Bid Date: 2025-04-21

Project Description:
Two (2) Single occupancy Soundproof Privacy Booths
For reference purposes only - Pillar: Single Occupancy Pillar Booth or approved substitution, with the following specifications:
Size, exterior: approximately 42” W x 42” D x 89” H (with door closed)
The booth can be no narrower than 40”, no shallower than 40”, and no shorter than 84”
The booth can be no wider that 50”, no deeper than 50”, and no higher than 90”

Size, interior: approximately 36” W x 39” D x 81” H
The booth can be no narrower than 35”, no shallower than 38”, and no shorter than 79”
The booth can be no wider than 42”, no deeper than 42”, and no higher than 83”

Height adjustable desk work area: approximately 34.5” W x 12” D x 29-41” H
The desk work area can be no wider than 40”, no deeper than 13”, and adjustable to a height of 42”

Door: swing out with magnetic door seal. Door shall be a least 3/8” thick acrylic

Noise dampening via removable acoustic panels and bleach-cleanable fabric
v Motion activated LED lighting

Ventilation: equipped with four (4) fans; two (2) fans located at the bottom of the booth and two (2) fans located at the top of the booth providing full air replacement every minute.

Plugs into standard 120V, 3 prong outlets

Two (2) standard power outlets and two (2) USB (A+C) ports inside booth for powering electronic devices

Connectivity: Ethernet port (CAT6e)

Mounted on lockable industrial casters

(2) 3-year limited warranty covering defects in parts, materials, or the product as a whole
Vendor is responsible for supplying replacement parts at no additional costs; replacing the entire product if necessary; arrange for repairs if feasible and mutually agreed upon by both parties; covering all costs related to shipping replacement items, if applicable

(2) Delivery, setup, and installation of booths including uncrating, unpacking, and inspection of each booth to ensure no damage and verify all parts are included.
Assemble the booths and position them in their designated areas. Install any accessories. Ensure entire booth is properly setup and functional.

Vendor is responsible for removing and disposing of packing material off-site.

Special Instructions
1. Bid prices shall be F.O.B. destination, including all shipping, handling, freight, and delivery costs (front door) and shall include all applicable taxes.

2. All items must be new and unused. Used or refurbished items will not be considered.

3. The brand name and model numbers indicated in this specification are included as a measure of quality and performance. Any brand or manufacturer of equal or better quality and performance than that specified will be considered for acceptance by the University upon submission of a written request for approval of the proposed substitution with manufacturer’s literature or spec sheets containing technical data and illustrations of the proposed equipment being offered. The University reserves the right to reject and deny any substitution that may, in its discretion, deem unequal, and the findings in the regard shall be accepted by the offeror as final and binding. An offer which includes a substitution shall be considered only if the substitution has been approved in advance by the University.

Please email substitution requests to the requisitioner, Wayde Oshiro (waydeo@hawaii.edu), no later than 4:00 P.M. HST on 4/15/25.

4. Awarded/named vendor shall be responsible for meeting all requirements necessary for the University to obtain a “Certificate of Vendor Compliance” for the vendor who must be compliant with the requirements of Hawaii Revised Statute Sections 103D-310(c). Non-compliance at bid award will result in vendor disqualification. To learn more about vendor compliance requirements, go to https://vendors.ehawaii.gov/hce/splash/welcome.html

5. Vendor is required to provide a valid Certificate of Insurance (COI) upon award.
See https://www.hawaii.edu/offices/risk-management/insurance/#certificate for details.

6. P.O. will only be awarded to the vendor named in the “Vendor” box. Bidding on behalf of another vendor or in “care of” (c/o) addresses will not be accepted.

7. Offerors must provide quotations on all items in order to be considered for award. Award shall be made to the lowest responsive offeror on the total aggregate quotation. Failure to bid on all items listed will result in disqualification of the bid.

8. Quantity subject to change based on funding availability.

9. Full manufacturer and installation warranty included.

10. Quote valid for 60 days.

Location: Leeward Community College, Pearl City campus. The units will be installed on the 2nd (Main) Floor of the Library.

Site visit: 8 am to 5 pm, M-F. See An Hollowell, Public Services Specialist, for the installation location.

Questions: Please email your questions to waydeo@hawaii.edu by 4:00 PM, Tuesday, April 15.
No phone calls.

No attachments have been added to this solicitation.

Addendum
04/14/25
The submitted product must conform to UL 962 (prefabricated privacy booths and sleep capsules). One (1) of the following three (3) options must be included in the bid quote to accommodate building fire sprinkler protection:
*Open-grid ceiling system designed to allow the existing fire sprinkler system to protect the interior of the booth or room.
*Drop-out ceiling system complying with the UL 723S.
*Self-contained fire extinguishing system suitable for the intended use.
A sprinkler head drop from the building\'s fire sprinkler system is not feasible and will not be accepted.

04/16/25
Bid date extension
Closing Date Changed - Previous Closing Date: 4/17/25 5:00 PM New Closing Date: 4/21/25 3:00 PM

PDFs are being updated, check later