TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INSTALLATION OF COMMERCIAL DATA AND VOICE TELECOMMUNICATION CABLING SYSTEMS

Size: px
Start display at page:

Download "TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INSTALLATION OF COMMERCIAL DATA AND VOICE TELECOMMUNICATION CABLING SYSTEMS"

Transcription

1 TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TxDOT INSTALLATION OF COMMERCIAL DATA AND VOICE TELECOMMUNICATION CABLING SYSTEMS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is the practice of TxDOT to support other entities by making this specification available through the National Institute of Governmental Purchasing (NIGP). This specification may not be sold for profit or monetary gain. If this specification is altered in any way, the header, and any and all references to TxDOT must be removed. TxDOT does not assume nor accept any liability when this specification is used in the procurement process by any other entity. 1. SCOPE: This solicitation is an Invitation for Bid (IFB) for services to provide installation of commercial data and voice telecommunication cabling systems on an as-needed basis at various TxDOT locations (Ref. Attachment A Facility Locations). 2. DEFINITIONS OF TERMS AND ACRONYMS 2.1. CFR Code of Federal Regulations 2.2. EIA Electronic Industries Alliance 2.3. EMT Electrical Metallic Tubing 2.4. ID Identification 2.5. NEC National Electric Code 2.6. STP Shielded Twisted Pair 2.7. TIA Telecommunication Industry Association 2.8. TSB Technical Systems Bulletin 2.9. UL Underwriters Laboratories UTP Unshielded Twisted Pair 3. APPLICABLE LAWS AND STANDARDS: The vendor shall provide the specified service requirements in accordance with all federal, state and local applicable laws, standards and regulations necessary to perform the services, including, but not limited to: 3.1. Federal and State laws regarding small-scale, short-duration renovation and maintenance activities pertaining to work conducted in a potential regulated area as defined by 29 CFR

2 3.2. Asbestos regulation 29 CFR and Texas Asbestos Health Protection Rules (26 October 1992, or latest revision) Standards and technical service bulletins for cable installation including, but not limited to: EIA/TIA 568A and EIA 568B Commercial Building Telecommunications Wiring Standard EIA/TIA 569A Telecommunications Wiring Pathways and Spaces EIA/TIA 570 Light Commercial and Residential Telecommunications Cabling EIA/TIA 606 Telecommunications Cabling System Administration EIA/TIA 607 Telecommunications System Grounding and Bonding Requirements TSB - 36 UTP Categories 3, 4, and 5 Defined TSB - 40A UTP Connecting hardware for Category 3, 4, and TSB - 53 Additional specifications for STP hardware TSB - 67 Transmission performance specification for field testing UTP networking cabling TIA/TSB - 72 Centralized Optical Fiber Cabling Guidelines TSB - 75 Defines "zone distribution systems" for horizontal wiring. 4. ASBESTOS ASSESSMENT SURVEY FINDINGS: An asbestos building material survey has been performed in all buildings owned by TxDOT. The results of the survey are on file at each building and may be reviewed at the respondent s written request to the designated TxDOT representative. Should any work be requested by TxDOT in any area where the survey indicates the presence of asbestos containing material in the habitable space, the vendor will be informed in writing by the designated TxDOT representative prior to the beginning of service. 5. RESPONDENT QUALIFICATIONS: The respondent shall: 5.1. Be a company engaged in the business of providing services of installation of commercial data and voice telecommunication cabling systems for a minimum of five years within the last seven years. Recent start-up businesses do not meet the requirements of this solicitation. A start-up business is defined as a new company that has no previous operational history or expertise in the relevant business and is not affiliated with a company that has that history or expertise Have a minimum of five years experience within the last seven years in performing installation of commercial data and voice telecommunication cabling systems. 2-13

3 5.3. Be in good financial standing, not in any form of bankruptcy, current in payment of all taxes and fees such as state franchise fees. TxDOT reserves the right to request a copy of the respondent s audited or un-audited financial statement. When financial statements are requested, TxDOT will review the respondent's audited or un-audited financial statement to this solicitation in accordance with Texas Government Code, Title 10, Subtitle D, Section to evaluate the sufficiency of the respondent's financial resources and ability to perform the contract or provide the service required in the solicitation. TxDOT will be the sole judge in determining the sufficiency of the respondent's financial resources and ability to perform the contract or provide the service. Factors to be reviewed include: Balance sheets Net working capital Current asset ratio Liquidity ratio Auditor(s) notes Any notes to the financial statements. 6. REFERENCES: The respondent shall submit a minimum of three references to substantiate the qualifications and experience requirements for similar services completed within the past 24 months. References shall illustrate the respondent s ability to provide the services outlined in the specification. References shall include name, point of contact, telephone number, and dates services were performed. The response will be disqualified if TxDOT is unable to verify qualification and experience requirements from the respondent s references. The response may be disqualified if TxDOT receives negative responses. TxDOT will be the sole judge of references (Ref. Schedule 2 Respondent References). 7. KEY PERSONNEL QUALIFICATIONS: The respondent shall provide the following key personnel: 7.1. LEAD INSTALLER: The Lead Installer shall have a minimum of five years experience within the last seven years in installation of commercial data and voice telecommunication cabling systems, and shall have all required certifications and licenses LEAD INSTALLER S HELPER: The Lead Installer s Helper shall have a minimum of two years experience within the last three years in installation of commercial data and voice telecommunication cabling systems, and shall have all required certifications and licenses Lead Installer and Lead Installer s Helper shall be experienced in installing, testing and documenting complete voice and data telecommunication cabling systems, which include, but are not limited to: Conduit Cable trays Bridle rings Pull boxes 3-13

4 Category 5 UTP cable Category 5E RJ-45 UTP receptacles Category 3 UTP cable Category 3 RJ-11 UTP receptacle boxes Cover plates UTP patch panels Equipment racks Riser cables Phone jumpers Underground cable conduit system Fiber optic cable Fiber optic patch panels Fiber optic connectors Type 1 token-ring cable RG62 coax cable Necessary connectors 7.4. Lead Installer and Lead Installer s Helper shall have performed this service for the vendor for a minimum of 30 days prior to performing any services under the purchase order. The vendor shall provide written verification of employment and documentation of commercial experience of Lead Installer(s) and Lead Installer s Helper(s) (Ref. Schedule 3 Respondent Personnel Qualifications and References). 8. VENDOR REQUIREMENTS: The vendor shall: 8.1. Adhere to the TxDOT Terms and Conditions identified on the solicitation Have a minimum workforce of one Lead Installer and 14 Lead Installer s Helpers available to be assigned to TxDOT projects on an as needed basis Designate one Lead Installer to oversee all projects Provide additional Lead Installer(s) or Lead Installer s Helper(s) on an as-needed basis as required for the service and approved in writing by the designated TxDOT representative Ensure that Lead Installer and Lead Installer s Helper have all required certifications or licenses prior to performing services specified in the specification Complete each project within the scheduled time frame (Ref. Para and 10.2.). 4-13

5 8.7. Respond to multiple requests for service at the same time Provide all labor, miscellaneous equipment, tools, testing equipment, transportation, methods of communication and miscellaneous items such as tape, tie wraps and labeling materials to meet the requirements of the service. All other cabling materials necessary to perform this service shall be provided in accordance with Para of this specification Clean, repair or replace any item damaged by the vendor s personnel during the performance of this service to the satisfaction of the designated TxDOT representative, at no additional cost to TxDOT. TxDOT will provide replacement ceiling tile when ceiling tiles need to be replaced Thoroughly examine and become familiar with the system and the associated facilities prior to commencing service to ensure the service can be completed in an orderly and safe manner Report immediately the existence of an unsafe condition that will compromise the performance of the service to the designated TxDOT representative Schedule any service requiring an interruption of service to TxDOT personnel a minimum of two weeks prior to the outage and perform services after TxDOT s normal business hours, unless prior written approval is received from the designated TxDOT representative Keep the service area clean and free of materials, debris and vendor equipment at the end of each service call to the satisfaction of the designated TxDOT representative Have the designated TxDOT representative log the start and ending times on the service ticket daily Remove and dispose of all defective materials from the building and dispose of all materials removed in performance of this service in strict accordance with all applicable rules, regulations, codes, laws, ordinances and statutes. All disposable materials, including mechanical and electrical parts shall be approved by the designated TxDOT representative prior to removal Reimburse TxDOT for the expense of re-keying or replacing building or office door locks when keys are lost or not returned by vendor s personnel. TxDOT will deduct the expense of rekeying or replacing the building or office door locks from the vendor s invoice. A copy of the TxDOT receipt for the re-keying or replacement of locks will be provided to the vendor upon written request. 9. RESPONDENT PERSONNEL REQUIREMENTS 9.1. The Lead Installer shall: Serve as the vendor s primary contact person Meet with the designated TxDOT representative, as requested, to provide: Updated status of all projects Verify scheduling of pending projects Discuss pending projects Perform a majority of the services requested by TxDOT. 5-13

6 Be responsible for overseeing all projects that require Lead Installer s Helpers or additional Lead Installers including, but not limited to, passing information such as layout of work areas to additional Lead Installer and Lead Installer s Helpers throughout the term of the purchase order Lead Installer s Helper shall perform services as instructed by the Lead Installer. 10. SERVICE REQUIREMENTS: The vendor shall: Begin work within 48 hours of receiving written notification from TxDOT of required services Complete each project within five days of the start date, unless a written request for an extension is submitted by the vendor and approved in writing by the designated TxDOT representative prior to services being performed. Requests for extensions shall include justification for the request. The vendor shall provide additional qualified Lead Installers or Lead Installer s Helpers as approved in writing by the designated TxDOT representative to complete projects in the required time frame Cover the furnishings and floor area located below a work area prior to the performance of service Document work as instructed by the designated TxDOT representative Install cable continuous with no splices unless prior written approval by the designated TxDOT representative is obtained for each instance Terminate all cable as required by the designated TxDOT representative. Fiber optic terminations, both single and multi-mode, shall be completed and tested by persons certified and experienced to perform such terminations Test cable for shorts, opens and continuity prior to and after installation. If any cable malfunctions are discovered after installation by the vendor s personnel or TxDOT, the cable shall be replaced and re-installed at the vendor s expense Place cable in cable trays or pull cable through conduit. Exceptions will be approved in writing by the designated TxDOT representative Label all cable at both ends of the cable as instructed by the designated TxDOT representative SERVICE TICKET: For all work performed, vendor shall provide a service ticket, which includes an itemized, detailed list of labor, supplies, materials and equipment used, to the designated TxDOT representative, after the completion of each project CABLE, HARDWARE, SUPPLIES AND MATERIAL Submit a list of cable, hardware, supplies, materials, equipment and cost for each item, necessary to complete the project to the designated TxDOT representative. The designated TxDOT representative will approve the list in writing prior to the items being purchased or provided by the vendor. A copy of the receipt for each item provided by the vendor shall be submitted with the invoice (Ref. Para ). TxDOT will pay the vendor for items provided at the actual cost plus the percentage markup bid on the solicitation. TxDOT reserves the right to provide cable, hardware, supplies, materials, and equipment. 6-13

7 Provide all cable, hardware, supplies and material as instructed in writing by the designated TxDOT representative. All cable, hardware, supplies and material provided shall be new Provide 100 percent plenum rated cable Secure cable up and out of the way of electrical, lighting, and ceiling grid using UL rated J-hooks or D-rings spaced a maximum of 5 feet apart. Cable shall not be tied to electrical conduit, ceiling grid hangers or laid on top of the ceiling grid Label cable to identify what equipment the cable supports Color code cable consistently throughout the installation CABLE INSTALLATION Install cable according to all NEC and city, state, and federal building, fire and safety codes Utilize combined cable runs to the equipment room, wherever possible Utilize existing cable trays Install cable without splicing unless prior written approval by the designated TxDOT representative is obtained for each instance Utilize penetrations that shall be sealed with approved UL fire stopping material Level and plumb at right angles, perpendicular and parallel to the building lines Conceal cable within walls, ceilings, doorframes, or place within existing conduit. If wire cannot be concealed in this manner, finished wiremold may be used on the inside of the buildings and electrical metallic tubing (EMT) conduit may be used on the outside. All wiremold locations shall be approved by the designated TxDOT representative prior to use. 11. MISCELLANEOUS PARTS: The vendor shall provide, if listed as a line item on the IFB, miscellaneous parts necessary to complete work allowed as Additional Services. Miscellaneous parts will be paid at the cost approved by TxDOT prior to installation. Miscellaneous parts under this item shall not exceed $5,000 per job. Miscellaneous parts with an estimated cost over $5,000 per job will not be performed under the purchase order. 12. UNSATISFACTORY PERFORMANCE: TxDOT will be the sole judge of unacceptable performance. When unacceptable performance has been determined, the vendor shall be responsible for replacing the vendor s personnel responsible for the unsatisfactory performance at the request of the designated TxDOT representative. TxDOT reserves the right to cancel the purchase order for repeated determinations of unacceptable performance. Unsatisfactory performance shall include but not be limited to the following: One service call back to correct a problem within 30 consecutive calendar days from completion of service One instance within one calendar year of vendor personnel not having the skill or knowledge to perform the service. 7-13

8 12.3. Two instances within one calendar year of response time, as defined in this specification, exceeding the specified or approved time frame (Ref. Para and Para ). 13. PERSONNEL CONTINUITY AND REPLACEMENT TxDOT recognizes that events beyond the control of the vendor such as the death, physical or mental incapacity, long-term illness, or the voluntary termination of employment of the respondent personnel will require the vendor propose a replacement. In the event such a replacement is necessary, vendor agrees that personnel shall not begin work on the project without prior written approval from TxDOT The vendor agrees that the Lead Installer assigned to the project shall remain available for the entirety of the project throughout the term of the purchase order as long as that individual is employed by the vendor If TxDOT determines the respondent s personnel is unable to perform in accordance with the service requirements or to communicate effectively, the vendor shall immediately remove that person Proposed replacement personnel shall meet minimum qualifications and have experience comparable to the person(s) being replaced. Replacement personnel shall be provided at no additional cost to TxDOT. Qualifications will be requested for the proposed replacement(s). TxDOT may reject any replacement if references or past working performance is questionable or unfavorable. TxDOT will be the sole judge of the qualifications of the proposed replacement personnel. 14. SAFETY: The vendor shall: Provide vendor personnel with all required safety equipment and instruct personnel to observe all safety policies, rules and requirements at all times, including, but not limited to, wearing hard hats, safety shoes, goggles, etc Take precaution to prevent the release of asbestos fibers into the office space, either via airborne transmission through existing floor penetrations or via physical conveyance or airborne transmission through access hatches into the crawlspace. The vendor shall further prevent destruction or damage to existing asbestos containing materials within the office space and crawlspace Provide equipment and tools that are maintained, calibrated, and in proper working order before use in the performance of the service Maintain a safe work environment at all times. 15. WORK LOCATIONS All work performed under the purchase order shall occur primarily at the TxDOT locations indicated on Attachment A Facility Locations TxDOT may add or remove locations to Attachment A Facility Locations with 14 days written notice to the vendor. 8-13

9 16. BUILDING RESTRICTIONS PARKING: The vendor shall make arrangements with the designated TxDOT representative prior to off-loading tools and equipment at the job site. The vendor shall park only in parking spaces or areas as instructed by the designated TxDOT representative RESTROOMS: Restrooms shall not be used for washing of tools and equipment SECURITY: The vendor shall provide an updated list of all vendor personnel or subcontractors prior to arrival at the job site. The vendor shall comply with all security measures required by TxDOT ACCESS: The vendor shall make prior arrangements with the designated TxDOT representative for access to the building(s) for performance of the service. 17. WORK HOURS Regular work hours for performance of the service are defined in Part 1 of the TxDOT Terms and Conditions, latest revision Off-shift hours are defined as hours in excess of 40 hours per week Premium hours are from 12:01 a.m. Sunday through 7:59 a.m. Monday and federal holidays The vendor s personnel shall adhere to an agreed upon work schedule. However, vendor s personnel shall be available to work on a modified work schedule during special conditions; possibly holidays or weekends. TxDOT will pay for hours worked according to the specific time involved. All off-shift or modified hours shall be approved in writing by TxDOT Work hours may be flexible, based on TxDOT requirements. Work hours will be determined by the designated TxDOT representative. 18. SUBCONTRACTING Subcontractors providing service under the purchase order shall meet the same service requirements and provide the same quality of service required of the vendor No subcontract under the purchase order shall relieve the primary vendor of responsibility for the services The vendor shall be the primary contact for TxDOT and subcontractor(s) The vendor shall manage all, quality and performance, project management, and schedules for subcontractors. The vendor shall be held solely responsible and accountable for the completion of all work for which the vendor has subcontracted TxDOT reserves the right to request the removal of vendor s subcontractor staff deemed unsatisfactory by TxDOT Subcontracting shall be at the vendor s expense. 9-13

10 18.7. SOLICITATIONS OVER $100,000: TxDOT will make an initial determination of whether subcontracting is probable. It is the respondent s determination if they choose to subcontract any of the work under this purchase order with a Texas Certified Historically Underutilized Business (HUB) or other businesses If TxDOT has determined that subcontracting opportunities are probable, the class and items in which HUBs may be registered will be noted in the solicitation The respondent shall identify all proposed HUB and other subcontractors at the time of response submittal. The required forms with video instructions can be found at the following website: HSP PRIME CONTRACTOR PROGRESS ASSESSMENT REPORT: After award of the purchase order, the vendor shall report all HUB and non-hub subcontractor information using the HSP Prime Contractor Progress Assessment Report form. The report shall be submitted to the TxDOT contract manager monthly. The report shall be submitted monthly even during the months the vendor is not invoicing TxDOT. All payments made to subcontractors shall be reported. TxDOT may verify the amounts being reported as paid by requesting copies of cancelled checks paid to subcontractors TxDOT retains the right to check subcontractor's background and make a determination to approve or reject the use of submitted subcontractor(s). Any negative responses may result in disqualification of the subcontractor During the term of the purchase order, if the vendor determines a need for a subcontractor change, TxDOT shall be notified in writing by the vendor within 30 days of any proposed change. The vendor shall be required to provide references and work history for any proposed subcontractor to TxDOT. No change will be allowed without written authorization by TxDOT. 19. TRAVEL All travel and per diem shall be included in the unit price Actual travel time from the vendor s location or vendor employee s home to and from the work location is not reimbursable under the purchase order. 20. PERFORMANCE WARRANTY: Work performed under the purchase order shall meet all applicable standards and codes. The vendor shall guarantee all work included in the purchase order against any defects in workmanship; and shall satisfactorily correct, at no cost to TxDOT, any such defect that may become apparent within a period of one year after completion of work. The warranty period shall commence upon date of acceptance by TxDOT. 21. MATERIAL WARRANTY: Materials provided under the purchase order shall be in current production, as offered to commercial trade, and shall be of quality material. USED, SHOPWORN, DEMONSTRATOR, PROTOTYPE, RECONDITIONED OR DISCONTINUED MATERIALS ARE NOT ACCEPTABLE. Materials shall be warranted against material defects and defects in workmanship for a period of not less than 12 months and shall cover 100 percent parts and labor. The warranty period shall commence upon date of acceptance by TxDOT. If the manufacturer s standard warranty period exceeds 12 months, then the standard warranty period shall be in effect. The vendor shall be ultimately responsible for the warranty. The vendor shall provide the designated TxDOT representative with all manufacturers warranty documents upon completion of service prior to leaving the job site

11 22. CONFLICT OF INTEREST: The vendor, vendor s personnel, and vendor s subcontractor(s) shall affirm not to have, nor acquire any interest during the term of the purchase order that would conflict in any manner with the performance of the vendor s obligations in regards to services authorized. 23. INVOICING INSTRUCTIONS: The vendor shall provide a comprehensive and detailed invoice with reference to the basis for each item charged. Original documentation that validates the charges shall be attached. The original invoice shall be sent to the address shown on the purchase order to ensure timely payment and shall include the following: Complete 16-digit purchase order number Vendor Employer Identification Number (EIN) Date and time of service Location of service Itemized hours and names of the Lead Installer(s) and Lead Installer s Helper(s) Vendor s identifying job or service number Copies of the service ticket Receipts for cable, hardware, supplies, material and equipment with a copy of the written approval for the vendor to provide the items (Ref. Para ) An invoice requiring correction shall be re-submitted with a new invoice date. 24. PAYMENT REQUIREMENTS: Payment will be based on the following: An itemized list of hours worked by the vendor s personnel. Hours worked will be approved daily by the designated TxDOT representative The vendor personnel s hourly rate is based on the actual hours worked. The amount of payment shall be calculated by multiplying the regular hourly rate by the number of hours actually worked up to 40 hours per week. Payment for hours in excess of 40 hours per week shall be calculated by multiplying the off-shift hourly rate by the number of off-shift hours actually worked Partial hours will be paid by rounding to the nearest half-hour as shown below: Less than 15 minutes round to zero hours minutes to 45 minutes (inclusive) round to 1/2 hour Greater than 45 minutes round to 1 hour No payment will be made for official state holidays (unless otherwise approved by TxDOT), lunch hour, illness or any time when work is not actually performed. No payment will be made for time associated with vendor personnel s late arrival to or early departure from the designated work location Receipts for vendor provided hardware, supplies, material and equipment submitted with a copy of the written approval from the designated TxDOT representative (Ref. Para and Para )

12 25. TxDOT RESPONSIBILITIES: TxDOT will: Provide a Contract Manager who will serve as point of contact Provide access to the service location Provide an initial orientation to familiarize vendor s personnel with the facilities and each project. After the initial orientation, it shall be the responsibility of the Lead Installer to orient all other vendor personnel assigned to the project or replaced during the performance of the service, at no additional cost to TxDOT Inspect and observe all work prior to certification and acceptance of the completed project. 26. RESPONSE SUBMISSION: Failure by the respondent to submit the documentation below will disqualify the respondent from further consideration Original, signed, dated, and completed IFB Schedule 1 Company Qualifications And Experience Schedule 2 Respondent References Schedule 3 Respondent Personnel Qualifications and References HUB Subcontracting Plan (If applicable) 27. AWARD TxDOT reserves the right to award a single purchase order to the most responsive, responsible respondent meeting the specification. TxDOT may award to a single vendor, multiple vendors, or use any combination that best serves the interest of TxDOT TYPES OF AWARD: Single Award: One purchase order awarded to a single vendor Multiple Award: A multiple award is the award of multiple purchase orders for the same line item(s) from a single solicitation to two or more vendors to provide the same or similar goods or services Multi-Tiered Award: Multi-tiered award sets the priority sequence for use of multiple vendors. Multiple purchase orders are awarded for the same line item(s) from a single solicitation to primary, secondary and tertiary vendors Split Award: Award of separate line items on a single solicitation to different vendors resulting in two or more purchase orders. 28. POST AWARD MEETING: Vendor(s) may be required to attend a post award meeting at the location specified on the solicitation with the Division or District responsible for the solicitation within 14 calendar days after the award of the purchase order. The purpose of the meeting is to discuss the terms and conditions of the purchase order and to provide additional information regarding this purchase order

13 29. CONTRACT ADMINISTRATION: Administration of the purchase order is a joint responsibility of the TxDOT Technology Services Division and TxDOT Purchasing. TxDOT Purchasing staff will be responsible for administering the contractual business relationship with the vendor Any proposed changes to work to be performed, whether initiated by TxDOT or the vendor, must receive final written approval in the form of a Purchase Order Change Notice signed by the authorized TxDOT purchasing agent Upon issuance of purchase order, TxDOT will designate an individual who will serve as the Contract Manager and point of contact between the agency and the vendor. The Contract Manager does not have any express or implied authority to vary the terms of the purchase order, amend the purchase order in any way or waive strict performance of the terms or conditions of the purchase order. This individual s contract management and contract administration responsibilities include, but are not limited to: Monitoring the vendor s progress and performance and ensuring services conform to established specification requirements Managing the financial aspects of the contract including approval of payments Meeting with the vendor as needed to review progress, discuss problems, and consider necessary action Identifying a breach of contract by assessing the difference between contract performance and non-performance Other areas as identified by the Comptroller of Public Accounts Contract Management Guide, latest edition

14 ATTACHMENT A FACILITY LOCATIONS SOLICITATION NO. Q XX XXXX XXXXXXXXXX (PROVIDED FOR INFORMATION ONLY) SPECIFICATION NO. TxDOT

15 SCHEDULE 1 COMPANY QUALIFICATIONS AND EXPERIENCE SOLICITATION NO. Q XX XXXX XXXXXXXXXX SPECIFICATION NO. Respondent shall use this schedule to clearly show how they meet the requirements set forth in the response submission (Ref. Para. 5.). Respondent Name: Addresses: Physical: Mailing: Phone Number: Fax Number: Name: Phone Number: address: of person to contact with questions regarding the solicitation. Number of years in business Number of workforce available to work on TxDOT projects on an as needed basis. Name and title of person signing the response: DOCUMENTATION OF COMPANY QUALIFICATIONS AND EXPERIENCE: Qualifications and experience in the areas of services to be provided. Respondent should address the following: (repeat requirements in Specification e.g. experience working with state government, experience in the transportation industry, etc.) THIS PAGE OR A REASONABLE FACSIMILE SHALL BE RETURNED WITH THE RESPONSE. FAILURE TO RETURN THIS PAGE OR A REASONABLE FACSIMILE WILL RESULT IN THE RESPONSE BEING CONSIDERED NON-RESPONSIVE. 1-1

16 SCHEDULE 2 RESPONDENT REFERENCES SOLICITATION NO. Q XX XXXX XXXXXXXXXX SPECIFICATION NO. INCLUDE ONLY REFERENCES FOR WHICH PROJECTS WERE COMPLETED WITHIN THE LAST 24 MONTHS. Respondent Name: Reference # Name of Client Organization: BUSINESS ADDRESS: BUSINESS CITY: BUSINESS STATE: ZIP CONTACT PERSON NAME: CONTACT PERSON TITLE: PHONE NUMBER: ADDRESS FAX Project Title: PROJECT DESCRIPTION: PROJECT START DATE: PROJECT END DATE: This page may be reproduced as needed to document each reference. THIS PAGE OR A REASONABLE FACSIMILE SHALL BE RETURNED WITH THE RESPONSE. FAILURE TO RETURN THIS PAGE OR A REASONABLE FACSIMILE WILL RESULT IN THE RESPONSE BEING CONSIDERED NON-RESPONSIVE. ANY NEGATIVE RESPONSE(S) MAY RESULT IN DISQUALIFICATION OF THE RESPONSE. 1-1

17 Respondent Name: SCHEDULE 3 SPECIFICATION NO. RESPONDENT PERSONNEL QUALIFICATIONS AND REFERENCES SOLICITATION NO. QXX XXXX XXXXXXXXXX The respondent shall complete one profile not to exceed two pages for each individual to be assigned to this purchase order. TxDOT reserves the right to reject the proposed Respondent Personnel if references or past working performance are questionable or unfavorable. RESPONDENT PERSONNEL INFORMATION FULL NAME: NUMBER OF YEARS EMPLOYED BY RESPONDENT: TITLE RESPONSE RESPONDENT PERSONNEL QUALIFICATIONS # YRS EXP. FROM TO HOW/WHERE OBTAINED NUMBER OF YEARS EXPERIENCE IN (REQUIRED SERVICE): SPECIFIC EDUCATION, QUALIFICATIONS, TRAINING, CERTIFICATIONS: Reference: # Name of Organization: BUSINESS ADDRESS: BUSINESS CITY: BUSINESS STATE: CONTACT PERSON NAME: CONTACT PERSON TITLE: PHONE NUMBER: ADDRESS ZIP FAX Project Title: PROJECT DESCRIPTION AND DOLLAR AMOUNT: ROLES AND RESPONSIBILITIES OF THE PROPOSED STAFF DURING THIS PROJECT PROJECT START DATE: CLIENT COMMENTS: PROJECT END DATE This page may be reproduced as needed to document each reference. THIS PAGE OR A REASONABLE FACSIMILE SHALL BE RETURNED WITH THE RESPONSE. FAILURE TO RETURN THIS PAGE OR A REASONABLE FACSIMILE WILL RESULT IN THE RESPONSE BEING CONSIDERED NON-RESPONSIVE. ANY NEGATIVE RESPONSE(S) MAY RESULT IN DISQUALIFICATION OF THE RESPONSE. 1-1

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas

More information

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may

More information

TEXAS DEPARTMENT OF TRANSPORTATION JANITORIAL SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION JANITORIAL SERVICES TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. JANITORIAL SERVICES PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is the practice of TxDOT to support

More information

Request for Proposal

Request for Proposal Request for Proposal Dillon School District Three Telecommunications Cabling for Latta Middle School Contact: Robert McIntyre, Director of Technology (843) 752-7101 office phone (843)752-2081 office fax

More information

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION RECYCLING OF ASPHALT MILLINGS BY THE COLD CENTRAL PLANT PROCESS PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION RECYCLING OF ASPHALT MILLINGS BY THE COLD CENTRAL PLANT PROCESS PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION SPECIFICATION NO. RECYCLING OF ASPHALT MILLINGS BY THE COLD CENTRAL PLANT PROCESS PUBLICATION This specification is a product of the Texas Department

More information

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS TRAVEL LITERATURE FULFILLMENT AND TEXAS TRAVEL LEADS SYSTEM

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS TRAVEL LITERATURE FULFILLMENT AND TEXAS TRAVEL LEADS SYSTEM TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * TEXAS TRAVEL LITERATURE FULFILLMENT AND TEXAS TRAVEL LEADS SYSTEM PUBLICATION This specification is a product of the Texas Department of Transportation

More information

SPECIFICATION NO. TxDOT DATE: JULY 2016 STATEWIDE STRATEGIC MARKETING, ADVERTISING AND PUBLIC RELATIONS SERVICE

SPECIFICATION NO. TxDOT DATE: JULY 2016 STATEWIDE STRATEGIC MARKETING, ADVERTISING AND PUBLIC RELATIONS SERVICE SPECIFICATION NO. TxDOT 915-03-40 DATE: JULY 2016 STATEWIDE STRATEGIC MARKETING, ADVERTISING AND PUBLIC RELATIONS SERVICE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work Provisions - Governing Specifications - Publication 408 Requirements - Contract Validity Period - Option To Extend - Estimated Quantities - Experience Requirements - Subcontracting - Work Performance Requirement

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

DIVISION 27 COMMUNICATIONS COMMUNICATIONS GENERAL. Part 1 - General. Record Version

DIVISION 27 COMMUNICATIONS COMMUNICATIONS GENERAL. Part 1 - General. Record Version DIVISION 27 COMMUNICATIONS 270000 COMMUNICATIONS GENERAL Part 1 - General Record Version 20140609 1.1 Related Sections A. This specification section provides general conditions for all division 27 specifications.

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

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

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting

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

INSPECTION SYSTEM REQUIREMENTS

INSPECTION SYSTEM REQUIREMENTS MILITARY SPECIFICATIONS MIL-I-45208A INSPECTION SYSTEM REQUIREMENTS This specification has been approved by the Department of Defense and is mandatory for use by all Agencies. 1. SCOPE 1.1 Scope. This

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

Railroad Commission of Texas Mentor Protégé Program

Railroad Commission of Texas Mentor Protégé Program Railroad Commission of Texas Mentor Protégé Program December 3, 2002 1 1.0 Description The Railroad Commission of Texas Mentor/Protégé Program is developed in accordance with Government Code 2161.065 and

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

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

February 5, Proposals must be received on or before March 5, Proposals received after this date will be disqualified.

February 5, Proposals must be received on or before March 5, Proposals received after this date will be disqualified. E-Rate YEAR 16 (2013-2014) REQUEST FOR PROPOSAL CICS Consortium Internal Connections Reference # CICS 2014 Wiring - Rockford Form 470 Application Number: 697590001117353 February 5, 2013 Chicago International

More information

Telecommunications Infrastructure Project September 20, 2002

Telecommunications Infrastructure Project September 20, 2002 PART 1 - GENERAL 1.1 SECTION INCLUDES A. Scope of Work B. Codes and Specifications C. General Requirements and Conditions D. Qualifications of Subcontractors E. Product Requirements F. Submittals G. Record

More information

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Fiber Optic Cable Material, Brown County Project #2148A FIBER OPTIC CABLE MATERIAL PROJECT 2148A Published Date: May 4, 2017 Response Deadline: May 10, 2017 3:00

More information

Manual for Service Providers

Manual for Service Providers Manual for Service Providers MEET OUR CUSTOMER: U.S. Cellular United States Cellular Corporation, d.b.a. U.S. Cellular owns and operates the sixth largest wireless telecommunications network in the United

More information

NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015

NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015 Cable, Telecommunications and Technology Consulting Service Page 1 NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) PROJECT: SERVER REPLACEMENT November 28, 2016 OVERVIEW 1. Project Background and Description The Northeast Texas Public Health

More information

UNC Chapel Hill Informal Contracting Guidelines

UNC Chapel Hill Informal Contracting Guidelines UNC Chapel Hill Informal Contracting Guidelines 1. Informal Contracts Informal bids are referenced by NC General Statute (NCGS) 143-131 as construction or repair work that does not reach the limits prescribed

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

SECTION GENERAL PROVISIONS FOR TELECOMMUNICATIONS SPECIFICATIONS CONSTRUCTION STANDARD

SECTION GENERAL PROVISIONS FOR TELECOMMUNICATIONS SPECIFICATIONS CONSTRUCTION STANDARD PART: GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions of the Contract and Division 1 - General Requirements are hereby made

More information

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No. 15-1474 Tampa Bay Workforce Alliance, Inc. is accepting proposals from qualified CPA firms to provide audit and tax services. Parties

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan

More information

2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS

2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS 13VAC5-91-10. Definitions. The following words and terms when used in this chapter shall have the following meanings unless the context clearly indicates otherwise. Administrator means the Director of

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

Hong Kong Science and Technology Parks Corporation

Hong Kong Science and Technology Parks Corporation Hong Kong Science and Technology Parks Corporation REQUEST FOR QUOTATION Biomedical Technology Support Centre Thermo cycler (REF #: RFQ/BSC/2018/001) Ref #: RFQ/BSC/2018/001 1 of 13 PURPOSE Hong Kong Science

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

Communications Page 1 of 9

Communications Page 1 of 9 Page 1 of 9 Last Update: April 23 rd, 2014 Introduction Design In the design of Telecommunications systems in Purdue facilities, the overall consideration should be to understand and treat telecom as a

More information

This product specification is written according to the Construction Specifications Institute MasterFormat, 2014 Update.

This product specification is written according to the Construction Specifications Institute MasterFormat, 2014 Update. Kaf-Tech Product Specification This product specification is written according to the Construction Specifications Institute MasterFormat, 2014 Update. SECTION 260519 METAL CLAD CABLE - MC-PLUS Neutral

More information

REQUEST FOR PROPOSAL (RFP) - SUMMARY PAGE

REQUEST FOR PROPOSAL (RFP) - SUMMARY PAGE REQUEST FOR PROPOSAL (RFP) - SUMMARY PAGE ENTITY # 139755 SCHOOL NAME CHOCTAW NICOMA PARK SCHOOL DIST ADDRESS 12880 NE 10TH ST CITY, STATE, ZIP CHOCTAW, OK 73020 Please submit bids/proposals to the school

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 800 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2017BRM03o Open

More information

PHYSICAL FACILITIES Consultant s Handbook Division 27 COMMUNICATIONS 0000 COMMUNICATIONS

PHYSICAL FACILITIES Consultant s Handbook Division 27 COMMUNICATIONS 0000 COMMUNICATIONS 1 Introduction 1.1 In the design of Telecommunications systems in Purdue facilities, the overall consideration should be to understand and treat telecom as a utility. It should be assumed that all new

More information

Elmhurst Community Unit School District 205 Invitation to Bid

Elmhurst Community Unit School District 205 Invitation to Bid Elmhurst Community Unit School District 205 Invitation to Bid Bidders are invited to submit bids in conformance with the requirements established by the specifications herewith: Bid Number: 15-02 Item

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER This Agreement is made as of, 20 (the Effective Date ) MD ANDERSON AGREEMENT No. By and between The Owner: The University of Texas M. D. Anderson Cancer

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL DATE: February 24, 2015 Shimizu North America LLC 909 3rd Avenue, 28th Floor New York, NY 10022 RFP Queries (646) 205-4722 Fax (212) 223-1930 PROJECT: The Japan Foundation New York

More information

SECTION HORIZONTAL CABLING

SECTION HORIZONTAL CABLING PART 1 - GENERAL 1.1 SUMMARY SCOPE OF WORK SECTION 25160 HORIZONTAL CABLING 1. Horizontal cabling is the portion of the cabling system that extends from the work area to the Telecommunications Room or

More information

Manual for Service Providers

Manual for Service Providers Manual for Service Providers MEET OUR CUSTOMER: FedEx Office FedEx Office provides access points to printing and shipping expertise with reliable service when and where it s needed. The Dallas-based company

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

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

INVITATION FOR BID BID #1037 Parka and Softshell Coats

INVITATION FOR BID BID #1037 Parka and Softshell Coats IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

More information

Quality Supplier Requirements for Beckwith Electric Co., Inc.

Quality Supplier Requirements for Beckwith Electric Co., Inc. Quality Supplier Requirements for Beckwith Electric Co., Inc. This Page Left Intentionally Blank To Our Valued Suppliers: One of the primary goals of Beckwith Electric is to provide the highest Quality

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

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

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 4000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

SPECIFICATION NO. TxDOT * REVISED: DECEMBER 2016 Statewide Employee Assistance Program Services

SPECIFICATION NO. TxDOT * REVISED: DECEMBER 2016 Statewide Employee Assistance Program Services SPECIFICATION NO. TxDOT 952-38-40 * REVISED: DECEMBER 2016 Statewide Employee Assistance Program Services PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

More information

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor INVITATION FOR BIDS First Missionary Baptist Church The Church that is striving to become one of the most loving churches in all the world. 3509 Blue Spring Road, Huntsville, Alabama 35810 256-852-4318,

More information

B. Accept materials on site in original factory packaging, labeled with manufacturer s identification.

B. Accept materials on site in original factory packaging, labeled with manufacturer s identification. SECTION 26 05 02 - BASIC ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Work Included: Furnish all labor, material, services and skilled supervision necessary for the construction, erection, installation,

More information

DENVER PUBLIC SCHOOLS STRUCTURED CABLING DESIGN SPECIFICATIONS REVISED

DENVER PUBLIC SCHOOLS STRUCTURED CABLING DESIGN SPECIFICATIONS REVISED DENVER PUBLIC SCHOOLS STRUCTURED CABLING DESIGN SPECIFICATIONS REVISED 07 09 10 1 1.1 INTRODUCTION 8 1.2 STRUCTURED COMMUNICATIONS CABLE SYSTEM GENERAL SPECIFICATIONS 8 1.2.1 STRUCTURED SYSTEMS DEFINITIONS

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Application Performance Monitoring Software Date: March 23, 2018 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org PLEASE NOTE:

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018. BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC

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

SECTION COMMON WORK RESULTS FOR COMMUNICATIONS

SECTION COMMON WORK RESULTS FOR COMMUNICATIONS SECTION 27 05 00 COMMON WORK RESULTS FOR COMMUNICATIONS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division

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

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES PECO is offering cash incentives for qualified Combined Heat and Power (CHP) technology projects 1 to encourage the development of projects that improve

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION MARINE DRY DOCKING, PAINTING AND REPAIRING FERRYBOATS PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION MARINE DRY DOCKING, PAINTING AND REPAIRING FERRYBOATS PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * MARINE DRY DOCKING, PAINTING AND REPAIRING FERRYBOATS PUBLICATION This specification is a product of the Texas Department

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

SECTION 6.2: CONTRACT MANAGER

SECTION 6.2: CONTRACT MANAGER : Section 287.057(15), Florida Statutes, requires the department, for each contractual service contract, to designate an employee to be responsible for enforcing the performance of the contract terms and

More information

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC.

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC. REQUEST FOR PROPOSALS For Consulting Services HARVESTWORKS, a registered 501 (c) (3) non-profit organization in the state of New York, seeks proposals to provide Organizational Development Services relating

More information

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09 INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101

More information

X 11/10/2017 NO 1/12/2018

X 11/10/2017 NO 1/12/2018 REQUEST FOR PROPOSAL (RFP) - SUMMARY PAGE ENTITY # 140717 SCHOOL NAME ATHENS INDEP SCHOOL DIST ADDRESS 104 HAWN ST CITY, STATE, ZIP ATHENS, TX 75751 Please submit bids/proposals to the school by email

More information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

New Construction Lighting Application. Application Process. Details & Instructions

New Construction Lighting Application. Application Process. Details & Instructions New Construction Lighting Application Details & Instructions PSO provides technical assistance and rebates to assist businesses in making energy saving upgrades. Review details and requirements* at PowerForwardWithPSO.com.

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS Skyway Concession Company 205 North Michigan Avenue, Suite 2510 Chicago, Illinois 60601 312-552-7100 REQUEST FOR PROPOSALS TO: FROM: Proposal Manager Erick M. Rivera Infrastructure Manager DATE: November

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION. SPECIFICATION NO. TxDOT * REVISED: MAY 2005 SIEVES, TEST, BRASS SEAMLESS

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION. SPECIFICATION NO. TxDOT * REVISED: MAY 2005 SIEVES, TEST, BRASS SEAMLESS TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SIEVES, TEST, BRASS SEAMLESS SPECIFICATION NO. * PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).

More information

CITY OF CHICAGO DEPARTMENT OF BUILDINGS

CITY OF CHICAGO DEPARTMENT OF BUILDINGS CITY OF CHICAGO DEPARTMENT OF BUILDINGS GUIDELINES FOR THE PREPARATION OF REQUESTS FOR QUALIFICATIONS FOR THE SELECTION OF CONSULTING FIRMS TO PERFORM LIFE SAFETY EVALUATIONS The Chicago Department of

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

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

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT This Agreement is made as of, 20 (the Effective Date ) MD ANDERSON AGREEMENT No. By and between The Owner: The University of Texas M. D. Anderson Cancer

More information

MANUAL QUALITY CONTROL & QUALITY ASSURANCE

MANUAL QUALITY CONTROL & QUALITY ASSURANCE MANUAL QUALITY CONTROL & QUALITY ASSURANCE METROTEC ENGINEERING LLC P.O. BOX: 26045, DUBAI U.A.E TEL : 043889771 FAX:043889772 E Mail: metrotecengg@yahoo.com info@metrotec.ae Web: www.metrotec.ae 2 TABLE

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

PARK HILL SCHOOL DISTRICT REQUEST FOR PROPOSAL Acoustic Ceiling Tiles

PARK HILL SCHOOL DISTRICT REQUEST FOR PROPOSAL Acoustic Ceiling Tiles PARK HILL SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR 2015 Acoustic Ceiling Tiles Southeast Elementary REQUEST FOR PROPOSAL February 23, 2015 Contractor: The Park Hill School District is soliciting bids for

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

Manage Deliverables - Construction Step 6 February 2015

Manage Deliverables - Construction Step 6 February 2015 Manage Deliverables - Construction Step 6 February 2015 1 Construction Phase Step 1: Needs Development Step 2: Scope Development Step 3: Selection of Design Team Step 4: Design Phase Step 5: Selection

More information

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

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

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m.

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m. Information Technology 625 Center Street Oregon City OR 97045 Ph (503) 657-0891 fax (503) 657-7892 REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION Date Due: Friday, September

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