NETWORK CABLING INSTALLATION SERVICES

Similar documents
REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

PRINTING EQUIPMENT AND SERVICE

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

Request for Proposals (RFP) for Professional Design and Engineering Services

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

The University of Tennessee REQUEST FOR QUALIFICATIONS (RFQ)

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

City of Malibu Request for Proposal

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

RE: Request for Proposal Number GCHP081517

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

REQUEST FOR PROPOSALS RFP# CAFTB

State Universities Retirement System

Request for Proposals for Angeltrax Mobile Video Surveillance Systems

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

Request for Proposals. For RFP # 2011-OOC-KDA-00

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSAL Architectural Services

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

Automated Airport Parking Project

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

REQUEST FOR PROPOSAL FOR Network Penetration and Vulnerability Testing

SCHOOL BOARD ACTION REPORT

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL After Hours Answering Services

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

REQUEST FOR PROPOSALS

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Request for Proposals (RFP) to Provide Auditing Services

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Dakota County Technical College. Pod 6 AHU Replacement

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

Social Media Management System

City of Commerce Request for Proposal Data Management System City of Commerce Transportation Department

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

STENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ)

City and County of San Francisco. Request for Proposals for. Organizational and Change Management Assessment Services

Describe the City s requirements and desired outcomes within a written specification;

Agency of Record for Marketing and Advertising

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

Architectural Services

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

Redevelopment Authority of Allegheny County

TOWN AUDITING SERVICES

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Request for Proposal RFP # , Managed Network Services

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Request for Proposal. Parenting Education

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

Disadvantaged Business Enterprise Supportive Services Program

Request for Proposal. Independent Living

Request for Proposal for: Financial Audit Services

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

MARATHON COUNTY DEPARTMENT OF SOCIAL SERVICES REQUEST FOR PROPOSALS RESTORATIVE JUSTICE PROGRAMS

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

REQUEST FOR PROPOSAL GRANT WRITING, ADMINISTRATION, AND IMPLEMENTATION OF HOUSING PROGRAMS

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Request for Qualifications No. RFQ Pay Card for Payroll Services. for. Seattle Public Schools. Submittal Deadline: Date: April 6, 2018

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Attention Design Firms

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSALS. Phone# (928)

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

Digital Copier Equipment and Service Program

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

REQUEST FOR PROPOSALS

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE

REQUEST FOR PROPOSALS RFP NO.:

OWENS VALLEY CAREER DEVELOPMENT CENTER

LEGAL NOTICE Request for Proposal for Services

Arizona Department of Education

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Transcription:

REQUEST FOR PROPOSALS: NETWORK CABLING INSTALLATION SERVICES Issue Date: January 9, 208 Due Date: February 2, 208 In order to be considered, proposals must be signed and returned via email to oleon@wested.org. Hard copies may be mailed to the WestEd Procurement Department at 4665 Lampson Ave., Los Alamitos, CA 90720 by February 2, 208. Proposal responses will be considered valid for a period of 20 calendar days after the proposal due date.

PROPOSAL FOR NETWORK CABLING FOR THE ALAMEDA Table of Contents I. INTRODUCTION II. BACKGROUND III. WESTED CONTACT 2 IV. SOLICITATION FORM 3 V. SOLICITATION KEY DATES AND TIMELINE 4 VI. SCOPE OF WORK 5 VII. PROPOSAL OUTLINE 6 VIII. PROPOSAL SUBMISSION AND SELECTION PROCESS 7 IX. REVIEW PROCESS 8 X. NOTICE TO FIRM(S) 8 XI. REJECTION OF PROPOSAL(S) 9 XII. COMPLIANCE WITH LAWS 9 XIII. WRITTEN QUESTIONS AND ADDENDA 0 XIV. SUBMISSION 0 XV. PROTESTS 0 XVI. GENERAL PROVISIONS

I. INTRODUCTION WestEd is soliciting proposals from qualified firms to provide network cabling installation services for a new office in Alameda, CA. This request for proposal (RFP) contains background information on WestEd and specific information that must be included in the proposals submitted. An electronic version of the proposal must be received no later February 2, 208. Electronic copies must be delivered via email to oleon@wested.org. If necessary, physical copies may be delivered directly to our office at the following address: WestEd 4665 Lampson Ave. Los Alamitos, CA 90720 Attn: Oscar Leon, Procurement Manager II. BACKGROUND WestEd is a not-for-profit research, development, and service agency that works with education and other communities to promote excellence, achieve equity, and improve learning for children, youth, and adults. WestEd has over 640 employees, located in 3 offices across the United States, and had revenue in excess of $60 million for Fiscal Year 207. WestEd is a Joint Powers Agency ( JPA ) formed under the California Joint Exercise of Powers Act, California Government Code section 6500 et seq. and governed by public entities in Arizona, California, Nevada, and Utah. WestEd s Board of Directors is comprised of members representing agencies from these states, as well as other national education and business leaders. WestEd s income is tax exempt under Section 5 () of the Internal Revenue Code. WestEd complies with the required federal regulations on procurement, as well as applicable State procurement law and procedures. Efforts, including affirmative steps prescribed by federal regulation (if applicable), will be made by WestEd to utilize small and minority-owned businesses, women s business enterprises and labor surplus area firms when possible. The selected firm may be required to undertake affirmative steps to utilize such firms in subcontracts if this contract is federally funded. A firm qualifies as a small business firm if it meets the definition of small business as established by the Small Business Administration (3 CFR 2.20, Subsector 23820) by having average annual receipts for the last three fiscal years not exceeding $5 million.

III. WESTED CONTACT All communications, including any requests for clarification, concerning this RFP should be addressed in writing to the following: Oscar Leon Procurement Manager oleon@wested.org 2

IV. SOLICITATION FORM FAILURE TO SIGN THIS PAGE WILL DISQUALIFY YOUR RESPONSE If awarded, the undersigned offers and agrees to furnish the services listed in this RFP at the prices and terms stated, subject to mutually agreed upon terms and conditions. The undersigned warrants and represents their authority to bind the firm into an agreement subject to the terms and conditions of this Request for Proposal. Company Name: Street Address: City, State Zip: Email: Telephone: By (Authorized Signature) Date Signed: Print name and title of Authorized Signatory ALL SPECIFICATIONS, TERMS, AND CONDITIONS OF THIS REQUEST FOR PROPOSAL WILL BE INCORPORATED INTO ANY RESULTING AGREEMENT. 3

V. SOLICITATION KEY DATES AND TIMELINE RFP Activity Dates RFP Released January 22, 208 Questions Due by bidders January 26, 208 Response to questions posted January 30, 208 Proposal Due Date February 2, 208 Interviews TBD as needed Award Notice February 9, 208 Meeting with the General Contractor to commence work Work to commence TBD Mid March 4

VI. SCOPE OF WORK WestEd will receive proposals for Network Cabling for 2470 Marine Sq., Alameda, CA. Alameda Office Space Network Cabling requirements: 24 locations for 6 medium conference rooms 4 locations each (2 wall locations, cable per) (2 floor locations, cable per) = 24 total cables 60 locations Private Office/Hotel/Focus rooms 2 cables per location = 20 total cables 20 locations Open Office (cubicles, make/model is Knox Dividends Horizon) 2 cables per location = 40 total cables 6 P ceiling locations (2 cables per location) = 32 total cables 4 locations Print Room (2 cables per location) = 8 total cables 4 locations Main Conference Room ( cable per location) = 4 total cables location (2 cables) Reception desk = 2 total cables 4 locations for 2 small conference rooms (2 cables per location), 2 locations per each of 2 small conference rooms = 8 total cables 3 locations (2 cables per location) Mail room = 6 total cables location (2 cables) Wellness room = 2 total cables Grand Total = 256 cables to 47 locations Please price it with all Cat7, with an option for Cat 6 Notes:. Floor plan dimensions are 230ft by 00ft (see attached Amendment A) 2. Everything returns to the server room labeled ELEC, to right of Women s RR. 3. There are two two-post racks installed and ready for use, along with an overhead cable runway to the ceiling ingress/egress in the server room. We'll need all other hardware included in your quote. 4. Target installation date March 4 through March 20, 208 Provide Certificate of Insurance and a Performance Bond. 5

VII. PROPOSAL OUTLINE In order to simplify the review process and to obtain the maximum degree of comparability, the proposals should include the following items and be organized in the manner specified below.. Letter of Transmittal A letter of transmittal briefly outlining the firm s understanding of the work and general information regarding the firm and individuals to be involved is limited to a maximum of two pages. The letter should clearly identify the local address of the office of the firm performing the work, the telephone number, and the name of the authorized representative. The letter shall include a clear statement from Proposer that this offer is binding and shall remain open for 20 days from the due date of this RFP and acknowledges that its proposal cannot be withdrawn within that time without the written consent of WestEd. 2. Table of Contents Include a table of contents that identifies the material by section, page number, and a reference to the information to be contained in the proposal. 3. Solicitation Form The Solicitation Form included in the RFP shall be included here. 4. Profile of Firm Proposing a. State whether the firm is a local, national, or international firm and include a brief description of the size of the firm. State whether the proposer is a qualified small or minority-owned business, women s business enterprise or labor surplus area firm. b. State whether the firm is in compliance with the registration and permit requirements to do business in California. c. Describe the local office from which the work is to be performed.. Location of office. 2. The size of professional staff by level, such as partner, manager and supervisor, senior, and other professional staff. 3. The credentials and qualifications of professional staff. 5. Qualifications a. Describe recent experience with similar engagements to which the proposal relates. b. Include resumes of all key professional members who will be assigned to the project. Résumés should be included for all professional members of the team. The résumés 6

should include specific engagements or clients to whom similar services have been provided if possible. c. Describe the firm's policy on notification of changes in key personnel. d. Briefly describe the firm's system of quality control to ensure the work meets a high quality standard. e. Include three client references. 6. Scope of Services and Proposed Project Schedule Briefly describe the firm s understanding of the scope of services to be provided. 7. Fees and Compensation Provide the following information as relevant to the fee proposal: a. Estimated total labor hours b. Estimate of material costs c. Payment schedule d. Cost of additional related services if requested by WestEd. If the fee is proposed under a different methodology (e.g., a fixed price for all services) please provide a basis for the proposed fee. 8. Exceptions to Contract Requirements Any exceptions to the requirements of the sample contract shall be noted in the proposal. WestEd shall have no obligation to accept any exceptions and may reject any proposal noting exceptions to its contract requirements. VIII. PROPOSAL SUBMISSION AND SELECTION PROCESS By use of numerical and narrative scoring techniques, proposals will be evaluated by WestEd against the factors specified below. The relative weights of the criteria based on a 00-point scale are shown below. Criteria. Qualifications, experience, references, and ability to carry out the described work 2. Proposed methodologies and processes to accomplish work Points 35 points 25 points 3. Fees / expenses 25 points 7

4. Completeness of proposal and adherence to RFP instructions. 0 points 5. Qualified small or minority-owned firm, women business enterprise, or labor surplus area firm. 5 points IX. REVIEW PROCESS WestEd may, at its discretion, request interviews/presentations by or a meeting with any or all firms, to clarify or negotiate modifications to the firm s proposal. However, WestEd reserves the right to make an award without further discussion of the proposals submitted. Therefore, proposals should be submitted initially on the most favorable terms, from both technical and price standpoints, that the firm can propose. WestEd contemplates award of the contract to the responsive, responsible firm whose proposal is the most advantageous to WestEd, based on the highest total points and its decision is final. As a federal contractor, it is WestEd s policy to utilize, whenever possible, small businesses, disadvantaged small businesses, veteran-owned small businesses, minorityowned firms, and/or woman-owned businesses. Therefore, firms that meet these criteria will be given preference, should they meet all other stated criteria in the RFP. X. NOTICE TO FIRM(S) All materials provided to WestEd become the property of WestEd and may be returned only at its sole discretion. WestEd is a public entity. All proposals and any materials submitted with a proposal may be deemed public records subject to disclosure pursuant to the California Public Records Act. No portion of any proposal or materials submitted therewith will be withheld from disclosure as proprietary, trade secret or confidential unless that portion is clearly marked by the firm as such, and the firm agrees to indemnify WestEd against any claim or action to compel disclosure of such portion of the proposal. WestEd is not obligated to accept any proposal or to negotiate with any entity. All transactions are subject to the final approval of WestEd, which reserves the right to reject any and all proposals without liability. All costs directly or indirectly related to a response to this RFP will be borne by the firm. The contract, if any, shall be awarded to the responsible firm whose proposal is most advantageous to WestEd, based on the evaluation criteria set forth in this RFP. WestEd may at its sole discretion select the response that best fits its needs, may choose to cancel the RFP, or to not select any Firm. A selection committee will evaluate the responses based on established criteria, including compliance with the direction herein, experience and qualifications, cost, financial position of the company, and other factors as stated in 8

this RFP. If selected, the successful firm will enter into a written agreement with WestEd that will include service agreements and compensation agreements. All information in this RFP should, for purposes of this RFP, be considered proprietary and confidential. Information contained in this RFP should not be shared or distributed without the expressed written consent of WestEd. XI. REJECTION OF PROPOSAL(S) WestEd reserves the right in its sole discretion to reject any or all proposals, in whole or in part, without incurring any cost or liability whatsoever. All proposals will be reviewed for completeness of the submission requirements. The proposal may be rejected if it fails to meet a material requirement of the RFP or if it is incomplete or contains irregularities. A deviation is material to the extent that a proposal is not in substantial accord with RFP requirements. Immaterial deviations may cause a bid to be rejected. WestEd may or may not waive an immaterial deviation or defect in a proposal. WestEd s waiver of an immaterial deviation or defect will in no way modify the RFP or excuse a firm from full compliance with the RFP requirements. Any proposal may be rejected where it is determined to be not competitive, or where the cost is not reasonable. Proposals that contain false or misleading statements may be rejected if in WestEd s opinion the information was intended to mislead WestEd regarding a requirement of the RFP. WestEd may reject a proposal from a firm it finds non-responsible. Any person or entity that has substantially assisted WestEd in preparing any part of this RFP is prohibited from submitting a proposal. Submission of a proposal to WestEd shall constitute the firm s certification that the proposal is not collusive. XII. COMPLIANCE WITH LAWS Any Firm must affirmatively agree and certify that it will comply with all applicable federal, state, and local laws and regulations, including but not limited to the provisions of the Fair Employment and Housing Act (Govt. Code, 2900 et seq.) and any applicable regulations promulgated there under (Cal. Code of Regs., tit. 2, 72850.0 et seq.). Any Firm must affirmatively agree to include the non-discrimination and compliance provisions of this clause in any and all subcontracts to perform work under the agreement. 9

XIII. WRITTEN QUESTIONS AND ADDENDA Written questions or comments regarding this RFP must be in writing and received no later than January 26, 208. Questions should be emailed to the Procurement Manager at oleon@wested.org. All questions will be responded to via email. Firm(s) invited to submit proposal understand and agree that they have an affirmative duty to inquire and seek clarification regarding anything in this RFP that is unclear or open to more than one interpretation. WestEd, at its sole discretion, may make questions submitted by Firms and responses to the submitted questions available to all Firms. WestEd reserves the right in its sole discretion to revise or amend this RFP prior to the stated submittal deadline. Any such revisions will be made by written addenda to this RFP. Firms are responsible for verifying they have received, and all proposals shall acknowledge receipt of, all addenda issued by WestEd relating to this RFP. Failure to acknowledge receipt of all such addenda may render a proposal nonresponsive. XIV. SUBMISSION Electronic copies of responses must be received by February 2, 208. Any response received after this date may be returned or not considered. Responses should be submitted electronically to the Procurement Manager at oleon@wested.org. If Firms wish to also submit a hard copy of the proposal, it needs to be postmarked no later than the due date and mailed to 4665 Lampson Ave., Los Alamitos, CA 90720; Attn: Oscar Leon. Submission of a proposal shall constitute the firm s representation that it: Has thoroughly examined and become familiar with the scope of work set forth in this RFP; Understands the requirements of the scope of work, the nature of the work and all other matters that may affect the work; Will honor its proposal for no less than 90 days after the submission date stated in this RFP (or until execution of a final contract with the selected firm, if sooner), and acknowledges that its proposal cannot be withdrawn within that time without the written consent of WestEd; Will comply with all requirements set forth in this RFP, and in the ensuing contract, if any. XV. PROTESTS Following the selection of the apparent successful firm, WestEd shall notify all firms of its intent to award a contract to such firm. Any protest to the award of the contract to the apparent successful firm shall be submitted to WestEd in writing within no less than five 0

(5) calendar days from the date of such notice. Any protest shall state with specificity the ground on which the protestor alleges the contract may not be awarded to the apparent successful firm. WestEd shall consider any properly submitted protest and may accept or reject such protest as it determines appropriate in its sole discretion. XVI. GENERAL PROVISIONS A. Amendments to RFP. WestEd reserves the right to amend the RFP or issue to all Respondents a Notice of Amendment to answer questions for clarification. B. No Commitment to Award. Issuance of this RFP and receipt of proposals does not commit WestEd to award a contract. WestEd expressly reserves the right to postpone the RFP process for its own convenience, to accept or reject any or all proposals received in response to this RFP, to negotiate with more than one Respondent concurrently, or to cancel all or part of this RFP. C. Amendments to Proposals. No amendment, addendum or modification will be accepted after the deadline stated herein for receiving Proposals. Respondent may modify or amend its Proposal only if WestEd receives the amendment prior to the deadline stated herein for receiving Proposals. D. Non-Responsive Proposals. A Proposal may be considered non-responsive if conditional, incomplete, or if it contains alterations of form, additions not called for, or other irregularities that may constitute a material change to the Proposal. E. Late Proposals. WestEd will not be responsible for Proposals that are delinquent, lost, incorrectly marked, sent to an address other than that given herein, or sent by mail or courier service and not signed for or acknowledged by WestEd. F. Costs for Preparing. WestEd will not compensate any Respondent for the cost of preparing any Proposal, and all materials submitted with a Proposal shall become the property of WestEd. WestEd will retain all Proposals submitted and may use any idea in a Proposal regardless of whether that Proposal is selected. G. Alternative Proposals. Only one final proposal is to be submitted by each Firm. Multiple proposals will result in rejection of all proposals submitted by the Respondent. H. Public Documents. All Proposals and all evaluation and/or scoring sheets shall be available for public inspection at the conclusion of the selection process.

M L.9 L K I H G F E D C B A. A Key Plan: 2053 2055 2057 2059 206 E.2 HOTEL 2063 BREAK ROOM 2080 E.2 E.4 E.4 E. E.3 A30 2052 2054 2058 A302 2060 2062 HALLY 2064 PRINT 2068 WORK ROOM 2066 WORK ROOM 2065 2077 E.8 2045 FOCUS 2069 TRAINING BREAKOUT 208 +68"+68" General Notes: All work to be carried out in accordance with the US International Building Code, Local Building Codes and Safety Regulations, Water, Electricity regulations and all other relevant Authorities requirement concerned. All work to be carried out in a professional & workmanship like manner according to the plans & specification. Do not scale off the drawings unless otherwise stated and use figured dimensions in preference. All dimensions are to be checked & verified on site before the commencement of any work, all dimensions & levels are subject to final survey and set-out. This drawing & design is the property of the design group noted on this sheet and should not be reproduced either in part or whole without the written consent of this firm. WB +54"+54" 3.5 200 +29" +29" +29" A30 A30 Consultants: J CR 2034 WB +54"+54" WB HOTEL 2022 2026 +54"+54" 2024 2037 2035 2033 203 2030 FOCUS 2092 A302 FURNITURE STORAGE 2089 PRINT ROOM 209 CLOSET 2087 2006 2 A302 E.7 208 E.6 WELLNESS 2086 2029 OPEN 2025 OPEN 2027 206 2.5 2005 2007 204 200 202.5 2039 OPEN 2004 2' - 2" A304 E.8 E.2 J CR 3 E. ELEC. - GN RR 2085 HOTEL 2028 E.5 WOMENS RR - 2' - 2" 2036 PANTRY 2088 A302 2003 A30 MENS RR - 2002 CLOSET 2094 FOCUS 2093 2074 2038 +68"+68" J CR WORK ROOM 2075 HOTEL 2040 +68"+68" WB +54"+54" 202 J CR J CR 204 200 SUPPLIES 2070 2043 A30 +68"+68" A30 LOBBY 2079 CLOSET 2073 WB E.4 2044 A304 E.9 CLOSET 2095 HOTEL 207 A303 +54"+54" E.7 A302 E.2 North FOCUS 2096 2046 A303 E.0 3.9 2000 OPEN 2047 MAIL ROOM 2078 E. 205 PRINT 2098 E.9 TRAINING 2083 TRAINING 2082 204 2048 WB +54"+54" 203 E. 20 +22" 205 2050 2049 +22" 4 +54"+54" WB 2023 202 207 209 205 203 20 HOTEL 2009 2008. Stamp: POWER & COMM - LEVEL 02 SCALE: /8" = '-0" MANUFACT URER Type MODEL E. GE CAFE E.2 E.3 GE PROFILE MICROVE HOSHIZAKI ICE AND TER DISPENSER E.4 COUNTER-DEPTH FRENCH DOOR REFRIGERATOR CWE23SSHSS SIZE 3 Stainless Steel 2.2 CU FT, 3 3/4"H X 9 /2"D X 24"W Stainless Steel 6 9/6"W X 24 /8"D X 3 /6"H 3 2 E.5 HOSHIZAKI ADA ICE MACHINE AM-50BAE-AD E.6 E.7 E.8 E.9 E.0 E. E.2 E.4 PERLICK ADA UNDERCOUNTER REFRIGERATOR PRINT/COPIER PRINT/COPIER COUNTERTOP PRINT/SCAN/FAX COUNTERTOP PRINT/SCAN/FAX MAIL MACHINE MAIL MACHINE SCALE LED MONITOR PLOTTER HB24RB Stainless Steel 24"W X 24"D X 32"H Ricoh AF MPC6502SP 69" X 40" AF MP9002SP 65" X 33" LJ 4250 LJ 4250 64"W X 5"D " X 2" ' - 2" 6" 6" 4' - 0" 202 COUNT Stainless Steel 23. CU FT, 69 7/8"H X 3 /4"D X 35 3/4"W COFFEE BREWER D. TYPICAL /HOTELING - POWER PLAN 2 SCALE: /4" = '-0" JES225SJ DCM-270BAH FINISH Stainless Steel 4 7/8"W X 22 5/8"D X 3 /2"H 39"W X 29"D X 48"H 2 2 2 COMMENTS CONTRACTOR PROVIDED, CONTRACTOR INSTALLED, INSTALL TER LINE CONTRACTOR PROVIDED, CONTRACTOR INSTALLED CONTRACTOR PROVIDED, CONTRACTOR INSTALLED, INSTALL TER LINE OWNER PROVIDED, CONTRACTOR INSTALLED, INSTALL TER LINE CONTRACTOR PROVIDED, CONTRACTOR INSTALLED, INSTALL TER LINE CONTRACTOR PROVIDED, CONTRACTOR INSTALLED OWNER PROVIDED, CONTRACTOR TO COORDINATE OWNER PROVIDED, CONTRACTOR TO COORDINATE OWNER PROVIDED, CONTRACTOR TO COORDINATE OWNER PROVIDED, CONTRACTOR TO COORDINATE OWNER PROVIDED, CONTRACTOR TO COORDINATE OWNER PROVIDED, CONTRACTOR TO COORDINATE OWNER PROVIDED, CONTRACTOR INSTALLED OWNER PROVIDED, CONTRACTOR TO COORDINATE NO. NOTES DEDICATED DUPLEX LOCATION A30 PROVIDE POWER IN J BOX IN CEILING ABOVE FOR TENANT PROVIDED IPAD ROOM IDENTIFICATION SYSTEM A302 PROVIDE POWER & DATA IN J-BOX AT PERIMETER LL FOR QUAD & 2 DATA PER WORKSTATION A303 REUSE EXISTING FLOOR AND LL CONDUIT TO PROVIDE POWER & DATA TO WORKSTATIONS. INSTALL CABLING AT J-BOX FOR QUAD & 2 DATA PER WORKSTATION A304 PROVIDE POWER & DATA FOR FLUSH MOUNTED CAMERA ABOVE ON CENTER ABOVE DISPLAY PROVIDE RECESSED FLOOR BOX AS PER CLIENT REQUIREMENTS. COORDINATE HOMERUN TRENCH SIZE TO CLIENT REQUIREMENTS. SEE IT DRAWINGS FOR MORE INFO DUPLEX LOCATION QUAD LOCATION USB / SIMPLEX COMBO LOCATION SPECIALTY RECEPTACLE LOCATION (SEE AV / IT / ELEC FOR MORE INFO) DATA LOCATION (SEE IT DWGS FOR MORE INFO) POWER LOCATION AT RECESSED FLOOR BOX POWER/ DATA & AV LOCATION AT RECESSED FLOOR BOX AV AV CONTROL PANEL LOCATION TV CABLE TV FEED (SEE AV DWGS) OS OCCUPANCY SENOR, LL MOUNTED OS OCCUPANCY SENOR, CEILING MOUNTED PS PROJECTION SCREEN P PROJECTOR LOCATION VI VIDEO INTERCOM DEVICE CR CARD READER S SECURITY CAMERA W/ AUDIO WB A/V IN-LL BOX (SEE IT DRAWINGS FOR MORE INFO) WIRELESS ACCESS POINT AT CEILING (SEE IT DRAWINGS FOR REQ'S) POWER AND DATA NOTES. POWER AND DATA LOCATIONS TO MAINTAIN ACOUSTIC SEPARATION WITHIN A PARTITION. PLACE AT LEAST 2" SEPARATION & IN SEPARATE STUD BAYS WHERE LOCATED ON BOTH SIDES OF PARTITION. 2. PROVIDE DEDICATED POWER TO REFRIGERATORS. VERIFY ELECTRICAL SIZE AND REQUIREMENTS WITH EQUIPMENT SPEC. 3. SEE GENERAL NOTES AT G0-00 AND ON FLOOR PLANS FOR ADDITIONAL INFORMATION. 4. DATA AND COMMUNICATIONS SCOPE IS BY CLIENT VENDOR. 5. SWITCHING SHOWN FOR REFERENCE ONLY. SEE SHEET G0-202 FOR MOUNTING HEIGHT DETAILS. 6. COORDINATE ALL DEVICE LOCATIONS (INCLUDING FIRE ALARM DEVICES) WITH DEVICE LOCATION DIAGRAM ON SHEET G0-20 OF ARCHITECTURAL DRAWINGS PRIOR TO INSTALLATION. 7. G.C. TO LOCATE ALL OUTLETS AS PER POWER/ COMMUNICATION PLAN AND MARK OUT OUTLETS FOR APPROVAL ON SITE PRIOR TO INSTALLATION. ENGINEERING DRAWINGS TO BE USED FOR CIRCUITING AND POWER REQUIREMENTS ONLY. FOR LOCATIONS REFER TO ARCHITECTURAL DRAWINGS. 8. FURNITURE DEALER TO LAYOUT FURNITURE FOR ARCHITECT APPROVAL ON SITE. G.C. TO COORDINATE. 9. G.C. TO CONFIRM IF EXISTING TO BE RE-USED POWER OUTLETS HAVE BEEN TERMINATED. ALL ABANDONED POWER, DATA AND PHONE LINES TO BE COMPLETELY REMOVED. 0. REFER TO MEP DOCUMENT PACKAGE FOR ALL CIRCUIT REQUIREMENTS AND ADDITIONAL CRITERIA. ELECTRICAL 'J' BOXES, SWITCHES, DEVICES, DATA DEVICES, ETC, TO MATCH OWNER SPECIFICATIONS, REFER TO MEP DOCUMENTS FOR ALL EQUIPMENT SPECIFICATIONS AND INSTALLATION CRITERIA.. REFER TO MEP DOCUMENT PACKAGE FOR LOCATIONS OF HVAC THERMOSTATS, SPECIFICATIONS AND INSTALLATION REQUIREMENTS. MOUNTING HEIGHTS PER ARCHITECTURAL DRAWINGS. 2. REFER TO AV DRAWINGS FOR ALL AUDIO VISUAL AND CONFERENCING EQUIPMENT LOCATIONS AND CIRCUITING. 3. SEE DRAWINGS G0-00, G0-0, G0-20 AND G0-40 FOR ADDITIONAL NOTES, LEGENDS AND SYMBOLS. 4. ALL OUTLETS AND CONDUIT BEING INSTALLED IN FIRE RATED PARTITIONS ARE TO BE FIRESTOPPED AS REQUIRED BY CODE AND TO MAINTAIN FIRE RATING, TYP. 5. WHITE COLORED LL OUTLETS AND DATA DEVICES/ PLATES TO BE INSTALLED, TYP. U.O.N. DEDICATED AND COMPUTER OUTLETS TO BE LIGHT GRAY WITH WHITE PLATES. 6. SEE AV DRAWINGS FOR ADDITIONAL CONDUIT AND JUNCTION BOX REQUIREMENTS. ALL LOCATIONS TO BE MARKED OUT ON SITE FOR ARCHITECT APPROVAL. 7. ALL CEILING DEVICES TO BE WHITE U.O.N. 8. DEVICE LOCATIONS IN S AND ROOMS AS WELL AS WORKSTATIONS TO HAVE LOCATIONS VERIFIED ON SITE BY FURNITURE VENDOR TO AVOID HITS AND CONFLICTS. 9. POWER/ DATA/ AV FEEDS AT TABLE LOCATIONS NEED TO BE HARDWIRED TO FURNITURE VIA STUB-UP IN TABLE BASE U.O.N. 20. ELECTRICAL VOICE/ DATA AND AV FEED IN LOCATIONS TO BE COORDINATED WITH ARCHITECT AND FURNITURE VENDOR ON SITE. 2. SEE EQUIPMENT SCHEDULE FOR APPLIANCE SPECIFICATION. 22. GENERAL CONTRACTOR TO CONFIRM THAT ALL (E) ELECTRICAL/DATA OUTLETS TO REMAIN ARE IN ACCORDANCE WITH BUILDING STANDARDS, (TYP, THROUGHOUT). 23. ALL FURNITURE SHOWN IS FOR REFERENCE ONLY. 24. WIRELESS ACCESS POINTS LOCATIONS TO BE CONFIRMED BY CLIENT IT/AV TEAM. REV DESCRIPTION ISSUE FOR PERMIT DATE /29/207 BY CHK 720 Market St. 0th Floor San Francisco CA 9408 USA + 45 423 0 www.unispace.com Client / Project Name / Address: WESTED 2470 MARINER SQ LOOP, ALAMEDA CA 9450 Drawing Title: POWER & DATA PLAN LEVEL 02 Status: Drawn By: Scale: ISSUE FOR PERMIT Author As indicated Project Number: Checked By: Date: Checker 0/0/7 SFC-0008A Drawing Number: Revision: A-30 00 of 200 UNISPACE C:\Users\Liam Clark\Documents\Central_WestEd Alameda_liam.clarkELB5B.rvt TYPE MARK POWER AND DATA LEGEND KEY NOTES PRINTED: /20/207 2:34:28 PM EQUIPMENT SCHEDULE