and a final statement at the conclusion of the work on the contract with the contracting agency, under oath, and in form satisfactory to the secretary, certifying that all workmen have been paid wages in strict conformity with the provisions if any wages remain unpaid to set forth the amount of wages and owing to each workman respectively. BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-6

30 4. BASIC MATERIALS AND METHODS 4.1. PART 1 - GENERAL RESPONSIBILITIES: The Network Cabling Contractor is expected to act as their own Project Manager. The Owner s representative (designated after the award) will act as an auditor not a Project Manager. The Network Contractor is to schedule all work and provide all updates to the Owner s representative on project progress. The Network Contractor is to proactively arrange meetings with the Owner s representative and provide reports suitable for delivery to the Owner The Network Contractor is ultimately responsible for the installation of all data network related boxes, conduit, connectors, sleeves, cable supports, grounding materials, fire resistant sealant, raceways and channels. The Network Contractor is to submit specifications for these aforementioned materials as part of their bid in order for the District and Owner s representative to review and approve these materials prior to the award The Network Contractor should use existing cabling supports where available and install new supports where required. The Network Contractor is responsible for any damage done to existing supports, equipment or cable infrastructure Job Meetings: A representative of the Network Contractor is required to attend job coordination meetings held weekly on site, unless excused by the Owner s representative. Any dispute will be decided by the Owner s representative. The Network Contractor shall submit the name and job title of the individual who they expect will attend these job meetings on the bid form THIS SECTION REMOVED: 4.3 EXECUTION: THIS SECTION REMOVED: THIS SECTION REMOVED: BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-7

31 CONDUIT INSTALLATION: Use concealed construction methods in all finished areas, unless otherwise noted Do not run horizontally in unit masonry walls Maintain a separation of six (6) inches from hot water lines. Provide approved thermal insulation for electric lines where this separation cannot be maintained Clean and dry all conduits before any wires or cables are installed Keep all underground and exterior conduit watertight by coating threaded joints with red lead after drawing threads tight Paint all rigid steel conduit that comes in direct contact with earth with bitumastic to prevent corrosion Seal conduit runs between heated areas and unheated or refrigerated areas. Provide sealing fitting at wall between areas and fill with approved compound after wires are inserted Install exposed conduit in a neat, symmetrical, inconspicuous manner. Follow building contours, and run parallel and at right angles to structural members. Provide boxes, fittings, and bends for changes of direction. Use approved racks for parallel runs. Fasten conduit securely in place Group exposed drops wherever possible, using approved racks. Conceal drops in walls in finished areas, and terminate in recessed junction box in wall behind surface mounted equipment where appropriate. Rework back of surface mounted equipment as required to be fed from box Use compression fittings for EMT (Electrical Metallic Tubing). Terminate EMT as sheet steel boxes with corrosion resistant steel fittings Run exposed conduit in unfinished spaces after ductwork and piping have been installed, and provide suspension materials as required. Provide all required offsets, bends, boxes and fittings as required Do not pierce structural members without permission of the Owner/Architect. Provide reinforcing for opening as directed by Owner/Architect Route conduit 36" clear of equipment subject to excessive heat such as hot water generators THIS SECTION (4.3.4) REMOVED BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-8

32 EMPTY RACEWAYS (If installed within this project): If raceways are installed during this project, then the contractor is to arrange raceways for easy installation of cables in the future. Cap raceways in accessible locations Provide a fish line in each empty raceway, tagged at each end with identification and location of other end. For fish line, use a manufactured tape, 200 pound test nylon line, or other approved means SLEEVES: Provide sleeves for conduit in floors, walls, roof and other locations as required, and maintain them in position during installation. Size the sleeves to allow l/2" annular space around the conduit. Fill annular space with highmelting point sealing compound or asphalt. Where wall is waterproofed, allow annular space for waterproofing material between wall and sleeve at waterproofed side Finish sleeves through floors flush with underside of floor, and l-l/2" above top of finished floor. Finish sleeves through walls and partitions flush on both sides. Finish sleeves through roof above the roof line but low enough to be covered with waterproofing. Provide waterproof installation at each sleeve piercing the roof Use EMT sleeves with an insulating bushing at each end for passage of wiring without conduit OUTLET BOXES (IN THE CEILING): Provide outlet box for each access point location shown in the shop drawing. Use 4" minimum size with conduit, or appropriate size and configuration. Provide interior partitions where required. Provide other boxes as necessary. Use cast, corrosion-resistant box with threaded hubs for exterior outlets, and in other locations indicated Install boxes square with building lines, fasten securely in place. Grout or patch plaster if exposed and masonry/wallboard does not fit snugly Provide extension rings and raised cover plates in plaster, masonry and tile walls. Plug unused openings Use sectional boxes with appropriate cable clamps for cable wiring. Provide green grounding screw for connection to ground wires Do not install boxes back-to-back in partitions. Separate boxes in adjacent rooms at least 12" to prevent transmission of sound. BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-9

33 WIRING DEVICES: Mount data network faceplates vertically unless otherwise noted SUPPORTS - GENERAL: Support all material from the building structure members in an approved manner Electrical outlet boxes, cables and conduit shall not be supported from suspension wires of the ceiling suspension system. Do not attach equipment directly to tee bars, where boxes could interfere with lighting ceiling panels Provide mounting structures for electrical equipment where required. Use continuous slot channel or fabricate structure from galvanized structural steel angles and channels. Bolt or weld fabricate assemblies rigidly together, coat with suitable rust inhibiting primer and two finish coats of colors Provide 1/4" spacers behind cabinets of electrical equipment to permit circulation of air Provide racks of Continuous Slot Channel for parallel runs of conduit, and suspend on adjustable hangers. Use adjustable clevis hangers for individual runs of suspended conduit. Align suspended runs in horizontal plane for neat appearance. Perforated strap iron will not be permitted. Use approved beam clamps for connection to structural steel. Where structural steel has fireproof coating, cut coating as required to mount clamp and restore fireproofing to its original condition Do not support from steel roof decks, joist bridging, duct work, piping, or floor slabs less than 4" thick Determine proper locations of anchors, inserts and supports, and maintain them in their proper locations during the period of construction Use supporting hardware suitable for the purpose intended. Use expansion shields with machine screws to fasten to solid masonry. Use toggle bolts to fasten to hollow masonry. Use lag bolts to fasten to wood surfaces. Use approved methods for other conditions as required. No wood, plastic or fiber plugs will be permitted, use approved beam clamps Do not exceed manufacturer's load rating for mounting devices. BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-10

34 In cast concrete, use box inserts which allow lateral adjustments of the threaded member for proper alignment. Use continuous box inserts where required SUPPORTS AT DRYWALL CONSTRUCTION: At drywall partitions, provide support members to carry weight of equipment; do not use drywall material to carry any weight. Attach to drywall material for alignment purposes only. Pierce drywall material as required to mount equipment on support members Equipment normally supported from outlet box will require no additional support. Attach outlet boxes directly to studs of partitions. Provide support member to span between studs if required for location of box Where equipment on partitions cannot be supported by attachment of outlet box along, coordinate supports with general construction. Limit weights as indicated below: A. Recessed equipment, single stud: 100 pounds maximum. B. Recessed equipment, double stud: 500 pounds maximum. C. Recessed equipment, greater than 500 pounds: provide independent mounting structure inside partition. D. Surface mounted equipment, double stud (do not use single stud to carry weight): 100 pounds maximum. E. Surface mounted equipment, greater than 100 pounds: provide independent mounting structure outside partition WIRE INSTALLATION: Exercise care in storage and installation of wire and cable to avoid damage to conductors and their covering. Use an approved pulling compound as lubricant for pulling wires into raceway Where conduit enters building from below grade, seal end of raceway with approved waterproofing compound after wires have been installed or use waterproof bushing Support conductors in vertical raceways in accordance with NEC requirements. Provide manufactured clamps or compression fittings in bottom of panelboards if space permits, or provide separate pull boxes for such fitting where indicated. BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-11

35 IDENTIFICATION TAG AND MARKINGS: Identify all panelboards with designation indicated on the Shop Drawings. Use rigid laminated plastic legend plates installed on the inside of the doors of flush mounted panels and outside of the doors of flush mounted panels and outside of the doors of surface mounted panels with l/4" lettering Identification to be on typed cards, not handwritten FIRE RESISTANT SEALANT: Apply sealant in compliance with manufacturer's recommendations. Clean surfaces before application, using primer where necessary. Install damming material to prevent undesirable flow, and remove after foaming action has stopped. Separate cables before injection sealant to prevent voids. Provide sufficient thickness to equal fire rating of the barrier after being penetrated GROUNDING: Although, it is not anticipated that additional IDF racks will required, if that does become the case, then the contractor is required to ground the rack(s) to these specifications Provide grounding in accordance with requirement of NEC Article No Use approved grounding connectors. Clean surfaces bright before installing. Touch up painted surfaces after installation to prevent corrosion Use copper grounding conductors: aluminum will not be accepted. Size grounding conductors in accordance with NEC requirements unless larger sizes are indicated. In general, use bare wire. Where insulated wire is required use green color code At switchboards and similar equipment, connect to ground bus inside the equipment enclosure. Ground lightning arresters, metering, transformer neutral, transformer ground pad, grounding devices, and all non-current carrying metal part including frame of enclosure, conduit, grounding conductors and the like. Provide grounding bushings on metallic conduit and interconnect with ground wire to ground bus Provide other grounding methods as required. BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-12

36 5. DATA NETWORK WIRING SYSTEM 5.1. PART 1 - GENERAL DESCRIPTION OF WORK: Provide outlets, horizontal wiring (UTP), cross-connect patch panels, equipment racks and backboards, wire management systems, and other materials and labor for an Category Mhz Local Area Network (LAN) wiring system. Complete testing between patch panels and outlet locations to verify compliance with Specifications The entire installation shall be tested in accordance with Category 6 specifications and submitted with a 20-year manufacturer s performance warranty QUALITY ASSURANCE: The contractor installing the network wiring system shall provide written certification that those installing the wiring have been properly trained and certified for the type of cable they are installing (Category 6). These persons shall be supervised by personnel with similar or better training and certification. The contractor shall provide a minimum of three project references where they have successfully installed wiring systems similar to the scope of this project REFERENCES: EIA/TIA 568-Commercial Building Telecommunications Wiring Standard. Current Revision BiCSi Telecommunications Distribution Methods Manual, Current Version. BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-13

37 5.2. PART 2 - PRODUCTS CORRIDOR WIRING SUPPORT For cable support in corridor ceilings provide 1' wide unistrut or trapeze support, 4 feet on center, suspended from structure with threaded rods or from building walls. Strut should be round or have rounded corners to provide support surfaces free of sharp corners. (or equivalent approved in advance.) HORIZONTAL WIRING Category 6, 4 Pr UTP Manufacturers: Amp, Belden, Berk-Tek, Mohawk, Siemon or equal approved in advance Description: 100 ohm, 24AWG copper, 8 conductor, unshielded twisted pair cable, plenum rated. The cable sheath shall be of a distinctive, but uniform, BLUE color so that all data cables can be easily identified over the life of the cable plant Performance Specifications: Category 6 horizontal cable as defined by ANSI/TIA/EIA-568-B-2-1) COMPUTER OUTLETS (jacks and faceplates) PORT COMPUTER OUTLET 568b JACK IN THE CEILING Manufacturer and model: (2) Siemon (or equivalent) CT-series coupler model CT-C6-C6-(20)-D: 4 pair, duplex port RJ45, T568A Keyed, Category 6, angled modular jack with spring door and with color-coded inserts (or equal approved in advance). Colors for coupler and inserts to be determined through Owner. See for representative function and quality Faceplate: Siemon (or equivalent) CT4 - FP with (1) blank insert and (1) CTseries coupler (above), screw-on faceplate with clear plastic label cover. Contractor shall provide clear and permanent jack labeling under the label. Faceplate color to match modular coupler color (above) PORT COMPUTER OUTLET Manufacturer and model: same as 2-port computer outlet BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-14

38 Faceplate: Siemon CT4 - FP with (2) CT-series coupler (above), screw-on faceplate with clear plastic label cover. Contractor shall provide clear and permanent jack labeling under the label. Faceplate color to match modular coupler color (above) port computer outlet must use a quad box to avoid cable kinking BLANK PLATES Manufacturer and Model: Siemon, same color as faceplate PATCH PANELS Manufacturer and model: Siemon series (or equivalent), Cat 6 w/ icons and cable management Description: 19" bracket mount, Category 6 EIA/TIA568A patch panel, T568A wiring. Patch panel shall contain fixtures for permanent labeling of patch panel port number and faceplace port identification. 24-Port Panel: Siemon HD6-24T4 w/ icons and cable management. 48-Port Panel: Siemon HD6-48T4 w/ icons and cable management. 96-Port Panel: Siemon HD6-96T4 w/ icons and cable management Or: Equal approved in advance Patch panel ports need to be labeled with unique and contiguous sequence numbers. These numbers must incorporate and be consistent with the EXISTING patch panel port numbers PATCH CORDS: Patch cords of appropriate lengths are to be provided by the Contractor. BASD expects that 1 foot patch cords will be used from the ceiling boxes to the access points. 3 foot patch cords will be needed in the IDF from patch panel to switch port The Contractor is expected to connect (patch) both ends of the Access Point cabling and verify physical layer connectivity (link-light) between the Access Point and the switch EQUIPMENT RACKS: The District does NOT anticipate that additional equipment racks will be required. There should be sufficient space for additional patch panels in the BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-15

39 existing racks in each IDF of the various buildings. However, if an additional rack is required, below are the specifications for such a rack Manufacturer: Amp or equal, # Description: Provide 19" open racks, 7'-0" height, open design, floor mount, with # rack organizer kit containing vertical cable management, top and bottom troughs. Provide vertical management full height, and # horizontal cable management hangers. Contractor shall ground all equipment racks. Provide #8 ground wire and connect to isolated ground bar of local computer panel. Top of racks shall be securely fastened to wall or girder with ladder rack, angle iron, or other suitable hardware that can help support the cable as well as stabilize the rack 5.3. PART 3 - EXECUTION GENERAL Since cable stretching, kinking, crimping, etc., can lead to failure of the cable to pass the required tests over the 20-year warranty period, install network wiring carefully. Support Category 6 cable at least every 4 foot. Minimum bend radius shall not exceed EIA/TIA Standards, approx inches (especially in turning corners in ceilings and within boxes) Wire each access point outlet shown on the Shop Drawings through to the patch panel at the IDF location shown on the Shop Drawings Contractor shall utilize Velcro style wraps in lieu of tie-wraps where wraps are necessary. Use of wraps shall be minimized to necessary areas such as vertical drops to rack and service loops at entrance to stub conduit to wall jacks In walls, install wall box and 3/4" EMT from box to accessible ceiling spaces TERMINATION: All Category 6 terminations shall follow the EIA/TIA "568A" pinout. cable sheath shall be stripped a minimum amount, not to exceed 1" (one inch) from termination. Conductors pairs shall be untwisted a minimum amount, not to exceed 1/2" (one-half inch) from patch panel or jack termination. Jacks or patch panel connections that exceed this standard must be re-terminated LABELING STANDARDS FOR CAT-6 CABLES, JACKS, PATCH PANELS: BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-16

40 All Category 6 cables, faceplates, jacks, patch panel ports, and wiring closets shall be labeled according to the Owner s existing labeling scheme. Contractor shall consult with the Owner's data network representative for approval before labeling any of these components. Test results must match cable labels. Deviations from the specified labeling scheme are not permitted Wiring closets shall be labeled with the Owner-designated letter for that closet (e.g., wiring closet "A" or IDF "B") Faceplates shall be permanently and visibly labeled sequentially "A", "B", "C", etc. within each room. (starting from left as one enters the room.) Every jack shall be permanently, clearly, visibly, and neatly labeled with a unique 4-character designation composed of the one-character wiring closet and three-digit patch panel port to which it is connected. Thus a jack port connected to the 74th patch panel port in wiring closet "C" would be designated jack "c074" Every patch panel port shall be permanently, clearly, and neatly labeled with a unique 6-character designation composed of a four-character room number, faceplate, and jack number to which it is connected. Thus a patch panel port connected to the third jack port in faceplate "B" of room 213a would be labeled port "213ab3". The designation "023xa1" would refer to room 23 (x is used as a filler here), faceplate "A", port Every cable shall be permanently and clearly labeled with a unique 11- character designation composed of the cable's jack label and patch panel label. In the example above, the cable ID would be "c ab3". The labels shall be permanently fastened to each end of every cable approximately six inches from termination Each cable test shall be labeled unambiguously according to the above system in both paper and database test results Labeling standards are described in diagrams on the next two pages INSPECTION: Contractors shall expect regular inspection of their data cable installation by the Owner's representatives to ensure that installation standards are being followed. BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-17

41 BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-18

42 BASD bid for Data Network Cabling for Wireless Infrastructure MONTH, YYYY. p. 1-19

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

BID NO FOOD SERVICEE

BID NO FOOD SERVICEE INVITATION TO BID BID NO. 9809 FOOD SERVICEE POINT OF SALE EQUIPMENT TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing and delivering new Food Servicee Point of

More information

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 ADDENDUM #4 CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 CLASSROOM NOTIFICATION DEVICE INSTALLATION - DISTRICTWIDE Contra Costa College / Diablo College / Los Medanos College Date: May

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

2018 AASHE Bulletin Advertising Agreement

2018 AASHE Bulletin Advertising Agreement 2018 AASHE Bulletin Advertising Agreement This AASHE Bulletin Advertising Agreement (the Agreement ) is made by and between the Association for the Advancement of Sustainability in Higher Education ( AASHE

More information

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion 1 Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion Bids due April 5, 2016 1 2 Oak Park Unified School District 5801 Cornishon Ave Oak Park, CA 91377 NOTICE TO

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT FOR N-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY

More information

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS Contract 1 GENERAL CONSTRUCTION Prepared for: VILLAGE OF ADDISON 35 TUSCARORA STREET ADDISON, NY 14801 Prepared by: LARSON DESIGN GROUP 1 West

More information

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA This Agreement, made and entered into this day of, 2018,

More information

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 Maintenance and Operations 1302 Service Road Tustin, California 92780 (714) 730-7515 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Tustin Unified School District ( District ) has determined that

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION

REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION Date Issued: October 30, 2017 RFP Number: 18Q-024 Submission Deadline:

More information

October 25, 2018 RFP # REQUEST FOR PROPOSAL

October 25, 2018 RFP # REQUEST FOR PROPOSAL JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Water Slides Renovation/Restoration The Mundelein Park and Recreation District hereby requests bids for cleaning, waxing, and polishing the interior of three (3) water slides. Cleaning,

More information

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 19067-0299 Dear Carrier: Thank you for your interest in, a nationwide Logistics provider. To become a qualified carrier for, we require the following

More information

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES QUALIFICATION SUBMITTAL DATE: Monday, February 18, 2019 RFQ Number 2019-01 City of McLendon-Chisholm 1371 W. FM 550 McLendon-Chisolm, Texas 75032 972-524-2077

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272 Prequalification of Contractors for Educational Facilities Construction 8.272 The School Board shall prequalify contractors for a one (1) year period or for a specific project in accordance with the following:

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE Roosevelt County INVITATION FOR BID No. 2014-01 CRUSHED CALICHE Bids Submitted by: Tuesday, March 25, 2014 Time: 2:00 p.m. Bids Submitted to: Roosevelt County Administration 109 W. First Street, 4 th Floor

More information

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM CITY OF DE PERE PROJECT 18-12 VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 2018 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN

More information

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS The Morgan Hill Unified School District ( District ) has determined that contractors on future projects

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for

More information

Request for Bids Capital Region Airport Authority

Request for Bids Capital Region Airport Authority Request for Bids Capital Region Airport Authority Bid Number 18-02 RFB Title Runway De-Icing Fluid Issue Date September 24, 2018 Purpose Deadline for Bid Submissions Submit Bid to This Address Required

More information

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00410 BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith Engineering Services

More information

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 CADDO PARISH SCHOOL BOARD Scott Sullivan, Chief Buyer PO BOX 32000 1961 MIDWAY STREET PH: 318-603-6477 SHREVEPORT, LA 71130-2000 ssullivan@caddo.k12.la.us

More information

BROKERAGE DIVISION 101 East Town Place, Suite 120 St. Augustine, FL PH: FAX: TERMINAL PHONE #:

BROKERAGE DIVISION 101 East Town Place, Suite 120 St. Augustine, FL PH: FAX: TERMINAL PHONE #: US 1 LOGISTICS, LLC AMERICA 1 LOGISTICS, LLC, FREEDOM 1, LLC WHITE RIVER TRANSPORTATION, LLC TRANSPORT LEASING SYSTEMS, LLC LONGBOW TRANSPORTATION & LOGISTICS, LLC LIONHART TRANSPORTATION, LLC HOMELAND

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

CENTRAL BEACH TRAIL RECONSTRUCTION Treasure Island, Florida

CENTRAL BEACH TRAIL RECONSTRUCTION Treasure Island, Florida 100% CONSTRUCTION DOCUMENTS ISSUED FOR BID PROJECT MANUAL CENTRAL BEACH TRAIL RECONSTRUCTION Treasure Island, Florida Prepared for: CITY OF TREASURE ISLAND PUBLIC WORKS DEPARTMENT TREASURE ISLAND, FLORIDA

More information

REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2

REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2 Alameda County Flood Control and Water Conservation District, Zone 7 100 North Canyons Parkway, Livermore, CA 94551 925.454.5000 Fax: 925.454.5725 REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY

More information

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

ICE RINK MANAGEMENT REQUEST FOR PROPOSAL

ICE RINK MANAGEMENT REQUEST FOR PROPOSAL The City of York Pennsylvania Honorable Michael R. Helfrich, Mayor ICE RINK MANAGEMENT REQUEST FOR PROPOSAL Responses due by July 06, 2018 1 Issued June 14, 2018 Request for Proposal: Ice Rink Management

More information

HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT

HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT A Complete Vendor Guide This Vendor Guide is designed specifically for our supplier community as a reference tool. The information provided

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT

RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT 228 Windham Center Road, Windham, ME 04062 Telephone (207) 892-1800 FAX (207) 892-1805 INSTRUCTIONS, SPECIFICATIONS, AND

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST): SPECIFICATIONS PRINTING OF LETTERHEAD STATIONERY AND BUSINESS CARDS FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 18-STA Return responses no later than FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

Request for Proposal Robstown Independent School District ERate

Request for Proposal Robstown Independent School District ERate Request for Proposal Robstown Independent School District ERate 2016 2017 Wireless Upgrades at Three Campuses, Local and Long Distance Phone Service, and POTS Lines Bid Due Date: February 23, 2016 at 5:00

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07

REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07 REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07 Illinois Valley Community College District No. 513 (the College) is accepting sealed bids for multi-purpose paper,

More information

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL WASHINGTON COMMUNITY SCHOOLS Washington, Indiana PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE Specifications For Shermco Project 91000154 Panora Substation Construction Panora Municipal Electric Panora, Iowa April 21, 2017 BID ISSUE Prepared Under Direction of: Michael Thorson Shermco Industries

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

COMPETITIVE BID FOR 19-HRPPS/MB

COMPETITIVE BID FOR 19-HRPPS/MB COMPETITIVE BID FOR HR/PAYROLL SYSTEM WITH PAYROLL PROCESSING SERVICES 19-HRPPS/MB October 30, 2018 HEALTH CARE DISTRICT OF PALM BEACH COUNTY 1515 N. FLAGLER DRIVE, SUITE 101 PALM SPRINGS, FL 33401 1-1

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

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

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information