Post on 29-Sep-2020
Request for Proposal:
Fiber Installation
March 1, 2015
Belmont College 68094 Hammond Road
St. Clairsville, OH 43950
1
TABLE OF CONTENTS Overview ..........................................................................................................................................3
1.1 General Description .............................................................................................................4
2.1 Product and Services Specifications ....................................................................................4
3.1 Installation Schedule ...........................................................................................................5
4.1 Changes to Scope of Work .................................................................................................5
5.1 Vendor Responsibilities ......................................................................................................5
6.1 Discrepancies and Omissions ..............................................................................................6
7.1 Contingencies .......................................................................................................................7
8.1 Questions and Clarifications ................................................................................................7
Appendix A: Building Addresses ..................................................................................................8
Appendix B: Project Map ..............................................................................................................9
Appendix C: Health Sciences Center 1st floor-Floor Plan...........................................................10
Appendix D: Main Building Floor Plan ......................................................................................11
Appendix E: Bid Form ............................................................................................................... 12
2
OVERVIEW
Belmont College is seeking proposals for fiber installation between the Main Building and the Health Sciences Center. See Appendix A for list of physical addresses. All bids must comply with all sections of this RFP and the products and services to be considered. Proposals are due in hardcopy with the proposal opening to be released upon Belmont College securing the necessary easements. Proposals shall be in a sealed envelope.
Belmont College 68094 Hammond Road St. Clairsville, OH 43950 Attn: Steve Morgan, Director of Facilities Management – RFP Fiber Installation
Proposal opening is to be determined upon Belmont College securing the necessary easements. The Bid form shall be signed by an authorized agent of the company/vendor. Questions should be addressed via email up to one week prior to the bid opening date to: Steve Morgan, Director of Facilities Management, at smorgan@belmontcollege.edu
Prior to the bid opening, Addenda will be forwarded to each person recorded by the Bid administrator as having received the Proposal Documents and be posted to www.belmontcollege.edu/rfp in the Fiber Installation folder.
The College will have the final authority to the resolution of all questions. Bidders are required to attend the pre-bid meeting and site visit; scheduled for March 19, 2015 – beginning at 10:00 a.m. at Belmont College, 68094 Hammond Road, St. Clairsville, OH 43950 in Room 161 (Boardroom).
3
SCOPE OF WORK
1.1 General Description The general description of the Scope of Work (SOW) for this project is to provide and install 24 strand single mode fiber optic cabling utilizing partial existing pathways and vendor provided pathway between the College’s Main Building and the Health Sciences Center along with terminating all 12 pair into owner provided patch panels, test and certify the fiber. See Appendix A for list of physical addresses, Appendix B for project map, and Appendix C for bid form and detailed description of work. All bids must comply with all sections of this RFP and the products and services to be considered. 2.1 Product and Services Specifications. The College is accepting proposals for indoor-outdoor rated fiber optic cabling for a total of 24 strand single mode fiber optic cable runs as listed below. Exact location of fiber run will be determined during the mandatory walk-through on March 19, 2015. See Appendix B for a project map. Fiber must be:
FIBER OPTIC CABLING
A. Fiber optic cabling shall be provided with the quantity of fibers as indicated above.
B. All fiber optic cable shall be the same manufacturer and shall be the same type. A mix of fibers from different manufacturers is prohibited.
C. Outdoor, and indoor/outdoor rated cable shall be of loose tube construction, and rated for underground duct or aerial installation depending on the pathway. Each buffer tube shall contain up to 12 fibers, and the fibers shall not adhere to the inside of the buffer tube.
D. Single Mode Fiber Specifications
1. All single-mode fiber optic cables shall be classified as indoor or, indoor/outdoor or outdoor as indicated on the Drawings.
2. Each single-mode optical fiber shall be comprised of a germania-doped silica core surrounded by a concentric silica glass cladding. The fiber shall be a matched clad design manufactured by the outside vapor deposition process (OVD). The optical fiber refractive index profile shall be step index.
3. The single-mode fiber shall meet EIA/TIA-492CAAA, “Detail Specification for Class lVa Dispersion-Unshifted Single-Mode Optical Fibers,” and ITU-T G.652, “Characteristics of Single-mode Optical Fiber Cable.” Fiber shall have a mode field diameter of 9.20 + 0.40 µm at 1310 nm and 10.40 + 0.80 µm at 1550 nm. Fiber core-clad concentricity shall be ≤ 0.5 µm. Fiber cladding diameter shall be 125.0 + 0.7 µm. Fiber cladding non-circularity shall be ≤ 1%. Fiber coating diameter shall be 245 + 5 µm.
4. Fibers shall comply with NEC Article 770, OFNP (plenum), OFNR (riser) or OFN (non-plenum), and ISO 11801 Standards.
4
5. The attenuation specification shall be a maximum value for each cabled fiber at 23 + 5oC on the original shipping reel. The cabled fiber attenuation shall be ≤ 0.4 dB/km at 1310 nm and ≤ 0.3 dB/km at 1550 nm. The attenuation at the water peak (1383 nm) shall not exceed 2.1 dB/km. The attenuation due to 100 turns of fiber around a 50 + 2 mm diameter mandrel shall not exceed 0.05 dB at 1310 nm and 0.10 dB at 1550 nm. There shall be no point discontinuities greater than 0.10 dB at either 1310 nm or 1550 nm.
6. The maximum dispersion shall be ≤ 3.2 ps/(nm•km) from 1285 nm to 1330 nm and shall be < 18 ps/(nm•km) at 1550 nm.
7. The single-mode fiber cable shall support laser-based Gigabit Ethernet (GbE) operation according to the 1000Base-LX (1310 nm) specifications up to 5000 meters, in accordance with the GbE standard.
8. The single-mode fiber shall support 10 Gigabit Ethernet (10GbE) operation according to the 10GBASE-LX4 (1300 nm region), 10GBase-L (1310 nm) and 10GBase-E (1550 nm) specifications for distances of 10 km, 10 km and 40 km, respectively.
9. The single-mode optical fiber shall support industry-standard multi-gigabit Fiber Channel physical interface specifications.
10. All single mode fiber optic cable shall have yellow jacket.
11. Approved manufacturers and part numbers a. Single-mode ALTOS All-Dielectric Gel-Free Cables Corning SMF-28e+® fiber
with performance code 01 or equivalent specification. 3.1 Installation Schedule Cabling can be completed during regular business hours. If the vendors needs to work outside of the presented schedule times can be arranged upon signing of a contract. The expected project completion date is May 15, 2015. 4.1 Changes to Scope of Work The College, without invalidating the Contract, may order changes within the SOW consisting of additions, deletions, and/or modifications, the Contract Sum and the Contract Time being adjusted accordingly. All said changes in the SOW shall be authorized by written “Change Order(s)”, signed by the College. 5.1 Vendor Responsibilities It shall be the responsibility of the selected vendor/contractor to provide the configuration and system quantities to all locations stated herein. The intentional or accidental omission of necessary component(s) or system(s) shall require the selected vendor/contractor to supply said missing component(s) or system(s) at no cost to the College. The College is not responsible for any omission, failure to detect any requirement, or any other condition required to complete the Scope of Work.
5
The awarded Bidder shall:
A. Acquire and file all necessary permits and inspections. Per Addenda 1, Belmont College will acquire all necessary easements and right-of-ways.
B. Shall install the conduits a minimum of 4 feet from the existing 8 inch sewer line for the Health Sciences Center.
C. Verify that the installation will not be in conflict with the future ODOT project 1. BEL IR 70 14.45 – PID 80599
D. Comply with all local and state building codes.
E. Provide submittals for approval of all materials to the College, attention Steve Morgan, Director of Facilities Management, prior to ordering the materials.
F. Meet jointly with representatives of the College to exchange information and agree on details of equipment arrangements and installation interfaces for the cabling project.
G. Have sufficient resources in order to complete the SOW within the allotted timeframe.
H. Furnish all labor, supervision, tooling, and miscellaneous mounting hardware and consumables for the cabling system installed at the College.
I. Furnish, install, and terminate all fiber strands at each location according to the product and Services Specifications.
J. Attend the mandatory walk-thru.
K. Install all cable in accordance with the Product and Services Specifications and/or manufacturer’s recommendations and best industry practices.
L. Develop and submit for approval a labeling system for the cable installation. At a minimum, the labeling system shall clearly identify all components of the system.
M. Sample labels must be approved by the College.
N. Test (100%) all cables and termination hardware for defects in installation and to verify cable performance under installed conditions. Testing procedures should be included in proposal documentation.
O. Supply documentation of testing and footage of each cabling run in proposal documentation.
P. Abide by and responsible for all electrical and fire code regulations. 6.1 Discrepancies and Omissions Vendors finding discrepancies or omissions in the RFP or having any doubts as to the meaning or intent of any part thereof shall submit such questions or concerns to Steve Morgan, Director of Facilities Management, Belmont College, smorgan@belmontcollege.edu. Addenda issued in correspondence to this RFP shall be considered a part of this RFP and shall become part of any final Contract that may be derived from this RFP.
6
7.1 Contingencies This RFP should not be considered as a Contract to purchase goods or services, but is a Request for Proposal in accordance with the Terms and Conditions herein and will not necessarily give rise to a contract. However, RFP responses should be as detailed and complete as possible to facilitate the formation of a contract based on the RFP response(s). Proposals stating that pricing is valid dependent upon availability and/or subject to prior sale will be considered as non-responsive. Completion of this RFP form and its associated Appendices are a requirement. Failure to do so will disqualify your RFP response submittal. Vendors must submit sealed RFP responses by the due date and time as specified herein. Electronic submissions will not be accepted. Vendors will be considered nonresponsive if the above requirements are not submitted as requested. Belmont College has the right to reject any and all submitted proposals. 8.1 Vendor Questions and Clarifications. Questions should be addressed via email up to one week prior to the bid opening date to: Steve Morgan, Director of Facilities Management, at smorgan@belmontcollege.edu Prior to the bid opening, Addenda will be forwarded to each person recorded by the Bid administrator as having received the Proposal Documents and be posted to www.belmontcollege.edu/rfp in the Fiber Installation folder.
7
Appendix A BUILDING ADDRESSES Belmont College Main Building 68094 Hammond Road St. Clairsville, OH 43950
Belmont College Health Sciences Center 68410 Hammond Road St. Clairsville, OH 43950
8
9
UP
UP
A4-01
A4-02
A4-02
1
2
1
A4-012
A5-01
1
A5-01
1
A5-01
2
A5-01
2
Vestibule
100
Corridor
100G
AssistantDirector of
Nursing
107J
Vestibule
112
8 BedNursingLab 2
110
NursingCart Alcove
108A
8 BedNursingLab 1
108
SeminarClassroom
(Smart)
101Nursing
Simulation1
105
Stair
126
Conference/StudyRoom
107A
Vestibule
138
NursingSimulation
2
103SimulationControl Rm
103A
A5-12
1
A5-10
5
1
7
5
4
6
E
E
D
D
F
F
2
3
A B C E.6
1'-8 1/2" 34'-4" 34'-4" 35'-8" 20'-8" 15'-8" 7'-3" 11'-0" 11'-7" 6'-0"
161'-11 3/4"
1'-8 1
/2"
25'-4"
24'-4"
26'-4"
1'-8 1
/2"
79'-5"
1'-4 1/8" 36'-4" 35'-10" 1'-4 1/8"
74'-10 1/4"
1'-4 1
/8"
25'-9"
10'-3"
11'-4"
3'-9"
25'-4"
24'-4"
26'-4"
14'-0"
1'-4 1
/8"
25'-9"
25'-4"
1'-8 1
/2"
1'-8 1/2" 34'-4" 34'-4" 35'-8"
104'-8 3/8"
1'-4 1/8"
E.8
E.8
1'-8 1/2" 4'-3 1/2" 1'-4 1/8"
6'-0"
A5-10
6
A5-11
1
50'-8 5
/8"
E.2D.5
2.4
1
A6-05
1
A6-062
A6-08
1
A6-07
NursingLab
Storage
108B
Office
107C
Office
107D
Office
107E
Office
107F
Office
107G
Office
107H
Office
107K
Office
107L
Stor
107B
Break
107M
Records
107P
Staff Suite
107
Lobby
100A
Stair
114
HSKG
116
Elevator
122
Information
106
StudentCommons
100F
M/E/P / FireEquipment
132
GenStorage/
Dock
128 LargeGeneral
Classroom
102
EMSStorage
130
Storage
136
IT
134
Corridor
100BCorridor
100C
StudentCommons
100D
Vending
100E
Men'sToilet
120
Women'sToilet
118
Staff Toilet
107N
LargeGeneral
Classroom
104
103B 103A
107
10
7A
107C
107D
10
7E
107H
10
7J
10
7K
10
7G
10
7F
10
7L
107B
107P
107N
110
10
8B
108
106
116
118
120
134
136
130
104
12
8A
12
8B
128C
132
102
126B
InformationOffice
106A
Electrical
124
124
B
B B
B
B2
BB
A3
A3 A3 A3 A3 A3
A3
A3A3
A3
A3 A
A
A3 A3
A
A3
AA3
A3 A3
A3 A3
B
B
B
B B BB
B B
B
B
TYP UNO
A7-01 20
A2
A5-10
4
A5-11
4
A5-13
1
A5-13
2
A5-13
3
A5-11
5
A5-12
2
A5-10
1
A5-11
3
A5-10
2
18
A5-10
3
112A 112B
101
1
A6-01
3'-10 1/2" 30'-0" 4'-4" 30'-0" 3'-10" 32'-8" 57'-3 1/4"
126A
38'-8 7
/8"
89'-8 1
/4"
1'-8 1
/2"
4'-4 1
/8"
30'-0"
4'-4 3
/4"
39'-11 1
/4"
51'-0 1
/8"
3'-10 1/2"
Clerestory
30'-0" 4'-4"
Clerestory
30'-0" 3'-10"
Clerestory
32'-4"
4'-5 1/8"
Clerestory
18'-0" 3'-0" 11'-0" 4'-0" 3'-0" 9'-0"
Clerestory
18'-0" 4'-5 1/8"
2
A8-01
1
A8-01
3
A8-01
4
A8-015
A8-01
6
A8-01
7
A8-01
10
A8-01
11
A8-01
12
A8-01
8
A8-01
9
A8-01
1
A8-02
5
A8-02
9
A8-02
2
A8-02
4
A8-02
6
A8-02
7
A8-02
5'-10 5
/8"
Cle
resto
ry
30'-0"
6'-11"
7'-11"
138B
3'-10 1
/2"
21'-4"
1'-10"
1'-8"
11'-6"
4'-0"
5'-8"
4'-4"
21'-4"
3'-10 1
/2"
138A
10
0A
10
0B
19
A2
A3A3
B2
AA A
A
A
A3
A3 A3
15'-4 3/4"
COORD
+/- 5'-9" 9'-0"
3'-3"
2'-10"
9'-2"
2'-10"
3'-3"
4'-4"
2'-10"
4'-4"
8'-9" 2'-10" 9'-2" 2'-10" 8'-9"7'-7" 2'-10" 9'-2" 2'-10" 7'-7"7'-7" 2'-10" 9'-2" 2'-10" 7'-7"
3'-3"
2'-10"
9'-2"
2'-10"
3'-3"
7'-7" 2'-10" 9'-2" 2'-10" 7'-7" 7'-7" 2'-10" 9'-2" 2'-10" 7'-7" 9'-2" 2'-7" 9'-2" 2'-7" 9'-2" 2'-10" 9'-2" 2'-10" 9'-2" 2'-10" 9'-2" 2'-10" 9'-2" 2'-10" 5'-11 7/8"
Louver
7'-7"
2'-10"
Louver
9'-2"
2'-10"
Louver
7'-7"
Louver
7'-7" 2'-10"
Louver
7'-7" 7'-7" 2'-10" 7'-7"
7'-7"
2'-10"
9'-2"
2'-10"
7'-7"
3 7
/8" 3
'-4 1
/8"
4"
19'-8"
4"
3'-4"
4"
6'-0"
6'-3 1
/4"
3'-0" 3'-0" 1'-7" 1'-7" 3'-0" 3'-0" 1'-7" 1'-7" 3'-0" 3'-0"
TYP spacing TYP spacing TYP spacing
1'-7" 3'-0"
EQ
EQ
EQ
EQ
2'-9"
1'-7"
2'-9"
1'-7"
EQ
EQ
EQ
EQ
4'-2" 3'-0" 1'-7"
3'-2 3
/4"
1'-6"
3'-0"
1'-6"
3'-0"
2'-1 5
/8"
3'-1 3
/8"
4'-6 3
/4"
1'-6"
3'-0"
1'-6"
4'-1 1
/2"
3'-2 3
/4"
EQ
EQ
EQ
EQ
EQ
17
12'-0"
4'-0"
10'-5 3
/8"
2.8
10'-8" 6'-6" 29'-10" 10'-0" 29'-10" 6'-6" 10'-8" 37'-1"
8'-2"
25'-0"
3'-10"
3'-10"
28'-3 1/4"
24'-0"
3'-4"
16'-11"
6 3
/8"
105
103
A5B2
A5
5'-6"
3'-5"
106A
3
A8-02
Frost slab
B2
4" Concrete Slabon Grade
TYP
B2
4" Concrete Slabon Grade4" S.O.G.
4" Concrete Slabon Grade4" S.O.G.
4" Concrete Slabon Grade4" S.O.G.
4" Concrete Slabon Grade
TYP
Frost slab
5'-0"
5'-0"
Frost slab
8'-0"
B2
TYP
B2
TYPB2
TYP
Frost slab
B2TYP
B2
TYPB2
4" Concrete Slabon Grade
TYP
Frost free slab
Post MTD DRoperator
DRoperator
08 31 13 - 3'x7' 180 DEGswing; 60 MINrated access DR
GENERAL NOTES
I. GENERAL NOTES
1. Do not scale the drawings. Contractor(s) are to verify site dimensions andconditions prior to work. Dimensions supercede drawings.
2. Construction shall be in accordance with the requirements of the applicablecodes, including accessibility standards and the requirements of"Americans with Disabilities Act."
3. Contractor(s) shall visit the site and correlate the requirements of the documentswith EXIST conditions.
4. Details not shown are similar in character to those shown. Where specificdimensions, details, or design intent can not be determined, consult the architectbefore proceeding with the work.
5. Contractor(s) shall visit and be knowledgable of conditions thereof. Theyshall investigate, verify and be responsible for conditons of the project andshall notify the architect of any conditions requiring modification beforeproceeding with the work.
6. Some masonry and lumber dimensions shown on the drawings are nominaldimensions. Contractor(s) shall COORD actual dimensions with the jobconditions. Report all discrepencies to the architect.
7. The contractor shall perform cutting and be responsible for patching all areasaffected by the scope of work whether or not specifically noted on the room finishschedule. All patching for all MECH and ELEC work shall be theresponsibility of the MECH and ELEC contractors and COORD with the designbuild contractor.
8. All access doors and panel locations to be COORD and approved by thearchitect prior to installation. The painting contractor is responsible for painting allaccess panels and access doors. Painting contractor is responsible for COORDall paint colors with the architect prior to commencing with the work.
II. FIRE RESISTANCE RATING
1. Fire rating indicated on a wall shall mean the entire length of wall to be firerated.
2. All piping, ducts, cabinets, etc. that penetrate walls shall be installed in amanner that will preserve the fire resistance rating of that wall.
III. DIMENSIONING
1. Interior partitions are dimensioned to the faced of GYP BD exclusive of finishmaterial, such as ceramic tile or wood paneling. The contractor shall COORDfinish dimensions with the finish schedule when critical to the installation of millworkor equipment.
IV. WALL TYPES
1. Refer Wall Partition Type Legend for all wall types.2. All wall types to be Wall Type A, UNO.
PLAN NOTES:
A. Plan Detail 4/A8-01 applies to all conditions where columns occur in front ofglazing, unless noted otherwise.
B. Plan Detail 5/A8-01 applies to all conditions where partitions end at glazingsystem mullions, unless noted otherwise.
C. All exposed steel and deck to be painted. Overhead MEP items painted at CM'soption.
JAMES
A.
WALLIS
9231
ST
ATE
OFOH
IO
REGIS
TERED ARCH
ITECT
James A. Wallis, License #9231Expiration Date 12/31/2015
DESIGN AND CONSTRUCTION DOCUMENTS ASINSTRUMENTS OF SERVICE ARE GIVEN INCONFIDENCE AND REMAIN THE PROPERTY OFPERSPECTUS ARCHITECTURE. THE USE OF THISDESIGN AND THESE CONSTRUCTION DOCUMENTSFOR PURPOSES OTHER THAN THE SPECIFICPROJECT NAMED HEREIN IS STRICTLY PROHIBITEDWITHOUT THE EXPRESSED WRITTEN CONSENT OFPERSPECTUS ARCHITECTURE.COPYRIGHT C 2014
13212 Shaker SquareSuite 204Cleveland, Ohio 44120P. 216.752.1800 F. 216.752.3833
DRAWN BY
PROJECT NUMBER
CHECKED BY
ISSUE DATE
12-088
srs
jaw
First Floor Plan
A2-01
Belm
on
tC
olleg
eB
TC
-130007
New
Health
Scie
nces
Cente
r
Ham
mond
Road
atS
R331
St.
Cla
irsvill
e,O
hio
43950
0
Scale
4' 8' 16'
1/8" = 1'-0"
First Floor Plan1
Conformed Documents 07/01/2014
Appendix C
10
Health Sciences Center 1st Floor - Floor PlanFor Reference Only - NTS
Appendix DMain Building Floor PlanFor Reference Only - NTS
11
Appendix E Bid Form Vendor: Contact Name: address: email: phone:
1. Base Bid 1. See 5.1 Vendor Responsibilities. 2. Directionally bore and install one 2” conduit from Pole #411 to owner’s existing pull-box
located south of the entrance to the Health Sciences Center. 3. Aerially install fiber optic cabling (see 2.1 Products and services specifications) from the
existing 4” conduit at the base of pole #556 to Pole #411. Utilizing the owner’s fiber optic joint use agreement from AEP OHIO for poles 556, 455,679,409,410 and 411 and owner installed poles. Contractor to provide all needed hardware.
4. Install fiber optic cabling (see 2.1 Products and services specifications) from the Main Building, phone room (Room #124) to Health Sciences Center IT closet (Room # 134).
5. Terminate all 12 pair to owner provided patch panels. 6. Test and certify the cabling to manufacture’s specifications.
Total Base Bid $
The undersigned acknowledges receipt of Addenda numbers __________ issued during the time of Proposal and includes the changes therein this proposal.
Authorized Vendor Signature_________________________________ Date
12