office of the sullivan county purchasing agent


[PDF]office of the sullivan county purchasing agent - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

0 downloads 196 Views 612KB Size

OFFICE OF THE SULLIVAN COUNTY PURCHASING AGENT 3411 HIGHWAY 126 – SUITE 201 BLOUNTVILLE, TN 37617-0569

PHONE 423/323-6400

FAX 423/323-7249

REQUEST FOR PROPOSAL #E270111(KD) COMMODITY/SERVICE DESCRIPTION: REPLACING PUBLIC ADDRESS SYSTEM

BID OPENING DAY THURSDAY, JUNE 19, 2014___TIME 2:00 P.M. MANDATORY PRE-BID

THURSDAY, JUNE 12, 2014 TIME: 10:00 A.M.

SULLIVAN COUNTY USER DEPARTMENT __SCHOOL_________ THIS REQUEST FOR PROPOSAL (RFP) MUST BE RETURNED IN A SEALED ENVELOPE VIA MAIL, COURIER OR IN PERSON. PHONE, FAX OR ELECTRONIC RESPONSES ARE NOT ACCEPTABLE! RESPONSES WILL BE ACCEPTED BY THE PURCHASING AGENT ONLY UNTIL THE DAY/TIME DESIGNATED ABOVE, AT WHICH TIME THEY WILL BE PUBLICLY OPENED. RESPONSES MUST CLEARLY IDENTIFY THE RFP # ON THE OUTSIDE OF THE ENVELOPE, BE PRESENTED IN ORIGINAL FORMAT, BE COMPLETED IN TOTALITY AND BEAR THE HANDWRITTEN SIGNATURE OF A DULY AUTHORIZED COMPANY REPRESENTATIVE. LATE RESPONSES WILL NOT BE ACCEPTABLE! SUBMISSION OF THIS RFP VERIFIES VENDOR’S ACCEPTANCE OF THE RFPs LANGUAGE, REQUIREMENTS AND THE GENERAL PROCUREMENT TERMS AND CONDITIONS FORM #GPTC1004-14.

NOTE: IF FORM #GPTC1004-14 IS OMITTED FROM THIS RFP SOLICITATION, WE HAVE THE APPROPRIATE SIGNED DOCUMENTS FROM YOUR COMPANY. IF FORM #GPTC1004-14 IS ENCLOSED WITH THIS RFP SOLICITATION, PLEASE SIGN AND RETURN THE APPROPRIATE PAGES WITH YOUR RFP REPONSE. By subm ission of this R FP/ RFQ, the responding firm certifies compliance w ith Title VI and Title VII of the Civil R ights of 1964, as am ended, and all regulations prom ulgated thereof. ALL RFPs MUST BE OFFERED IN STRICT CONFORMANCE TO ALL LANGUAGE, REQUIREMENTS, TERMS AND CONDITIONS AND SPECIFICATIONS AS SOLICITED. FAILURE TO COMPLY WITH THE RFP PREREQUISITE WILL BE CAUSE TO DISQUALIFY SAME.

UNLESS OTHERWISE DESIGNATED, ALL PRICES OFFERED SHALL BE GUARANTEED FOR A MINIMUM OF SIXTY (60) DAYS FROM OPENING DATE. UNIT PRICES FOR GOODS/SERVICES SHALL BE QUOTED “NET 30 DAYS”. EACH LINE ITEM PRICE MUST INCLUDE ALL CHARGES, INCLUDING SHIPPING, HANDLING, FREIGHT OR ANY OTHER COSTS ASSOCIATED TO THE DELIVERY TO THE DESIGNATED SULLIVAN COUNTY LOCATION. SULLIVAN COUNTY WILL NOT ACCEPT ADDITIONAL DELIVERY CHARGES AS A SEPARATE LINE ITEM. AWARDS MAY BE DETERMINED PER UNIT (LINE ITEM) AND/OR AS A TOTAL (WHOLE) AWARD; WHICHEVER IS IN THE BEST INTEREST OF SULLIVAN COUNTY. ALL GOODS PROVIDED TO SULLIVAN COUNTY SHALL BE FREE FROM DAMAGE/DEFECTS. GOODS DAMAGED IN TRANSIT BY COMMON CARRIER ARE THE SOLE RESPONSIBILITY OF THE VENDOR, INCLUDING ALL COMMUNICATIONS AND REPLACEMENT ARRANGEMENTS. IF INFORMATION (SPECIFICATIONS, DATA SHEETS, ANALYSIS, DRAWINGS, ETC.) OR PRODUCT SAMPLES ARE REQUESTED IN THIS RFP, RESPONDING VENDOR MUST ENCLOSE/SUPPLY SAME. FAILURE TO COMPLY WILL BE CAUSE TO DISQUALIFY THE VENDOR FROM AWARD CONSIDERATION. THE SULLIVAN COUNTY PURCHASING AGENT HAS THE RIGHT TO ACCEPT, REJECT, AWARD OR CANCEL ANY/ALL QUOTES AND TO WAIVE ANY INFORMALITIES OR IRREGULARITIES, IF SAME IS DEEMED IN THE BEST INTEREST OF SULLIVAN COUNTY. SULLIVAN COUNTY DOES NOT OBLIGATE ITSELF TO ACCEPT THE LOWEST AND/OR ANY QUOTE OFFERED.

DELIVERY DATE _______________________________ (NOTE: DELIVERY TIME (DAYS/WEEKS/MONTHS) MUST BE INDICATED … ASAP IS NOT ACCEPTABLE)

VENDOR: _______________________________________ REPRESENTATIVE:

TERMS: NET 30 DAYS

___________________________

PLEASE PRINT

PHONE: ______________________ FAX: _____________________ E-MAIL: ____________________________________ SIGNATURE: __________________________________________________________ DATE: _______________________ RFP COVER PAGE-REV 4/22/2007

1

OFFICE OF THE SULLIVAN COUNTY PURCHASING AGENT 3411 HIGHWAY 126 – SUITE 201 BLOUNTVILLE, TN 37617-0569

K R I STI NI A DAVI S

PHONE 423/323-6400

PURCHASING AGENT

FAX 423/323-7249 [email protected]

REQUEST FOR PROPOSAL --- RFP# E270111(KD) REPLACING PUBLIC ADDRESS SYSTEM AT HOLSTON ELEMENTARY & HOLSTON MIDDLE SCHOOL DUE ON OR BEFORE THURSDAY, JUNE 19, 2014 @ 2:00 P.M. (MANDATORY PRE-BID MEETING ON THURSDAY, JUNE 12, 2014 @ 10:00 A.M.)

The Office of the Sullivan County Purchasing Agent will receive sealed RFPs for the Sullivan County Department of Education until Thursday, June 19, 2014 @ 2:00 P.M. to furnish all materials and labor to replace a public address system as per the attached scope of work. A MANDATORY PRE-BID MEETING is scheduled on THURSDAY, JUNE 12, 2014 @ 10:00 A.M. to begin at Holston Elementary (School Office), 2348 Hwy 75, Blountville, TN 37617. (All attendees must sign-in at this meeting to be counted as present.) RFPs must be presented in original format and in a SEALED envelope, clearly identifying RFP# E27011(KD) on the outside. Telephone, fax and/or electronic responses are not acceptable! All RFPs to be considered must be completed, signed and delivered to the Office of the Sullivan County Purchasing Agent at the address above on or before Thursday, June 19, 2014 @ 2:00 P.M. LATE RESPONSES WILL NOT BE CONSIDERED! Sullivan County is not responsible for delays in mail deliveries or courier services. Any questions regarding the RFP document requirements shall be directed to Kristinia Davis @ 423/323-6400 (Purchasing Office). Any questions regarding the project specifications shall be directed to Joe Davenport @ 423/354-1152 (School Maintenance Supervisor)

2

All bidders must be licensed contractors of the State of Tennessee. The bidder’s name, License Number, Classification of license and Expiration must appear on the outside of the envelope containing the Proposal along with any sub-contractors for HVAC, Plumbing, Electrical, Heating, Masonry and Geothermal, if any, must also appear on the outside of the envelope. The Bid will not be opened or considered if any of the preceding does not appear on the outside of the envelope. The envelope must be sealed. The Bid must be accompanied by a certified check or by a Bidder’s Bond, executed by the Bidder and Surety Company licensed to do business in the State of Tennessee, in the sum of five percent (5%) of the amount of the bid. The successful Bidder will be required to execute an acceptable Performance and Payment Bond in an amount equal to one hundred percent (100%) of the Contract price. Certificate of Liability Insurance will be required by successful vendor. RESPONDING VENDOR MUST COMPLETE AND RETURN THE ENCLOSED COMPANY/CONTRACTOR (NON COLLUSION) AFFIDAVIT, DRUG-FREE WORKPLACE AFFIDAVIT AND BACKGROUND CHECK WITH THE BID. The Owner reserves the right to reject any or all bids, to waive any informality or irregularity in any bid received and to accept or reject any and all items of any bid. No Bidder may modify, withdraw or cancel a bid within sixty (60) days after the actual date of the opening thereof.

3

COST ANALYSIS – RFP #E270111(KD)

THE UNDERSIGNED AGREES TO FURNISH ALL MATERIALS AND LABOR TO REPLACE A PUBLIC ADDRESS SYSTEM FOR HOLSTON ELEMENTARY AND HOLSTON MIDDLE SCHOOL AS PER THE ATTACHED SPECIFICATIONS AND DISCUSSED AT THE MANDATORY PRE-BID MEETING AND IN COMPLIANCE WITH ALL LOCAL/STATE REQUIREMENTS. INDICATE ANTICIPATED BEGIN DATE:__________________________ INDICATE ANTICIPATED COMPLETION DATE:_____________________ TENNESSEE STATE CONTRACTOR’S LICENSE NO: ___________________

GRAND TOTAL COST $_________________________________ SYSTEM PROPOSED ________________________________________ Note: Price Quotation shall be guaranteed for a minimum of sixty (60) days from opening date. Terms of payment are “Net 30 days” and shall include all materials, labor, shipping, handling or any other associated costs regarding the total project.

VENDOR: ___________________________________________________ AUTHORIZED AGENT (PRINT NAME AND TITLE) _______________________________________________________________________ PHONE ___________________ FAX______________ E-MAIL_______________

SIGNATURE:_______________________________ DATE__________________

4

OFFICE OF THE SULLIVAN COUNTY PURCHASING AGENT COMPANY/CONTRACTOR AFFIDAVIT FORM 00010 THE AFFIANT STATES TO SULLIVAN COUNTY, TENNESSEE: I (WE) HEREBY CERTIFY THAT IF THE CONTRACT IS AWARDED TO OUR FIRM THAT NO MEMBER OR MEMBERS OF THE GOVERNING BODY, ELECTED OFFICIAL OR OFFICIALS, EMPLOYEE OR EMPLOYEES OF SAID SULLIVAN COUNTY, TENNESSEE, OR ANY PERSON REPRESENTING OR PURPORTING TO REPRESENT SULLIVAN COUNTY, TENNESSEE, OR ANY FAMILY MEMBER INCLUDING SPOUSE, PARENTS, CHILDREN OF SAID GROUP, HAS RECEIVED OR HAS BEEN PROMISED, DIRECTLY,OR INDIRECTLY, ANY FINANCIAL BENEFIT, BY WAY OF FEE, COMMISSION, FINDER'S FEES OR ANY OTHER FINANCIAL BENEFIT ON ACCOUNT OF THE ACT OF AWARDING AND/OR EXECUTING THE CONTRACT. THE UNDERSIGNED HEREBY CERTIFIES THAT HE/SHE HAS FULL AUTHORITY TO BIND THE COMPANY AND THAT HE/SHE HAS PERSONALLY REVIEWED THE INFORMATION CONTAINED IN THIS REQUEST FOR PROPOSAL (RFP), INCLUDING ALL ATTACHMENTS, ENCLOSURES, APPENDICES, ETC AND DO HEREBY ATTEST TO THE ACCURACY OF ALL INFORMATION CONTAINED IN THIS RFP, INCLUDING ALL ATTACHMENTS, ENCLOSURES, EXHIBITS, ETC. THE UNDERSIGNED ACKNOWLEDGES THAT ANY MISREPRESENTATION WILL RESULT IN IMMEDIATE DISQUAUFICATION FROM ANY CONTRACT CONSIDERATION. THE UNDERSIGNED FURTHER RECOGNIZES THAT THE SULLVIAN COUNTY PURCHASING AGENT HAS THE RIGHT TO MAKE THE CONTRACT AWARD FOR ANY REASON CONSIDERED IN THE BEST INTEREST OF SULLIVAN COUNTY.

This certification shall be included with the bid document 00300. Failure of this properly executed document to be included with the bid shall render the bid as incomplete and void. COMPANY NAME ________________________________________________________________ NAME (PRINT) ________________________________________________ PHONE ____________ TITLE_______________________________________________________ FAX _______________ SIGNATURE __________________________________________________DATE______________

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ( TO BE COMPLETED BY NOTARY )

STATE OF:

_____________________________

COUNTY OF: ____________________________

Before me personally appeared _____________________, with whom I am personally acquainted (or proved to me on the basis of satisfactory evidence), and who acknowledged that such person executed the foregoing for the purposes therein contained. Witness my hand and seal at office this day of ________________, 20___ ___________________________________________________________ Notary Public

My commission expires:_______________________________

5

DRUG-FREE WORKPLACE AFFIDAVIT STATE OF ___________________ COUNTY OF _________________ The undersigned, principal officer of _______________________________, an employer of five (5) or more employees contracting with ______________ County government to provide construction services, hereby states under oath as follows: 1.

The undersigned is a principal officer of _________________________________ (hereinafter referred to as the “Company”), and is duly authorized to execute this Affidavit on behalf of the Company.

2.

The Company submits this Affidavit pursuant to T.C.A. § 50-9-113, which requires each employer with no less than five (5) employees receiving pay who contracts with the state or any local government to provide construction services to submit an affidavit stating that such employer has a drug-free workplace program that complies with Title 50, Chapter 9, of the Tennessee Code Annotated. 3.

The Company is in compliance with T.C.A. § 50-9-113.

Further affiant saith not. _________________________________________ Principal Officer

STATE OF _________________________ COUNTY OF _______________________ Before me personally appeared _____________________________, with whom I am personally acquainted (or proved to me on the basis of satisfactory evidence), and who acknowledged that such person executed the foregoing affidavit for the purposes therein contained. Witness my hand and seal at office this _____________ day of ________________, 20______

_____________________________________________ Notary Public

My commission expires:________________________ 6

OFFICE OF THE SULLIVAN COUNTY PURCHASING AGENT BACKGROUND CHECK COMPLIANCE FORM Contractors shall comply with Public Chapter 587 of 2007, as codified in Tennessee Code Annotated 49-5413, which requires all contractors to facilitate a criminal history records check conducted by the TBI and FBI for each employee prior to permitting the employee to have contact with students or enter school grounds when students are present. Any person, corporation or other entity who enters or any employee of any person, corporation or entity who enters into or renews a contract with a local board of education or child care program on or after September 1, 2007, must: (1) Provide a fingerprint sample (2) Submit to a criminal history records check to be conducted by the TBI and FBI.

TO BE COMPLETED BY RESPONDING CONTRACTOR COMPANY or INDIVIDUALS (NAME) ________________________________________________________ ADDRESS ____________________________________________________________________________ PHONE ________________ FAX ________________ LICENSE NUMBER/S _________________________ I agree to abide by Chapter 587 of 2007, as codified in Tennessee Code Annotated 49-5-413 and certify that I am authorized to sign. The undersigned further agrees if bid/contract is accepted, to furnish any/all Background Check Information on himself and all of his employees as required by law and/or at the request from the Office of the Sullivan County Purchasing Agent. I hereby agree to release all criminal history and other required information to Sullivan County, TBI and FBI in accordance with Tennessee law and further certify that all information supplied by me is true and accurate. I agree to release and hold harmless the above mentioned governmental entities for the use of this information related to the purposes mandated under Tennessee law. I further certify that I have obtained acceptable criminal history information on all current employees and will obtain said information on all future employees associated with the performance of work defined in the bid/contract, pursuant to TCA and that neither I nor any employee of the Company is prohibited from direct contact with school children for the reasons enumerated in TCA 49-5-401 et seq. SIGNATURE ___________________________________________ TITLE ___________________________ PRINTED NAME _________________________________________DATE ___________________________

TO BE COMPLETED BY NOTARY STATE OF

_____________________

COUNTY OF

_____________________

Before me personally appeared _______________________________, with whom I am personally acquainted (or proved to me on the basis of satisfactory evidence), and who acknowledged that such person executed the foregoing for the purposes therein contained. Witness my hand and seal at office this ____day of ______________, 20___. _________________________________________________ Notary Public My commission expires: _____________________________

7

Sections 1 General l.A

This section and associated drawings define a communications system for an intercom, and a public address system. The bidder shall provide infrastructure, cable, hardware, and equipment, as defined, to provide a complete and operational communications system.

l.B

Where applicable visit the site, verify all existing items shown on plans, or specified, and be familiar with the working conditions, hazards, and local requirements involved; submission of bids shall be deemed evidence of such visit. All proposals shall take these existing conditions into consideration before bidding.

l.C

All materials, unless otherwise specified, shall be new, free from any defects, and of the best quality of their respective kinds. All like materials shall be of the same manufacture, model, and quality, unless otherwise specified.

l.D

Contractor shall do all necessary cutting and drilling of present walls, floors, ceilings, etc., for the installation of new work; but no structural work shall be cut, unless specifically shown on drawings and/or approved by the Owner. All exposed building surfaces damaged by installation or removal of electrical work shall be patched and finished in the same materials and manner as adjacent areas by this Contractor.

l.E

If, applicable, contractor shall co-ordinate his work with the Owner for times which changeover, removal of existing equipment, and new connections of existing systems can be completed.

2 Raceways and Cables 2.A

All low-voltage wires and cables concealed in walls shall be run in EMT conduit from flush outlet boxes to above accessible ceilings. Provide conduit where cables penetrate firewalls above ceilings.

2.B

All EMT entering boxes shall be served with insulating throat connectors and locknuts.

2.C

No raceway shall be located in proximity of hot water lines or excessive heat.

2.D

Where raceways cannot be run concealed in walls, use Wiremold Series surface raceway complete with all fittings, box extension rings, and required accessories. Co-ordinate routing of surface raceways with the Owner.

2.E

Use Cast "C" clamps, "U" straps, or ring hangers attached to rods, and/or brackets fastened to structure.

2.F

No perforated straps or tie wires permitted for supporting raceways.

2.G

Use wire ties for supporting low voltage cables run concealed above ceilings. Do not run cables loose on ceiling tiles. Support from structure above. Group cables in bundles.

2.H

Tie mounts, plates, and anchors shall be used.

2.I

Ground all electrical apparatus in accordance with the National Electric Code.

2.J

The CAT-5 Patch Panel shall be a Telecor model C5CPPL-3 or approved equal. The panel shall provide termination facilities for 25 classrooms, utilizing a single CAT-5 cable per classroom location. The panel shall simplify cable management by providing both cable termination and signal distribution facilities for classroom wiring. The panel shall be designed to distribute intercom audio to classroom speakers, as well as support call-in signaling from call switches, and shall provide 24 Volt power as well as digital and analog signaling for synchronizing and correcting secondary classroom clocks on a single CAT5 cable. Incorporated in the panel shall be circuitry to minimize noise, and interference inherent with clock data and 24 volt power transmission in the same cable as intercom audio. All CAT 5 field cabling from classroom locations shall be terminated onto the panel with individual RJ-45 connectors. Terminations for cables to the Central Equipment or TBU-IP units shall be via 25 pair RJ-21 Connectors. The panel shall be designed to be mounted in a standard 19" equipment cabinet and occupy 1U of vertical rack space.

3 Quality Assurance 3.A

Manufacturers must be regularly engaged in the manufacture of integrated communication systems, master clock systems, and ancillary equipment, of types and capacities required. Approved products shall have been in satisfactory use in similar service for not less than five years.

3.B

Installer's Qualifications: Firms with at least five years of successful installation experience with projects utilizing integrated communications systems and equipment similar to that required for this project.

3.C

All items of equipment including wire and cable shall be designed by the manufacturer to function as a complete system and shall be accompanied by the manufacturer's complete service notes and drawings detailing all interconnections.

3.D

The Contractor shall be an established communications and electronics Contractor that has had and currently maintains a locally run and operated business for at least five years. The Contractor shall be a duly authorized distributor of the equipment supplied with full manufacturer's warranty privileges.

3.E

The Contractor shall show satisfactory evidence, upon request, that he maintains a fully equipped service organization capable of furnishing adequate inspection and service to

the system. The Contractor shall maintain at his facility the necessary spare parts in the proper proportion as recommended by the manufacturer to maintain and service the equipment being supplied. 3.F

Except where specifically noted otherwise, all equipment supplied shall be the standard product of a single manufacturer of known reputation and experience in the industry. The Contractor shall have attended the manufacturer's installation and service school and upon request must show proof of attending such a school.

3.G

Installing contractor must have a service office within 50 miles of the site and be expected of providing service within a 24-hour period of time.

4 Scope of Work 4.A

All call to entire building.

4. B

Zoning of areas of the building with a minimum of three (3) zones for selective calling accessed by three (3) devices.

4.C

Provide services to all spaces that may be occupied to include but not be limited to classrooms, libraries, offices, kitchen, cafeteria, restrooms and outside of building.

4.D

Volume of announcements will be such to overcome the noise levels in the spaces.

4.E

A completed, tested, and approved system must be achieved by August 4, 2014.

4.F

Liquidated damages at $500.00 per day may be changed after August 4 2014 for each day until system is completed, tested and approved.

4.G

Furnish and install all materials, labor, equipment, permits, etc., to provide communications system as described herein and illustrated on the drawings for a complete operating system.

4.H

All manufactured articles, material, and equipment shall be applied, installed connected, erected, used, cleaned, adjusted, and conditioned as recommended by the manufacturers, or as indicated in their published literature, unless specifically herein specified to the contrary.

4.I

All work shall be performed by competent workmen and executed in a neat and workmanlike manner providing a thorough and complete installation. Work shall be properly protected during construction, including the shielding of soft or fragile materials. At completion, the installation shall be thoroughly cleaned and all tools, equipment, obstructions, or debris present as a result of this portion of work shall be removed from the premises.

4.J

Program the operational characteristics matching the operation described herein, adjusting for call routing, transfers, priorities, and volume levels.

4.K

Remove all wire device, etc., being abandoned due to relocation.

4.L

The Contractor shall provide a minimum of eight hours of in-service training with this system. These sessions shall be broken into segments, which will facilitate the training of individuals in the operation of this system. Operator Manuals and User Guides shall be provided at the time of this training.

5 Submittals 5.A

Submit the shop drawings, product data, and quality control submittals specified below at the same time as a package.

5.B

Shop Drawings: Composite wiring and/or schematic diagrams of the complete system as proposed to be installed. Drawing shall include relative position of all major components, typical connections, field components, accessories, and cable types.

5.C

Product Data: Include catalog cutsheets, manufacturer's default specifications and Users operation guide. Quality control shall include the following: 1. Submit the Name, address, and telephone number of the nearest fully equipped service organization. 2. Submit a certificate of completion of installation and service training from the system manufacturer.

5.D

Program the operational characteristics matching the operation described herein, adjusting for call routing, transfers, priorities, and volume levels.

5.E

Remove all existing wire, device, etc., being abandoned due to relocation.

5.F

The Contractor shall provide a minimum of eight hours of in-service training with this system. These sessions shall be broken into segments, which will facilitate the training of individuals in the operation of this system. Operator Manuals and User Guides shall be provided at the time of this training.

6 Acceptable Manufacturers 6.A

The system shall be manufactured by Telecor, Inc. or approved equal.

6.B

Manufacturer's names are listed herein to establish a standard. The products of other manufacturers will only be acceptable if approved by the Owner 10-days prior to the bid. The substitute material must be of a quality as good or better than the material specified, and will serve with equal efficiency and dependability, the purpose for which the items specified were intended.

6.C

Final approval of these alternates shall be determined at the time of completion. Failure to provide the "functional equivalent" shall result in the removal of the alternate system and installation of the specified system at the contractor's cost.

6.D

The intent is to establish a standard of quality, function and features. It is the responsibility of the bidder to insure that the proposed product meets or exceeds the intent of these specifications.

6.E

The functions and features specified are vital to the operation of this facility and therefore inclusion in the list of acceptable manufacturers does not release the contractor from compliance with the requirements of this specification.

7 Product Overview 7.A

Furnish and install all equipment, accessories, and materials in accordance with the specifications and drawings to provide a complete and operating Communication system as outlined below.

7.B

Following is an outline of the basic functions required, set as a minimum standard. These functions must be included in the bid. Any exceptions to these functions must be listed and submitted as part of the bid. If several manufacturers are required to provide these functions proof must be provided that they will function as one integrated system to the user.

7.C

Intercom Features/Public Address Features 1. Individual intercom circuit for every Classroom 2. Urgent Call Placement 3. Monitor Areas of the building during a crisis from the rescue team or on site security officer. 4. All Call announcements 5. Emergency Announcements 6. Automatic Page 7. Urgent Call-In Page 8. 32 Zones of Audio Program Distribution 9. 32 Zones of Paging 10. Monitor Areas of the building during a crisis from the rescue team or on site security. 11. Page areas of the building during a crisis from the rescue team or on site security officer. 12. Temporary Speaker Exclusion for Special Events 13. Complete System Programming and diagnostics from LAN, WAN or Internet

7.D

Time Control and Event Scheduler 1. 2. 3. 4. 5. 6.

16 Schedules of Class Change Signals 32 Zones of Class Change Signals 1536 Class Change Signal Events Weekly System Event Scheduler Analog or Digital Clock Correction and synchronization Supports Electronic Message Displays for Timekeeping, Count Up-down timers and full alphanumeric messaging 7. Automatic Daylight Savings Time Correction

8 Intercom/PA Features and Product Description 8.A

Supply and install a complete microprocessor based Public Address, Intercom, and 25volt speakers and horns.

8.B

The system shall consist of the Central Control Unit, Administrative Control Console(s), and Rack Equipment. All other necessary devices that are required by this specification to create a complete and operational system such as Staff Phones, Call Buttons, Speakers, Horns, Amplifiers, Program Sources and must be supplied under this contract.

8.C

The system shall be capable of multiple open voice intercom paths used for intercom, paging, program distribution, or emergency paging. The system shall be initially equipped with minimum of one intercom speech path.

8.D

Provide a separate circuit for each classroom and administrative office so each room can be individually addressed.

8.E

Corridor speakers, classrooms and outside horns shall be combined into groups of owner’s preference. There must be 32 independent software paging zones that each circuit may be a part of. Each individually point must also have the ability to be paged independent of the software zones.

8.F

The system shall have the ability to utilize VOIP technology in addition to the industry standard home-run wiring design. The VOIP technology will operate in the same manner as the conventional speakers. The system must be a hybrid system having the capability of using both traditional design and IP design wherever it is deemed necessary and practical by the owner. The VOIP technology must have the ability to Incorporate a call switch and must be capable of operating on the school's LAN network, if properly partitioned or a dedicated IP network. The system shall support VOIP technology in the following ways. 1. The ability to utilize an IP speaker that is directly connected anywhere on the LAN. 2. The ability to utilize an IP Amplifier which is designed to receive audio signals from the Telecor Communication System over an IP network. a. These amplifiers shall reside on a dedicated network or can be connected to available ports on a facilities LAN, if properly partitioned. This shall be used when transmitting audio signals to remote locations or where running a dedicated cable may be prohibitive or costly. b. Paging, Audio Programs and Time Tone Signals for class changes originating in the Telecor system can be selectively transmitted to individual amplifiers. c. The IP amplifier shall provide synchronization and correction of Telecor's Analog and Digital Clocks, as well as Telecor's Electronic Message Displays. The digital signaling that provides support for these devices originates in the Telecor Communication System and is broadcast over the LAN to the amplifiers

3. The ability to utilize an IP Termination Board Unit. This unit incorporates the features of the IP Amplifier plus allows the ability to allow 25 standard 25v intercom stations to be connected to the IP Unit. This will allow further flexibility in the wiring scheme while allowing two-way intercom over the LAN. 8.G

All VOIP station devices installed as part of this system shall operate on a properly partitioned area of the school's LAN. Partitioning the network will require coordination with the facility network administrator to ensure the use of proper network switches and/or routers and to create and manage network subnets.

8.H

The system must be able to support a Visual Console software application that allows for the operation of the Intercom/Paging System from a Windows based PC. This software package shall utilize an easy-to-use graphical user interface (GUI); allow routine call processing from classrooms, quick graphical access to paging, and program distribution. The software application shall also allow easy activation of class change schedules. Emergency operations shall be simplified through this software application by allowing stored audio files, alphanumeric messages to message displays to be activated from the GUI. The GUI shall allow common operations such as daily announcements to become automated with the use of the Visual Console, removing multi-step console set ups. While all operations are conducted from the PC screen, the Administrative Console or Telephone handset shall provide the means for originating voice communications to selected locations. The software must allow the creation of a Custom Operating Screen based on the floor plans of the school facility. Icons representing Intercom Stations, and Paging, Monitoring and Audio Program Zones shall be incorporated onto the floor plans. The Software GUI shall provide: • Simple Routine Call Processing • Emergency Functions • Paging • Program Distribution • Enabling and Disabling of Schedules • Customizable Page Elements • Customizable Operating Screen • Element Library for Emergency Event Icons The Visual Console must provide an efficient and reliable method of notifying the occupants of a facility of critical situations. A variety of emergency tone signals that reside within the Intercom/Paging System shall be activated by clicking on pre­ programmed buttons on the PC GUI screen, initiating the transmission of tone signals to speakers, alphanumeric messages to Electronic Message Displays.

8.I

The system specified is based on the Telecor XL system providing at least the following features and functions. It shall be installed and programmed by an authorized and certified Telecor dealer. The central control unit shall have the capacity for expanding the system to 300 stations and 4 Administrative Consoles with the addition of plug in modules, as required.

8.J

It shall be complete with circuitry for accomplishing all functions for signaling and communications to all stations, page zones, and administrative control consoles. The unit shall contain all required electronics on modular, plug-in type boards for ease of service and future expansion.

8.K

All programmable functions shall be stored in a non-volatile EEPROM memory and shall not be lost in event of a power failure.

8.L

Programming functions shall be accomplished through the use of a standard Internet web-browser interface. Any PC connected to the schools network and provided with the proper authorization shall have multi-level access to system programming. Any off-site PC shall have multi-level access to the system through the use of the public internet, provided they have been granted proper authorization by the school. The intercom system shall be connected to a (school provided) Ethernet network port using the TCP/IP protocol for PC programming, performing diagnostics, or logging transactions either on or off-site. The system shall support remote programming and support through a wide area network connection. The programming interface shall support configurations for multiple sites and allow the user, after logon, to select which site to program from a list of all sites. The user interface shall support user names and passwords. There shall be multiple levels of access allowed. Some users may only have view privileges only while others may only edit their site. The program shall also serve as part of the documentation process. Page Zones and bell schedules shall support user-definable names and display as pick lists when editing the configuration. Diagnostic functions shall be accomplished through any PC connected to the school network and provided with the proper authorization and diagnostic software. Any off­ site PC shall have access to the system for diagnostics through the use of the public internet, provided that they have been granted proper authorization and have been provided diagnostic software. Although the Intercom PA system is programmed through a PC interface, the system shall not have to rely upon a personal computer for day to day operation. All programming information is loaded into the intercom system allowing independent operation of the system. The final copy of the program and the configuration of data files shall be provided to the school in electronic format

8.M

The audio channel(s) shall be priority driven allowing for the highest priority signal type access to a voice channel. The system shall be user programmable to allocate, upon demand, either of the channel(s) to facilitate simultaneous intercom conversations, pages, program distributions, or combination thereof

8.N

Pre-announce tones will alert the classroom of incoming calls with distinct tones for each priority level. To prevent unauthorized monitoring, the tone will sound whenever the classroom is being monitored, and will repeat at regular intervals. Facilities shall also be provided to defeat the tone repeat function from the administrative console if it is not desired.

8.0

Provide automatic gain control on intercom speech to assure constant speech level.

8.P

System shall have the capabilities of interfacing with a local Gym or Auditorium Sound System, providing automatic bridging of the local system, whenever it is accessed from the console. The system shall automatically track the local system, controlling the audio program as programmed from the control console.

8.Q

System will provide emergency and All Call paging and a minimum of 32 zones of group paging. The paging zones shall be independent of the time tone and audio program distribution zones. Systems sharing zones for both paging and time tone shall not be acceptable.

8.R

32 different sections of the building can be monitored either on or off the premises from a control console or telephone.

8.S

Distribution of paging announcements can be made from any administrative control console, telephone, or dedicated microphone set-up.

8.T

Emergency announcements shall have the highest priority over any other system function.

8.U

System shall support general announcements made from a conventional microphone to facilitate reading a script and the participation of multiple announcers. Keying the microphone shall automatically mute all other audio programs at a lower priority in the system and transmit the microphone audio to All Rooms or specific speaker zones, as programmed into the system software.

8.V

The system must have the capability of distributing audio program sources from any administrative control console, telephone system phone or intercom system DTMF phone. Program distribution shall be accomplished on an all rooms basis, selected rooms basis or an individual room.

8.W

Inputs shall be provided from at least 3 different line level sources and 5 different low impedance sources. Available inputs include microphones, tuners, tape players, or auxiliary sources. The program source(s) can be located remotely from the central electronics so that the customer does not have to go to the communications closet to select the program. The control console shall be able to selectively monitor program sources being distributed.

8.X

Any area of the building shall be software programmable into 32 zones for easy selection of receiving audio programs. These zones shall be independent from the page and time tone zones. Individual rooms shall also be included or excluded independently from receiving audio programs.

8.Y

Systems whose only method of distributing an audio program is by the use of mechanical switch banks shall not be accepted.

8.Z

Systems, which cannot support the distribution of program material by at least two separate methods, will not be acceptable.

8.AA

The Central Control Unit shall provide a 0 dB signal for connections to an external amplifier for distribution of program audio, time signals and paging announcements.

8.BB

The system shall provide capability for multiple open voice intercom paths used for intercom, paging, program distribution, or emergency paging (Minimum of two).These paths shall be global, non-blocking circuitry. Systems offering multiple-speech paths, which are restricted to a single speech path per group of room stations or circuit card, due to hardware constraints, will not be accepted. The intercom channels shall be universal allocating channels on demand.

8.CC

The system shall support the automatic distribution of user programmable, class change time signals (Bell Schedule) to all selected areas: The system shall support a minimum of 1536 events and 16 schedules. Building time zones shall be used to select which areas receive the tone. They must be totally independent from page zones and program zones. Ability to produce 8 different tone signals for classroom time changes or emergency signals selected from a combination of over 1500 tones. All time signal programming shall be accomplished from a control console or a PC utilizing a standard web browser program. Facilities for displaying console clock in 24-hour or 12-hour format, selectable at the control console. The duration of the tone, as well as frequency, burst length and output level shall be software programmable from the console or a web browser. The system shall support running all time schedules concurrently. All system tones shall be user programmable for the following durations in seconds: 2, 3.5, 5, 6, 8, 10, and 12. The system shall provide the ability to have music on class change allowing any source to be distributed to specific program zones.

8.DD

The intercom channel(s) must be equipped with an auto call back function allowing callers to simply request call back in the event that a channel is busy alleviating the need to repeatedly call the system.

9 Telephony Features and Product Description 9.A

The system shall integrate to the facility phone system to allow any authorized telephone system extension to: l. Place intercom calls to any classroom or work area 2. Make paging announcements to any of the 32 zones 3. Initiate system tones to any area of the facility 4. Distribute programs to any zones and zone monitor any area of the building

9.B

The integration to the phone system will utilize unused CO ports from the KSU/PBX or VOIP Hybrid System. This system is described in another section of the project documents. Coordinate with the phone system vendor to ensure the availability of these ports. Up to 2 ports may be required.

10 Master Clock Features and Product Description 1O.A

1. The system shall provide for automatic clock correction for Daylight Savings Time, Spring Ahead/Fall Back. Daylight savings shall not require the use of any user input at the time of daylight savings.

lO.B

2. The master clock system shall support a minimum of 16 schedules and 1536 events as outlined in the Intercom/PA Features section.

lO.C

3. The display can be programmed to be part of the bell schedule of the school allowing the timer feature to be used for class change periods. The display can be used for visual confirmation of bell tone descriptions such as "End of Period 1","Start of Period 2" or any other customized information that can be schedule set. 4. The displays are hardware addressable and can be assigned to one of eight software "Message" Zones for the display of different messages in select areas of a facility. 5. In the event of an Emergency Call from a classroom, the origin of the Emergency Call is displayed on multiple Electronic Message Displays, giving the opportunity for school staff to respond more quickly. In addition, a console or room telephone has the ability to activate a specific message for display on a group of EMDs. This allows an emergency procedure such as school "lock down" to be activated from any telephone, quickly and efficiently.

11Administrative Telephones ll.A

The intercom/paging system control console shall be microcomputer based, desk top console, occupying no more than 75 sq. inches of desk space and weighing 2 lbs. It shallbe manufactured of high impact, molded plastic with a standard 12 button keypad. It shall be Model MCC-300.

ll.B

The console shall provide selected, two-way voice communications and signaling between the console and room stations as well as between other control consoles in the system. The console shall be equipped with a telephone handset with a retractable cord to allow private conversations. A built-in microphone and speaker shall provide for push-to-talk intercom conversations.

ll.C

Incoming calls shall be annunciated on a two line 20-character LCD backlit digital display by room number and priority level. The display shall be angle adjustable to ensure the clearest viewing of console information.

ll.D

All incoming calls shall be held in memory and displayed sorted by priority and order received. Each of the six levels of priority shall be displayed by a unique priority prefix and call-in tone. The console shall also have facilities for reviewing all incoming calls stored in memory

ll.E

The distribution of program material shall be controlled from the administrative control console, room selector switch or DTMF intercom handset. System shall support distribution to any of 31 distribution zones, individual rooms or combination thereof.

ll.F

Paging announcements shall be distributed from the control console on an Emergency All Call, All Call, All-Call multiple zone, or individual basis to classroom speakers. Any control console in the system shall have the ability to be designated as the "current console" and have the incoming calls from room stations, enunciate at that specific console. This function shall be programmed from the control console and shall allow for simple transfer of the "current console" assignment to any other console in the system.

ll.G

The console shall also provide the ability for the operator to place on hold, or clear any incoming calls registered in the system from the console keypad.

ll.H

Facilities for activating and controlling remote devices from the control console keypad. The system shall control the operation of external bells, utilizing the internal time clock within the system.

ll.I

Capabilities for user programming of alphanumeric architectural room numbers from the control console. The system shall be capable of using 2, 3, 4 digit number, or a letter (A = I) and a 3 digit number. The number for both the classroom speaker and the telephone shall be the same.

ll.J

The console shall retain the last room number dialed until another room number is dialed or previous call is cancelled.

ll.K

Ability to manually distribute tone signals on an all-call basis from the keypad of the Administrative Control Console cabinet.

ll.L

The console shall have the ability to program or change all of the operational characteristics of the Intercom/PA system.

12 Program Sources 12.A

Provide an AM/FM CD player, Telecor model T-CDP or approved equal. The unit shall be equipped with a LCD information display, front panel indicators and controls, clock, bass, treble, bass enhance, mute and digital signal processing. 1. The AM section shall be tuned over a range of 531 to 1602 KHz. The FM section shall be tuned over a range of 87.5 to 108.0 MHz. The unit shall be equipped to accommodate storage of up to 12 memory selections, six from each band. Storage can be manually accomplished or automatically performed by the unit based on the strongest signals. 2. The CD player shall provide utilize a sampling frequency of 44.1 KHz. The unit shall provide controls for play, stop, and fast forward, rewind, track forward, track reverse, pause and eject. The unit shall provide a preview function, which will play the first 10 seconds of each track on the CD. The unit shall allow for random track play mode by the push of a single button

13 Amplifiers 13.A

The power amplifiers shall be manufactured by Telecor. The system shall be sized at Y2 watt per classroom, 1 watt per corridor speaker, and 3.5 watts per horn. The amplifier load shall not exceed 80% capacity. The amplifiers shall be capable of producing an audio output of 60, 125 or 250 watts RMS at less than 1% distortion with a balanced output. They shall be designed to operate on a line voltage of 115 AC. One amplifier shall be provided for each audio channel.

14 Equipment Racking 14.A

The central electronics equipment shall be contained in an upright rack, Telecor model 242, 261 or 277 or approved equal. The rack must be sized by the contractor to house all components required by this specification plus 20% spare for additions.

The rack shall be 21.9" wide and 18.5'' deep. It shall be constructed of CRS, using 16 gauge materials for the top and bottom of the rack and 14 gauge materials for the sides. The rack shall be equipped with both front & rear mounting rails, punched on standard EIA centers. The rack shall be complete with a hinged, locking rear door. The rack shall be finished in Black Baked Enamel.

15 Speakers 15.A

The loudspeaker/transformer/baffle assembly shall be a Telecor model STB-11 or approved equal. It shall be used for flush mounting on ceilings. Furnish and install as indicated on the plans. 1. The loudspeaker size shall be 8 inches in diameter and have a power handling capacity of 15 watts. The voice coil shall be of high-temperature bonded construction, be one inch in diameter and have an impedance of 8 ohms. The speaker shall have a frequency range of at least 50 Hz to 15,000 Hz andan axial sensitivity of 91dB at 4ft, with a 1 watt input signal @1000Hz. 2. The loudspeaker shall be equipped with a factory wired 25/70 volt linematching transformer. The transformer shall have the primary taps at ¼ , ½ , 1 , 2 , and 4 watts. The insertion loss shall be no greater than 1.0 dB. The transformer shall be mounted to the speaker with the secondary leads soldered to the speaker terminals. 3. The assembly shall include a baffle constructed of 22 gauge, cold-rolled steel finished with a mar-resistant white, semi-gloss, epoxy coating. The baffle shall have a diameter of 13". The STB-11 shall mount to a T8 support bridge, used to attach the assembly to suspended ceilings. The support bridge will accept an enclosure; model H8, to provide a protective enclosure. The H8 enclosure shall attach to the support bridge with appropriate mounting screws.

Pt::nll g

\<\\CHtN

Il

CA f E 'l\:. \1-\

MUSIC

RooM

I R SNI 11\4

?t t:.RSON

lsr

ls-r

2.••D

-·- ·-

1s-r

2ND

I I

AIDs

K

:

?If-

--

j_

6

i

-·· '

I

UIZ1ER

PK.

j_

I

-·-··---·-1

LC 6G

BALL

I i

\f\IAU
t\ \lLIPPIE

KfuP

I

K

_......-·-··---i

I

j

MoRIART"'

---·-·-.,-----······

E. LE M E f\JT J\ 'k '-) G 'i IV\

\---urz.

U!3RARY SPCELH I OIT-10:

OF PICE

__

[.

!-- --' CoMr0TER

..

ART RoOM

·_.'---{

1'\NJ(J.,L

..--·-·-·-- -···-

........_,..

..,.' .... ...

lA'O

1'\fCH -

,.

,., .

.-,.. -·......

. I

-1

-- I .

..

--

---

kiN lOS

K

Jl

r

0

in-\

I, ,q- --l-·--··· eo

-

---- -

c

s i

OfFI(f

IEaJ <-1

----·- ·- , fz:L_

_

:

j

;

! MuN!\t..

[

i QLTFRMAN

L

""

R

J,i-tAL£

---

St\IJHL

I

. ·-··-····· -·---··-'

11-ID\'-.Al''i

Cf(IC.\<.

I

RESOlJt\C E

---------· Ot f l Cf

!

l

-

.

r\Jl

1

lI

viiODLE

i

C Ll [\IIC

C.-1-iOOL

,

.. !-l tv\S -·- ....

o ·t:r\Ct:5 -·- ...

··-· ··

ENCI:

:I

!

.. ; NL PRINCI?AL's(-­

DOM I OFF iC E: -·-·-· ---

i

3 D '

1

__

j

4w

t<.bbM .

1,

··--- 1 -- -·- - - ·-·

1 1----··-----·-----t-..----··--..---·· ------·------------·- ------ ------·-·--

;_j)Jl

D f F I CE:.S

·--_j . ._. _.. . ---· co r['R-

3 0

.

4d

)1.

.-·f·

-

· (Jc: -:-....,. . "

z

'-

r., t s-

0

y_

1

..c

.

v-... d:

-.,

'I".

.....\. ·!S'

j

v

_..

'· '·-'

"''

Q.

-1u:.

I 0• §9 I

1

·t!!

w

-;.t;

'r.

"' '(

?,

iS

-t'

J

;c;_. Q.

'(!>

('<.....

1

.....

:1i·

Q!.

f" '

..

..

"" c

[

<>

,;<;

"'3 .II;

1

....

... :s; il'> 1

I

I

..

.J

,.,. ":J

40

-·-·

.....--, ---:--

-- --...--- ---

rt ••

·!!'

,...

,_

j

1..

<..!l

w

to'

r,j

;c_<> 0

:i Q!.

<"

....."1

.c,

" ···-...@ ["'

A

o:

..... ..".. ""

;{;

.....

f

•.

f'

..,..

.,..,

...

.. -

-

f! €" -

b.

J

·z

,

...

0

..J

.s ;J..

.....

fo

0

iS

Q

.I'.

_j

( '3

"'

;;,

t"'

1

1 ..,. .3 c:d> ..

_f_ '"' · ... @ ,.-.<1'·-........'1--1 I•G"""" . ............ w..

r-

$.

.$

.) ll)

:t..a

1""1

'l

r.

:il

·£

1

@

.. ... .,.. 1J

i!

-

I 1 l

t

l -- -.lo.--L·,

41

---

.1

- -------- - -- - --- -

42

OFFICE OF THE SULLIVAN COUNTY PURCHASING AGENT PHONE 423/323-6400

3411 HIGHWAY 126 – SUITE 201 BLOUNTVILLE, TN 37617-0569

FAX 423/323-7249

ACTIVE TRADE REFERENCE (VENDOR) GUIDE To become an active trade reference (VENDOR) and/or to continue active status with Sullivan County Government, please sign and return pages # 1 and #8 of the General Procurement Terms and Conditions Form #GPTC1001-14. Any applicant wishing to become and/or remain an ACTIVE TRADE REFERENCE (VENDOR) with SULLIVAN COUNTY shall register with the Sullivan County Purchasing Agent’s Office. Each applicant shall sign and return the Registration and Acceptance portions of the GENERAL PROCUREMENT TERMS AND CONDITIONS FORM #GPTC1004-14. Please distinguish the commodities and/or services you are interested in providing from the enclosed NIGP Codes Listings and enter in the appropriate spaces (attach separate page if needed). Our procurement officers will link you to the appropriate codes for future procurement purposes. Once active trade reference status is established, it is the responsibility of each applicant/trade reference to update and communicate, in written form to the Sullivan County Purchasing Agent, any changes, additions, deletions or alterations to the information initially provided on the TRADE REFERENCE REGISTRATION FORM.

REGISTRATION NAME OF APPLICANT/TRADE REFERENCE ___________________________________________________ PHYSICAL ADDRESS ____________________________________________________________________ MAILING ADDRESS (If different from above) _________________________________________________ CITY ________________________________ STATE ________ ZIP ______________________________ CONTACT PERSON ____________________________________ TITLE____________________________ PHONE _____________________ FAX ______________________ eMAIL__________________________ LICENSE NUMBERS --- IF APPLICABLE SULLIVAN COUNTY _______________ STATE OF TENNESSEE __________________ TYPE OF BUSINESS: CORPORATION–PARTNERSHIP–OTHER ___________ YEARS IN BUSINESS________ COMMODITIES/SERVICES OFFERED BY APPLICANT ENTER NIGP CODES IN THIS SECTION ____________ ____________ ____________ ____________ ____________ ____________ ____________ ____________ ____________ ____________ ____________ ____________ (ATTACH ADDITIONAL OR DESCRIPTIVE INFORMATION ON A SEPARATE PAGE) SIGNATURE VERIFIES ACCEPTANCE OF ALL TERMS AND CONDITIONS SIGNATURE: ___________________________________________ DATE: _________________________ COMPLETE, SIGN AND RETURN PAGE 1--- FORM GPTC1004-14

1

GENERAL PROCUREMENT TERMS AND CONDITIONS FORM #GPTC1004-14 REQUIREMENTS

1. Any applicant wishing to be considered as an active trade reference for Sullivan County shall complete a “ACTIVE TRADE REGISTRATION FORM” and verify acceptance of the “GENERAL PROCUREMENT TERMS AND CONDITIONS” by signing, dating and submitting to the Sullivan County Purchasing Agent. If requested by the Sullivan County Purchasing Agent, applicant shall submit any information, including (but not limited to) portfolios of previous projects, bid bonds, performance/payment bonds, personal references listing, financial reports, certificates of insurance, copies of licenses/permits/certifications and/or any other significant data necessary to establish and/or maintain an active trade reference status. NOTE: It is the responsibility of each applicant/trade reference to update and communicate, in written form to the Sullivan County Purchasing Agent, any changes, additions, deletions or alterations to the information initially provided on the “Active Trade Registration Form”. 2. Any applicant who wishes to do business with Sullivan County shall agree to comply with the Sullivan County General Procurement Terms and Conditions listed herein and including all other related instructions, documents, data, etc. pertaining to the procurement of commodities and/or services. 3. All priced proposals, bids and/or priced quotes must be offered in strict conformance to all language, specifications, requirements, terms and conditions as solicited. Written priced proposals, bids and/or priced quotes must be presented in exact format as solicited. Written priced proposals, bids and/or priced quotes must be completed in totality and signed by an authorized agent of the responding trade reference. Any erasures, strike overs and/or changes to prices written in numerals shall be initialed by the representative of the responding trade reference. Failure to comply will be cause to disqualify award consideration. 4. All formal solicitations must be returned via mail, courier or in person on or before the opening day/time; telephone, fax or e-mail responses are not acceptable. Sullivan County is not responsible for delays by mail or courier. Late priced proposals, bids and/or priced quotes are not acceptable! Priced quotes solicited by fax, must be returned (by fax) to the appropriate procurement officer on the day/time designated. 5. The Sullivan County Purchasing Agent may conduct discussion with the responding trade reference for the purpose of facilitating an understanding of the information submitted. 6. The Sullivan County Purchasing Agent has the right to accept or reject any/all priced proposals, bids and/or priced quotes and to waive any informalities or irregularities and/or to reject a priced proposal, bid and/or priced quote from any responding trade reference who, in the judgment of the Sullivan County Purchasing Agent is not in a position to perform the services, and/or to reject a priced proposal, bid and/or priced quote based on unacceptable provisions of a responding trade reference. Sullivan County does not obligate itself to accept the lowest and/or any priced proposal, bid and/or priced quote. If all responses should be deemed unacceptable, the Sullivan County Purchasing Agent shall prepare a written determination outlining the nature of such rejection. 7. Priced proposals, bids and/or priced quotes may be submitted for all and/or part of the total quantities requested, unless otherwise noted in the priced proposals, bids and/or priced quotes. 8. Priced proposals, bids and/or priced quotes must be presented in the exact format as solicited and, if applicable, bear the handwritten signature of the responding firm’s authorized representative. Failure to submit priced proposals, bids and/or priced quotes which conforms to the specified content and format requirements will be sufficient cause to disqualify trade reference. If required by the Sullivan County Purchasing Agent, trade references shall furnish satisfactory evidence of their ability to furnish commodities/services in accordance to the specifications, terms or conditions of the priced proposals, bids and/or priced quotes and shall submit brochure-type information, actual product samples or any other instrument requested. Failure to comply with any requirement, material deficient responses and/or incomplete responses will be cause to disqualify award consideration. 9. Proposals which are solicited for the purposes of qualifying trade references to provide specific services and/or professional services shall be presented to the Sullivan County Purchasing Agent in the same methods as priced proposals, bids and/or priced quotes. A qualifying proposal is generally the first task of a multi-task solicitation, which requires certain data, enclosures and information for the purpose of identifying a trade reference’s ability to supply and perform services. Qualifying information requested and received by the Sullivan County Purchasing Agent will remain confidential until proposal has been

2

reviewed, determined compliant and recorded in written tabulation form. If directed by the Sullivan County Commission or any committee thereof, the Sullivan County Purchasing Agent will present the findings for discussion and/or recommendations, prior to proceeding to the next tasks (i.e. compliance, priced proposals, interviews, etc.) in the multi-task procurement processes. 10. The Sullivan County Purchasing Agent reserves the right to use all pertinent information (also learned from sources other than those disclosed in the priced proposal, bid and/or priced quote), that might affect Sullivan County’s judgment as to the appropriateness of an award to the best evaluated trade reference. The information may be appended to the priced proposal, bid and/or priced quote evaluation process results. Information on a trade reference from reliable sources (and not within the trade reference’s priced proposal, bid and/or priced quote) may also be noted and made part of the evaluation file. 11. Unless otherwise stated by the Sullivan County Purchasing Agent, no trade reference may withdraw any priced proposal, bid and/or priced quote within a period of sixty (60) days (or longer if specifically designated in the solicitation) after the day/time designated as the official deadline for accepting the priced proposal, bid and/or priced quote. 12. Priced proposals, bids and/or priced quotes shall be quoted FOB (delivered) Sullivan County locations, unless otherwise authorized by the Sullivan County Purchasing Agent. Additional charges for shipping, handling, freight, boxing, crating, drayage, etc. will not be acceptable, unless otherwise authorized by the Sullivan County Purchasing Agent. 13. It is the responsibility of each responding trade reference to ascertain that all requirements are satisfied and that all requests are presented and assembled in the format as solicited. It will be assumed that the trade reference has made investigations to be fully informed as to the extent and character of the requirements. If a trade reference is in doubt as to the true meaning of any part of the specifications, instructions, terms, conditions, drawings or other documents, he/she should request an interpretation from the Sullivan County Purchasing Agent. If the solicitation should require an addendum, the Sullivan County Purchasing Agent will forward same in writing to each trade reference to which solicitations were offered. 14. The successful trade reference pledges to Sullivan County that all commodities delivered and all services rendered shall conform to the proposal, specifications, drawings, instruments and descriptions furnished and/or incorporated by reference and will be of merchantable quality, good workmanship, free from defects and fit for the particular purpose purchased. The successful trade reference shall also extend all warranties to Sullivan County allowed under the U.C.C. and shall provide copies of such warranties to Sullivan County. Return of merchandise not meeting warranties shall be at the expense of the trade reference who originally supplied the commodities and/or services. 15. Warranty periods shall not commence until Sullivan County inspects and formally accepts the commodities and/or services. The terms, conditions and timing of acceptance shall be determined by the Sullivan County Purchasing Agent. Acceptance of commodities and/or services does not constitute a waiver of latent or hidden defects or defects not readily detectable. 16. Any statement or words (i.e. must, shall, will, etc) are declarative statements and trade reference must comply with this condition. Failure to comply will be cause to disqualify award consideration. 17. Any exceptions to the specifications in a solicitation must be offered in written form and entitled “exceptions”, or as specifically instructed in the solicitation. 18. Any alteration, erasure, addition to, or omission of the solicitation must be properly noted and initialed prior to the day/time the priced proposal, bid and/or priced quote is due. Failure to comply will be cause to disqualify award consideration. 19. Unless qualified by the provision “no substitute”, the use of the name of a manufacturer, brand, make or catalog description in specifying an item does not restrict trade references to that manufacturer, brand, make or catalog designation identification. This is used simply to indicate the character, quality and/or performance equivalence of the commodity desired, but the commodity on which priced proposals, bids and/or priced quotes are submitted must be of such character, quality and/or performance equivalence that it will serve the purpose for which it is to be used equally, as well as that specified. In submitting a priced proposal, bid and/or priced quote on a commodity other than as specified, trade reference shall furnish complete data and identification with respect to the substitute commodity he proposes to furnish. Consideration will be given to substitute commodities, if such action is deemed to serve the best interest of Sullivan County. If a trade reference does not indicate that the commodity he proposed to furnish is other than as specified, it will be construed to mean that the trade reference proposes to furnish the exact commodity as described.

3

20. Where “no substitute” is stated in the solicitation, alternate brands/models will not be considered in the award process, unless otherwise prior approved by the user department(s) and authorized by the Sullivan County Purchasing Agent. Commodities identified as “no substitutes” are products that have been tested and justified to be superior in quality, workmanship and performance, based on the needs of Sullivan County user departments. It is at the sole discretion of any trade reference to offer free product samples to be tested and evaluated by the appropriate user department, to determine if an alternate brand/model meets or exceeds the specification criteria of a “no substitute” commodity. An alternate brand/model offered in a priced proposal, bid and/or priced quote identified as a “no substitute” commodity, that has not been offered for testing and evaluation prior to the solicitation deadline, will be cause to disqualify award consideration. 21. When alternate priced proposals, bids and/or priced quotes reveal more economical services, supplies or materials than those specified, the Sullivan County Purchasing Agent has the right to re-solicit in open market with modified specifications. 22. Prices must be offered per unit, by line item (when applicable) and extended based on the total quantities requested. When pricing is requested in form of specific case quantity, or in hundredsthousands, it is the responsibility of the trade reference to offer pricing accordingly. Failure to extend the pricing in conformance to our solicitation will be cause to disqualify award consideration. In the event of a disparity between the unit and extended prices, the unit price shall prevail. 23. All prices, notations and/or corrections shall be written in ink and/or typed. Corrections made in any written priced proposal, bid and/or priced quote document must be initialed in ink by the individual signing same. Prior to the opening day/time, trade references can make price corrections on the outside of the envelope (if applicable) containing their written priced proposals, bids and/or priced quotes. Such price corrections will be read aloud by the Sullivan County Purchasing Agent during the public opening and recorded by the appropriate procurement officer for public record. 24. Prices shall be extended in decimals, not fractions. Prices must include all transportation and delivery charges fully prepaid by the trade reference to the Sullivan County destination specified in the priced proposals, bids and/or priced quotes, unless otherwise authorized by the Sullivan County Purchasing Agent. 25. Sullivan County is a government municipality within the State of Tennessee and is exempt from local, state and federal excise, transportation, sales and/or use tax for goods and services purchased for the exclusive use by its departments. The Sullivan County Purchasing Agent will furnish the successful trade reference with a properly executed exemption certificate. In certain circumstances where the Federal Identification Number is required, the Sullivan County Purchasing Agent will authorize same on a valid request form. 26. In the event cash discounts are offered by the trade reference, the discount date shall begin with the date of the invoice or the date of receipt of delivery of all commodities indicated on the purchase order/contract (whichever is the later date). If advantageous to Sullivan County, the Sullivan County Purchasing Agent will consider cash discounts during the evaluation process and award. 27. Tennessee Code Annotated allows cooperative purchasing between government entities within the State of Tennessee. Upon request from another government entity within the State of Tennessee, it will be at the discretion of the responding trade reference to offer identical commodities/services to such entities for the same costs offered to Sullivan County. 28. As approved by the governing board of Sullivan County, the Sullivan County Purchasing Agent enforces a compulsory “Procurement/Credit Card Policy” to any Sullivan County official and/or employee authorized to exploit any form of credit card transactions. The Policy requires the Sullivan County Purchasing Agent to determine the needs for credit, to approve any/all types of allowable credit, to establish credit limits, to maintain an active file of users and signed “Agreements” from authorized officials and/or employees and to execute any/all additions, deletions, changes or cancellations regarding credit card usages. Trade reference is responsible for verifying that any County official and/or employee who charges commodities and/or services have been prior authorized by the Sullivan County Purchasing Agent. Payments for any commodities and/or services charged by an official and/or employee who have not been pre-authorized, will be the sole responsibility of the trade reference allowing the transactions. It is understood that a trade reference cannot create a credit card account for any official, employee, department and/or office of Sullivan County without prior approval from the Sullivan County Purchasing Agent. The initiation and/or issuance of credit card accounts, without authorization from the Sullivan County Purchasing Agent, will not be tolerated! a. GENERAL PROCUREMENT The Sullivan County Purchasing Agent allows general procurement by credit cards for certain commodities and/or services, if same is advantageous and/or cost effective to Sullivan County.

4

Certain procurement officers selected by and working directly under the supervision of the Sullivan County Purchasing Agent who are familiar with the rules, regulations and policies are authorized to use credit cards for specific procurement transactions. b. TRAVEL The Sullivan County Purchasing Agent has established a Global Credit Card account to be used in concurrence with all travel related events. Selected officials and/or employees have been issued individual credit cards in their names, under our major billing account. These credit cards are not approved for general procurement. c. FLEET FUEL The Sullivan County Purchasing Agent has established a Fleet Fuel Credit Card account to be used in concurrence with fleet fuel purchases. Selected officials and/or employees have been issued individual fleet fuel cards in their names, under our major billing account. Fleet fuel cards are only approved for fuel purchases. d. OTHER CREDIT CARD PROCUREMENT The Sullivan County Purchasing Agent must pre-approve any/all procurement/credit cards offered by a trade reference for business purposes. Any trade reference who is interested in offering credit card merchant services to Sullivan County, must contact the Sullivan County Purchasing Agent and schedule an appointment to confer and corroborate all issues, terms and conditions, rules and regulations of Sullivan County’s procurement/credit card policy. If trade reference administers credit card services without prior approval from the Sullivan County Purchasing Agent, trade reference is subject to removal from active status and denial of future procurement transactions with Sullivan County government. 29. A trade reference agrees to defend and save Sullivan County from and against all demands, claims, suits, costs, expenses, damages, and judgments based upon infringement of any patents relating to goods specified, or the ordinary use or operation of such goods by the county, or use or operation of such goods in accordance with trade reference’s instructions. 30. Purchase orders and/or contracts will be made or entered into with the lowest, responsible, compliant trade reference meeting specifications for the particular grade or class of material, work, or service desired in the best interest and advantage to Sullivan County. Responsible trade references are defined as a trade references whose reputations, past performances, and business and financial capabilities are such that they would be judged by the Sullivan County Purchasing Agent to be capable of satisfying Sullivan County’s needs for a specific purchase order and/or contract. 31. Sullivan County reserves the right to determine the award of a purchase order and/or contract either on the basis of the individual items or on the basis of all items included in the priced proposals, bids and/or priced quotes, unless otherwise expressly provided in the priced proposals, bids and/or priced quotes. Sullivan County reserves the right to accept any item or group of items of any kind and to modify or cancel in whole or in part. 32. By submission of a signed priced proposal, bid and/or priced quote, the trade reference certifies total compliance with Title VI and Title VII of the Civil Rights Act of 1964, as amended, and all regulations promulgated there under. 33. It is the policy of Sullivan County that all its services and activities be administered in conformance with the requirements of Title VI of the Civil Rights Act. “Nondiscrimination in Federally Assisted Programs” – “No person in the United States shall, on the grounds of race, color or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance.” 42 U.S.C. Section 2000 et seq. 34. A trade reference agrees that no person on the grounds of handicap, age, race, color, religion, sex or national origin, shall be excluded from participation in, or be denied benefits of, or otherwise subjected to discrimination in the performance of any services rendered to Sullivan County or in the employment practices of the Trade Reference. 35. A trade reference covenants that it has no public or private interest and shall not acquire directly or indirectly any interest that would conflict in any manner with the provision of its commodities or performance of its services. 36. Any remedies in a priced proposal, bid and/or priced quote, including conformity, license agreement, terms, conditions, literature, etc. that may be considered an agreement to waive the legal rights of the citizens of Sullivan County, will be cause to reject a priced proposal, bid and/or priced quote. 37. Failure of Sullivan County to enumerate any Federal, State or County regulation in a solicitation, is not cause for trade reference to exclude same.

5

38. A trade reference is assumed to be familiar with and agrees to observe and comply with all federal, state and local laws, statutes, ordinances and regulations in any manner affecting the provision of commodities and/or services and shall obtain all necessary permits, licenses, certifications and/or instruments required. 39. All specifications requested and/or solicited for priced proposals, bids and/or priced quotes are minimum standards. Acceptance of samples does not supersede specifications for quality, unless sample is superior. 40. Samples (when required) must be submitted in accordance to instructions. If requested by the Sullivan County Purchasing Agent, samples (accompanied by descriptive data) shall be delivered within a specific time following the request and must be furnished free of charge. Failure to comply will be cause to disqualify award consideration. 41. When the solicitation indicates that an item to be purchased is to be equivalent to a specific product, said product and/or its specifications will be available for viewing. Failure on the part of a trade reference to examine product and/or its specifications shall not entitle trade reference to any relief from the conditions imposed in the priced proposal, bid and/or priced quote. 42. If successful trade reference fails to perform or comply with any provision of any terms, conditions, documents referenced and made part of a purchase order and/or contract award, the Sullivan County Purchasing Agent may terminate the purchase order and/or contract, in whole or in part and may consider such failure or noncompliance as a breach of contract. Sullivan County reserves the right to purchase its requirements elsewhere, with or without competitive priced proposals, bids and/or priced quotes.

PROCUREMENT LIMITS

43. When the amount of the purchase request is estimated under $500 per requisition, the procurement officers shall secure pricing and availability from an active trade reference who can supply the commodity and/or service requested (such purchases do not require competitive pricing). If prior authorization is granted by the Sullivan County Purchasing Agent, procurement officers may issue purchase order number confirmations to user departments, via telephone, for the purpose of picking up commodities at the trade references’ places of business. 44. When the amount of the purchase request is estimated between $500 - $4999, the procurement officers shall secure pricing and availability in open market from a minimum of three (3) trade references (if available) either by phone, fax and/or e-mail quotations. A written tabulation of priced quotes is prepared by the appropriate procurement officer and filed for public record. 45. When the amount of the purchase request is estimated at $5000 and above, the procurement officers shall secure pricing and availability in open market from a minimum of three (3) trade references (if available) by soliciting a formal Request for Proposal and/or Bid Document. Newspaper advertisement is required. All Requests for Proposals and/or Bid Solicitations will be publicly opened on the day and time specified. Late RFPs and/or Bids are not acceptable! The public is encouraged to attend the openings. All documentation and tabulations will be available for public review after the solicitation information and prices have been evaluated and recorded. 46. When sole source purchases, emergency purchases and/or other exceptions to the procurement limits are applicable; same will be defined in each appropriate file for public record.

AWARD

47. Award will be made to the lowest responsible qualified trade reference. The quality of the articles to be supplied, their conformity with the specifications, their suitability to the requirements of Sullivan County and the delivery terms will be taken into consideration in making the award. 48. The Sullivan County Purchasing Agent reserves the right to award by item (or part thereof), group of items (or parts thereof), or all items of the priced proposals, bids and/or priced quotes. The Sullivan County Purchasing Agent may award purchase orders and/or contracts to one or more trade references; to reject any and all priced proposals, bids and/or priced quotes in whole or in part; to waive technical defects, irregularities and omissions if in the best interest of Sullivan County. 49. The Sullivan County Purchasing Agent reserves the right to make awards within sixty (60) calendar days (or longer if designated in the solicitation) from the priced proposals, bids and/or priced quotes opening dates, unless otherwise authorized by the Sullivan County Purchasing Agent.

6

50. If an award, in whole or in part, is delayed beyond a period of sixty (60) days (or longer if designated in the solicitation); such award shall be conditioned upon trade reference’s acceptance. 51. The successful trade reference shall not subcontract any portion of the award of a purchase order and/or contract, unless otherwise authorized by the Sullivan County Purchasing Agent.

DELIVERY

52. It shall be understood and agreed that any and all commodities and/or services offered to Sullivan County shall fully comply with all local, state and federal rules and regulations. 53. All commodities delivered will be new equipment/latest model, new materials and/or new supplies, except as otherwise specifically stated in the solicitation. Where any part of nominal appurtenances of equipment is not described, it shall be understood that all equipment and appurtenances which are usually provided in the manufacturer’s stock model shall be furnished. Reconditioned equipment, materials and/or supplies are not acceptable, unless otherwise authorized by the Sullivan County Purchasing Agent. 54. Delivery must be in accordance with the priced proposals, bids and/or priced quotes. If no specific delivery instructions are presented, it will be interpreted to mean prompt delivery. The decision of the Sullivan County Purchasing Agent as to reasonable compliance with delivery terms shall be final. Burden of proof of delay in receipt of order shall rest with the trade reference. 55. Any request for extension of time of delivery from that specified must be approved by the Sullivan County Purchasing Agent; such extension will be applicable to only the particular commodity that is delayed because of unexpected circumstances. 56. Commodities shall be securely and properly packed for shipment, according to accepted standard commercial practice. The containers will remain the property of Sullivan County unless otherwise stated in the solicitation and/or otherwise approved by the Sullivan County Purchasing Agent. 57. Deliveries are subject to recounting by our Central Receiving Department. If discrepancies exist, the trade reference will be notified. Backorders or re-shipment of defective commodities will be noted in writing. Payment will be made only after all items have been received, unless otherwise authorized by the Sullivan County Purchasing Agent. A written revision to the purchase order and/or contract will be processed by the appropriate procurement officer, indicating any/all changes. 58. The time anticipated by trade references for delivery of the items requested must be definitely stated in the priced proposals, bids and/or priced quotes. When time is critical to the award of a commodity and/or service, delivery/performance time may be a factor in determining such award, price notwithstanding. 59. Default by the trade reference concerning delivery as promised is subject to the following: the Sullivan County Purchasing Agent has the right to cancel and repurchase from another source due to nondelivery as promised, and may recover the excess costs by (a) deduction from an unpaid balance due (b) collection against the priced proposal, bid and/or priced quote or performance bond (c) combination of the aforementioned remedies or other remedies provided by law (d) open market purchasing and charging the trade reference the difference in his costs and another source’s costs.

PAYMENT

60. Payment will be made only after the delivery and acceptance of all items, unless partial payments have been otherwise authorized by the Sullivan County Purchasing Agent. Payment will be made only after the presentation of all applicable invoices. All invoices shall be addressed to the accounting department address shown on the purchase order and must clearly indicate the purchase order number on all invoices. Invoices should be mailed in duplicate. 61. Payment for all delivered and accepted commodities/services shall be made to the trade reference in a timely manner, after the receipt of a correct invoice/statement. Where there is a question of nonperformance involved, payment will be withheld. In the event cash discount is involved, the withholding of payment as provided herein shall not deprive Sullivan County from taking such a discount. 62. Payment for partial deliveries and/or services will only be considered if delivery circumstances are beyond the control of the trade reference and/or if prior authorization has been given by the Sullivan County Purchasing Agent. 63. Partial payments for contracts and services that are awarded on a timed-payment schedule will be made in accordance to the award, as authorized by the Sullivan County Purchasing Agent. Payments will be

7

authorized only upon receipt of authorized documents reflecting appropriate payments for services rendered.

TRADE REFERENCE GUARANTEE

64. Acceptance of a purchase order and/or contract by a trade reference guarantees that said trade reference will perform services, supply commodities, etc. in accordance to the specifications, terms and conditions under which it was awarded and within the delivery time specified. 65. A trade reference who accepts a purchase order confirmation and/or contract award guarantees his services/commodities against defective material or workmanship and agrees to repair and/or replace (at the discretion of the Sullivan County Purchasing Agent) any damage or marring occasioned in transit. 66. A trade reference guarantees to furnish adequate protection from damage for all work or workmanship and to repair damages of any kind, for which its workmen are responsible, to the premises or equipment, to its own work or to the work of other trade references. 67. Whenever a delivery is rejected due to non-compliance of the terms and conditions of the services, commodities, etc. the trade reference shall be notified by the Sullivan County Purchasing Agent with reason(s) for such rejection. All rejected deliveries due to the fault of the trade reference shall be held at the trade reference’s risk and same shall bear the expense of removal. 68. Changes in or cancellations to a purchase order and/or contract will not be acceptable unless otherwise authorized by the Sullivan County Purchasing Agent. Any/all changes to a purchase order and/or contract (description, pricing, terms, language, etc) will be recognized by a signed and printed “revision” and filed for public record.

69.

TRADE REFERENCE EXPENSES

No fees are applicable to becoming an active trade reference in Sullivan County.

70. Sullivan County accepts no responsibility, whatsoever, for any expenses incurred in the preparation and/or presentation of any priced proposal, bid and/or priced quote. Such expenses are the sole responsibility of the trade reference offering commodities and/or services for award consideration. 71. Sullivan County accepts no responsibility, whatsoever, for any payments of credit card charges made by an unauthorized Sullivan County official and/or employee. (REFER TO SECTION 28 FOR EXPLANATION)

INAPPROPRIATION OF FUNDS

72. Sullivan County can only obligate funds during its current operating year. Funds are appropriated on a fiscal year basis; July 1st through June 30th. If a purchase order and/or contract is awarded on a multi-term basis (up to 60 months), the Sullivan County Purchasing Agent will renew at the beginning of each fiscal year, obligating only the 12 months of that current operating year. If funds are legally exhausted due to circumstances beyond Sullivan County’s control and cannot be obligated past the current fiscal year, the Sullivan County Purchasing Agent has the right to terminate, upon the expenditure of previously appropriated funds or at the end of the current fiscal year (whichever occurs first), with no further obligation owed to and/or by either party and without penalty to either party. 73. In the event that funds are not appropriated for commodities and/or services in any fiscal year and/or insufficient funds exist for the purchase of commodities and/or services, the trade reference accepts that any existing purchase order and/or contract shall expire upon the expenditure of previously appropriated funds or at the end of the current fiscal year (whichever occurs first), with no further obligation owed to and/or by either party and without penalty to either party.

ACCEPTANCE OF TERMS AND CONDITIONS

SIGNATURE AUTHORIZATION IS CONFIRMATION THAT APPLICANT/TRADE REFERENCE UNDERSTANDS AND ACCEPTS ALL GENERAL TERMS AND CONDITIONS GOVERNING SULLIVAN COUNTY PROCUREMENT PROCESSES AND PLEDGES TO CONDUCT BUSINESS IN ACCORDANCE TO ALL PROPOSALS, SPECIFICATIONS, DRAWINGS, INSTRUMENTS AND DESCRIPTIONS FURNISHED AND/OR INCORPORATED BY REFERENCE TO ALL PRICED PROPOSALS, QUALIFYING PROPOSALS, BIDS AND/OR PRICED QUOTES.

NAME OF TRADE REFERENCE (VENDOR): ___________________________________

SIGNATURE: _____________________________________ DATE: ______________ COMPLETE, SIGN AND RETURN PAGE 8 --- FORM GPTC1004-14

8

NATIONAL INSTITUTE OF GOVERNMENTAL PURCHASING CODES

COMMODITIES NIGP CODE

DESCRIPTION

020 025 040 045 050 805

AGRICULTURAL EQUIPMENT, IMPLEMENTS & ACCESSORIES AIR COMPRESSORS & ACCESSORIES ANIMAL / VETERINARY EQUIPMENT & SUPPLIES APPLIANCE & EQUIPMENT, HOUSEHOLD ART & CRAFT SUPPLIES AND EQUIPMENT (EXCLUDING PAPER) ATHLETIC & SPORTING GOODS EQUIPMENT AND SUPPLIES

052

AUDIO VISUAL EQUIPMENT & SUPPLIES

710

AUDITORY TESTING EQUIPMENT, ELECTRONIC READING DEVICES, HEARING AIDS, ETC.

055 060 075 085 110 120 135 150 155 165 175 195 200 725 100 225 210 204 260 285 287 295 345 305 320 330 340 350 375 380 385 395 405 420 425 430 690 435 440 470

AUTOMOTIVE ACCESSORIES (AUTOS, BUSES, TRUCKS, ETC) AUTOMOTIVE MAINTENANCE ITEMS (REPAIR AND REPLACEMENT PARTS) AUTOMOTIVE SHOP EQUIPMENT AND SUPPLIES BAGS, BAGGING, TIES AND EROSION CONTROL EQUIPMENT BELTS & BELTING: CONVEYOR, ELEVATOR, POWER TRANSMISSION, V-BELTS BOATS / MOTORS BRICKS & OTHER CLAY PRODUCTS BUILDING SUPPLIES AND MATERIALS BUILDINGS & STRUCTURES, FABRICATED & PREFABRICATED CAFETERIA / KITCHEN / REFRIGERATION EQUIPMENT & SUPPLIES - COMMERCIAL CHEMICAL LAB EQUIPMENT & SUPPLIES CLOCKS, TIMERS, WATCHES, ETC. CLOTHING / APPAREL / SHOES & BOOTS / ACCESSORIES COMMUNICATION (TELEPHONE, RADIO, PAGING) EQUIPMENT AND ACCESSORIES CONTAINERS / STORAGE (TOTES, BARRELS, DRUMS, ETC.) COOLERS, DRINKING WATER (WATER FOUNTAINS) CULVERTS, PILINGS, GUARDRAILS, SEPTIC TANKS, ACCESSORIES AND SUPPLIES DATA PROCESSING (INCLUDING COMPUTER HARDWARE, COMPUTER SOFTWARE, AND ACCESSORIES) DENTAL EQUIPMENT & SUPPLIES ELECTRICAL EQUIPMENT AND SUPPLIES ELECTRONIC COMPONENTS, REPLACEMENT PARTS / ACCESS. & MISC ELECTRONIC EQUIPMENT ELEVATORS AND ESCALATORS, BUILDING TYPE EMERGENCY AND SAFETY EQUIPMENT AND SUPPLIES ENGINEERING EQUIPMENT, SURVEYING EQUIPMENT, DRAWING INSTRUMENTS & SUPPLIES FASTENING, PACKAGING, STRIPPING, TYING EQUIPMENT & SUPPLIES FENCING FIRE PROTECTION EQUIPMENT & SUPPLIES FLAGS, FLAG POLES, BANNERS AND ACCESSORIES FOODS: BAKERY PRODUCTS (FRESH) FOODS: DAIRY PRODUCTS (FRESH) FOODS: GROCERY FORMS (PRE-PRINTED) FUEL PRODUCTS FURNITURE: CAFETERIA, DORM, HEALTHCARE, HOSPITAL, HOUSEHOLD, LIBRARY, LOUNGE, SCHOOL FURNITURE: OFFICE GASES, CONTAINERS, EQUIPMENT: LABORATORY, MEDICAL & WELDING GENERATORS, ACCESSORIES AND SUPPLIES GERMICIDES, CLEANERS & RELATED SANITATION PRODUCTS FOR HEALTH CARE PERSONNEL GLASS AND GLAZING SUPPLIES HANDICAP EQUIPMENT & SUPPLIES: MOBILITY, SPEECH IMPAIRED, RESTRAINT

450

HARDWARE AND RELATED ITEMS

681 031 080

HOMELAND SECURITY EQUIPMENT AND SUPPLIES HVAC EQUIPMENT AND SUPPLIES (HEATING, VENTILATION AND AIR CONDITIONING) IDENTIFICATION MATERIALS (BADGES, NAME TAGS, ETC.)

Page 1 of 4

485 490 790 500 515 525 465 570 578 560 580 600 605 625 630 645 652 404 269 655 640 650 670 675 680 691 700 715 720 575 745 760 770

JANITORIAL/ CLEANING PRODUCTS AND EQUIPMENT (INCLUDING RAGS, TOILET PAPER/TOWELS) LABORATORY EQUIPMENT & ACCESSORIES (GENERAL ANALYTICAL/RESEARCH USE) LANDSCAPING MATERIALS (SEED, SOD, SOIL, FERTILIZER, ETC) LAUNDRY AND DRY CLEANING EQUIPMENT, ACCESSORIES, PARTS / SUPPLIES COMMERCIAL LAWN MAINTENANCE EQUIPMENT, ACCESSORIES AND PARTS LIBRARY AND ARCHIVAL EQUIPMENT, MACHINES AND SUPPLIES MEDICAL SUPPLIES AND EQUIPMENT METALS: BARS, PLATES, RODS, SHEETS, STRIPS, STRUCTURAL SHAPES, TUBING, ETC. MISCELLANEOUS PRODUCTS (NOT OTHERWISE CATEGORIZED) MOVING AND STORAGE EQUIPMENT AND ALLIED ITEMS MUSICAL INSTRUMENTS, ACCESSORIES AND SUPPLIES OFFICE MACHINES, EQUIPMENT AND ACCESSORIES OFFICE SUPPLIES OPTICAL EQUIPMENT, ACCESSORIES & SUPPLIES PAINT, PROTECTIVE COATINGS, VARNISH, WALLPAPER AND RELATED PRODUCTS PAPER (FOR OFFICE, PRINT SHOP AND CLASSROOM) PERSONAL HYGIENE AND GROOMING EQUIPMENT & SUPPLIES PETROLEUM PRODUCTS (EXCEPT FUEL) PHARMACEUTICALS, VACCINES, DRUGS PHOTOGRAPHIC EQUIPMENT AND SUPPLIES PLASTIC PRODUCTS PLAYGROUND, RECREATIONAL AREA AND SWIMMING POOL EQUIPMENT PLUMBING EQUIPMENT, FIXTURES AND SUPPLIES POISONS: AGRICULTURAL AND INDUSTRIAL POLICE EQUIPMENT AND SUPPLIES POWER TRANSMISSION EQUIPMENT - ELECTRICAL, MECHANICAL, AIR & HYDRAULIC PRINTING EQUIPMENT AND SUPPLIES (EXCEPT PAPER) PUBLICATIONS, TEXTBOOKS, ETC. (PREPARED MATERIALS ONLY) PUMPING EQUIPMENT AND ACCESSORIES RECORDS MANAGEMENT SYSTEMS / ELECTRONIC (MICROFILM, SCANNING, DIGITAL, ETC) ROAD AND HIGHWAY BUILDING MATERIALS ETC.. ROAD & HIGHWAY EQUIPMENT: EARTH HANDLING HANDLING,, GRADING, MOVING, PACKING, ETC ROOFING / GUTTERING SUPPLIES

775 780 785 786 545 801 884 803 830 840 845 850 855 863 445 550 556 557 265 070 885 895 870

SALT (SODIUM CHLORIDE) AND CALCIUM CHLORIDE SCALES AND WEIGHING APPARATUS SCHOOL EQUIPMENT AND SUPPLIES (LOCKERS, STUDENT DESKS, ETC.) SECURITY AND SURVEILLANCE EQUIPMENT AND SUPPLIES SHOP MACHINERY AND EQUIPMENT SIGNS, SIGN MATERIALS, SIGN MAKING EQUIPMENT AND RELATED SUPPLIES SOLID WASTE DISPOSAL EQUIPMENT AND SUPPLIES SOUND SYSTEMS, COMPONENTS & ACCESSORIES: GROUP INTERCOM, MUSIC, PUBLIC ADDRESS TANKS (METAL, FUEL, & SYNTHETIC): MOBILE, PORTABLE, STATIONARY, UNDERGROUND TELECOMMUNICATIONS EQUIPMENT AND ACCESSORIES (TV, VCR, DVD, ETC) TESTING APPARATUS AND INSTRUMENTS (NOT FOR ELECTRICAL OR ELECTRONIC MEASURING) TEXTILES, FIBERS, HOUSEHOLD LINENS AND PIECE GOODS THEATRICAL EQUIPMENT AND SUPPLIES TIRES AND TUBES TOOLS & SUPPLIES (HAND, POWER, INDUSTRIAL, ETC) TRAFFIC CONTROL DEVICES (LIGHTS, MARKERS, SIGNS, ETC) TRANSPORTATION EQUIPMENT & SUPPLIES (BUS, TAXI, ETC) UNIFORMS (EMPLOYEE) UPHOLSTERY MATERIAL (INCLUDING AUTOMOBILE) VEHICLES / RELATED TRANSPORTATION EQUIPMENT WATER AND WASTEWATER TREATING CHEMICALS AND EQUIPMENT WELDING EQUIPMENT AND SUPPLIES WINDOW COVERINGS / SHADES / BLINDS AND AWNINGS

Page 2 of 4

NATIONAL INSTITUTE OF GOVERNMENTAL PURCHASING CODES

SERVICES NIGP CODE

DESCRIPTION

906

ARCHITECTURAL SERVICES

909

BUILDING CONSTRUCTION SERVICES, NEW

911 910 931 992 912 913 915 918 901 920 924 925 926 946 981 988 929 938 952 936 953 954 956 904 959 948 985 964 934 966

BUILDING DEMOLITION BUILDING MAINTENANCE AND REPAIR SERVICES CAFETERIA EQUIPMENT MAINTENANCE AND REPAIR, RENTAL, LEASE CALIBRATION AND EQUIPMENT TESTING SERVICES CONSTRUCTION SERVICES, GENERAL CONSTRUCTION SERVICES, HEAVY COMMUNICATIONS (INTERNET, WEB SITES, CABLE, TELEPHONE, PAGERS, RADIOS) CONSULTING SERVICES COUNTY COMMISSIONERS AND OTHER GOVERNING BOARDS DATA PROCESSING SERVICES (INCLUDING SOFTWARE DESIGN), MAINTENANCE, RENTAL,LEASE EDUCATIONAL SERVICES (INCLUDING TRAINING, HONORARIUM, ETC.) ENGINEERING SERVICES ENVIRONMENTAL AND ECOLOGICAL SERVICES FINANCIAL SERVICES GENERAL EQUIPMENT MAINTENANCE AND REPAIR, RENTAL, LEASE GROUNDS, RECREATIONAL AND PARK AREA SERVICES HEAVY EQUIPMENT MAINTENANCE AND REPAIR, RENTAL, LEASE HOSPITAL, LABORATORY AND TESTING EQUIPMENT MAINTENANCE AND REPAIR HUMAN SERVICES HVAC AND POWER GENERATION EQUIPMENT MAINTENANCE AND REPAIR INSURANCE, ALL TYPES (INCLUDING EMPLOYEE BENEFITS) JANITORIAL SERVICES LIBRARY SERVICES MAILING, SHIPPING AND COURIER SERVICES MARINE EQUIPMENT MAINTENANCE AND REPAIR; RELATED MARINE SERVICES MEDICAL, DENTAL, PHARMACY AND RELATED SERVICES OFFICE, PHOTOGRAPHIC AND PRINTING EQUIPMENT RENTAL, LEASE AND MAINTENANCE PERSONNEL, TEMPORARY (EMPLOYMENT AGENCY SERVICES) PLUMBING RELATED SERVICES PRINTING AND RELATED SERVICES

961

PROFESSIONAL SERVICES (MISCELLANEOUS - NOT OTHERWISE CATEGORIZED)

903

PROMOTIONAL MARKETING

998

PROPERTY DISPOSITION (SURPLUS TANGIBLE)

999

PROPERTY DISPOSITION (SURPLUS REAL)

971 968 905 989 990 991 983

PROPERTY RENTAL OR LEASE (REAL) PUBLIC WORKS AND RELATED SERVICES ROAD SERVICES (PAVING, STRIPING, RELATED) SAMPLING AND SAMPLE PREPARATION SERVICES (FOR TESTING) SECURITY, FIRE, SAFETY, RESCUE AND EMERGENCY SERVICES TRANSPORTATION SERVICES (BUS, TAXI, TRAIN, ETC.) UNIFORM, CLOTHING AND LAUNDRY RENTAL OR LEASE SERVICES

928

VEHICLE MAINTENANCE AND REPAIR SERVICES

993

VETERINARIAN AND RELATED SERVICES

994

WASTE DISPOSAL SERVICES (SOLID, MEDICAL, ENVIRONMENTAL)

Page 1 of 2