D.C. DEPARTMENT OF GENERAL SERVICES DCAM-15-NC-0155 REQUEST FOR PROPOSALS. Electronic Security Systems Maintenance.
|
|
|
- Brenda Hutchinson
- 10 years ago
- Views:
Transcription
1 D.C. DEPARTMENT OF GENERAL SERVICES DCAM-15-NC-0155 REQUEST FOR PROPOSALS Electronic Security Systems Maintenance August 18 th 2015 Proposal Due Date: Proposal Delivery Location: Pre-proposal Conference: Contact: September 9 st, 2015 by 2 p.m. EST Department of General Services Attn: Kimberly Gray Supervisor Goods and Services Frank D. Reeves Center th Street, NW Contracts & Procurement Division, 8 h Floor Washington, DC August 25 th 2015 at 10:30AM Department of General Services Frank D. Reeves Center 2 nd Floor Community Room th Street, NW Washington, DC Toufique Sayed, Contract Specialist DC Department of General Services Frank D. Reeves Center th Street, NW, 8 th Floor Washington, D.C Phone: (202) [email protected]
2 Executive Summary The Department of General Services, Protective Services Division ( Department or DGS or PSD ) is issuing this Request for Proposals ( RFP ) to select a Contractor to provide allinclusive comprehensive system administration including, but not limited to, installation, maintenance and repair to ensure continuous system uptime and reliability of the Citywide Electronic Security Systems (ESS) for the District owned and leased facilities. The District is currently standardized on the RS2 Access Control and Alarm Management System, as well as the Milestone Video Management System. The contract shall be for a base year with four option years. A.1 Form of Contract The Form of Contract will be issued by Addendum. Offerors should carefully review the Form of Contract when submitting their proposal. To the extent there are any inconsistencies between this RFP and the Form of Contract, the Form of Contract shall prevail. Offerors are further advised that they are required to submit their proposal premised upon entering into a contract that is substantially similar to the Form of Contract and that any proposed changes to the Form of Contract must be clearly identified and described in their proposal. A proposal that fails to specifically identify and describe the requested changes shall be deemed non-responsive. A.2 Contractor s Compensation The contract awarded pursuant to this RFP will be a Fixed Price Contract with quarterly prospective price redeterminations after the base year. Offerors are required to bid a fixed price as described in the Attachment A Offer Letter. Offeror shall submit with their bid an Offer Letter in substantially the form of Attachment A on the Offeror s letterhead. A.3 Selection Criteria Proposals will be evaluated in accordance with Part D of this RFP. The following evaluation criteria will be used: Qualifications and Technical Competence (35 points) Relative Experience and References (25 points) Key Personnel (20 Points) Price (20 points) Page 2 of 37
3 A.4 Procurement Schedule The schedule for this procurement is as follows: Issue RFP - August 18 th, 2015 Pre-proposal Conference - August 25 th, 2015 Mandatory Site Visit - August 26 th, 2015 Last Day for Questions/Clarifications - September 1 th, 2015 Proposals Due - September 9 nd, 2015 A.5 Attachments Attachment A - Offer Letter and Bid Form Attachment B - Standard Security Details Attachment C - Approved Product List & Proposed Spare Parts List Attachment D - Location List Attachment E - Disclosure Statement Attachment F - Tax Affidavit Attachment G - Service Contract Act Rates Attachment H - SBE Subcontracting Plan Attachment I - Living Wage Act Fact Sheet and Living Wage Act of 2006 Attachment J - First Source Agreement Attachment K - Standard Contract Provisions- Goods and Services Page 3 of 37
4 SECTION B Scope of Work B.1 Background The contractor shall provide all-inclusive parts, labor and full maintenance for the citywide ESS. The ESS system consists of, but is not limited to, software and hardware solutions manufactured by the following firms: RS2, GE, Milestone, Assa Abloy, Aventura, Pelco, Bosch, American Dynamics, Axis, Dell, Winsted, HID, HESS, Securitron, Aiphone, Stentofon, Gunnebo, RCI, Altronix, Schlage, Potter, DSI, Honeywell, APC, Talk-A-Phone, DMP, and FOCUS 200. In 2000 the District implemented the current ESS system on a GE platform and subsequently converted to RS2. ADT/Tyco implemented the base system and a verity of security system installers handled the additional expansions and upgrades. Over the last five years the number of card readers, cameras and optical turnstiles doubled by more than 100%. The legacy GE headend and field hardware remains; and as part of the migration process the District added RS2/Mercury M5 bridge hardware systems. B.2 Scope of Work The Contractor s scope of work shall be to provide turnkey service and sustainment of the electronic security system including, but not limited to the following: install application software and interfaces, provide administrative services for all systems, warranty both the legacy electronic security system components and those coming off warranty, provide preventative maintenance, service all systems, provide software support agreements, provide spare parts inventory, coordination with all affected parties as required to complete this scope of work, and make small additions and changes to the systems as needs dictate. B.2.1 Preventative Maintenance The Contractor shall provide preventive maintenance as well as emergency and remedial repair services relating to the current and future installed base of security systems and components. See section B.4 Maintenance for details. B.2.2 Software Support the Contractor shall provide the application software for the electronic security management system and convert selected facilities as determined by PSD. B All software support agreements for all installed systems, including but not limited to RS2, GE, Milestone, and Aventura. Page 4 of 37
5 B All labor required to support the requirements herein, including but not limited to Program Management, System Administrators, service technicians and support personnel, and project reporting and contracts administration. B.2.3 Hardware B New Install. At the discretion of PSD, the Contractor shall install additional equipment; and modify changes or remove existing equipment to either system in accordance with completed Attachment A. B Warranty. The Contractor shall warrant all existing software & equipment systems as well as any new work for a period of one year from the date of acceptance to be free of defects in design, workmanship and material. The Contractor shall provide all labor and materials necessary to correct any deficiencies noted in the warranty period. Any corrective action provided shall comply with the requirements of Section B.4. B.2.4 Integration Responsibilities At the discretion of PSD, other contractors shall install additional equipment to either system. In that event, the Contractor shall: B Perform all system administration tasks, as defined in involved in bringing the new work on line and required during the warranty period. B Add the new work to its service responsibilities at the end of the warranty period subject to the provisions of B.2.7. B All replacement components and inventory, both legacy and equipment coming off warranty B.2.5 Delivery Storage & Handling The contractor shall ensure the following: B Equipment and components arrive on site properly protected and undamaged with containers, packaging and labels intact. B Materials and equipment are stored, handled and protected in accordance with the manufacturers recommendations. B Additional protection is provided during handling as necessary to prevent breaking, scraping, marring and otherwise damaging products or surrounding areas. Page 5 of 37
6 B.2.5.4All equipment and components that are to be installed are protected from theft, vandalism and exposure to rain, freezing temperatures and direct sunlight. B.2.5.5Installed equipment and components are protected from damage and use by unauthorized persons. B.2.6 Project Manager The Contractor shall designate a Project Manager to be responsible for all work performed under this contract including preventive maintenance, emergency service, additions and changes, and system conversion. This individual shall: B Manage the day to day aspects of the work. B Be available to PSD and for all meetings and consultations. B Issue reports and status indications as and when required by PSD. B Be empowered to make decisions for the contractor regarding prices, deliveries, manpower and schedules for all aspects of the work. B This individual shall be separate from the systems administrator and back-up system administration personnel. This position shall be named in Contractor s response. B The Contractor shall ensure that all technical personnel working on this contract will be certified by the respective manufacturer of the access control, optical turnstile, intercom, CCTV, and DVR equipment. B The Contractor shall coordinate with the Office of the Chief Technology Officer (OCTO) to ensure LAN/WAN connectivity and compatibility. B.2.7 System Administrator Roles & Responsibilities The Contractor shall perform all system administrator functions for all electronic security systems during Normal Business Hours (NBH) currently established as 8:30 AM to 5:00 PM on weekdays. The Contractor s System Administrators shall be stationed at the Wilson building located on the basement level. The Wilson building is located at 1350 Pennsylvania Ave, N.W. Washington DC. System Administrators shall administer the citywide electronic security system from this location or any others at the discretion of PSD. Page 6 of 37
7 The Contractor shall perform all system administrator functions for all electronic security systems during Normal Business Hours (NBH) currently established as 8:30 AM to 5:00 PM on weekdays. B Contractor shall provide one (1) dedicated and certified System Administrators to support the Citywide ESS program. Bidder shall name and provide resumes and required certifications per the Special Standard of Care bid response. Upon approval by PSD, the dedicated System Administrators shall not change until an alternate candidate has been submitted to and approved by PSD. B Within 30 days of the commencement of the contract, Contractor shall submit for PSD approval a list of back-up support staff. The Contractor shall ensure the approved support staff is available to administer the systems during vacations, holidays, sick days, training days and other days the System Administrators are not available. Back-up staff shall be knowledgeable and trained to the extent that there shall be no requirement to get up to speed when their services are required except as is typical during a return from vacation. B System Administrators duties shall include but not limited to the following: B Servers and other front end devices: a. Confirm back-ups of data occur as scheduled. b. Confirm back-ups of transaction history occur as scheduled and that there are no memory overloads. B Program new devices that require definition in such as CCTV cameras, card readers, inputs, controlled outputs, access categories, graphics, and other database requirements. a. All device descriptors shall conform to the styles and abbreviations listed in the Standard Security Details. B Confirm and document in a log the operational functionality of key system components on a regular and frequent basis as defined in B.5. B Respond to calls for assistance from cardholders or others within the systems footprint. B Notify PSD whenever a problem or malfunction arises. B Generate reports (custom, scheduled or otherwise) of system activity, operator activity or cardholder activity. Page 7 of 37
8 B Assist Contractor s technicians when diagnosing performance issues and provide support during repair operations. B In the cases where PSD selects another firm to provide and install the ESS system, provide assistance to that company s technician(s) related to incorporating installed system into overall ESS architecture and/or diagnosing performance issues. B.3 Electronic Security Systems Overview The Contractor shall refer to the Approved Product List & Proposed Spare Parts List (Attachment C) for a comprehensive list of system components and locations as well as the Standard Security Details (Attachment B) for the current list of approved products and manufacturers. B.3.1 Access Control B DGS currently operates an RS2 access control system as shown on the Security Schedule. a. The system is managed from the John Wilson Building at 1350 Pennsylvania Avenue. It controls all devices in the city and consists of a RS2 access it servers communicating with RS2 M5 bridge hardware and servers/storage/nvrs/dvrs over the city s WAN. B All security devices are wired to M5 bridge controllers strategically located (usually in LAN or Telco closets) in buildings throughout the city. a. At least one M5 in each facility is connected to the District s LAN. b. Other M5s may be connected in a daisy-chain fashion to an M5 on the LAN. c. Each M5 is equipped as necessary with a CPU board (PX, PXN or PXNplus), one or two 8-reader (8RP) boards, an input board (20DI) and an output board (16DOR). d. All monitored and controlled devices are directly wired back to the M5 panel except devices associated with card reader controlled doors. e. All alarm devices monitored from the M5 are supervised with dual 1K resistors at the device. B Readers are connected to legacy GE components as well as RS2 components. It is estimated that 60% of the existing hardware is connected to an HID controller, in 30% it is a WIU-2 and in 10% (recent additions) it is a WIU-4. Page 8 of 37
9 a. The locking device, REX PIR, door contact and reader are connected to the door controller which is wired back to a port on the 8RP daughter card in the M5. b. Except where required by code, all locking devices are fail secure. B Most card readers are either standard HID ProxPro readers with the addition of HID multiclass and GE PIV/FIPS 201 compliance. B Access cards are standard HID 26-bit proximity cards. B.3.2 Security Management System B Access control, alarm management, video management, credentialing and other functions are integrated through RS2 located on a single server in each system. B Maintaining the city s credentialing system, operated through RS2, is part of this scope of work. B.3.3 CCTV B Buildings equipped with CCTV systems contain a combination of analog and IP CCTV cameras connected to on-site GE, Milestone, or Aventura head-end infrastructure including servers, storage, DVRs, etc. B Each head-end infrastructure is network connected allowing live and recorded playback through the various system interfaces (Milestone, Aventura CWS, GE Facility Commander). B At several sites, multiplexers split the video signals to Pelco switches, sized for the facility, and/or on-site monitoring stations. B.3.4 Intercom B Buildings equipped with intercom systems may contain multiple systems. B The systems range from one master station and one substation to four substations and three master stations. B The Wilson Building and Unified Command Center are equipped with Stentofon intercom systems with exchanges located in the security equipment racks. B.3.5 Optical Turnstiles Page 9 of 37
10 B PSD has equipped selected facilities with various optical turnstiles systems. B Buildings equipped with optical turnstiles must be serviced and maintained per manufacturer s requirements. B.3.6 Elevator Control B It is the responsibility of the Contractor to interface with all elevator manufacturers and service firms with respect to elevator control. B Contractor shall coordinate with respective elevator control company when testing, servicing, modifying, or reprogramming elevator control configurations. B.3.7 Other Systems & Components Other components include but are not limited to: B Readers used to arm/disarm security components. B Elevator hall call readers allowing only card holders to call elevators to the floor. B Optical/barrier turnstiles with readers & control panels. B Monitored doors. B Glass break detectors. B Duress alarms. B Motion detectors. B Emergency phone (intercoms) towers. B Power supplies and battery units. B Fence protection system. B.3.8 Approved Products DGS has a considerable investment in the products listed in the Standard Security Details (Attachment B). When replacing failure or malfunctioning ESS components, Contractor shall only utilize components from the Approved Product List (Attachment C). Page 10 of 37
11 B.4 Maintenance B.4.1 Preventive Maintenance B The contractor shall provide preventive maintenance services as specified in B.4.2. B Preventive maintenance shall be conducted by factory trained and certified technicians. Prior to the commencement of the contract, Contractor shall submit a list of all such qualified technicians with a copy of relevant certifications for each. B Preventive maintenance shall be conducted during normal business hours unless specifically agreed to in writing by PSD. Unless after hours work was requested by PSD the contractor shall bear any additional costs for after-hours preventive maintenance including supplemental guard staff if necessary. B The contractor shall: a. Submit a Preliminary Preventive Maintenance Schedule to PSD for approval within four weeks after contract award. b. Advise PSD of all preventive maintenance work a week in advance. c. Notify PSD immediately upon finding any remedial work that is required. The contractor shall not make any repairs until authorized by PSD. d. Submit properly completed documentation describing all preventive maintenance work as outlined in B.4.2. B.4.2 Preventive Maintenance Requirements B.4.2.1Contractor shall physically activate to the alarm state once per year: a. Each fence mounted detector. b. Each glass break detector. Activation shall be by an electronic tone generator tuned to the appropriate frequency. c. Each door contact on both monitored doors and the inactive leaf of double doors controlled by card readers. d. Each door held open and door forced open timer on reader controlled doors. e. Each duress alarm. f. Each motion detector. g. Each temperature sensor alarm. B When activating any device as required by B the contractor shall ensure: a. The appropriate system responses are activated. Page 11 of 37
12 b. The appropriate information is displayed in the control rooms and workstations. c. The test activation and all system responses are recorded in the transaction history logs. B The contractor shall inspect, clean, and adjust for optimal image and field of view, each CCTV camera and in addition shall maintain and confirm the operational capability of each PTZ camera control once per year. B The contractor shall confirm the operational status by electronically testing from a security system workstation: a. Each CCTV camera once per month. This includes a review of an after dark recording from each camera to identify failed/inadequate lighting necessary for CCTV visibility. b. Each access control panel and its power supply once per month. c. Each DVR once per day. This includes ensuring all cameras are functioning, all are being recorded and all the PSD established storage requirements are being met. B All testing performed in accordance with B.6 shall be documented by the System Administrator in a test log that shall be maintained at the desk. B.4.3 Software Maintenance & Support B The contractor shall maintain and keep current on PSD s behalf all applicable application software licenses and maintenance agreements. B The contractor shall advise PSD of all software upgrades, updates and patches as they are issued by the manufacturers and advise PSD about the merits and risks of the enhancements included in each release. B The contractor shall provide all software upgrades, updates and patches selected by PSD for loading by OCTO. B The contractor shall provide unlimited telephone software support to PSD staff during regular business hours. B.5 Emergency & Remedial Service B.5.1 Critical System Components Shall Be: B.5.1.1Components installed in the John Wilson Building. B Components controlling or monitoring exterior perimeter doorways. Page 12 of 37
13 B Components controlling vehicle access or egress. B Access control panels and power supplies. B IP video, VCRs, DVRs and NVRs. B.5.2 Service Response Times B Critical System Components: a. Responses to critical system component call outs shall be provided on a 24/7 basis. b. Within one hour of notification from PSD, a qualified technician shall respond by telephone to ascertain the nature of the problem and if applicable attempt to remediate it remotely. c. Within four hours of notification from PSD, a qualified technician shall arrive on site if the issue was not resolved remotely. B Other System Components: a. Responses to call outs for all devices not defined as critical system components shall be provided in NBH. It shall be the contractor s responsibility to ensure its staff knows which components are critical and which are not. PSD shall not pay invoices for afterhours work on Other System Components. b. Within one hour of notification from PSD, a qualified technician shall respond by telephone to ascertain the nature of the problem and if applicable attempt to remediate it remotely. c. Within four hours of notification from PSD, a qualified technician shall arrive on site if the issue was not resolved remotely. B For the purposes of measuring elapsed time in B.6 the clock shall stop at 5:00 PM the day of notification from PSD if notification occurred in NBH and resume at 8:30 AM the next business day. If the notification is not made in NBH, the clock shall begin at 8:30 AM the next business day. B PSD shall provide the vendor with VPN connectivity to the to the RS2 system to aid in remote diagnostics and assistance. Contractor shall sign a VPN User Agreement with OCTO which shall be for up to three tokens that are tied to the individual. B No allowance shall be given for the time expended in failed attempts to remotely resolve issues. B.5.3 Resolution Times Page 13 of 37
14 B Warranty, emergency and remedial service calls shall be completely resolved within the following time frames that begin with the notification time by PSD: a. Twenty-four hours for Critical System Components. b. At the end of the second business day after the notification day for all other system components. B.5.4 Spare Parts Inventory B The required Approved Product List and Proposed Spare Parts List (Attachment C). B The contractor shall use the Approved Product List and Proposed Spare Parts List (Attachment C) as a minimum guide and shall include all pricing necessary to equipment service team and associated Contractor personnel with the inventory of spare parts necessary to ensure the time frames in C.5 are not exceeded. B The contractor shall make space for spare parts at their facility that can be accessed 24 hours a day. Bi-annual inspection of spare parts and inventory will be conducted by representatives of the District. B The Contractor shall maintain the spare parts inventory and turn it over complete to PSD at the end of the contract at no additional expense to PSD. B.5.5 Liquidated Damages B In addition to its right to terminate the contract due to nonperformance, PSD reserves the right to impose liquidated damages when the contractor s on-site response and/or resolution times exceed the times specified as follows: a. $ per hour or part thereof that arrival on site exceeds the times specified in section B.5. b. $1, per day or part thereof that a service problem remains unresolved beyond the times specified in section B.5. B Liquidated Damages shall be itemized, submitted in writing to the vendor; and collected via deductions from payments for vendor invoices. B.6 Documentation B.6.1 Service Work Orders B After each visit the contractor s technician shall complete a service work order prior to leaving each site. Page 14 of 37
15 B The work order shall stipulate the following: a. The building where the work was performed. b. A description of the problem if it is a call-out or the fact that it is a scheduled preventive maintenance visit. c. The name and contact number of the person who initiated the call out. d. Date & time of the call out. e. Date & time of arrival on site. f. Parts inspected, tested, repaired and/or replaced. g. Status of the problem at the end of the visit if not resolved or if resolved, how it was resolved. h. The time the contractor s staff left the site. B Prior to leaving the site the technician shall also: a. Obtain the signature of the responsible city employee at the site on the completed work order. b. Print the employee s name under the signature. c. Record the employee s office phone number or other contact phone number. B.6.2 Records B The vendor shall maintain a database of all service work orders. B The database shall contain the following for each service work order: a. Work order reference number b. Site reference information. i. Name. ii. Address. c. Date and time of initial call-out. d. Date and time of arrival on site. e. Date and time of completion. f. Statement of the problem. g. Statement of the status or resolution. B The database shall be available to PSD through a web browser. B The database shall be exportable in Microsoft Excel format. B.7 After Hours Work All labor for work on critical components performed outside NBH shall be billed at the contractor s quoted rates in the pricing matrix. Hours billed shall be the actual hours Page 15 of 37
16 worked rounded up to the next quarter hour. PSD shall not pay for any travel costs, trip charges, fuel surcharges, unspecified materials, or for services rendered outside the scope of the contract requirements. B.8 EQUIPMENT REMOVAL, ADDITIONS & CHANGES is this not the same at section B.7? B.8.1 Unit Prices B The contractor s unit price matrix shall be the basis for calculating work over and above the fixed prices quoted for the service contract. B Equipment unit prices shall include but not be limited to: all discounts, freight charges, handling fees, back boxes and other necessary mounting hardware, termination devices, warranty allowance, tools, equipment rental, contractor overhead and profit. B Contractor s labor prices shall be based on the contractor receiving reasonable, timely and unencumbered access to the work location. Labor unit prices shall include but not be limited to: the contractor s costs for acquisition, warehousing, transportation, onsite staging, engineering, project management, project meetings, installation, clean-up, waste removal, recycling, data entry, warranty allowance, contractor overhead and profit. B.8.2 Equipment Removal B Upon request by DGS, the contractor shall remove installed security equipment from DGS property at the unit prices quoted. B All equipment removal shall be performed in NBH. B Removed equipment shall be salvaged and placed into an inventory for additional work or spare parts. This inventory shall not be mixed with the service inventory described in 2.03D and shall remain the property of DGS. B The contractor shall clean the area removing all dust and debris from the work area at the end of the day or when the project is completed, which ever occurs first. B.9.3 Equipment Additions B Upon request by DGS, the contractor shall install security equipment in designated locations at the unit prices quoted. Where DGS authorizes used equipment from the inventory described in B.3 the contractor shall deduct the price of said equipment from the equipment portion of the quoted prices. Page 16 of 37
17 B All equipment shall be installed per the District of Columbia s Standard Security Details. B All installation work shall be performed in NBH. B The contractor shall clean the area removing all dust and debris from the work area at the end of the day or when the project is completed, whichever occurs first. B The contractor shall place in each new M5 or EP-1502 container: a. A service log to be completed as future service work at that location occurs b. A panel loading sheet showing which inputs, outputs and communication ports are occupied and a description of what is connected to each. B.9.4 Equipment Replacement B Upon request by DGS, the contractor shall replace security equipment in designated locations. B.9.5 Contract Reconciliation for Additions and Deletions B Equipment coming off warranty shall be added to this contract at the established unit prices listed as Preventive and Remedial Service in the price matrix submitted with the Offeror s proposal. Similarly, equipment removed from service shall be deducted from this contract. B For equipment coming off warranty, PSD will schedule a walk-through of the installation with the contractor and the installing contractor one month prior to the expiration of the warranty. PSD will be responsible for ensuring the contractor corrects any deficiencies noted before the equipment shall be added to the service contract. PSD will have the final word in determining which deficiencies merit correction. B Price adjustments to the service contract shall be implemented on the first day of each quarter. One month prior to the end of each quarter, the contractor shall submit for PSD approval, a list of all items added and deleted in the previous three months and their individual and cumulative effects on the service contract price. B.10 Deliverables B.10.1 Training B The contractor s pricing shall include the cost of training operators and administrators as follows: Page 17 of 37
18 B.10.2 Operator Training B The contractor shall provide two operator training sessions per year on site or at a location approved by PSD. Dates shall be as agreed upon by PSD and the contractor. a. Each session shall be a minimum of eight hours in duration. Field setup time, startup time and testing time shall not be considered as training time. b. Training shall be provided for each installed system and shall be conducted by factory-trained individuals. c. PSD shall notify the contractor at least two weeks in advance of the names of attendees. d. Contractor shall provide each attendee with a basic operations manual for each installed system. e. All operator training shall be conducted in a formal classroom-type atmosphere. B.10.3 Administrator Training B The contractor shall provide one administrator training session per year on site or at a location approved by PSD. Dates shall be as agreed upon by PSD and the contractor. This training shall be for PSD oversight staff that must understand the system and know how to operate it. a. Administrator training shall be a minimum of 24 hours conducted over three eight-hour days. Field setup time, startup time and testing time shall not be considered as training time. b. Items taught in operator training sessions shall not be repeated in administrator sessions. c. Administrator training shall be provided for each installed system and shall be conducted by factory-trained individuals. d. PSD shall notify Contractor, at least two weeks in advance, of the names of attendees. e. Contractor shall provide each attendee a complete administration manual for each installed system. f. All administrator training shall be conducted in a formal classroom-type atmosphere. B.10.4 Submittals The following submittals shall be provided for all added equipment: B Shop Drawings: Submit the following for approval as one complete package. The submittal shall be rejected if items are missing: Page 18 of 37
19 B A complete bill of materials listing each device and quantity to be supplied. B Technical data sheets for each item in the bill of materials. Clearly indicate on sheets covering multiple models and options which models and options are being supplied. B Riser diagrams showing interconnections, 110VAC and LAN drop requirements. B Detail drawings showing installation and mounting of any devices or assemblies not included in the Standard Security Details. B The contractor shall not order any equipment until shop drawings have been approved. Contractor shall identify any long lead-time items that will require early approval. B Acceptance of shop drawings shall not relieve the contractor from compliance with these specifications. The check of shop drawings is for review of general conformance with the District s security design concept. Contractor shall remain responsible for meeting all the requirements of the contract documents. B Wiring diagrams: B Point-to-point termination schedules. B Rack loading diagram. B As-Built Drawings and Documentation: B Each of the following shall be submitted for approval: a. Operating Manuals for each system provided. b. Maintenance Manuals for each system provided. c. Configuration Manual: i. Diagrams showing device matrix and panel matrix schedule. ii. As-built hardware capacities and expansion capabilities. d. A full size drawing set to include all drawings listed above for shop drawing submission updated to reflect the as-built condition. B On approval, submit 1 hard copy and one soft copy of all drawings and documentation. Page 19 of 37
20 B Deliverables Table The contractor shall submit the following documentation to PSD as defined in the table below. Section Deliverable Quantity Format/Method of Delivery B.5 List of technical staff 1 Hard Copy including system 1 Soft Copy administrator and project manager B.11.2 Operator Training Classes B.11.3 Administrator Training Classes B.11.4 Schematic System Layout to include Shop Drawings and Wiring Diagrams B.6 Quality and Preventive Maintenance Plan Due Date 10 Days after contract award To Whom COTR 2 Classroom Bi-Annually COTR 1 Classroom Annually COTR 1 Hard Copy Soft Copy 1 1 Hard Copy Soft Copy Six months after award 30 Days after contract award COTR COTR C Fully executed copies of all subcontracts identified in the subcontracting plan to the CO, District of Columbia Auditor and the Director of DSLBD. 2 Hard Copy Soft Copy C Quarterly Report 2 Hard Copy Soft Copy C Annual Report 2 Hard Copy Soft Copy B.11 Licensing, Accreditation and Registration 21 Days after contract award Quarterly Per Year Annually COTR COTR COTR The Contractor and all of its subcontractors and sub consultants (regardless of tier) shall comply with all applicable District of Columbia, state, and federal licensing, accreditation, and registration requirements and standards necessary for the performance of the contract. Page 20 of 37
21 B.12 Conformance with Laws It shall be the responsibility of the Contractor to perform under the contract in conformance with the Department s Procurement Regulations and all statutes, laws, codes, ordinances, regulations, rules, requirements, orders, and policies of governmental bodies. B.13 Service Contract Act The Service Contract Act (Attachment G) is applicable to this Project. As such, the Contractor and its trade subcontractors shall comply with the Living Wage Act. Reporting requirements imposed by that Act are attached here to as (Attachment I). B.14 Time is of the Essence Time is of the essence with respect to the contract. The Department shall have priority any other similar contract held by the Contractor throughout the course of the contract. As such, the Contractor must dedicate such personnel and other resources as are necessary to ensure that the required services are completed on-time and in a diligent, skilled and professional manner. SECTION C Economic Inclusion C.1 Preference for Small, Local, and Disadvantaged Business Enterprises General: Under the provisions of the Small, Local, and Disadvantaged Business Enterprise Development and Assistance Act of 2005, D.C. Law (codified at D.C. Code et seq.), preferences shall be given to Offerors that are certified by the Department of Small and Local Business Development as being a small business enterprise, having resident business ownership, having a longtime resident business, being a local business enterprise, being a disadvantaged business enterprise, being a local business enterprise with its principal office located in an enterprise zone, being a veteranowned business enterprise, or being a local manufacturing business enterprise. (A copy of the certification acknowledgment letter must be submitted with the Offeror s Proposal.) In accordance with these laws, the following preferences shall be awarded in evaluating an Offeror s proposal: Three (3) preference points shall be awarded if the Offeror is certified as having a small business enterprise. Five (5) preference points shall be awarded if the Offeror is certified as having a resident business ownership. Page 21 of 37
22 Five (5) points shall be awarded if the Offeror is certified as having a longtime resident business. Two (2) preference points shall be awarded if the Offeror is certified as a local business enterprise. Two (2) preference points shall be awarded if the Offeror is certified as being a local business enterprise with its principal office located in an enterprise zone. Two (2) preference points shall be awarded if the Offeror is certified as a disadvantaged business enterprise. Two (2) preference points shall be awarded if the Offeror is certified as a veteran-owned business enterprise. Two (2) preference points shall be awarded if the Offeror is certified as a local manufacturing business enterprise. Offerors may qualify for more than one of these categories, so that the maximum number of points available under this section is 12 points. C.1.2 Preferences for Certified Joint Ventures A certified joint venture will receive preferences as determined by DSLBD in accordance with D.C. Official Code a (h). C A copy of the certification acknowledgment letter must be submitted with the Offeror s Proposal. C Any vendor seeking certification in order to receive preferences under this solicitation should contact the: Department of Small and Local Business Development ATTN: CBE Certification Program 441 Fourth Street, NW, Suite 850N Washington DC (202) C All vendors are encouraged to contact DSLBD at (202) if additional information is required on certification procedures and requirements. C.2 Subcontracting Plan Page 22 of 37
23 An Offeror responding to this solicitation which is required to subcontract shall be required to submit with its offer, any subcontracting plan required by law. Offeror s responding to this RFP shall be deemed nonresponsive and shall be rejected if the offeror fails to submit a subcontracting plan that is required by law. For contracts in excess of $250,000, at least 50% of the dollar volume of the contract shall be subcontracted in accordance with Attachment H. C Subcontracting Plan Requirements Mandatory Subcontracting Requirements 1. Unless the Director of the Department of Small and Local Business Development (DSLBD) has approved a waiver in writing, for all contracts in excess of $250,000, at least 50% of the dollar volume of the contract shall be subcontracted to qualified small business enterprises (SBEs). 2. If there are insufficient SBEs to completely fulfill the requirement of paragraph (a)(1), then the subcontracting may be satisfied by subcontracting 50% of the dollar volume to any qualified certified business enterprises (CBEs); provided, however, that all reasonable efforts shall be made to ensure that SBEs are significant participants in the overall subcontracting work. 3. A prime contractor that is certified by DSLBD as a small, local or disadvantaged business enterprise shall not be required to comply with the provisions of sections (a)(1) and (a)(2) of this clause. 4. Except as provided in (a) (5) and (a) (7), a prime contractor that is a CBE and has been granted an offer preference pursuant to D.C. Official Code , or is selected through a set-aside program, shall perform at least 50% of the contracting effort with its own organization and resources and, if it subcontracts, 50% of the subcontracting effort shall be with CBEs. A CBE prime contractor that performs less than 50% of the contracting effort shall be subject to enforcement actions under D.C. Official Code A prime contractor that is a certified joint venture and has been granted an offer preference pursuant to D.C. Official Code , or is selected through a setaside program, shall perform at least 50% of the contracting effort with its own organization and resources and, if it subcontracts, 50% of the subcontracting effort shall be with CBEs. A certified joint venture prime contractor that performs less than 50% of the contracting effort shall be subject to enforcement actions under D.C. Official Code Page 23 of 37
24 6. Each CBE utilized to meet these subcontracting requirements shall perform at least 50% of its contracting effort with its own organization and resources. 7. A prime contractor that is a CBE and has been granted an offer preference pursuant to D.C. Official Code , or is selected through a set-aside program, shall perform at least 50% of the on-site work with its own organization and resources if the contract is $1 million or less. C Subcontracting Plan If the prime contractor is required by law to subcontract under this contract, it must subcontract at least 50% of the dollar volume of this contract in accordance with the provisions of section (a) of this clause. The plan shall be submitted as part of the offer and may only be amended with the prior written approval of the CO and Director of DSLBD. Any reduction in the dollar volume of the subcontracted portion resulting from an amendment of the plan shall inure to the benefit of the District. Each subcontracting plan shall include the following: a. The name and address of each subcontractor; b. A current certification number of the small or certified business enterprise; c. The scope of work to be performed by each subcontractor; and d. The price that the prime contractor will pay each subcontractor. e. Copies of Subcontracts Within twenty-one (21) days of the date of award, the Contractor shall provide fully executed copies of all subcontracts identified in the subcontracting plan to the CO, District of Columbia Auditor and the Director of DSLBD. f. Subcontracting Plan Compliance Reporting. (1) The Contractor has a subcontracting plan required by law for this contract; the Contractor shall submit a quarterly report to the CO, District of Columbia Auditor and the Director of DSLBD. The quarterly report shall include the following information for each subcontract identified in the subcontracting plan: a. The price that the prime contractor will pay each subcontractor under the subcontract b. A description of the goods procured or the services subcontracted for Page 24 of 37
25 c. The amount paid by the prime contractor under the subcontract; d. A copy of the fully executed subcontract, if it was not provided with an earlier quarterly report. (2) If the fully executed subcontract is not provided with the quarterly report, the prime contractor will not receive credit toward its subcontracting requirements for that subcontract. g. Annual Meetings Upon at least 30-days written notice provided by DSLBD, the Contractor shall meet annually with the CO, CA, District of Columbia Auditor and the Director of DSLBD to provide an update on its subcontracting plan. h. Notices The Contractor shall provide written notice to the DSLBD and the District of Columbia Auditor upon commencement of the contract and when the contract is completed. i. Enforcement and Penalties for Breach of Subcontracting Plan 1. A Contractor shall be deemed to have breached a subcontracting plan required by law, if the contractor (i) fails to submit subcontracting plan monitoring or compliance reports or other required subcontracting information in a reasonably timely manner; (ii) submits a monitoring or compliance report or other required subcontracting information containing a materially false statement; or (iii) fails to meet its subcontracting requirements. 2. Contractor that is found to have breached its subcontracting plan for utilization of CBEs in the performance of a contract shall be subject to the imposition of penalties, including monetary fines in accordance with D.C. Official Code If the CO determines the Contractor s failure to be a material breach of the contract, the CO shall have cause to terminate the contract under the default provisions in clause 8 of the SCP, Default. C CBE as Prime Contractor A prime contractor which is certified as a small, local or disadvantaged business Page 25 of 37
26 enterprise shall not be required to comply with the provisions of Section C.2. C.3 Residency Hiring Requirements for Contractors and Subcontractors At least fifty-one percent (51%) of the Offeror s Team and every subconsultant s employees hired after the Offeror enters into a contract with the Department, or after such subconsultant enters into a contract with the Offeror, to work on this project, shall be residents of the District of Columbia. Upon execution of the contract, the Offeror and all of its member firms, if any, and each of its subcontractors and subconsultants shall submit to the Department a list of current employees that will be assigned to the project, the date that they were hired and whether or not they live in the District of Columbia. The Offeror shall comply with subchapter III of Chapter II of Title 1, and subchapter II of Chapter II of Title 1 of the D.C. Code, and all successor acts thereto and the rules and regulations promulgated thereunder. The Offeror and all member firms, subcontractors, tier subcontractors, subconsultants, and suppliers with contracts in the amount of $100,000 or more shall be required to comply with the following: (i) enter into a First Source Employment Agreement with the D.C. Department of Employment Services ( DOES ) upon execution of the contract; (ii) submit an executed First Source Agreement to DOES prior to beginning work on the project; (iii) make best efforts to hire at least 51% District residents for all new jobs created by the project; (iv) list all employment vacancies with DOES; (v) submit monthly compliance reports to DOES by the 10 th of each month; (vi) at least 51% apprentices and trainees employed must be residents of the District registered in program approved by the D.C. Apprenticeship Council; and (vii) trade contractors and subcontractors with contracts in the amount of $500,000 or more must register an apprenticeship program with the D.C. Apprenticeship Council. SECTION D Evaluation and Award Criteria D.1 Evaluation Process Department will evaluate submissions and any best and final offers in accordance with the provisions of this Section D and the Department s Procurement Regulations. D.2 Evaluation Committee Page 26 of 37
27 Each submission shall be evaluated in accordance with this Section D by an Evaluation Committee. The Evaluation Committee shall prepare a written report summarizing its findings and submit the same to the source selection official. Based on the information submitted by the Offerors in response to this RFP and the report prepared by the Evaluation Committee, the source selection official shall select the Offeror(s) whose submissions are determined by the source selection official to be the most advantageous to the Department. D.3 Oral Presentation The Department does not intend to interview Offerors; however, the Department reserves the right to interview Offerors in the competitive range if necessary. If the Department conducts such interviews, each Offeror within the competitive range shall make an oral presentation to the Department s Evaluation Committee, and participate in a question and answer session. The purpose of the oral presentation and the question and answer session is to permit the Evaluation Committee to fully understand and assess the qualifications of each Offeror and the Offeror s key personnel. The submission will be re-scored at the conclusion of the oral presentation. D.3.1 Length of Oral Presentation Each Offeror will be given up to 60 minutes to make the presentation. At the end of the initial presentation, there will be a break for approximately 30 minutes for the Evaluation Committee to assess the presentation and prepare questions. The Offeror will then respond to questions from the Department s Evaluation Committee for no more than 60 minutes. D.3.2 Schedule The order of presentation will be selected randomly and the Offerors will be informed of their presentation date before the beginning of oral presentations. The Department reserves the right to reschedule any Offeror s presentation at the discretion of the contracting officer. D.3.3 Offeror Attendees The oral presentation will be made by the Offeror s personnel who will be assigned the key jobs for this project. Each Offeror will be limited to 3 persons. The job functions of the persons attending the presentation will be considered to be an indication of the Offeror s assessment of the key areas of responsibility that are deemed essential to the successful completion of the project. Page 27 of 37
28 D.3.4 Topics The Offeror may present information about its capabilities and special qualifications to serve as a Contractor for this Project, including the qualifications of key personnel. D.4 Proposal Evaluation Each proposal will be scored on a scale of 1 to 100 points. In addition, Offerors will be eligible to receive up to 12 preference points as described in Section C.1 of this RFP for participation by Local, Small or Disadvantaged Business Enterprises. Thus, the maximum number of points possible is 112. D.4.1 Qualifications and Technical Competence (35 points) The Department desires to engage a Contractor with the experience necessary to realize the objectives set forth in Section B of this RFP. Offerors shall demonstrate the qualifications and technical competence necessary to perform the District s requirements as described in Section B of this RFP. Offerors will be evaluated on the basis of their qualifications and technical competence as listed below: i. Offeror must submit evidence it is authorized, factory trained, and certified by RS2 Systems for system deployment and sustainment. Offeror shall be a current RS2 Level 3 certified company. ii. Offeror must submit evidence that it is currently authorized, factory trained, and certified by Milestone Systems as an Advanced Certified company for system deployment and sustainment. iii. Offeror must submit evidence it is authorized, factory trained, and certified by Assa Abloy as an Authorized Channel Partner for Integrated Wiegand Products. Offeror shall provide evidence of current Integrated Wiegand Product Training Certification. iv. Offeror must provide a copy of their current Security Alarm Agent License as issued by the District Department of Consumer and Regulatory Affairs (DCRA). D.4.2 Relevant Experience & References (Maximum 25 Points) Offerors will be evaluated based on their demonstrated experience and ability to provide references for the support of RS2, Milestone, ASSA Abloy, and the associated Page 28 of 37
29 components that comprise the Citywide ESS system. The Offeror shall submit the following to demonstrate the Offeror s relevant experience and references that attest to the successful completion of services and systems for the Citywide ESS: Detailed descriptions of projects that best describe the offeror experience with RS2, Milestone and/or ASSA Abloy. Offeror shall provide at a minimum the following verifiable information: 1. Project name and location 2. Name, address, contact person, and telephone number of reference contact 3. Description of the work performed by the Offeror 4. Time period 5. Identification of Offeror s personnel involved who are proposed as key personnel for this RFP 6. Offer shall return a completed Past Performance Evaluation Form (Attachment L) for each project D.4.3 Key Personnel (Maximum 20 points) This factor encompasses all components of the Offeror s staff and staff related activities to perform the District s requirements as described in Section C of this RFP. Personnel assigned to this project will be evaluated on the basis of their availability and relevant experience in providing professional services related to the installation and support of the components and technologies that comprise the Citywide ESS platform. Proposals should identify, at a minimum, (i) Proposed System Administrator; (ii) Proposed Project Manager; (iii) Proposed Service Technicians (5 total). At a minimum, Offeror shall provide resumes for all proposed key personnel, including a definition of that person s proposed role for the project. Offeror shall provide a minimum of four (4) current RS2 Personnel Training Certificates. Offeror shall provide a minimum of two (2) current Milestone Training Certificates for two (2) separate individuals one (1) current Certificate for Milestone Professional and one (1) current Certificate for Milestone Advanced. D.4.4 Price (Maximum 20 Points) Offerors will be required to bid a firm fixed price in substantially the form of Attachment A. This element of the evaluation will be worth up to twenty (20) points. SECTION E Proposal Organization and Submission Page 29 of 37
30 This section outlines specific information necessary for the proper organization and manner in which Offerors Proposals should be proffered. References are made to other sections in this RFP for further explanation. E.1 Submission Identification Submissions shall be proffered in two volumes, a technical volume and a pricing volume. In addition to an original technical volume and pricing volume, Offerors shall submit five (5) copies of the technical volume of the proposal, and two (2) copies of the pricing volume and one (1) electronic copy of bid form in Microsoft Excel. The Offeror s Technical and Cost Proposal submission shall be placed in a separate sealed envelopes conspicuously marked: Technical Proposal for Electronic Security System Maintenance and Price Proposal for Electronic Security System Maintenance. Copies of the pricing and technical submissions shall be labeled accordingly. E.2 Delivery or Mailing of Submissions Submissions should be delivered or mailed to: Department of General Services Attn: Kimberly Gray Supervisor Goods and Services Frank D. Reeves Center th Street, NW Office of the Director, 8th Floor Washington, DC E.3 Date and Time for Receiving Submissions Submissions shall be received no later than 2:00 pm EST, on September 9 th, The Offeror assumes the sole responsibility for timely delivery of its Submission, regardless of the method of delivery. E.4 Submission Size, Organization and Offeror Qualifications All submissions shall be submitted on 8 1/2 x 11 bond paper and typewritten. Telephonic, telegraphic, and facsimile submissions shall not be accepted. The Department is interested in a qualitative approach to presentation material. Brief, clear and concise material is more desirable than quantity. The submission shall be organized as follows: E.4.1 Technical Volume Page 30 of 37
31 The Technical proposal shall be organized as follows: E Executive Summary Each Offeror s shall provide a summary of no more than three pages of the information contained in the following sections. E General Team Information and Firm(s) Data Each Offeror shall provide the following information for itself and each of its subcontractors, if any. a. Name(s), address(es), and role(s) of each firm (including all sub-contractors) b. Profile(s), including: c. Age d. Firm history (ies) e. Firm size(s) f. Areas of specialty/concentration g. Current firm workload(s) projected over the next year h. Provide a list of any contracts held by the Offeror where the contract was terminated (either for default or convenience). This list should also identify any contracts that resulted in litigation or arbitration between the Owner and the Offeror. If the Offeror has multiple offices, only contracts held by the office submitting this proposal need be listed. Description of the team organization and personal qualifications of key staff, including: i. Identification of the single point of contact for the Contractor. i. Resumes for each key participant on the team, including definition of that person s role, relevant experience, and anticipated workload during the performance of the Contract term. Page 31 of 37
32 E Qualifications and Technical Competence (35 points) Each Offeror should submit a response that addresses the requirements of Section D.4.1 of this RFP. E Relevant Experience & references (25 points) Each Offeror should submit a response that addresses the requirements of Section D.4.2 of this RFP. E Key Personnel (20 points) Each Offeror should submit a response that addresses the requirements of Section D.4.3 of this RFP. E.4.2 Pricing Proposal (20 points) The Pricing Proposal shall include the following information. E Cost Information The Offeror shall submit the Bid Form in substantially the form of Attachment A. Material deviations, in the opinion of the Department, from the bid form shall be sufficient to render the proposal non-responsive. E Disclosure Form Each Offeror shall submit a Disclosure Statement substantially in the form of Attachment E. E Tax Affidavit Each Offeror must submit a tax affidavit substantially in the form of Attachment F. In order to be eligible for this procurement, Offerors must be in full compliance with their tax obligations to the District of Columbia government. SECTION F Offeror s Procedures and Protests F.1 Contact Person Page 32 of 37
33 For information regarding this RFP please contact: Toufique Sayed, Contract Specialist DC Department of General Services Frank D. Reeves Center th Street, NW, 8 th Floor Washington, D.C Phone: (202) [email protected] Any written questions or inquiries should be sent to Toufique Sayed at the address above by 5:00 pm September 1 th, F.2 Pre-proposal Conference A mandatory pre-proposal conference will be held on August 25 th, 2015 at 10:30 am EST. The conference will be held at Department of General Services Community Room on the 2 nd floor. F.3 Mandatory Site Visit Schedule Offerors will meet at the Protective Services Division, 64 New York Avenue, Washington DC, August 26 th, 2015 at 9:00 AM. The Site Visit Schedule is as follows: Location Address TIme Protective Services Division 64 New York Avenue 9:00 AM Headquarters Washington DC, :00 AM 441 4th Street NW One Judiciary Square 1:00 PM Washington DC, Pennsylvania Avenue John Wilson Building 3:00 PM Washington DC, Consolidated Forensics th Street NW Laboratory Washington DC, 2005 F.4 Explanations to Prospective Offerors Each Offeror should carefully examine this Request for Proposals and any and all amendments, addenda or other revisions, and thoroughly familiarize itself with all requirements prior to providing a submission. Should an Offeror find discrepancies or ambiguities in, or omissions from, the RFP and amendments, addenda or revisions, or otherwise desire an explanation or interpretation of the RFP, any amendments, addenda, Page 33 of 37
34 or revisions, it must submit a request for interpretation or correction in writing. Any information given to an Offeror concerning the solicitation shall be furnished promptly to all other Offerors as an amendment or addendum to this RFP if in the sole discretion of the Department that information is necessary in proffering submissions or if the lack of it would be prejudicial to any other prospective Offerors. Oral explanations or instructions given before the award of the contract shall not be binding. F.5 Protests Protests shall be governed by Section 4734 of the Department s Procurement Regulations (27 DCMR 4734). Protests alleging defects in this solicitation must be filed prior to the time set for receipt of submissions. If an alleged defect does not exist in this initial RFP, but was incorporated into the RFP by an amendment or addendum, a protest based on that defect must be filed before the next closing time established for proffering submissions. In all other cases, a protester shall file the protest within ten (10) days after the protester knows or should have known whichever is earlier, of the facts and circumstances upon which the protest is based. All protests must be made in writing to the Department's Chief Contracting Officer ( CCO ) and must be filed in duplicate. Protests shall be served on the Department by obtaining written and dated acknowledgment of receipt from the Department's CCO. Protests received by the Department after the indicated period shall not be considered. To expedite handling of protests, the envelope shall be labeled Protest. This section is intended to summarize the offer protest procedures and is for the convenience of the Offerors only. To the extent any provision of this section is inconsistent with the Procurement Regulations; the more stringent provisions shall prevail. F.6 Contract Award This procurement is being conducted in accordance with the provisions of Section 4712 of the Department s Procurement Regulations (27 DCMR 4716). F.7 Retention of Submissions All submissions shall be retained by the Department and therefore shall not be returned to the Offerors. With the exception of proprietary financial information, the submissions shall become the property of the Department and the Department shall have the right to distribute or use such information as it determines. Page 34 of 37
35 F.8 Examination of Submissions Offerors are expected to examine the requirements of all instructions (including all amendments, addenda, attachments and exhibits) in this RFP. Failure to do so shall be at the sole risk of the Offeror and may result in disqualification. F.9 Late Submissions: Modifications a. Any submission or best and final offer received at the office designated in this RFP after the exact time specified for receipt shall not be considered. b. Any modification of a submission, including a modification resulting from the CCO s requests for best and final offers, is subject to the same conditions as in F.8.A stated above. c. The only acceptable evidence to establish the time of receipt at the Department s office is the time-date stamp of such installation on the submission wrapper or other documentary evidence of receipt maintained by the installation. d. Notwithstanding any other provisions of this Request for Proposals to the contrary, a late modification of an otherwise successful submission which makes its terms more favorable to the Department may be considered at any time it is received and may be accepted. e. Submissions shall be irrevocable and remain in full force and effect for a period not less than 120 days after receipt of submissions. F.10 No Compensation for Preparation of Submissions The Department shall not bear or assume any financial obligations or liabilities regarding the preparation of any submissions submitted in response to this RFP, or prepared in connection therewith, including, but without limitation, any submissions, statements, reports, data, information, materials or other documents or items. F.11 Rejection of Submissions The Department reserves the right, in its sole discretion: a. To cancel this solicitation or reject all submissions. b. To reject submissions that fail to prove the Offeror s responsibility. Page 35 of 37
36 c. To reject submissions that contain conditions and/or contingencies that in the Department s sole judgment, make the submission indefinite, incomplete, otherwise non-responsive, or otherwise unacceptable for award. d. To waive minor irregularities in any submission provided such waiver does not result in an unfair advantage to any Offeror. e. To take any other action within the applicable Procurement Regulations or law. f. To reject the submission of any Offeror that has submitted a false or misleading statement, affidavit or certification in connection with such submission or this Request for Proposals. F.11 Limitation of Authority Only a person with prior written authority from the CCO shall have the express, implied, or apparent authority to alter, amend, modify, or waive any clauses or conditions of the contract. Furthermore, any alteration, amendment, modification, or waiver of any clause or condition of this RFP is not effective or binding unless made in writing and signed by the CCO or its authorized representative. F.12 Non-Responsive Pricing In general, the Department will consider a proposal non-responsive if Offeror s price is greater than 150% of the median price submitted by other Offerors. The Department reserves the right to deem a proposal non-responsive if Offeror s price is greater than 150% of the independent government estimate. SECTION G Insurance Requirements G.1 Required Insurance The Contractor will be required to maintain the following types of insurance throughout the life of the contract. G.1.1 Commercial general public liability insurance ( Liability Insurance ) against liability for bodily injury and death and property damage, such Liability Insurance to be in an amount not less than Two Million Dollars ($2,000,000) for liability for bodily injury, death and property damage arising from any one occurrence and Two Million Dollars ($2,000,000) from the aggregate of all occurrences within each policy year. The policy should include completed operations coverage and must be maintained for a period of at least three (3) years after substantial completion occurs. Page 36 of 37
37 G.1.2 Workers compensation and Employers Liability coverage providing statutory benefits for all persons employed by the Contractor, or its contractors and subcontractors at or in connection with the Work. G.1.3 Automobile Liability, including Hired and Non-Owned Auto Liability in the amount of at least One Million Dollars ($1,000,000) for each occurrence for bodily injury and property damage. G.2 Additional Insureds Each insurance policy shall be issued in the name of the Contractor and shall name as additional insured parties the Department and the District of Columbia, and shall not be cancelable or reduced without thirty (30) days prior written notice to the Department. G.3 Waiver of Subrogation All such insurance shall contain a waiver of subrogation against the Department and the District of Columbia, and their respective agents. G.4 Strength of Insurer All insurance shall be placed with insurers that are reasonably acceptable to the Department and with an A.M. Best s rating of not less than A- (Excellent) and a surplus size of not less than XV. All such insurers shall be licensed approved to do business in the District of Columbia. Page 37 of 37
RFP-00118 ADDENDUM NO. 1
INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,
REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526
REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator [email protected] 843 248 1760 LEC Security Camera System
8.OFFER DUE DATE: 2:00pm September 18, 2008 12. PAYMENT DISCOUNT TERMS
TASK ORDER UNDER GENERAL SERVICES ADMINISTRATION (GSA) FEDERAL SUPPLY SCHEDULE CONTRACT 1.REQUISITION NUMBER PAGE 1 OF 19 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 7. FOR SOLICITATION INFORMATION CONTACT:
PART A. Option 1: City Hall & POA Supply and Install Lenel Onguard Security Upgrade and supply and Install Axis IP Cameras
PART A Option 1: City Hall & POA Supply and Install Lenel Onguard Security Upgrade and supply and Install Axis IP Cameras General The City of Guelph has standardized on Lenel OnGuard as the corporate access
Doc 10. UTM Standards: Card Access Security System
Doc 10 UTM Standards: Card Access Security System 1. GENERAL... 2 1.1. GENERAL REQUIREMENTS.... 2 1.2. SUMMARY OF WORK INCLUDED... 2 1.3. OVERVIEW... 2 1.4. MANDATORY REQUIREMENTS... 3 1.5. ACCESS CONTROL
City facilities that are currently part of the System are listed below. Other City facilities may be added in the future.
Equipment and Building Services Department, Security Division Introduction The City of Dallas (City) Equipment and Building Service (EBS) Security Division is requesting Bids to provide Security System
State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT)
State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT) Guidance Document Department of Administrative Services, Office of Procurement Services 6/4/2015 Contents Purpose... 2 Background...
REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring
MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester
Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information
Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are
H.V.A.C. Design Plumbing Design
H.V.A.C. Design H.V.A.C. Design Mira Costa College Arts Complex CP Upgrade 1. PART 1 GENERAL 1.1. DESCRIPTION SECTION 23 09 00 HVAC INSTRUMENTATION AND CONTROL 2. PART 2 - PRODUCTS 2.1. Materials
FIRE ALARM AND DETECTION SYSTEMS SECTION 16721
PART 1 - GENERAL 1.01 WORK INCLUDED FIRE ALARM AND DETECTION SYSTEMS SECTION 16721 A. Provide a complete fully addressable, power limited, fire detection and evacuation system. The system shall be connected
REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB
City of Bismarck, ND Maintenance and Support for Mitel 3300 Voice System. Request for Proposal (RFP)
City of Bismarck, ND Maintenance and Support for Mitel 3300 Voice System Request for Proposal (RFP) May 11th, 2010 Request for Proposal Maintenance and Support for: Mitel 3300 Voice System Date Issued:
PROGRAM MANAGEMENT SERVICES REQUEST FOR PROPOSAL (RFP) APEX BID # 16-S-002-294
Washington Convention and Sports Authority 801 Mount Vernon Place, NW Washington, DC 20001 PROGRAM MANAGEMENT SERVICES REQUEST FOR PROPOSAL (RFP) APEX BID # 16-S-002-294 The Washington Convention and Sports
Mandatory Addendum to the Owner/Architect Contract For Projects Funded in Whole or in Part with State Capital Outlay Funds
Page 1 of 5 Mandatory Addendum to the Owner/Architect Contract For Projects Funded in Whole or in Part with State Capital Outlay Funds The Owner may use any form of agreement mutually agreed upon by the
Additional specific restrictions are laid out in the following bid packet. As a courtesy, we have provided the following summary of this bid.
Vendor Notice Please Read! Vendors, this RFP is being issued with the intent of utilizing Federal FCC E-rate funds. You MUST COMPLY with all rules and regulations associated with the E-rate program. If
THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY Disabled Veteran Business Enterprise (DVBE) Participation Requirement
Disabled Veteran Business Enterprise (DVBE) Participation Requirement I. STATEMENT OF DVBE PARTICIPATION GOAL REQUIREMENT State law requires that state agencies make efforts to achieve a goal of three
MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET UCC and CPC MDOS Letters to FileNet PROJECT MANAGER STATEMENT OF WORK (SOW)
MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET UCC and CPC MDOS Letters to FileNet PROJECT MANAGER STATEMENT OF WORK (SOW) A Pre-Qualification Program was developed to provide a mechanism for
The Pennsylvania State University ------------- Physical Security Office. Intrusion Alarm. Performance Specification
The Pennsylvania State University ------------- Physical Security Office Intrusion Alarm Performance Specification By PHYSICAL SECURITY OFFICE Group (Access Controls & Electronic Security Programs) and
City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308
City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and
To receive consideration, bids must be submitted in accordance to the following instructions:
CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as
BID SPECIFICATION PACKAGE
REQUEST FOR PROPOSALS: E-RATE TELEPHONE SYSTEM & COMPLETE INTERNAL CONNECTIONS BID SPECIFICATION PACKAGE FOR: HOUSTON GATEWAY ACADEMY, INC. REQUEST FOR PROPOSAL Telephone System for Houston Gateway Academy,
CONSULTANT PROCEDURES & DESIGN GUIDELINES 28 13 00 ACCESS CONTROL SYSTEM
GENERAL: To provide minimum standards for Access Control Systems. PART 1 Common Work Results for Access Control System 1.1 Owner will provide server and software for connecting control panels through the
Product and Services Agreement BT Conferencing Maintenance Service Schedule
Product and Services Agreement 1. DEFINITIONS The following definitions shall apply, in addition to those in the General Terms and Conditions of the PSA. Ancillary Devices BT Authorized Service Representative
GMS NETWORK ADVANCED WIRELESS SERVICE PRODUCT SPECIFICATION
GMS NETWORK ADVANCED WIRELESS SERVICE PRODUCT SPECIFICATION 1. INTRODUCTION This document contains product information for the GMS Network Service. If you require more detailed technical information, please
STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS
STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS Section I. Purpose The purpose of these Guidelines is to describe the methods and procedures governing the use, awarding,
ADDENDUM No. 2. RFP No. 14-15/27, Oakland Maintenance Center Facility Management Services
Purchasing Department 530 Water Street Oakland, CA 94607 March 6, 2015 ADDENDUM No. 2 RFP No. 14-15/27, Oakland Maintenance Center Facility Management Services This Addendum modifies the original RFP Documents
INVITATION TO BID SECURITY CAMERA & INTRUSION DETECTION SYSTEM
INVITATION TO BID SECURITY CAMERA & INTRUSION DETECTION SYSTEM City of Ridgefield Solicitation #: C2015-041 Mandatory Contractor Meeting Date & Time: Monday, May 4, 2015, 11:00 a.m. 12:00 p.m., Ridgefield
REQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Design Build Services for Information Technology/ Security for Achievement Prep Public Charter School - Wahler Campus Redevelopment Project Issued: Friday, December 19 th, 2014 IMPORTANT
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
Maintenance and Service Level Agreement (SLA)
Maintenance and Service Level Agreement (SLA) Between: Applied IT Systems Pty Ltd ABN: 70 152 601 628 Unit 2/10 North Road, Wynnum West, QLD, 4178 And: Agreement No.: 2013 Applied IT Systems Pty Limited
CHAPTER 23. Contract Management and Administration
Date Issued: June 12, 2009 Date Last Revised: September 28, 2015 CHAPTER 23. Contract Management and Administration Table of Contents CHAPTER 23. Contract Management and Administration... 23-1 23.1 Policy...
NC State University Design and Construction Guidelines Division 26 Fire Alarm Systems
NC State University Design and Construction Guidelines Division 26 Fire Alarm Systems 1.0 Purpose A. The following guideline provides the minimum standards and requirements for fire alarm systems. 2.0
REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] REQUEST FOR PROPOSAL NO. RFP09503
UBC Technical Guidelines Section 17900 2015 Edition Secure Access: General Standards Page 1 of 7
Page 1 of 7 1.0 GENERAL 1.1 Related UBC Guidelines.1 Section 17910, 17920 and 17930.2 Section 17100 Cable Infrastructure Overview, sub sections 1.4.9 and 1.5.3 Section 17110 Communication Rooms, sub section
MOUNTAIN EMPIRE UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL
MOUNTAIN EMPIRE UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL VOIP Communication System E-Rate Funding Year 2016 RFP No. 1004 Submittals due on or before: 3PM on January 15th, 2016 ATTN: Rob Foraker Information
1. Is it required that each company that bids on this RFP be pre-registered or pre-qualified prior to bidding?
To: From: All Prospective Bidders Purchasing Department Date: September 9, 2015 Subject: Inquiries and Responses RFP#: Fixed A/V Maintenance/Repairs/Equipment Services 102-2015 Inquiries and Responses:
Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City
Solicitation 2013-9 Emergency Disaster Cleanup Services Bid designation: Public Lehi City 11/4/2013 4:51 PM p. 1 Bid Number 2013-9 Bid Title Emergency Disaster Cleanup Services Emergency Disaster Cleanup
REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI
4643 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI - FUNCTIONAL CONSULTANT TO LEAD THE IMPLEMENTATION OF THE PURCHASE REQUISITION MODULE IN THE PEOPLESOFT 9.0 FINANCIALS AND SUPPLY CHAIN PRODUCT.
REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB
Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive
Jacobs Contract performance Tracking spreadsheet = Excellent 2 = Meets performance standards 1 = Improvement needed 0= Unsatisfactory Report for the time period: Annual report 210 Total average score 2.86
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
MEDICAL CAPTIVE INSURANCE COMPANY PROCUREMENT POLICIES AND PROCEDURES
MEDICAL CAPTIVE INSURANCE COMPANY PROCUREMENT POLICIES AND PROCEDURES GOVERNMENT OF THE DISTRICT OF COLUMBIA OFFICE OF RISK MANAGEMENT 441 Fourth Street, NW Suite 800 South Washington, DC 20001 Phone:
PROPOSALS REQUESTED THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM
PROPOSALS REQUESTED BY THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM The Town of Old Orchard Beach will receive sealed bids for an IP based phone system. The project
Access Control Management Software
ACCESS CONTROL MANAGEMENT SOFTWARE Access Control Management Software System VII - meeting today s demands and tomorrow s challenges. Supports multiple-monitor workstations Compatible with Microsoft s
PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR KUWAIT PORT AUTHORITY FOR PROJECTS AT SHUAIBA PORT
PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR KUWAIT PORT AUTHORITY FOR PROJECTS AT SHUAIBA PORT - INTRODUCTION 1.1. General. Kuwait Ports Authority (KPA) through the Ministry Of Finance (MOF) wishes
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
RFQ 00318348 NORTHSTAR AUDITING SERVICES ADDENDUM NO. 1 REF. LOCATION DESCRIPTION OF CHANGE. Revised Scope of Work. Work tasks have been revised.
RFQ 00318348 NORTHSTAR AUDITING SERVICES ADDENDUM NO. 1 DATE PUBLISHED: MAY 18, 2016 TO ALL PROSPECTIVE SUBMITTERS: THE FOLLOWING CHANGES ARE MADE: REF. LOCATION DESCRIPTION OF CHANGE Attachment A Attachment
Fire Damage Repairs, 2510 Burton Street
Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide
CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS
7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically
Attn: Tracy Atkinson, Chief Officer Flint, MI
CITY OF FLINT DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT REQUEST FOR PROPOSALS HUD PROGRAMS PAYMENT PROCESSING AND COMPLIANCE AND PERFORMANCE MONITORING SERVICES July 28, 2014 I. Key Dates and Information
CITY OF MILTON REQUEST FOR PROPOSAL #09-001-ITS
CITY OF MILTON REQUEST FOR PROPOSAL #09-001-ITS to provide INFORMATION TECHNOLOGY SUPPORT SERVICES Issued: November 2, 2009 Submit completed application to: City of Milton 1000 Laurel Street Milton, WA
NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE
Security Systems Intrusion Alarm
Dufferin-Peel Catholic District School Board STANDARD TEXT GUIDELINE FOR Security Systems for SECONDARY AND ELEMENTARY SCHOOLS Prepared by the Plant Department With Assistance from Vision Dynamics Formatted
SERVICE PROVIDER CRITERIA AND CONTRACT REQUIREMENTS
OBJECTIVE: ERATE 470 REQUEST AND REQUEST FOR PROPOSAL (RFP) FOR: SCOE WIDE VOICE OVER IP AS A HOSTED SERVICE FY2016 SHASTA COUNTY OFFICE OF EDUCATION (SCOE) is seeking proposals for the upcoming Year 16
Invitation to Bid FIRE ALARM & DETECTION SYSTEM
Invitation to Bid FIRE ALARM & DETECTION SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066
IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
City of Woodinville, Washington
City of Woodinville, Washington Telecommunications Analysis and Options Report Request for Proposal Issue Date: December 22nd, 2014 Due Date: January 22nd, 2015 Due Time: 4:00 PM Page 1 of 10 TABLE OF
JOHN HART GENERATING STATION REPLACEMENT PROJECT. Schedule 9. Quality Management
JOHN HART GENERATING STATION REPLACEMENT PROJECT Schedule 9 Quality Management SCHEDULE 9 QUALITY MANAGEMENT TABLE OF CONTENTS 1. QUALITY MANAGEMENT SYSTEM... 1 1.1 Quality Management System...1 1.2 Project
Community Anchor Institution Service Level Agreement
Community Anchor Institution Service Level Agreement Date: 3/13/2014 Version: 2.0 Prepared by: DC-Net Table of Contents 1 Service Level Agreement... 3 2 Definitions... 3 3 Service Delivery... 5 3.1 Network
SECTION 17400 ACCESS CONTROL SYSTEM. CONDITIONS OF THE CONTRACT AND DIVISION 1, as applicable, apply to this Section.
SECTION 17400 ACCESS CONTROL SYSTEM CONDITIONS OF THE CONTRACT AND DIVISION 1, as applicable, apply to this Section. PART 1 - GENERAL 1.1 RELATED WORK A. 16060 Grounding and Bonding B. 16070 Electrical
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request
CHAPTER 2: Staffing ROLES OF STAFF. Roles Required to Provide Tech Support
Roles Required to Provide Tech Support The type and number of staff required to meet a district s technical support needs will vary widely based on the size of the district and the quality and quantity
Public Works Contract Completion
I. Policy A. The Port will formally identify when public works construction contracts are completed in order to administer payments in accordance with Washington statutes and in order to identify warranty
Document Comparison. AIA Documents A134 2009 and A131CMc 2003
Document Comparison AIA Documents A134 2009 and A131CMc 2003 AIA Document A134 2009 is in the right-hand column. Corresponding sections of AIA Document A131 CMc 2003 are in the left-hand column. Sections
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES
REQUEST FOR QUALIFICATIONS Project Number 105A, 106A City College of San Francisco DSA - Inspector of Record Services for: Balboa Reservoir Development Site Work Academic Joint Use Facility (Revised 5/12/08)
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals
FIRE ALARM SYSTEMS PERMIT APPLICATION, PLAN SUBMITTAL, DESIGN, INSTALLATION AND INSPECTION REQUIREMENTS Effective Date: January, 2011
Office of the Fire Marshal 1.0 PERMITS FIRE ALARM SYSTEMS PERMIT APPLICATION, PLAN SUBMITTAL, DESIGN, INSTALLATION AND INSPECTION REQUIREMENTS Effective Date: January, 2011 1.1 To acquire an installation
HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ 08108 REQUEST FOR PROPOSAL
HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ 08108 REQUEST FOR PROPOSAL A. PURPOSE: The Haddon Township Board of Education is seeking proposals from qualified respondents as follows:
ARTICLE III. FIRE ALARMS. Sec. 6-56. Purpose. Sec. 6-57. Definitions.
ARTICLE III. FIRE ALARMS Sec. 6-56. Purpose. It is the intent of this article to reduce the number of false alarms occurring within the city and the resultant waste of fire department resources. Through
Flexible Circuits Inc. Purchase Order Standard Terms and Conditions
Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract
NIAGARA FALLS WATER BOARD
NIAGARA FALLS WATER BOARD REQUEST FOR BIDS BID #W06-12 Bids on items as specified herein will be accepted at City Hall until 11:00 A.M., and opened at 11:00 A.M. on December 20, 2012. All bids are subject
GMS NETWORK BASIC PRODUCT SPECIFICATION 1. INTRODUCTION 2. SERVICE DEFINITION. 2.1 Service Overview. GMS Network Basic
GMS NETWORK BASIC PRODUCT SPECIFICATION 1. INTRODUCTION This document contains product information for the GMS Network Basic Service. If you require more detailed technical information, please contact
STRATFORD BOARD OF EDUCATION 111 WARWICK ROAD STRATFORD, NEW JERSEY 08084. INSURANCE BROKER of RECORD EMPLOYEE HEALTH BENEFITS
STRATFORD BOARD OF EDUCATION 111 WARWICK ROAD STRATFORD, NEW JERSEY 08084 INSURANCE BROKER of RECORD EMPLOYEE HEALTH BENEFITS A. PURPOSE: The Stratford Board of Education is seeking proposals through the
Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas
Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation
Conducting Security System Site Surveys
Conducting Security System Site Surveys Written By: Harold C. Gillens, PSP, CFC, CHS-III Quintech Security Consultants, Inc. 102 Sangaree Park Court Suite 4 Summerville, SC 29483 CONDUCTING SECURITY SYSTEM
Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078
Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School
Prosecutorial Case Management System Maintenance/Enhancement Support Services. Request for Proposal: RFP # 7549208
RFP # 7549208 Solicitation Information December 12, 2014 TITLE: Prosecutorial Case Management System Maintenance/Enhancement Support Services Submission Deadline: Wednesday, January 14, 2015 at 2:00 PM
Orange County Schools 200 East King Street. Hillsborough, NC 27278. Request for Proposals
Orange County Schools 200 East King Street Hillsborough, NC 27278 Request for Proposals EQUIPMENT AND INSTALLATION OF REPLACING DISTRICT-WIDE VOICE-OVER-IP PHONE SYSTEM 1. GENERAL DESCRIPTION 1.1 Orange
LEARNING CENTER WELCOME VIDEO
REQUEST FOR QUOTATIONS (RFQ) LEARNING CENTER WELCOME VIDEO Solicitation No. 16-033 32-505 Harry Oliver Trail Thousand Palms, CA 92276 ATTN: Contracts Assistant Phone: (760) 343-3456 Fax: (760) 343-3845
DISTRICT OF COLUMBIA SUPERIOR COURT OFFICE OF CONTRACTS AND PROCUREMENT REQUEST FOR PROPOSALS (RFP) FROM GSA FEDERAL SUPPLY SCHEDULE CONTRACTORS FOR
DISTRICT OF COLUMBIA SUPERIOR COURT OFFICE OF CONTRACTS AND PROCUREMENT REQUEST FOR PROPOSALS (RFP) FROM GSA FEDERAL SUPPLY SCHEDULE CONTRACTORS FOR INFORMATION AND TECHNOLOGY PENETRATION TESTING AND INFORMATION
