Family Health Centers, Inc. Request for Proposal. for. Family Health Centers East Broadway Data and Communications Cabling Project

Similar documents
Request for Purchase DESIGN AND INSTALLATION OF STRUCTURED COMMUNICATIONS CABLE SYSTEMS

BILOXI PUBLIC SCHOOL DISTRICT. Biloxi Junior High School

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

REQUEST FOR QUOTE: TELECOMMUNICATIONS CABLING Library/Classroom Building, Beltline Campus

City of Winter Springs, FL

March 4 th, Addendum No. 1. Brooklyn College Systems Integrator Broadcast Television Equipment Project No: BY019/

Request for Proposals Fiber Optic Network Backbone Upgrades

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR October 19, 2018 Construction Documents

UNIVERSITY of NORTH DAKOTA LOW VOLTAGE COMMUNICATIONS STANDARDS FOR CABLING, PATHWAYS, AND SPACE

California Polytechnic State University ITS Telecommunications PART 1 GENERAL SECTION AUDIO VISUAL STATION CABLES 1.

Pre-bid Supplement #01 Communications Specifications and Additional Scope Project Bid: CM Date: 05/26/2017

SECTION COMMUNICATIONS HORIZONTAL CABLING

STRUCTURED CABLE SYSTEM (SCS)

Request for Quote E- Rate Eligible Services Scope of Work - Wireless LAN and Cabling for Access Points

PURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date Request Doc # April 15, see text below

PROSPER INDEPENDENT SCHOOL DISTRICT TECHNOLOGY DEPARTMENT 605 E. SEVENTH STREET PROSPER, TX NOTICE TO BIDDERS RFP IFP

Request for Proposal (RFP)

Request for Quote E- Rate Eligible Services Scope of Work Network Infrastructure and Structured Cabling

Category 6A UTP cables shall be tested and proved to conform to TIA-568-C.2 standards.

Minimum qualifications for the Telecommunications Engineer are: A. Texas Licensed Profession Engineer (PE)

Colorado River Union High School District 1004 Hancock Rd Bullhead City, AZ (928)

DESIGN!!GUIDELINES!!!!!

Follow The Leader In Shielded Technology

SECTION COMMUNICATIONS HORIZONTAL CABLING

RETURN THIS AMENDMENT TO THE ISSUING OFFICE AT: AMENDMENT (1) ONE to RFP

Telephone, Cable TV, Radio Contract San Diego Convention Center

CABLING STANDARDS FOR

UNIFIED FACILITIES GUIDE SPECIFICATIONS

Rose Bowl LED Sports Lighting Request for Qualifications (RFQ) May 02, 2018

SPECIAL SPECIFICATION 8540 Telecommunication Cable

ADDENDUM NO. 2 This addendum consists of 8 pages. Kenai Peninsula Borough Purchasing & Contracting

REQUEST FOR QUOTATION

Facilities Management Design and Construction Services

MIDDLESEX COUNTY COLLEGE WIRE AND CABLE NETWORK REQUIREMENTS BH, CB, CH, ED, MH, LH, Camera Project

HONEYWELL VIDEO SYSTEMS HIGH-RESOLUTION COLOR DOME CAMERA

HIGH COURT OF BOMBAY AT GOA

SECTION TESTING OF COPPER CABLES

CHABOT- LAS POSITAS COMMUNITY COLLEGE DISTRICT

ELIGIBLE INTERMITTENT RESOURCES PROTOCOL

CITY OF DIXON REQUEST FOR PROPOSAL

UNM IT/Telecommunications Guide Specification Labeling 11/07/

SPECIAL SPECIFICATION 6559 Telecommunication Cable

SPECIAL SPECIFICATION :1 Video (De) Mux with Data Channel

COLUMBIA COUNTY, WISCONSIN COURTROOM VIDEO CONFERENCE & AV SYSTEMS REQUEST FOR PROPOSALS

Primex Wireless, Inc. July, Wells Street Lake Geneva, WI

University Center AV Integration Construction Documents February 8, 2012

ADDENDUM NO. 1 CITY OF FREDERICK

Purchasing Department Finance Group INVITATION TO BID

RFIs AND RESPONSES; ANSWERS ARE IN RED.

Information Technology Services DESIGN AND INSTALLATION STANDARDS

Telecommunication Infrastructure Project September 20, 2002

SOLICITATION ADDENDUM NO. 1 ITB THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED.

Telecommunciations Infrastructure Project September 20, A. Broadband radio frequency active and passive components

Information & Communications Technology Network Infrastructure Group. Network Infrastructure Standards June 2008

Tender Report for Supply and installation of LAN in *Biomedical Imaging and Bioinformatics Lab*

SECTION COMMUNICATIONS HORIZONTAL CABLING

384A Adapter Installation Instructions

VGA & Audio over CAT5 Distribution Series

Request for Proposal Questions and Responses. Request for Proposal: Software Based CMED Radio Console and Associated Equipment

Monday, January 7, 2019

BUSD Ramona Middle School Gymnasium Project AV Project

VGA / Audio Extender Single CAT5 / CAT6 with RGB Delay Control & EQ

TV Translator Relocation Grant Program

ADDENDUM NO. 6 PORT OF NOME SECURITY CAMERA PROJECT RFP

P.S.C. No. 2- Telephone. FRONTIER TELEPHONE OF ROCHESTER, INC. Section 7 Original Page No. 1

B. All work shall be in accordance with Building Industry Consulting Services International (BICSI) guidelines.

4, 8, 16 Port VGA/ Audio Extender / Splitter With Local Output with SPDIF Model #: VGA-C5SP-8

CATEGORY 6A CABLING SOLUTIONS

DESIGN STANDARD FOR AUDIOVISUAL SYSTEMS

CAPITAL IMPROVEMENT BOARD OF MANAGERS OF MARION COUNTY, INDIANA 100 SOUTH CAPITOL AVENUE INDIANAPOLIS, INDIANA 46225

SECTION TESTING, IDENTIFICATION AND ADMINISTRATION

DESIGN STANDARD FOR AUDIOVISUAL SYSTEMS

Lyndhurst Secondary Technology Package Addendum # Bid Date: Wednesday, August 30, 1:00PM. Items issued in this addendum:

Licensing & Regulation #379

REQUEST FOR PROPOSALS UK Audiovisual System to Renovate/Expand the Law Building ADDENDUM #3 1/17/2019

*** no equipment put on roofs or buildings. Dish must be put in ground 3 feet from building to allow for mowing. ***

REQUEST FOR QUOTE SOUND & LIGHTING for Volunteer Awards Banquet and July 3 rd Fireworks. PROPOSAL NUMBER: Q17-001PR ISSUE DATE: February 1, 2017

Division 27 COMMUNICATION/DATA, PATHWAYS, AND WIRING

Amendment No. 1 SOLEDAD UNIFIED SCHOOL DISTRICT Request for Proposal DISTRICT NETWORK CABLING UPGRADE

Request for Proposal Classroom Multimedia Presentation System, Intercom, Public Address System New Washington County High School Facility

REQUEST FOR PROPOSALS PORT OF NOME SECURITY CAMERA SYSTEM PROJECT NOME, ALASKA

SECTION 7 -- CROSS-CONNECT SYSTEMS

1x4, 1x8, 1x12, 1x16 VGA Extender / Splitter over Single CAT5

REQUEST FOR PROPOSALS UK Audiovisual System to Renovate/Expand the Law Building ADDENDUM #2 1/16/2019

CATEGORY 6A CABLING SOLUTIONS

SAK Information Technology Department. Invitation to Bid For the Implementation Of IP-CCTV

ACTIVE IF SPLITTER/COMBINER UHP-IFS

SECTION INTERCOMMUNICATIONS AND PROGRAM SYSTEMS

Belden IBDN System 10GX Enabling Technologies

ELECTRICAL SERVICE ORDER FORM

PRO Mixer Distro User Guide

Special Specification 6293 Adaptive Traffic Signal Control System

City of Columbia Purchasing

Frankfurt MX700 with 90 Display

SECTION 683 VIDEO OPTICAL TRANSCEIVER WITH BI-DIRECTIONAL DATA CHANNEL DESCRIPTION

Liberty Mutual Structured Cabling Specification Bid and Build Structured Cabling Technical Specification for:

PREMIUM 5e F/UTP PRODUCTS

Colour Explosion Proof Video Camera USER MANUAL VID-C

HDMI 1.4 OVER SINGLE CAT5/6/7 EXTENDER WITH BI-DIRECTIONAL IR and RS232 TRANSMITTER & RECEIVER AT-HD4-100SR

Transcription:

Family Health Centers, Inc. Request for Proposal for Family Health Centers East Broadway Data and Communications Cabling Project Date Issued: 06/07/2014 Date Due: 06/16/2014 Page 1 of 22

Table of Contents I. Introduction... 3 II. RFP Instructions... 4 A. Completing the RFP... 4 B. Format, Due Date... 4 C. Contract... 5 D. Confidentiality... 5 E. Selection Process... 5 F. Disclaimer... 5 G. Conflict of Interest... 5 H. RFP Related Questions... 6 III. Vendor Background... 7 A. Company Information... 7 B. References... 7 IV. Project Description, Scope of Work, and Requirements... 8 A. General Scope... 8 B. Specified Quantities by Location and Type... 9 C. Network Closet Specifications... 10 D. Uplink Cabling Specifications... 11 E. Data/Telephone/Security Camera/Video Network Cabling Specifications... 12 F. Telephone Cabling Specifications... 13 G. Coax Cabling & Flat Panel Display Mounting Specifications... 14 H. Paging System Cabling, Speaker, & Equipment Installation Specifications. 14 I. Project General Requirements... 15 J. Other Technical Specifications... 17 K. Project Schedule... 18 L. Insurance Requirements... 18 V. Warranty & Maintenance... 20 A. Warranty Maintenance & Post Warranty Support... 20 B. Warranty & Support Questions... 20 VI. Pricing & Terms... 21 A. Equipment & Delivery... 21 B. Pricing... 21 C. Terms... 21 D. Default... 22 Page 2 of 22

I. Introduction Family Health Centers, Inc. (FHC) is an independent, not-for-profit (501C3), Federally Qualified Community Health Center located in Louisville, Kentucky. FHC has been in business for over 34 years and operates seven clinical sites in the Louisville/Jefferson County metropolitan area. FHC currently employs in excess of 375 full and part time employees and operates on a 30 million dollar annual budget that includes federal, local, and state public funding sources. FHC is committed to ensuring that goods and services are purchased in an effective and efficient manner that provides, to the maximum extent practicable, open and free competition, and in compliance with the provisions of applicable federal, state and local statutes and executive orders. FHC has established and maintains appropriate procedures addressing the procurement of goods and services to accomplish this objective. In accordance with standards set by the federal government, grant recipients and vendors receiving grant funds must comply with these applicable federal standards and regulations: Equal Employment Opportunity, as amended (E.O. 11246) Copeland Anti-Kickback Act (18 U.S. C. 874 and 40 U.S.C. 276c) Davis Bacon Act, as amended (40 U.S.C. 276a to a-7) Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333) Rights to Inventions Made Under a Contract or Agreement (37 CFR Part 401) Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq.) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) Debarment and Suspension (E. O. 12549 and 12689) FHC has received federal grant funds to relocate and expand the existing East Broadway Family Health Center to a newly renovated 50,000 square ft. facility at 834 E. Broadway. To support this FHC is soliciting bids for the Family Health Centers East Broadway Data and Communications Cabling Project. Bidders must provide references for similar projects, both in scope and size, and have a wellestablished presence in the Louisville/Jefferson County market. Bidders must also be capable meeting or exceeding the minimum requirements and project deadlines and be responsible for the timely planning, implementation, and completion of all RFP related items. Potential vendors must have the expertise and manpower to complete the project as well as the project management experience required to effectively communicate with the both the FHC and construction crew on site. Potential vendors must be flexible and willing to amend the installation schedule as required, and conform to the overall construction project timeline and other contractors in order ensure the timely and successful completion of the cabling project. Vendors are also required to submit timetables for project start and completion dates as denoted in the RFP response in the form of a Project Scope Document detailed in (section II-A). In addition, an equipment list detailing all required (FHC provided) hardware, cabling, accessories, and any relevant warranty information must be provided with the RFP response including any shipping and/or delivery charges. It is the responsibility of each perspective vendor to clearly define meeting these requirements in the RFP response. As denoted above this project is also subject to the Davis Bacon Act so prevailing wage statutes apply. Failure to meet any of these requirements may result in a disqualification of the bid. Page 3 of 22

II. RFP Instructions A. Completing the RFP Provide a complete description of the services included in your bid response as well as a detailed project scope and estimated timeline. The project scope and timeline should be indicated in bidder supplied comprehensive project scope document. If outside labor or resources are to be used to complete the proposed project it must be detailed in the RFP response. Also, since FHC will be supplying all materials for the project a separate itemized equipment list of project materials is required to be submitted with the RFP response. Potential vendors are expected to supply all labor and professional services required to complete the project. This includes any required design, project management, installation, and testing required to complete this turnkey project. Each of these elements must be clearly defined in the RFP response. No verbal agreements will be considered during the bid process. The quality of the response to the RFP will be viewed as an example of the vendor s capabilities. FHC expects that the contracted services will meet or exceed the bid specifications and be delivered in a timely manner. In addition bidders are required to review the entire RFP and respond in writing reviewed and accepted to all items in section IV. Project Description/Scope of Work. If any modification to the project or scope of work are to be made, they must be submitted in writing when responding to the RFP and be mutually agreed upon by FHC and the bidder. If clarification is required for anything in this RFP, provide the questions via email, fax, or telephone to Larry Owen (section II-H). Quoted prices and discounts are to be guaranteed for at least 60 days from the bid close date. B. Format, Due Date BIDS: Hardcopy bids for the, Family Health Centers East Broadway Data and Communications Cabling Project will be received in the office of Family Health Center- Portland, Room 419 at 2215 Portland Avenue until 2:00 P.M., E.D.T., Monday June 16 th, 2014. Electronic bids may also be submitted via email to lowen@fhclouisville.org. No late bids will be accepted and the bid opening is public. All submitted bids will be considered the property of FHC. All proposals should include copies of product descriptions for the proposed equipment. Name one person to be the coordinator for your RFP response, this individual will be the point of contact for any necessary clarification. Contact Name: Company: Title: Address: Phone: Fax: Email: Page 4 of 22

C. Contract The bid should include a contract for all proposed equipment and services. If the vendor does not wish to submit an actual contract with the bid, due to alternatives proposed and pending choices from those alternatives, a sample contract should be submitted with the bid. D. Confidentiality Information submitted will be used by FHC for the sole purpose of evaluating vendor responses. However, since FHC s receives public funds the bids are subject to open records requests. Because of these provisions, contents of the bid can be viewed by government entities or other bidders upon the opening date and all bids will be tabulated during the public bid opening. E. Selection Process Several factors will influence FHC s decision in selecting the vendor and the services they represent. In addition to cost considerations, proposals will be evaluated on the basis: 1. Vendor level of experience and expertise 2. Vendor references for similar projects 3. Vendor schedule for project completion 4. Warranty In addition, vendors submitting bids should provide any applicable industry standard certifications for the services quoted, and has proven regional service and support systems in place prior to submitting the bid. F. Disclaimer Please note that FHC will select the vendor based upon the best overall solution and value and is not obligated to select the lowest priced bidder; this RFP does not commit FHC to any specific course of action. In addition, FHC reserves the right to purchase either selected components, or to not select any vendor or purchase any goods and services resulting from this RFP. G. Conflict of Interest No public official, Family Health Centers board member, or Family Health Centers employee, shall participate in any decision related to the award of this contract, which affects their personal interests or has any pecuniary interest, directly or indirectly, in this contract or the proceeds thereof. Page 5 of 22

H. RFP Related Questions Submit any RFP related questions to: Larry Owen - Director of Information Systems Family Health Centers 2215 Portland Avenue Louisville, Kentucky 40212 Phone: 502-772-8114 Fax: 502-772-3489 Email: Lowen@fhclouisville.org Page 6 of 22

III. Vendor Background A. Company Information Provide a brief description of the company including: 1. Identify the company name, physical address, city, state, zip code, telephone, fax number, and website. 2. If your company relies on contractual agreements with outside service organizations to provide support for the services defined in your RFP response, please explain the nature of the agreement and give name(s) and contact information for the service provider(s). B. References Provide a minimum of five (5) references of your customers that have contracted services similar to that being proposed in the RFP. Include contact names, telephone numbers, and physical addresses. Page 7 of 22

IV. Project Description, Scope of Work, and Requirements A. General Scope FHC is soliciting proposals from qualified telecommunications cabling vendors (cable vendors) to install a complete end-to-end tested and certified system for the transmission of data, voice, audio, and video signals. Bidders should expect that all required initial layout, conduit, raceways, cable trays, inter floor cable paths, and electric required to support this project will be completed by the onsite electrical contractor unless explicitly denoted in this document. In addition pull strings will be installed in all applicable conduits spanning from the wall termination box to the above ceiling conduit termination. Cable vendors will be required to work with both FHC and the general contractor to ensure the successful and timely completion of the project. Exceptions to these parameters should be expected on the fourth floor where only limited construction will be completed by the general contractor. Potential cable vendors will be required to install bridal rings for the limited cable runs to be completed in this area. In addition common areas outside of the completed 4 th floor medical records office (marked Storage Area on electrical blueprint) will require externally mounted electrical boxes for cameras and metal acoustic cans or boxes for the speakers. FHC will provide the following project related materials: (quantities to be defined by the bidder, ref section II-A) data, telephone, speaker, and RG6 cable network and phone jacks network and phone face plates network patch panels network cable management network racks network routers and switches rack mounted UPS distribution units 24 port cat5/6 to phone 66 termination blocks video jacks and connectors flat panel video displays flat panel TV mounting brackets speakers and volume controls paging amplifiers It is the potential vendor s responsibility to supply all labor and professional services required to complete the project, including installation, project management, labeling, testing, and final design modifications required to complete this as a turnkey project. The potential vendor is responsible for supplying all project required installation materials, tools, testing equipment, and supplies not specifically denoted as FHC s responsibility. Page 8 of 22

B. Specified Quantities by Location and Type Area Description of required cabling runs/equipment Qty. 1st floor Category 6 cable runs for computers/ip phones/printers/fax (2 cables per location=37 runs) 74 1st floor Category 6 cable runs for IP wall phones 10 1st floor Category 6 cable runs for wireless access points 6 1st floor Category 6 cable runs for IP video cameras 21 1st floor RG6 coax cable runs for flat panel display 5 1st floor Category 6 cable runs for flat panel display 7 1st floor Mounting bracket for flat panel display 7 1 st floor 4 post 42U floor mounted data rack 1 1 st floor 24 port Category 6 modular patch panel 7 1 st floor 24 port Cat5/6 to 66 block telephone (66 block mounted in first floor network closet next to PBX) 1 1 st floor 8 70 volt speaker with grill & volume control 17 1 st floor 8 70 volt speaker with grill 2 1 st floor Wall mounted volume control 2 1 st floor 50 watt paging amp 1 2 nd floor Category 6A Uplink to 1 st floor network closet 4 2 nd floor Category 6 cable runs for computers/ip phones/printers/fax (2 cables per location=48 runs) 96 2 nd floor Category 6 cable runs for IP wall phones 3 2 nd floor Category 6 cable runs for wireless access points 6 2 nd floor Category 6 cable runs for IP video cameras 7 2 nd floor RG6 coax cable runs for flat panel display 2 2 nd floor Category 6 cable runs for flat panel display 3 2 nd floor Mounting bracket for flat panel display 3 2 nd floor 4 post 42U floor mounted data rack 1 2 nd floor 24 port Category 6 modular patch panel 6 2 nd floor 24 port Cat5/6 to 66 block telephone (66 block mounted in first floor network closet next to PBX) 1 2 nd floor 8 70 volt speaker with grill & volume control 21 2 nd floor 8 70 volt speaker with grill 2 2 nd floor Wall mounted volume control 2 2 nd floor 50 watt paging amp 1 3 rd floor Category 6A Uplink to 1 st floor network closet 4 3 rd floor Category 6 cable runs for computers/ip phones/printers/fax (2 cables per location=49 runs) 98 3 rd floor Category 6 cable runs for wireless access points 7 3 rd floor Category 6 cable runs for IP video cameras 7 3 rd floor RG6 coax cable runs for flat panel display 3 3 rd floor Category 6 cable runs for flat panel display 4 3 rd floor Mounting bracket for flat panel display 4 3 rd floor 4 post 42U floor mounted data rack 1 3 rd floor 24 port Category 6 modular patch panel 6 3 rd floor 24 port Cat5/6 to 66 block telephone (66 block mounted in first floor network closet next to PBX) 1 3 rd floor 8 70 volt speaker with grill & volume control 17 3 rd floor 8 70 volt speaker with grill 1 3 rd floor Wall mounted volume control 1 3 rd floor 50 watt paging amp 1 4 th floor Category 6A Uplink to 1 st floor network closet 4 4 th floor Category 6 cable runs for computers/ip phones/printers/fax (2 cables per location=4 runs) 8 4 th floor Category 6 cable runs for wireless access points 1 4 th floor Category 6 cable runs for IP video cameras 4 4 th floor 4 post 42U floor mounted data rack 1 4 th floor 24 port Category 6 modular patch panel 2 4 th floor 24 port Cat5/6 to 66 block telephone (66 block mounted in first floor network closet next to PBX) 1 4 th floor 8 70 volt speaker with grill 5 4 th floor 50 watt paging amp 1 Page 9 of 22

C. Network Closet Specifications The network closets are to be the central termination point for all data, phone, video, cable, and paging equipment located on that floor. Each floor has a centralized network wiring closet which are interconnected two 4 conduits running through the floors. The second, third, and fourth floor closets will each interconnect to the 1 st floor master network closet each using four CAT6A uplinks and a 25 pair telephone cable. The CAT6A uplinks will terminate to the primary patch panel in each floor and the master network closet. The 25 pair telephone cable will be terminated via a 24 port CAT5/6 patch panel in the floor closet to a 66 block in the master network closet in close proximity to the PBX. Each network closet will contain: a. First Floor Network Closet o Network Rack 1-4 post 42U floor mounted Network Rack 6-24 Port CAT6 Network Patch Panel 1-24 port Cat5/6 to 66 block telephone (66 block mounted in first floor network closet next to PBX) 3 2U Horizontal Cable Management 2 Shelves 1-50 Watt Paging Amp o 1 - RG6 coax cable termination box (surface mount box with 6 modular Leviton coax connectors & faceplate, mounted to wall adjacent to cable distribution box) o 4 66 Block Telephone Connector (1 per floor mounted on wall adjacent to PBX) b. Second Floor Network Closet o Network Rack 1-4 post 42U floor mounted Network Rack 4-24 Port CAT6 Network Patch Panel 1-24 port Cat5/6 to 66 block telephone (66 block mounted in first floor network closet next to PBX) 3 2U Horizontal Cable Management 2 Shelves 1-50 Watt Paging Amp o 1 - RG6 coax cable termination box (surface mount box with 6 modular Leviton coax connectors & faceplate, mounted to wall adjacent to cable distribution box) c. Third Floor Network Closet o Network Rack 1-4 post 42U floor mounted Network Rack 4-24 Port CAT6 Network Patch Panel 1-24 port Cat5/6 to 66 block telephone (66 block mounted in first floor network closet next to PBX) 3 2U Horizontal Cable Management 2 Shelves 1-50 Watt Paging Amp o 1 - RG6 coax cable termination box (surface mount box with 6 modular Leviton coax connectors & faceplate, mounted to wall adjacent to cable distribution box) Page 10 of 22

d. Fourth Floor Network Closet o Network Rack 1-4 post 42U floor mounted Network Rack 1-24 Port CAT6 Network Patch Panel 1-24 port Cat5/6 to 66 block telephone (66 block mounted in first floor network closet next to PBX) 2 2U Horizontal Cable Management 2 Shelves 1-50 Watt Paging Amp It will be the responsibility of the cable vendor to run all related network, telephone, and paging cables to the designated location detailed in the this document, the supplied electrical blueprints, and the FHC network rack master layout sheet. Where applicable the vendor must supply transitional cable baskets, D rings, and Velcro strapping to run the cables to their desired location in the network closet to maintain a clean and organized appearance. The vendor will also be responsible for assembling and securing the network rack to the floor and mounting the listed network equipment consistent with the layout in the FHC floor rack master layout sheet. Patch panels and face plates are also required to be clearly labeled in accordance with the FHC network rack master layout sheet. All labels are required to be created on using a professional quality cabling label system. If there are any questions about the expected configuration or layout of the rack or network closet it is the vendor s responsibility to seek and receive clarification from FHC. D. Uplink Cabling Specifications Floor closets will interconnect to the first floor master network closet via 4 - CAT6A network cables. These cables will be routed through the 4 conduits connecting the floor closets and will terminate in the first floor master network closet. The cables shall be terminated on each end with an orange Leviton CAT6A connector positioned, installed, and labeled consistent with the FHC network rack master layout sheet. The cables shall be bundled together with Velcro straps and be routed through bridal rings, cable trays, or cable management where applicable. The cables will be tested and certified to the appropriate CAT6A 10GB standards. Cables must be clearly labeled on both ends within six inches of the termination, patch panels and face plates must be clearly labeled in accordance with the FHC network rack master layout sheet. All labels should be generated using a professional quality cabling label system. If there are any questions about the expected configuration it is the vendor s responsibility to seek and receive clarification from FHC. Page 11 of 22

E. Data/ Telephone/ Security Camera/ Video Network Cabling Specifications Every floor contains a centrally located network closet which is to be the termination point for all network cabling. Every cable location listed in the electrical blueprint (with the exception of the 4 th floor, ref. section IV-A) will have a pre-installed electrical box and attached conduit terminated above the ceiling, bridal rings, cable trays, and conduits that will form a path to the network closet. Cable vendors are to follow these predefined paths and maintain a uniform, clean, and efficient installation from endpoint to endpoint. Most locations with the exception of wall phones, access points, security cameras, and video locations (defined below) will require 2 network cables. In the locations where two network cables are specified (duplex) two CAT6 network cables will be run, one cable will be terminated with blue CAT6 Leviton connectors, one with white CAT6 Leviton connectors. Cables will have an adequate service loop where applicable, and connectors will be positioned, installed, and labeled consistent with the FHC network rack master layout sheet. The cables shall be bundled together with Velcro straps where applicable and be routed through bridal rings, cable trays, and/or cable management. The cables will be tested and certified to the appropriate CAT6 1GB standards. Network patch panels and face plates must be clearly labeled in accordance with the FHC network rack master layout sheet. All labels should be generated using a professional quality cabling label system. If there are any questions about the expected configuration it is the vendor s responsibility to seek and receive clarification from FHC. Specifications for non-standard network cabling is as follows: a. Wall Phone Network Cabling Wall phone network cabling follows the same installation, testing, and labeling standards listed above. Exceptions for wall phone cabling: o One CAT6 cable per phone location o Blue Leviton CAT6 connectors are to be used o End point termination will require a CAT6 wall phone face plates b. Access Point Network Cabling and Mounting Specifications Access point network cabling follows the same installation, testing, and labeling standards listed above. Exceptions for access point cabling: o One CAT6 cable per access point location o Yellow Leviton CAT6 connectors are to be used o End point termination is in above celling electrical box o Access points are to be mounted by the cabling vendor. Ceiling grids are to be used where applicable, in locations where a ceiling grid is not available alternate methods will be determined by FHC and the cable contractor on site as circumstances dictate. Page 12 of 22

c. Security Camera Network Cabling Specifications Security camera network cabling follows the same installation, testing, and labeling standards listed above. Exceptions for access point cabling: o One CAT6 cable per access point location o Green Leviton CAT6 connectors are to be used o End point termination is in above celling electrical box o Security cameras are to be mounted by the cabling vendor. Ceiling grids are to be used where applicable, in locations where a ceiling grid is not available alternate methods will be determined by FHC and the cable contractor on site as circumstances dictate. d. Flat Panel Display Network Cabling Specifications Flat panel display network cabling will follow the same installation, testing, and labeling standards listed above. Exceptions for flat panel display network cabling: o One CAT6 cable per flat panel display location (a secondary RG6 coax cable may terminate to the same box) o Grey Leviton CAT6 connectors are to be used o End point termination is in an 84 high electrical box F. Telephone Cabling Specifications a. Network patch panel to 66 block telephone cabling specifications Network patch panel to 66 block telephone cabling follows the same installation and labeling standards listed above. Exceptions for the network patch panel to 66 block telephone cabling: o One 24 port CAT5/6 telephone patch panel will be installed in the network rack per floor. (4 total) o One 66 block telephone connector per floor will be installed in the first floor master network closet. (4 total, located next to PBX) o One 25 pair telephone cable will be connected between the 24 port telephone patch panel in each floor s network closet and the 66 block telephone connector located in the first floor master network closet. (4 total) o Telephone cables will be tested for connectivity between the each of the telephone patch panel s RJ45 connectors and the corresponding pair on the 66 block for connectivity. o The patch panel and 66 block will be labeled consistent with the FHC network rack master layout sheet. Page 13 of 22

G. Coax Cabling & Flat Panel Display Mounting Specifications a. Coax Cabling Specifications Flat panel display coax cabling follows the same installation, and labeling standards listed above. Exceptions for flat panel display coax cabling: o One RG6 coax cable per flat panel display location. (a secondary CAT6 network cable may terminate to the same box) o Cables will be tested to applicable RG6 cable standards. o Leviton RG6 modular connectors are to be used. o End point termination is in an 84 high electrical box. o Network closet termination in a surface wall box using Leviton modular RG6 coax connectors & 6X faceplate, mounted to wall adjacent to cable distribution box. b. Flat Panel Display Mounting Specifications Flat panel displays are to be mounted by the cable vendor. Flat panel locations are denoted on the electrical blueprints and adjacent to the termination box containing the CAT6 and RG6 coax video connectors. Mounting specifications are as follows: o Flat panel displays will be mounted using FHC supplied mounting brackets. o Flat panels will be placed on the wall just below the supplied electric and video termination box denoted in the electrical blueprint. (exact position to be determined by FHC and the cable vendor on site) o Walls shall be properly blocked to support the weight of the display and bracket by the general contractor. H. Paging System Cabling, Speaker, & Equipment Installation Specifications a. Paging System Cabling Specifications Paging system cabling will follow the same installation standards listed above. Exceptions for paging system cabling: o One 16 gauge 2 conductor shielded speaker cable to each speaker location, daisy chained, balanced, and segmented as necessary as avoid having more than 10 speakers on any home run to the floor amplifier. o Two 16 gauge 2 conductor shielded speaker cable will run to the first floor master network closet and terminate to a 66 block telephone connector in close proximity to the PBX. o Cables will be tested to applicable 70 volt audio cable standards and a final sound check will be performed. o End point termination is to a rack mounted 50 watt amplifier. Page 14 of 22

b. Paging System Installation Specifications The paging amp, speakers, and wall volume controls will be installed by the cable vendor. The amp, speaker, and wall mounted volume control locations are denoted on the electrical blueprints. Installation specifications for the paging system are as follows: o One 50 watt paging amplifier will be mounted in each floors network closet rack on the network rack. o 8 70 volt paging speakers will be tapped at 2 watts and be properly phased. In areas where drop ceilings exist the speakers will be mounted in the ceiling tiles and have a recessed speaker enclosure mounted on the top of the tile. In areas where no drop ceiling is available, FHC and the cabling contractor will determine the best application for providing the paging speaker mounting. o Wall volume controls will be mounted in pre-installed wall boxes. The volume controls will be wired to control the volume of only the speaker(s) located in the same room. I. Project General Requirements a. Each Cabling Vendor responding to this RFP represents that (i) this document has been read and fully understood, (ii) it has reviewed the drawings, (iii) it has visited the proposed site and has included in its bid all appropriate labor, material, and cost provisions to account for site conditions, and (iv) that the proposal submitted is based upon a full understanding of the requirements and specifications described in this RFP. b. FHC reserves the right to accept or reject any or all proposals in part or in whole, or to negotiate separately with any source whatsoever in any manner necessary to best serve FHC, and makes no representation, implied or expressed, that it shall accept any proposal submitted to it. FHC will not be liable for any cost incurred by the bidders in preparing responses to this RFP or negotiations associated with award of a contract. FHC reserves the right to waive any minor informality or irregularity. c. FHC reserves the right to immediately terminate any contract resulting from this RFP based upon the selected Cabling Vendor s failure to correct deficiencies. As they are identified, FHC shall give written notice to the selected Cabling Vendor stating any and all deficiencies to be corrected within five (5) working days. d. FHC reserves the right to require the replacement of the Cabling Vendor s project manager or any employee at any time during the contracted period. e. Cabling Vendor must be certified to install Category 6 UTP cabling systems. Identify all certified personnel to be assigned to this project, each possessing a minimum of one (1) year experience installing Cat 6 cable. f. All work shall be in accordance with all guidelines specified by the latest EIA/TIA Building Telecommunications Wiring Standards, the BICSI Telecommunications Distribution Methods Manuals (TDM), and manufacturer/vendor installation Page 15 of 22

guidelines. These documents and standards form the basis for the installation, testing, and acceptance of the structured communications cable system g. Cabling Vendor must be a reputable company having a minimum of five (5) years of experience designing and installing structured communications wiring systems. h. The selected Cabling Vendor shall comply with all applicable laws, ordinances, rules, regulations and orders of the Municipal, Federal, and other governmental authorities having jurisdiction affecting any work to be done to provide the services required. The Cabling Vendor shall provide all necessary safeguards for safety and protection, as set forth by the U.S. Department of Labor, Occupational Safety and Health Administration. The Cabling Vendor must have in-house quality, safety, and training programs, and agrees to adhere to and follow the General Contractor s site safety guidelines as well. i. Cabling Vendor shall supply all necessary labor, tools, equipment, and permits required to execute the design and installation of the scope of work required by this RFP and by the best industry standards. In the event of a conflict, the most stringent and highest standard shall be applied for the benefit of FHC. The selected vendor must own testing equipment and possess the ability to test to the most current adopted EIA/TIA standards. j. Cabling Vendor will be required to coordinate with FHC s telephone switch vendor and provide all the necessary cable and infrastructure to support FHC s telephone switch, including the backbone infrastructure from demarcation. k. Cabling Vendor will attend bi-weekly project progress meetings and perform on-site visits as required to perform its work and as required to meet with FHC. l. Cabling Vendor will be responsible for the daily clean-up of debris from its work to a central location on the floor for removal by the construction manager. m. Cabling Vendor shall (when applicable) make all wall penetrations necessary to complete the work and will be responsible for patch and repair related to same. Cabling Vendor will be responsible for fire sealing/acoustical sealing all penetrations in floors or walls made by and/or used by the Cabling Vendor in the execution of its work. Page 16 of 22

J. Other Technical Specifications a. Each duplex network outlet will be supported by (at least) two (2) dedicated 4-Pair UTP Category 6 cables. b. Any outlets placed in systems furniture workstations will be wired after installation of the furniture and prior to receipt of a Certificate of Occupancy. Sufficient resources should be scheduled to not delay the construction manager in securing same. c. Poke-through floor devices will be required in selected locations such as conference rooms to support power/telephone/data connections at tables. d. All cabling shall be CMP rated for use in air conditioning plenum spaces without conduit. Bridle ring or Caddy sling horizontal distribution shall be used for cable runs above ceilings. Quantity and installation techniques in distribution of the cable runs shall comply with system manufacturer s specifications. e. All horizontal/vertical cabling shall be: i. Factory certified Category 6 compliant, in accordance with the most current EIA/TIA standards. ii. iii. iv. Less than one hundred (100) meters in length. Free of splices to fulfill the requirements of this specification and be terminated in accordance with the most current EIA/TIA standards. Routed to be concealed within walls and ceilings where possible, except in transfer closets, or secured to structure above. v. Placed parallel and perpendicular to the building lines and follow cable tray pathways and hallways where practical from the MDF and IDF s to the station termination outlets. vi. Routed to maintain the following distances from electromagnetic interference (EMI) producing sources in accordance with the most current EIA/TIA standards: Minimum Separation Distance < 2kVA 2-5 5kVA kva Unshielded power lines or electrical equipment in proximity to open or nonmetal pathways 5 in. 12 in. 24 in. Unshielded power lines or electrical equipment in proximity to a grounded metal conduit pathway 2.5 in. 6 in. 12 in. Power lines enclosed in a grounded metal conduit, or equivalent, in proximity to a grounded metal conduit pathway ---- 3 inches 6 inches Page 17 of 22

f. All horizontal/vertical cabling shall be externally shielded from EMI according to the manufacturer s written instructions. g. Category 6 UTP Cabling Testing: All cable shall be tested to EIA/TIA 568A, (proposed TSB 67) Category 6 specifications and standards. At a minimum, test all Category 6 UTP cabling for wire map, length, near-end crosstalk (NEXT), PS NEXT, Return Loss, and attenuation, and provide a detailed report of all cable tests. K. Project Schedule This project is time sensitive and the potential vendor will need to develop and maintain an aggressive timeline and project schedule. The project site will be ready for work to start upon the award of this bid so it is incumbent that the potential vendor be able to commit the required resources to start and finish this project in a timely manner. As mentioned the cabling project can start as early as mid-june and FHC desires a completion date of no later than August 15 th. Please provide a detailed project time line in the project scope document. Provide estimated durations for the following phases: Activity Phase I- Planning Phase II Installation Phase III Testing Phase IV Project Close-out Duration (weeks) L. Insurance Requirements The Cabling Vendor shall be required to obtain and maintain such insurance types with minimal coverage as follows. Insurance Type Workmen s Compensation and Employer s Liability Insurance Comprehensive Automobile and Commercial General Liability (per occurrence) Errors and Omission and Professional Liability Insurance (per occurrence) Coverage Amount Statutory Amount $1,000,000 $250,000 Page 18 of 22

M. Qualifications & Equivalencies Specifications listed above are defined as minimum required, and must be met before submitting an RFP response. Referenced specifications can be met with equivalent standards where applicable or exceeded without authorization by FHC. If equipment is to be provided that doesn t meet the standards, an equivalency where applicable, must be agreed upon by FHC and the vendor prior to the RFP submission. Failure to meet the required minimums will result in the disqualification of the bid. If a vendor chooses to submit a bid that exceeds the bid specifications either as a primary or optional bid, clearly denote the differences in the submitted bid. Page 19 of 22

V. Warranty & Maintenance A. Warranty Maintenance & Post Warranty Support Provide a complete description of the vendor supplied warranty and support included in the RFP response. If no warranty or supplemental support is documented in the response then no warranty is assumed by FHC for the vendor s response. If warranty or support services are to be provided by an entity other than the equipment manufacturer or the RFP respondent, list the organization and its affiliation to the respondent. If optional or upgraded warranty and support programs exist for the equipment listed in the RFP response then the vendor should list the information as an optional cost or in an addendum. B. Warranty & Support Questions Please answer these warranty and support questions as applicable: 1. What length of warranty support is included in the purchase? 2. Detail the warranty support contract included in the purchase? 3. What are your standard service hours? Page 20 of 22

VI. Pricing & Terms A. Equipment & Delivery (As stated in section I) When submitting the RFP response, include a detailed line item listing of equipment to be purchased separately by FHC. Vendors responding to the bid process will be responsible for local pickup and/or warehousing of all project equipment and supplies to be purchased by FHC. A separate equipment list of vendor supplied hardware and software is also required. Any non-vendor supplied equipment and/or services required to complete the project must be specifically noted. All proposed hardware, supplies, and warranty services must be included in writing with the bid. B. Pricing All proposed labor and professional services should be itemized and priced separately. Professional services and labor quotes should also be broken down by subsystem and clearly defined for simplification of review. No verbal agreements will be considered during the bid process. The quality of the response to the RFP will be viewed as an example of the vendor s capabilities. Quoted prices and discounts are to be guaranteed for at least 60 days from the bid close date. C. Terms The payment terms must be clearly defined in the RFP response. Payment terms should be structured and be based upon project milestones and completion dates. Net terms should be provided and must be defined. Page 21 of 22

D. Default 1. Family Health Centers may, subject to the provisions of below, by written notice of default to the contractor; terminate the whole, or any part, of this contract in any of the following circumstances: a. If the contractors fails to make delivery of the supplies or to perform the services within the time specified. b. If the cabling vendor s fails to correct deficiencies. As they are identified, FHC shall give written notice to the selected cabling vendor stating any and all deficiencies to be corrected within five (5) working days. c. If the cabling vendor fails to perform any of the other provisions of the contract, or so fails to make progress as to endanger performance of this contract in accordance with its terms, or in either of these two circumstances does not cure such failure within a period of (10) working after receipt of notice from the department specifying such failure. 2. In the event FHC terminates this contract in whole or in part as provided in (section VI-D-1), FHC may procure, upon such terms and in such manner that are deemed appropriate by FHC, supplies or services similar to those terminated. In this circumstance the contractor shall be liable to FHC for any excess costs for such similar supplies or services, subject to the provisions of (section VI-D-3). 3. The contractor shall not be liable for any excess of costs if acceptable evidence has been submitted to FHC that failure to perform the contract was not due to negligence of the contractor. Page 22 of 22