charles county public schools


[PDF]charles county public schools - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

0 downloads 204 Views 302KB Size

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

CHARLES COUNTY PUBLIC SCHOOLS LA PLATA, MARYLAND INVITATION TO BID (ITB)

BID TITLE:

CABLE WIRING SERVICE

BID NUMBER:

ITB # CW-1415

DEADLINE FOR QUESTIONS:

DECEMBER 3, 2014, 4:00 P.M., LOCAL TIME

CONTRACT PERIOD:

ONE (1) YEAR, WITH OPTION TO RENEW FOR FOUR (4) ADDITIONAL ONE (1) YEAR PERIODS

INSURANCE CERTIFICATE REQUIRED:

YES

BID OPENING DATE:

DECEMBER 17, 2014

TIME OF BID OPENING:

3:00 P.M., LOCAL TIME

PLACE OF BID OPENING:

CHARLES COUNTY PUBLIC SCHOOLS 5980 RADIO STATION ROAD, ROOM 214 LA PLATA, MARYLAND 20646

BID MAILING ADDRESS:

CHARLES COUNTY PUBLIC SCHOOLS Attn: Lisa F. Carter, CPPB, Purchasing Analyst P.O. BOX 2770 LA PLATA, MARYLAND 20646

SHIPPING ADDRESS UPS/FEDEX:

CHARLES COUNTY PUBLIC SCHOOLS Attn: Lisa F. Carter, CPPB, Purchasing Analyst 5980 RADIO STATION ROAD LA PLATA, MARYLAND, 20646

WEBSITE:

https://emaryland.buyspeed.com/bso/login.jsp

INCLEMENT WEATHER: If Charles County Public Schools Administration Offices are closed due to inclement weather on the day a pre-bid meeting is scheduled, “THE PRE-BID IS CANCELLED” and will not be rescheduled unless an addendum is issued. Bidders are advised that they are to send all questions to Lisa Carter, Purchasing Analyst via email or fax by the date and time required in the bid documents. PICK-UP LOCATION FOR BID PACKAGE: Bid Package can be picked up at the Purchasing Department, Starkey Administration Building, 2nd floor, 5980 Radio Station Road, La Plata, MD 20646, between the hours of 8:30 A.M.-3:00 P.M., M-F. BIDS DUE: If Charles County Public Schools Administration Offices are closed due to inclement weather on the day a bid is “DUE”, that bid will be due at the same time the next business day the Charles County Public Schools Administration Offices are open.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 1

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

CHARLES COUNTY PUBLIC SCHOOLS LA PLATA, MARYLAND INVITATION TO BID (ITB) TABLE OF CONTENTS BID NO. CW-1415

I.

INTRODUCTION .......................................................................................................................................... 3

II.

BACKGROUND ............................................................................................................................................. 3

III.

SCOPE OF THE CONTRACT AND SPECIFICATIONS......................................................................... 4

IV.

GENERAL TERMS AND CONDITIONS ................................................................................................... 5

V.

INSURANCE REQUIREMENTS .............................................................................................................. 18

VI.

SPECIFICATIONS ...................................................................................................................................... 23

Return these items with your bid response: ATTACHMENT I..................................................................................................................................... …24 ATTACHMENT II ....................................................................................................................................... 25 ATTACHMENT III ...................................................................................................................................... 26 ATTACHMENT IV ...................................................................................................................................... 37 ATTACHMENT V ....................................................................................................................................... 38

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 2

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

I.

Introduction The Charles County Public Schools (CCPS) is requesting sealed bids from experienced and qualified Vendors/Contractors to provide additional cable wiring to enhance instructional and communication capabilities throughout the school system. The resulting contract shall be for one (1) year with options to renew for four (4) additional one (1) year periods. Products and services shall be supplied to CCPS as identified in Section VI. Specifications. Bids shall be sealed, marked on the outside of the package “ITB CW-1415”, addressed to and received in the Purchasing Department on or before the bid opening date and time, which is December 17, 2014, 3:00 P.M., Local Time: Charles County Public Schools Purchasing Department Attention: Lisa Carter, CPPB, Purchasing Analyst 5980 Radio Station Road, 2nd Floor P.O. Box 2770 La Plata, MD 20646 301-934-7337 Immediately after 3:00 P.M. on December 17, 2014 the bids will be publicly opened and read aloud.

Vendors/Contractors shall assume full responsibility for timely delivery of the bid response to the location designated for receipt of bids. Bids received after the time and date, which is December 17, 2014, 3:00 P.M., Local Time will be returned unopened. II.

Background Charles County is one of the fastest growing counties in the state of Maryland. Charles County is considered the gateway to Southern Maryland, and is located less than thirty (30) miles south of Washington D.C.

The school system has more than twenty six thousand (26,000) students

attending twenty-one (21) elementary schools, eight (8) middle schools and seven (7) high schools.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 3

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

III.

Scope of the Contract and Specifications The successful Vendor/Contractor shall provide cable wiring at schools, and centers as needed for CCPS. The work shall include but is not limited to the services and supplies described in Section VI, Specifications.

Vendors/Contractors shall provide all necessary supervision, labor,

transportation, tools, parts, materials, equipment and resources that may be needed to provide cable wiring for CCPS.

Vendors/Contractors shall be responsible for complying with all

applicable laws and regulations of authorities having jurisdiction while meeting project specifications and requirements.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 4

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

IV.

General Terms and Conditions A.

INQUIRIES/COMMUNICATIONS Prospective Vendors/Contractors may request that CCPS clarify information contained in this bid. All such requests must be made in writing to Lisa Carter. CCPS will not respond to any requests for clarification received after 4:00 P.M., Local Time, December 3, 2014. Questions can be faxed to Lisa Carter at 301-934-7247 or sent via e-mail to [email protected]. An addendum will be issued if necessary to answer all questions. The Addendum will be posted on our bid board and will be available at the CCPS Purchasing Department office, subsequent to the deadline for questions.

B.

PERIOD OF THE CONTRACT The initial contract period will be for one (1) year from the date specified in the notice of award issued by CCPS. CCPS have the option to renew the contract for four (4) additional one (1) year periods. However, CCPS reserves the right to cancel the contract, at its discretion, for any reason. Performance will be reviewed on an annual basis by the Purchasing Manager. It is the intent of CCPS that should a bid be accepted and awarded, the bid, notice of award, and purchase orders will become the contract. No work shall begin under this bid unless a signed purchase order is issued to the vendor. Automatic contract renewals are prohibited. CCPS Purchasing Manager shall initiate contract renewals. Subsequent annual contract renewal price increases shall be limited to the Consumer Price Index-Urban (CPI-U), for the Washington D.C. metropolitan area. The Vendors/Contractors must request CPI-U price adjustments.

C.

PREPARATION AND EXECUTION OF BIDS Bids should be made in the formats set forth in this bid document and on the Bid Submission Signature Form (Attachment 1), Business Relationship Affidavit (Attachment 2), Specs., Pricing and Delivery Information Sheet (Attachment 3), References (Attachment 4), MWCOG Rider Clause (Attachment 5) with all required supplementary documentation. All forms should be completed in ink or typed. Only sealed bids will be accepted. The Vendor/Contractor must initial any erasures or alterations in ink. Spaces

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 5

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

left blank shall be deemed by CCPS, in its sole discretion, to be not applicable or "no bid". Vendors/Contractors must submit a total of two (2) bid responses; one (1) original and one (1) copy of their bid signed by a person with authority to bind the Vendor/Contractor. Bid prices shall be valid for a period of sixty –(60)- days after the bid opening date and prior to issuance of the notice of award. Prices shall remain firm for the first year (12 months) of the agreement beginning with the date specified in the notice of award.

D.

BASIS OF PRICING The Specs., Pricing and Delivery Information Sheet (Attachment 3) outlines the specifications of services required. Please fill in the related prices. All invoices must contain descriptive information as submitted in this bid. The prices must include any and all costs necessary to implement the terms and conditions of the contract. No Vendor/Contractor will be allowed to offer more than one price for each item or service even though the Vendor/Contractor may feel that they have two or more choices that meet specifications. Vendors/Contractors must determine for themselves which to offer. If the Vendor/Contractor should submit more than one price on any item or service, all prices for that item or service will be rejected. Prices quoted shall not include Federal Excise or State Sales and Use Taxes, or any other taxes from which CCPS is exempt. Tax exempt certification will be furnished upon request.

E.

CONDITIONS OF WORK AND JOB SITE By submitting a bid, the Vendor/Contractor acknowledges that will investigate and satisfy themselves as to the conditions affecting the work, including but not restricted to those bearing upon transportation, testing and inspection requirements, availability of labor, and materials.

Failure by the Vendor/Contractor to thoroughly acquaint itself with the

available information will not relieve the Vendor/Contractor from responsibility for estimating properly the difficulty or cost of successfully performing the work. CCPS shall not be responsible for any conclusions or interpretations made by the Vendor/Contractor on the basis of the information made available by CCPS. November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 6

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

F.

VENDOR QUALIFICATIONS The successful Vendor/Contractor is required to be licensed and have a minimum of three (3) successful years in business. The Vendor/Contractor shall within ten (10) business days of notice of award, and prior to performing any work for CCPS; submit to the purchasing office one (1) copy of the following licenses:

G.

1.

Contractor’s business license; and

2.

All trades requiring licensing.

VENDOR’S/CONTRACTOR'S PERFORMANCE 1. The Vendor/Contractor shall supervise, direct and be solely responsible for the work, using its best skills and attention. 2. The Vendor/Contractor shall be responsible to CCPS for the acts and omissions of its employees, subcontractors and their agents and employees, and other persons performing any of the work. 3. The Vendor/Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the contract documents, and shall not unreasonably encumber the site with any materials or equipment. 4. The Vendor/Contractor shall perform all work in a workmanlike manner and in accordance with the requirements of the contract documents, including the furnishing of all materials, services, implements, machinery, equipment, tools, supplies, transportation, labor, and all other items necessary for the satisfactory prosecution and completion of the project in full compliance with the requirements of the contract documents. 5. Upon completion of the project, the Vendor/Contractor shall promptly remove all implements, surplus property and debris from the project site.

H.

SUBCONTRACTORS A Subcontractor is a person or entity who has a direct contract with the Vendor/Contractor to perform any of the Work at the site.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 7

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

Within fifteen (15) days after the Notice of Award, the Vendor/Contractor shall submit to CCPS the names of those Subcontractors the Vendor/Contractor proposes to use, for acceptance by CCPS.

CCPS reserves the right to accept or reject the use of any

Subcontractor. The Vendor/Contractor shall not employ any Subcontractor to whom CCPS may have a reasonable objection. The Vendor/Contractor shall not be required to contract with anyone to whom he has a reasonable objection.

Contracts between the

Vendor/Contractor and the Subcontractors shall (1) require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Vendor/Contractor by the terms of the Contract Documents, and to assume toward the Vendor/Contractor all the obligations and responsibilities which the Vendor/Contractor, by these Documents, assumes toward CCPS, and (2) allow to the Subcontractor the benefit of all rights, remedies and redress afforded to the Vendor/Contractor by these Contract Documents.

Acceptable Subcontractors shall have successfully completed at least three (3) construction projects of similar magnitude and complexity. Vendor/Contractor shall provide, upon request, a copy of all contracts executed between the Vendor/Contractor and his Subcontractors/ Suppliers. I.

CANCELLATION OR REJECTION OF BIDS, AND WAIVER OF NONCONFORMITIES CCPS reserves the right, in the exercise of its sole discretion, to cancel this bid or reject all bids. CCPS will notify all interested Vendors/Contractors in writing in the event of such cancellation or rejection. CCPS also reserves the right to waive any minor irregularity or nonconformity of any bid with the requirements of this ITB.

J.

MODIFICATIONS/WITHDRAWAL OF BIDS A Vendor/Contractor may modify or withdraw a bid at any time prior to the bids due date and time. All modifications or withdrawals must be in writing, and must be executed by a person with authority to bind the Vendor/Contractor.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 8

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

K.

DISCRETION IN DETERMINING DEVIATIONS AND COMPLIANCE The Purchasing Manager shall determine whether Vendors/Contractors have met the mandatory requirements of this bid. The Purchasing Manager has the sole authority to determine whether any deviation from the requirements of this bid is material in nature, and the Purchasing Manager may reject non-conforming bids. In addition, the Purchasing Manager may reject in whole or in part any and all bids and waive minor irregularities and may negotiate with all responsible Vendors/Contractors in any manner deemed necessary to serve the best interests of the CCPS.

L.

MATERIALS SUBMITTED IN RESPONSE TO THIS BID Any/all materials submitted in response to this ITB become the property of CCPS. Any information considered to be proprietary or confidential should be so marked.

M.

INDEMNIFICATION To the fullest extent permitted by law the Vendor/Contractor shall indemnify and hold harmless CCPS and their agents and employees from and against all claims, damages, losses, and expenses, including but not limited to attorney’s fees, arising out of or resulting from the performance of the work.

N

BRAND NAMES Manufacturer’s names, trade names, brand names, model and catalog numbers used in these specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Bids will be considered for alternative brands that meet or exceed the quality of the specifications listed for any item. It is the bidder’s responsibility to submit brand literature to demonstrate the equivalency of the product offered.

0

SUBSTITUTIONS In the event a Vendor/Contractor is unable to secure sufficient supplies to fulfill all orders, the Vendor/Contractor may substitute a product of equal or better quality provided: (1) the

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 9

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

product is sold at the contract price, (2) CCPS is contacted in advance about the substitution, and (3) CCPS retains the right to determine “equal or better quality”.

If the Vendor/Contractor is unable to fulfill all obligations in accordance with these terms and conditions, CCPS may acquire the product in the open marketplace with any cost increase being the responsibility of the Vendor/Contractor.

P.

EXCEPTIONS It shall be the responsibility of the Vendor/Contractor to include with his proposal a list and clarification of any deviations or qualifications from conditions and specifications of this ITB. The list must be attached to the Bid Submission Form (Attachment 1).

Q.

QUANTITIES The quantities given are intended only as a guide for the Vendors/Contractors. CCPS does not obligate itself to purchase full quantities indicated; although, the pricing offered must be allowed whether or not the purchase is less than the full quantities indicated. CCPS requirements may exceed the quantities shown and the successful Vendors/Contractors shall be obligated to fulfill the increased requirements.

There shall be no allowable

minimum order quantity under any resulting contract.

R.

SAMPLES Samples, if required, are to be submitted at the same time as ITB or subsequent requests for quotations. Samples are to be packed under separate cover from the bid. CCPS is not responsible for samples that are incorrectly marked or delivered. Samples are to be marked with bid item numbers and identifying manufacture information.

S.

TESTING CCPS may at its discretion, have random samples of purchased items tested internally or by an independent testing laboratory in order to ascertain if the product is, in fact, as represented by the Vendor/Contractor.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

If it is established that the product is not as

Page 10

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

represented, the cost of testing shall be the responsibility of the Vendor/Contractor as well as any cost for replacing the product.

If it is indicated that the Vendor/Contractor knowingly furnished a product to CCPS that did not meet the standard required, CCPS may, at its discretion debar the Vendor/Contractor from future participation within its jurisdiction.

T.

ACCEPTANCE All goods, services and construction delivered under this ITB shall be subject to final inspection, test, and acceptance by CCPS prior to any payment.

U.

ACCEPTANCE OF DEFECTIVE OR NON CONFORMING WORK CCPS reserves the right to accept any defective product, service or work not in compliance with the specifications, provided, however, that in such event the price shall be reduced by an appropriate and equitable amount to account for such defect or non-compliance. Such adjustment shall be effected whether or not final payment has been made.

V

REJECTION CCPS shall give notice of rejection of products, services or work delivered under this ITB within a reasonable time after receipt or acceptance of said items. Acceptance by CCPS shall not waive any lawful right CCPS might otherwise have with respect to any nonconformity.

W.

CLEANING UP At all times, the Vendor/Contractor shall keep the project work site free from accumulation of waste materials or rubbish. At the completion of the work, the Vendor/Contractor shall remove all waste materials and rubbish from and about the project work site, as well as tools, equipment, and surplus materials. If the Vendor/Contractor fails to clean up at the completion of the work, CCPS may do so, and the cost shall be charged to the Vendor/Contractor.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 11

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

X.

WARRANTY The Vendor/Contractor warrants that the services furnished under this ITB will be free from defect not inherent in the quality required or permitted for a period of one (1) year, and that the work will conform to the local, state, and federal requirements for CABLE WIRING required in this ITB. Work not conforming to these requirements, including substitutions not properly approved and authorized, will be considered defective and shall be returned to the Vendor/Contractor for refund/replacement at the expense of the Vendor/Contractor.

Y.

PAYMENT TERMS Payment shall be made after satisfactory supply, delivery, performance of the work, and acceptance of the work ordered under this contract. Successful Vendors/Contractors must submit an invoice to CCPS for payment of any and all charges. Invoices must reference the Purchase Order (P.O.) number, and the ITB number, CW-1415. Vendors/Contractors must itemize charges. CCPS is generally exempt from Federal Excise Taxes and Maryland Sales and Use Taxes. Payment terms are net 30 days for each invoice.

Z.

CHANGES Change Orders: CCPS may order changes in the work consisting of additions, deletions, or modifications, the Contract Sum and the Time for Performance being adjusted accordingly. Such changes in the work shall be authorized only by written Change Order signed by the Procurement Manager. The Contract Sum and the Time for Performance shall be changed only by Change Order signed by the Procurement Manager.

Ordering Option: When an ITB specifies a fixed quantity of Goods, the Vendor/Contractor agrees to provide additional quantities in excess-of-those stated in the ITB at the same unit prices stated in the Vendor’s/Contractor’s Bid for a period of thirty (30) days after the Contract Award. The amount of any such additional quantities shall be added to the Contract Sum by Change Order.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 12

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

Option Periods: If the Contract Documents include one or more option periods, any Contract renewals shall be authorized by a renewal notice signed by the Procurement Manager. The Contract Sum in the option period(s) will be based on firm fixed prices used in the first year contract. Unless otherwise mutually agreed, in writing, any request for a price increase for a contract renewal year shall not exceed the percentage of change (for previous year) in the Consumer Price Index, for all Urban Consumers (CPI-U), for the Washington D.C. Metropolitan Area.

AA.

DELIVERIES Work delivery shall be completed by the date agreed upon by CCPS and the successful Vendor/Contractor in the Notice to Proceed letter, and as identified in the CABLE WIRING Section VII Specifications. Material required as a result of contract award of this Bid shall be F.O.B. Delivered. There will be no exceptions to this requirement. Bids indicating any other delivery terms may be considered non-responsive. All deliveries will be made between the hours of 7:30 A.M. and 3:30 P.M. Monday - Friday. Please call Lora Bennett at 301-392-7571 to schedule deliveries.

AB.

NO BID If the Vendor/Contractor elects to “No bid” this ITB, a no bid should be filed with the CCPS Purchasing Department. Failure to respond may result in removal from the bid list.

AC.

BID PROTEST PROCEDURES A bid protest shall be filed with the Purchasing Department by submitting a protest in writing to Nelson E. Sample, Procurement Manager, either by mail at P.O. Box 2770, La Plata, MD 20646, or in person at 5980 Radio Station Road, La Plata, MD. The protest must be received by the close of business on or before the seventh (7th) business day after the award. Protests shall include bid number, the basis of the protest, the relief sought and whether the protester wishes to have a conference with respect to the protest.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 13

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

AD.

REPAIRS TO DAMAGED PROPERTY Any damage to CCPS’ facilities during the performance of this agreement caused by the Vendor/Contractor, its agents or employees shall be repaired to its original condition. All repairs shall be performed at no cost to the CCPS.

AE.

TOBACCO FREE AND ALCOHOL/DRUG FREE ENVIRONMENT CCPS maintains a tobacco and alcohol/drug free environment. The Vendor/Contractor shall not permit its employees, the employees of any subcontractors, suppliers, customers or others to use tobacco products (smoke or smokeless) on the premises or on property owned or operated by CCPS.

AF.

EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS The CCPS does not discriminate on the basis of race, color, religion, national origin, sex, age or disability in its programs, activities or employment practices.

All

Vendors/Contractors shall affirm that they do not discriminate with regard to individual political affiliation, religious beliefs, race, creed, national origin, sex, age or handicap in employment practices by so stating in the response to the bid. AG.

TERMINATION 1.

DEFAULT CCPS may, by written notice of default to the contractor, terminate the whole or any part of the contract. If, after notice of termination of this contract under provision of this clause, it is determined for any reason that the Vendor/Contractor was not in default under the provisions of the clause, or that the default was excusable under the provisions of the contract, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to a termination for convenience.

2.

CONVENIENCE CCPS may terminate the performance of work under any resulting contract in whole or in part when it is determined to be in the best interest of CCPS, for any

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 14

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

reason.

Any such termination shall be effected by delivery to the

Vendor/Contractor of a Notice of Termination specifying the extent to which performance of the work is terminated and the date upon which such termination becomes effective. All finished or unfinished supplies and services provided by the Vendor/Contractor shall at the option of CCPS, become the property of CCPS. CCPS shall pay the Vendor/Contractor fair and equitable compensation for satisfactory performance prior to receipt of Notice of Termination. Upon receipt of a Notice of Termination, the Vendor/Contractor shall submit to the Purchasing Office his Termination Claim. AH.

COMPLIANCE WITH LAWS The Vendor/Contractor hereby represents and warrants that: “A. It is qualified to do business in the State of Maryland and that it will take such action as, from time to time hereafter, may be necessary to remain so qualified; “B. It is not in arrears with respect to the payment of any monies due and owing the State of Maryland, or any department or unit thereof, including but not limited to the payment of taxes and employee benefits, and that it shall not become so in arrears during the term of this contract; “C. It shall comply with all federal, state and local laws, regulations and ordinances applicable to its activities and obligations under this contract; and “D. It shall obtain, at its expense, all licenses, permits, insurance and governmental approvals, if any, necessary to the performance of its obligations under this contract.”

AI.

REGISTERED SEX OFFENDERS In accordance with the State of Maryland's Criminal Procedure Article, Section 11-722, a person who enters into a contract with a local board of education may not knowingly employ an individual to work at a school if the individual is a registered sex offender. Therefore, in contract awards between Charles County Public School (CCPS) System and Vendors/Contractors and their Subcontractors at every tier, employing an individual registered sex offender to work at a school is strictly prohibited. This provision applies to

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 15

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

all individuals that may be working on the School property, making deliveries or visiting the school property for business purposes.

It shall be the responsibility of all Vendors/Contractors submitting a bid or offer to CCPS to comply with this provision. If a Vendor/Contractor is found to have violated this provision subsequent to an award by CCPS, the contract may be immediately terminated at CCPS’S sole option, and that Vendor/Contractor may be liable to CCPS for all reprocurement cost, including liquidated damages, and may be debarred from bidding future CCPS requirements. AJ.

PREPARATION AND SUBMISSION OF BIDS Sealed bids must be received by CCPS Purchasing Office, 5980 Radio Station Road, La Plata, Maryland at or before December 17, 2014, 3:00 P.M., Local Time. Bids received after that date and time will not be considered. The Vendor/Contractor must complete and submit one original and one copy of the attached Bid Submission Form (Attachment 1), Business Relationship Affidavit (Attachment 2), Spec., Pricing and Delivery Sheet (Attachment 3), References (Attachment 4), MWCOG Rider Clause (Attachment 5) and Addendums (if issued), and provide it as their official bid response.

AK.

EVALUATION OF BIDS Bids will be evaluated based on a complete response, which shall include all Addendums (if any); Bid Submission Form (Attachment 1); the prices submitted for the list of items on the Spec., Pricing and Delivery Information Sheet (Attachment 3); and professional references (Attachment 4).

AL.

RIDER CLAUSE Vendor/Contractor is advised that in addition to the Rider Clause (see attachment 5), the awarded contract may be extended, with the authorization of the Vendor/Contractor, to all State, County, local agencies, colleges and school districts in the State of Maryland. The

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 16

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

Vendor/Contractor must deal directly with each jurisdiction concerning, issuance of purchase orders, contractual disputes, invoicing and payment.

CCPS assumes no

obligation on behalf of any of these organizations. Failure to extend a contract to any listed or unlisted jurisdiction will have no affect on the consideration of your proposal.

AM.

AWARD OR REJECTION OF BIDS Award(s) will be made to the lowest responsive and responsible bidder(s) complying with all terms and conditions contained herein.

CCPS reserves the right to award the

requirements of this bid in total or in part as is determines to be in the best interest of CCPS. No single project under this ITB shall exceed $25,000.00. The cumulative annual project cost shall not exceed $250,000.00 AN.

eMARYLAND MARKETPLACE (eMM) Maryland State Law requires CCPS to publish notices of procurements and procurement awards on eMaryland Marketplace (eMM). The requirement extends only to contracts procured through competitive sealed bidding, competitive sealed proposals and noncompetitive negotiations, and to procurements whose value equals or exceeds that for State contracts that must be published on eMM.

Vendors/Contractors are encouraged to

register as a Vendor with eMM at www.emarylandmarketplace.com. Vendors/Contractors must be registered with eMM to receive contract award. If you require assistance, contact the help desk at [email protected] or call 410-767-1492.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 17

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

V.

Insurance Requirements 1 - General Insurance Requirements 1.1 -

The Vendor/Contractor shall not commence any supply, delivery or installation of

any products or materials purchased by the (CCPS) under this Contract until the Vendor/Contractor has obtained at the Vendor/Contractor’s own expense all of the insurance as required hereunder and such insurance has been approved by the CCPS; nor shall the Vendor/Contractor allow any subcontractor to commence work on any subcontract until all insurance required of the subcontractor has been so obtained and approved by the Vendor/Contractor.

Approval of insurance required of the

Vendor/Contractor will be granted only after submission to the CCPS Purchasing Department of original Certificates of Insurance signed by authorized representatives of the insurers or, at the CCPS Purchasing Department's request, certified copies of the required insurance polices.

Upon award Vendors/Contractors must submit with the

original certificates of certified policies, a Vendor/Contractor's Insurance Checklist form completed by the Vendor/Contractor and each of the Vendor/Contractor's Insurance Agents or Vendor/Contractor's Insurers (one form for each agent or insurer if multiple agents or insurers write the Vendor/Contractor's coverage's). 1.2 -

Insurance as required hereunder shall be in force throughout the term of the

Contract and, in accordance with 2.1.1.iii., for two years after final payment by CCPS under this Contract.

Original certificates signed by authorized representatives of the

insurers or, at CCPS request, certified copies of insurance policies, evidencing that the required insurance is in effect, shall be maintained with the Purchasing Department throughout the term of the Contract and for two years after final payment by CCPS under this Contract. 1.3 -

The Vendor/Contractor shall require all subcontractors to maintain during the term

of the Contract commercial general liability insurance, business auto liability insurance, and workers compensation and employers liability insurance to the same extent required of the Vendor/Contractor in 2.1.1, 2.1.2, and 2.1.3 unless any such requirement is expressly

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 18

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

waived or amended by CCPS in writing.

The Vendor/Contractor shall furnish

subcontractors’ certificates of insurance to the CCPS immediately upon request. 1.4 -

No acceptance and/or approval of any insurance by the CCPS shall be construed as

relieving or excusing the Vendor/Contractor from any liability or obligation imposed upon the Vendor/Contractor by the provisions of this Contract. 1.5 -

If the Vendor/Contractor does not meet the insurance requirements of this Contract,

the Vendor/Contractor shall forward a written request to CCPS for a waiver in writing of the insurance requirement(s) not met or approval in writing of alternate insurance coverage, self-insurance, or group self-insurance arrangements. If CCPS denies the request, the Vendor/Contractor must comply with the insurance requirements as specified in this Contract. 1.6 -

All required insurance coverage's must be underwritten by insurers allowed to do

business in the State of Maryland and acceptable to CCPS. The insurers must also have policyholders' rating of "A-" or better, and a financial size of "Class VII" or better in the latest evaluation by A. M. Best Company, unless CCPS grants specific approval for an exception.

CCPS hereby grants specific approval for the acquisition of workers

compensation and employers liability insurance from the Injured Workers Insurance Fund of Maryland. 1.7 -

Any deductible or retention amounts elected by the Vendor/Contractor or imposed

by the Vendor/Contractor's insurer(s) shall be the sole responsibility of the Vendor/Contractor. 1.8 -

If the CCPS is damaged by the failure or neglect of the Vendor/Contractor to

purchase and maintain insurance as described and required herein, without so notifying CCPS, then the Vendor/Contractor shall bear all reasonable costs properly attributable thereto.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 19

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

2- Vendor/Contractor's Liability Insurance (Occurrence Basis) 2.1 - The Vendor/Contractor shall purchase and maintain the following insurance coverage's on an occurrence basis at not less than the limits specified below or required by law, whichever is greater: 2.1.1 - Commercial general liability insurance or its equivalent for bodily injury, personal injury and property damage including loss of use, with minimum limits of: $1,000,000 each occurrence; $1,000,000 personal and advertising injury; $2,000,000 general aggregate; and $2,000,000 products/completed operations aggregate. This insurance shall include coverage for all of the following: i.

Liability arising from premises and operations;

ii.

Liability arising from the actions of independent contractors;

iii.

Liability arising from products and completed operations with such coverage to be maintained for two years after final payment by the CCPS under this Contract; and

iv.

Contractual liability including protection for the Vendor/Contractor from bodily injury and property damage claims arising out of liability assumed under this Contract.

2.1.2 - Business auto liability insurance or its equivalent with a minimum limit of $1,000,000 per accident and including coverage for all the following:

i.

Liability arising out of the ownership, maintenance or use of any auto (if no owned autos, then hired and non-owned autos only); and

ii.

Automobile contractual liability.

2.1.3 - Workers compensation insurance or its equivalent with statutory benefits as required by any state or Federal law, including standard "other states" coverage; employers liability insurance or its equivalent with minimum limits of: $100,000 each accident for bodily injury by accident; $100,000 each employee for bodily injury by disease; and November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 20

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

$500,000 policy limit for bodily injury by disease. 2.1.4 - Umbrella excess liability or excess liability insurance or its equivalent with minimum limits of: $1,000,000 per occurrence; $1,000,000 aggregate for other than products/completed operations and auto liability; and $1,000,000 products/completed operations aggregate and including all of the following coverage on the applicable schedule of underlying insurance: i.

Commercial general liability;

ii.

Business auto liability; and

iii.

Employer’s liability.

2.1.5 - The CCPS and its elected and appointed officials, officers, employees and authorized

volunteers

shall

be

named

as

additional

insured

on

the

Vendor/Contractor's commercial general liability insurance and umbrella excess or excess liability insurance policies, if any, with respect to liability arising out of the products and/or materials, their installation or delivery, or related services provided under this Contract by Vendors/Contractors. The Vendor/Contractor's commercial general liability insurance and the umbrella excess liability or excess liability policies, if required herein, must include the following manuscript additional insured language: "This policy is amended to include as insured CCPS and its elected and appointed officials, officers, employees and authorized volunteers, but only for liability arising out of "your product" or "your work" for CCPS by or for you." Special Note: ISO forms CG 2009 and CG 2010 entitled "Additional Insured – Owners, Lessees or Contractors

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

- Scheduled Person or Organization"

Page 21

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

(previously Forms A and B respectively) are NOT ACCEPTABLE.

A

manuscript endorsement with the above wording is required. 2.1.6 - Insurance or self-insurance provided to the CCPS and its elected and appointed officials, officers, employees and authorized volunteers as specified herein shall be primary, and any other insurance, self-insurance, coverage or indemnity available to the CCPS and its elected and appointed officials, officers, employees and authorized volunteers shall be excess of and non-contributory with insurance of self-insurance provided to the CCPS and its elected and appointed officials, officers, employees and authorized volunteers as specified herein. Waiver of Subrogation To the fullest extent permitted by law, the Vendor/Contractor and its invitees, employees, officials, volunteers, agents and representatives waive any right of recovery against CCPS for any and all claims, liability, loss, damage, costs or expense (including attorneys' fees) arising out of the supply, delivery or installation of any products or materials provided by Vendor/Contractor under this Contract. Vendor/Contractor specifically waives any right of recovery against CCPS and its elected and appointed officials, officers, volunteers, agents and employees for personal injury (and any resulting loss of income) suffered while working on behalf of CCPS as an independent contractor.

Such waiver shall apply

regardless of the cause of origin of the injury, loss or damage, including the negligence of CCPS and its elected and appointed officials, officers, volunteers, agents and employees. The Vendor/Contractor shall advise its insurers of the foregoing. Acknowledgment of Vendor/Contractor’s Independent Contractor Status and No Coverage for Vendor/Contractor under Board’s Workers Compensation Coverage Vendor/Contractor hereby acknowledges its status as an independent contractor while supplying, delivering or installing products or materials on behalf of the CCPS and that the CCPS’s workers compensation coverage or self-insurance is not intended to and will not respond to cover any medical or indemnity loss arising out of injury to the Vendor/Contractor or its employees during the Vendor/Contractor’s provision of goods or services to the CCPS. To the fullest extent permitted by law, the Vendor/Contractor specifically waives any right of recovery against the CCPS and its elected and appointed November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 22

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

officials, officers, volunteers, agents and employees for personal injury (and any resulting loss of income) suffered during the Vendor/Contractor for the CCPS. Such waiver shall apply regardless of the cause of origin of the injury, loss or damage, including the negligence of the CCPS and its elected and appointed officials, officers, volunteers, agents, and employees. The Vendor/Contractor shall advise its insurers of the foregoing. Damage to Property of the Vendor/Contractor and its Invitees To the fullest extent permitted by law, the Vendor/Contractor shall be solely responsible for any loss or damage to property of the Vendor/Contractor or its invitees, employees, officials, volunteers, agents and representatives while such property is on, at or adjacent to the premises of CCPS. FORCE MAJEURE Except for defaults of subcontractors at any tier, the Vendor/Contractor shall not be liable for any excess costs of failure to perform if the failure to perform this ITB/contract arises from causes beyond the control and without the fault or negligence of the Vendor/Contractor. Excusable causes include, but are not limited to, acts of God or of the public enemy and acts of the federal or state government in either their sovereign or contractual capacities. If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is beyond the control of both the Vendor/Contractor and the subcontractor, and without the fault of negligence of either, the Vendor/Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted goods or services were obtainable from other sources in sufficient time for the Vendor/Contractor to meet the required time(s) for performance. Labor Rates Defined Fully burdened hourly rates must include any and all costs necessary to perform the scope of work under the terms and conditions of the contract. Fully burdened hourly rates are defined as inclusive of all general and administrative, overhead and profit costs for each individual specified to perform the work. Hourly rates quoted shall not include Federal Excise or State Sales and Use Taxes, or any other taxes from which the Charles County Public Schools is exempt. Exemption certificates will be furnished upon request.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 23

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

VI.

Specifications 1. Each Vendor/Contractor must submit with their bid, detailed specifications for the equipment offered in response to this ITB. This information must provide sufficient detail to determine equivalency with the equipment specified. Failure to provide such information may be cause for rejection from further consideration. 2. Each Vendor/Contractor must state the applicable warranty offered for each piece of equipment, or as specified in the item description. If no warranty state is provided it will be assumed that the required warranty is offered and this requirement will be enforced.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 24

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT I BID SUBMISSION FORM SIGNATURE PAGE I/we understand that the Charles County Public School System (CCPS) reserves the right to reject any or all proposals and to award to other than the low Vendor/Contractor if deemed in the best interest of the CCPS. I/we certify that this proposal is made without any previous understanding, agreement, or connection with any person, firm or corporation submitting a proposal for the same services and is in all respects, fair and without any collusion or fraud. I/we certify that our company, its officers, directors, partners, or any employees have not been convicted of bribery, attempted bribery, or conspiracy to bribe; and is not presently debarred, suspended, proposed for debarment or declared ineligible for the award of contracts by Federal, States or Local Governments. In addition, that no member of the Board of Education of Charles County, Administrative or Supervisory personnel or other employees of the Charles County Public Schools has any interest in the bidding company except as follows: _____________________________________________________________________________________ Are there any deviations to this ITB/RFP? If so, please attach. Name of Firm ________________________________ Address

________________________________ ________________________________

Telephone No. ________________________________ Fax No.

________________________________

e-mail Address_______________________________ Signature ________________________________ Name (Printed) ________________________________ Title (Printed) ________________________________

Minority Business Status, please check all that apply: Certified MBE/DBE # ____________ Certified Woman Owned # __________ Minority Owned Business – Not Certified Woman Owned – Not Certified

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 25

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT II

BUSINESS RELATIONSHIP AFFIDAVIT VENDOR/CONTRACTOR MUST SIGN THIS DOCUMENT AND RETURN TO THE CCPS IN THE SAME SEALED ENVELOPE CONTAINING THE ITB/RFP FORM AND OTHER PERTINENT ITB/RFP INFORMATION

I HEREBY CERTIFY THAT I am (Title)____________________________________________________________ and the duly authorized representative of the firm _____________________________________________________ whose address is________________________________________________________________________________ and that I possess the legal authority to make these testimonies on behalf of myself and the firm for which I am acting. NON-COLLUSION CERTIFICATION Neither I, nor to the best of my knowledge, information and belief, the above firm nor any of its other representatives I here represent have agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the itb/rfp or offer being submitted herewith; not in any manner, directly, or indirectly, entered into any agreement, participated in any collusion to fix the itb/rfp price, or price proposal of the bidder, or offer or herein, or any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the Contract for which the within bid/rfp or offer is submitted. ANTI-BRIBERY AFFIDAVIT Neither I, nor to the best of my knowledge, the above firm, nor any of its officers, directors, or partners, or any of its employees directly involved in obtaining contracts with the State of any county, bi-county, of multi-county agency, or subdivision of the State have been convicted of, or have pleaded nolo contendere to a charge of, or have during the course of an official investigation or other proceeding admitted in writing or under oath acts or omissions committed after July 1, 1977 which constitute bribery, attempted bribery, or conspiracy to bribe under the provisions of Article 27 of the Annotated Code of Maryland or under the laws of any state or federal government. CIVIL RIGHTS COMPLIANCE We fully comply with Title VI of the Civil Rights Act of 1964 (PL88-352). In signing this document I represent that I have personal knowledge of all the matters and facts herein stated, and do solemnly declare and affirm under the penalties of perjury that the contents of this document are true and correct.

________________________ Date

_________________________________ Signature

__________________________________ Printed or Typed Name

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 26

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT III

SPEC., PRICING AND DELIVERY INFORMATION SHEET ITB # CW-1415 CCPS is interested in soliciting offers from vendors to provide additional cable wiring to enhance instructional and communication capabilities in the schools throughout the system. Our intent is to award to one vendor the products and services listed below. However, we do reserve the right to award equipment and services in total or in part as is determined to be in the best interest of the school system. CCPS requires that all vendors utilize wiring standards, use UTP, fiber-optic cable, COAX, specialized cables and procedures that meet the Maryland State Department of Education Standards. To receive a copy of the MSDES please call the Maryland State Department of Education Telecommunication Distribution Systems at 410-767-0098. Installation requirements include all cable should have factory verification of performance. All runs cable should be tested with ends and with verification reports of testing given to CCPS technology department before work is completed. No UTP cable should be run for more than 100meters. Bids will be evaluated based on the prices submitted for all items listed on Attachment 4, and the references listed on Attachment 5, as well as the quality and suitability for intended use. Please note that the following numbers are approximate usage. Please refer to section IV paragraph K for clarification. The "premium rate" refers to the after hour rates that would apply to the hours of 4:30 P.M. - 11:00 P.M.

(1) Shielded/Unshielded Twisted Pair Product: Solid copper shielded and non shielded, plenum and non plenum 24 AWG 4 pair category 5e, category 6 cables, 22-4, 18-2, 18-4, 18-6 AWG. Product: Stranded copper shielded and non shielded, plenum and non plenum rated, 24 AWG 4 pair category 5e cables, category 6 cables, 22-4, 18-2, 18-4, 18-6 AWG. a.) Jacks and Jack Assemblies: J Modular. Color-coded, RJ-11, RJ-45 receptacle units with integral, RJ-11, RJ45 modular plugs. - Price per foot for all shielded and non shielded twisted pair cables - Plenum Grade - PVC Grade - Price for ends - RJ 45 - RJ 11 - Install/labor rate per hour (fully burdened) - Price for 24 port and 48 port patch panel if required (fully burdened) - 66 punch down block - 110 punch down block Install: Wall mount modular boxes with secure mounting and appropriate faceplates, conduit is to be used when needed if wall cannot be penetrated for wiring. a.) Mounting box and plate should be fixed securely to the wall with 4 openings. b.) All jacks, ends and patch panels need to be wired to the 568B standard. c.) Voice and data wires should be according to Maryland State Department specifications. d.) All surface mounted cabling must be placed into wall mount conduit.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 27

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT III SPEC., PRICING AND DELIVERY INFORMATION SHEET (Continued) e.) All wiring needs to be run to the nearest existing wiring closet and patched into an existing patch panel. If there are no available spaces a new patch panel shall be provided. f.) All circuits should be identified with machine printed, adhesive labels. g.) All wires should be appropriately labeled in the wiring closet with machine printed labels on wires and patch panel.

(2) Shielded/Unshielded COAX Cable Product: RG-6 shielded / unshielded Product: RG-59 shielded / unshielded a) Jacks and Jack Assemblies: F-connectors, couplers 2,-8 Way Splitter 2.5 GHz All Port Power Passing High Performance Commercial Grade Video Splitter. - Price per foot for all shielded and non shielded COAX - Plenum Grade - PVC Grade - Price for ends - F-connectors - Couplers - 2 Way Splitter - 4 Way Splitter - 6 Way Splitter - 8 Way Splitter - Price for 8 port - 48 port patch panel Install: Wall mount modular boxes with secure mounting and appropriate faceplates, conduit is to be used when needed if wall cannot be penetrated for wiring. h.) Mounting box and plate should be fixed securely to the wall with 4 openings. i.) All jacks, ends and patch panels need to be wired to the category standard. j.) COAX wires should be according to Maryland State Department specifications. k.) All surface mounted cabling must be placed into wall mount conduit. l.) All circuits should be identified with machine printed, adhesive labels. m.) All wires should be appropriately labeled in the wiring closet with machine printed labels on wires and patch panel.

(3) Fiber-optic Cabling 2.1) Multi Mode Specifications: Product: Multi Mode fiber standard should be no less than industry standard or in accordance with TIA standards, which is currently 62.5 micron core fiber.

a.) Price per foot for multi-mode fiber optic cable placed in plenum grade inter-duct (4 strand and 6 strand) -

November 2014

Price for ends - ST application - SC application - LC application

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 28

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT III SPEC., PRICING AND DELIVERY INFORMATION SHEET (CONTINUED)

(3) Fiber-optic Cabling (Continued) -

Labor charge per hour Price for loaded patch panel Price for distribution unit rack mount and wall mount

2.2) Single Mode Specifications: Product: Standard should be no less industry standard or in accordance with TIA standards. Core (2-9 microns) that supports one mode. The core/cladding size (e.g. 8.3/125). Specific type of termination will be determined by application. a)

Price per foot for single mode optic cable (4 strand and 6 strand) - Price for ends - ST application (straight cut) - SC application (angle cut and straight cut) - LC application (straight cut) - Labor charge per hour - Price for distribution unit rack mount and wall mount Installation: a.) All fibers in the cable must be usable and meet required specifications.

b.) Each optical fiber shall be sufficiently free of surface imperfections and inclusions to meet the optical, mechanical, and environmental requirements of this specification. c.) All wiring needs to be run to the nearest existing wiring closet and patched into an existing patch panel. If there are no available spaces a new patch panel shall be provided. d.) All circuits should be identified with machine printed, adhesive labels. e.) All wires should be appropriately labeled in the wiring closet with machine printed labels on wires and patch panel.

(4) Specialized Cable Product: Fire Alarm cable (18/2, 18/4, 14/2, 16/2, 16/4 plenum rated) Product: Siamese cable (2C/18 gauge plenum rated) Product: Sound/Security Alarm cable (22/4, 18/2, 20/2, 20/4 plenum rated) - Price per foot for all cable Installation: f.) All must be usable and meet required specifications. g.) All wiring needs to be run to the nearest existing wiring closet or specified location. h.) All circuits should be identified with machine printed, adhesive labels.

(5) Patch Cords (5.1) UTP Patch Cords Factory-Made, Cat 5e cable, four-pair cables in 3’, 5’, 7’, 10’ and 25’ lengths, depending on use; terminated with RJ-45 plugs at each end. All cables must be tested and verified.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 29

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT III SPEC., PRICING AND DELIVERY INFORMATION SHEET (CONTINUED)

(5) Patch Cords (5.2) COAX Patch Cords Factory made RG-6, RG-59 cables in 3’-25’ depending on use; terminated with high quality F-type connector plugs at each end. All cables must be tested and verified. (5.3) Fiber Patch Cords Multi Mode \ Single Mode fiber optic patch cords: Made to length and with specific ends to be determined by application. Each optical fiber shall be sufficiently free of surface imperfections and inclusions to meet the optical, mechanical, and environmental requirements. All cables must be tested and verified.

(4) Warranty Please explain the length of time that all cable is under warranty.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 30

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT III SPEC., PRICING AND DELIVERY INFORMATION SHEET (CONTINUED)

Item #Description (1) Unshielded Twisted Pair - Price per foot for category 5e cable - Solid Cable - Stranded Cable - Plenum Grade - PVC Grade - Price for ends - RJ45 - RJ11 - Labor/install rate per hour - Premium rate per hour - 24-port - 48-port (2) Shielded Twisted Pair - Price per foot for category 5e cable - Solid Cable - Stranded Cable - Plenum Grade - PVC Grade - Price for ends - RJ45 - RJ11 - Labor/install rate per hour - Premium rate per hour - 24-port patch panel - 48-port patch panel (3) Unshielded Twisted Pair - Price per foot for category 6 cable - Solid Cable - Stranded Cable - Plenum Grade - PVC Grade - Price for ends - RJ45 - RJ11 - Labor/install rate per hour - Premium rate per hour - 24-port - 48-port

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Unit Price

_____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________

_____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________

_____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________

Page 31

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT III SPEC., PRICING AND DELIVERY INFORMATION SHEET (CONTINUED)

(4)

(5)

(6)

(7)

Item # Description Shielded Twisted Pair - Price per foot for category 6 cable - Solid Cable - Stranded Cable - Plenum Grade - PVC Grade - Price for ends - RJ45 - RJ11 - Labor/install rate per hour - Premium rate per hour - 24-port patch panel - 48-port patch panel Shielded Twisted Pair - Price per foot for 22-4 cable - Solid Cable - Stranded Cable - Plenum Grade - PVC Grade - Labor/install rate per hour - Premium rate per hour Shielded Twisted Pair - Solid Cable Shielded Twisted Pair - Plenum Grade - PVC Grade - Labor/install rate per hour - Premium rate per hour Shielded Twisted Pair - Solid Cable - Stranded Cable - Plenum Grade - PVC Grade - Labor/install rate per hour - Premium rate per hour

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Unit Price

_____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________

_____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________

Page 32

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT III SPEC., PRICING AND DELIVERY INFORMATION SHEET (CONTINUED)

Item # Description (8) Shielded Twisted Pair - Price per foot for category 18-2 AWG cable - Solid Cable - Stranded Cable - Plenum Grade - PVC Grade - Labor/install rate per hour - Premium rate per hour (9) COAX Cabling - Price per foot for RG-6 cable

_____________ _____________ _____________ _____________ _____________ _____________ _____________

-

-

(10)

Price for ends - F-connectors Couplers - 2 Way Splitter - 4 Way Splitter - 6 Way Splitter - 8 Way Splitter

Unit Price

_______________ _______________ _______________ _______________

- Labor/install rate per hour - Premium rate per hour COAX Cabling - Price per foot for RG-59 cable -

(11)

_______________

_____________ _____________ _____________

Price for ends - F-connectors - 2 Way Splitter - 4 Way Splitter - 6 Way Splitter - 8 Way Splitter - 24 port patch panel - 48 port patch panel

_______________ _______________ _______________ _______________ _______________ _______________ _______________

Labor/install rate per hour Premium rate per hour

_____________ _____________

Fire Alarm Cable - Price per foot for Fire Alarm cable - 18/2 gauge - 18/4 gauge - 14/2 gauge - 16/2 gauge - 16/4 gauge - Labor/install rate per hour - Premium rate per hour

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

_____________ _____________ _____________ _____________ _____________ _____________ _____________

Page 33

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT III SPEC., PRICING AND DELIVERY INFORMATION SHEET (CONTINUED)

Item # Description (12) Siamese Cable - Price per foot for Siamese cable - RG6 - RG59 - Labor/install rate per hour - Premium rate per hour (13)

(12)

Fiber-optic Cabling Multi-mode Price per foot for cable placed in plenum grade inter-duct - 4 Strand multi-mode cable - 6 Strand multi-mode cable - Labor/install rate per hour - Premium rate per hour - Price per foot for plenum grade 1” inner duct - ST application - SC application - LC application Fiber-optic Cabling Single-mode - 4 Strand single mode cable - 6 Strand single mode cable - Labor/install rate per hour - Premium rate per hour - Price per foot for plenum grade 1” inner duct - ST application - straight cut -

LC application - straight cut SC application - angle cut - straight cut

_____________ _____________ _____________ _____________

_____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________

_____________ _____________ _____________

(13) Patch Cords (13.1) Factory made, Cat 5e cable - 3' lengths - 5' lengths - 7' lengths - 10' lengths - 25' lengths November 2014

Unit Price

Charles County Public Schools ITB #CW-1415, Cable Wiring

_____________ _____________ _____________ _____________ _____________ Page 34

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT III SPEC., PRICING AND DELIVERY INFORMATION SHEET (CONTINUED)

Item # Description

Unit Price

(13.2)

COAX factory made: - 3' lengths RG6 - 5' lengths RG6 - 7' lengths RG6 - 10' lengths RG6 - 25' lengths RG6 - 3' lengths RG59 - 5' lengths RG59 - 7' lengths RG59 - 10' lengths RG59 - 25' lengths RG59 (13.3) Fiber Patch Cords Multi Mode fiber optic patch cords - Price per foot - ST application - SC application - LC application - Labor charge per hour (fully burdened) - Premium rate (fully burdened) Single Mode fiber optic patch cords - Price per foot - Price for end - ST application - angle cut - straight cut - SC application - angle cut - straight cut LC application - angle cut - straight cut

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

_____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________

_____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________ _____________

Page 35

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT III SPEC., PRICING AND DELIVERY INFORMATION SHEET (CONTINUED)

Warranty Provided: Each bidder should familiarize themselves with section C (Conditions of work and job site), D (Contractor's Performance) and E (Guarantees).

TP cable Fiber Optic Cable COAX Cable Specialized Cable

`

Warranty on Cable _______________ _______________ _______________ _______________

Warranty on Labor _______________ _______________ _______________ _______________

Delivery

Delivery shall be __________days after receipt of purchase order.

Signature Vendor Signature ___________________________ Name (Signature)

Phone Number ______________________ ___________________________________ Printed or Typed Name

Labor Rates Defined Fully burdened hourly rates must include any and all costs necessary to perform the scope of work under the terms and conditions of the contract. Fully burdened hourly rates are defined as inclusive of all general and administrative, overhead and profit costs for each individual specified to perform the work. Hourly rates quoted shall not include Federal Excise or State Sales and Use Taxes, or any other taxes from which the Charles County Public Schools is exempt. Exemption certificates will be furnished upon request.

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 36

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT 4 REFERENCES

ORGANIZATION NAME

___________________________________________________

ADDRESS

___________________________________________________ ___________________________________________________

TELEPHONE NO.

___________________________________________________

CONTACT PERSON

___________________________________________________

DESCRIPTION OF WORK

____________________________________________________

ORGANIZATION NAME

___________________________________________________

ADDRESS

___________________________________________________ ___________________________________________________

TELEPHONE NO.

___________________________________________________

CONTACT PERSON

___________________________________________________

DESCRIPTION OF WORK ___________________________________________________

ORGANIZATION NAME ___________________________________________________ ADDRESS

___________________________________________________ ___________________________________________________

TELEPHONE NO.

___________________________________________________

CONTACT PERSON

___________________________________________________

DESCRIPTION OF WORK ___________________________________________________

November 2014

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 37

NOTE: CERTIFIED MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS REQUEST.

ATTACHMENT 5 Metropolitan Washington Council of Governments Rider Clause USE OF CONTRACT(S) BY MEMBERS COMPRISING THE METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS PURCHASING OFFICERS' COMMITTEE. A.

If authorized by the bidder(s), resultant contract(s) will be extended to any or all of the listed members as designated by the bidder to purchase at contract prices in accordance with contract terms.

B.

Any member utilizing such contract(s) will place its own order(s) directly with the successful contractor. There shall be no obligation on the part of any participating member to utilize the contract(s).

C.

A negative reply will not adversely affect consideration of your bid/proposal.

D.

It is the awarded vendor's responsibility to notify the members shown below of the availability of the Contract(s).

E.

Each participating jurisdiction has the option of executing a separate contract with the awardee. Contracts entered into with a participating jurisdiction may contain general terms and conditions unique to that jurisdiction including, by way of illustration and not limitation, clauses covering minority participation, non-discrimination, indemnification, naming the jurisdiction as an additional insured under any required Comprehensive General Liability policies, and venue. If, when preparing such a contract, the general terms and conditions of a jurisdiction are unacceptable to the awardee, the awardee may withdraw its extension of the award to that jurisdiction.

F.

The issuing jurisdiction shall not be held liable for any costs or damages incurred by another jurisdiction as a result of any award extended to that jurisdiction by the awardee. BIDDER'S AUTHORIZATION TO EXTEND CONTRACT: YES NO JURISDICTION ___ ___ Alexandria, Virginia ___ ___ Alexandria Public Schools ___ ___ Alexandria Sanitation Authority ___ ___ Arlington County, Virginia ___ ___ Arlington County Public Schools ___ ___ Bladensburg, Maryland ___ ___ Bowie, Maryland ___ ___ Charles County Public Schools ___ ___ College Park, Maryland ___ ___ Culpeper County, Virginia ___ ___ District of Columbia ___ ___ District of Columbia Courts ___ ___ District of Columbia Public Schools ___ ___ District of Columbia Water & Sewer Auth. ___ ___ Fairfax, Virginia ___ ___ Fairfax County, Virginia ___ ___ Fairfax County Water Authority ___ ___ Falls Church, Virginia ___ ___ Fauquier County Schools & Government, Virginia ___ ___ Frederick, Maryland ___ ___ Frederick County, Maryland ___ ___ Gaithersburg, Maryland ___ ___ Greenbelt, Maryland ___ ___ Herndon, Virginia ___ ___ Leesburg, Virginia ___ ___ Loundoun County, Virginia ___ ___ Loundoun County Public Schools ___ ___ Loundoun County Sanitation Authority _______________________________________ Signature

November 2014

YES NO JURISDICTION ___ ___City of Manassas Public Schools ___ ___ Manassas Park, Virginia ___ ___ Maryland-National Capital Park & Planning Comm. ___ ___ Metropolitan Washington Airports Authority ___ ___ Metropolitan Washington Council of Governments ___ ___ Montgomery College ___ ___ Montgomery County, Maryland ___ ___ Montgomery County Public Schools ___ ___ Northern Virginia Community College ___ ___ OmniRide ___ ___ Prince George’s County, Maryland ___ ___ Prince George’s Public Schools ___ ___ Prince William County, Virginia ___ ___ Prince William County Public Schools ___ ___ Prince William County Service Authority ___ ___ Rockville, Maryland ___ ___ Spotsylvania County Schools ___ ___ Stafford County, Virginia ___ ___ Takoma Park, Maryland ___ ___ Upper Occoquan Sewage Authority ___ ___ Vienna, Virginia ___ ___ Virginia Railway Express ___ ___ Washington Metropolitan Area Transit Authority ___ ___ Washington Suburban Sanitary Commission ___ ___ Winchester, Virginia ___ ___ Winchester Public Schools ___ ___ Manassas, Virginia ___ ___ Potomac & Rappahannock Trans. Commission ___ ___ Maryland Department of Transportation

Charles County Public Schools ITB #CW-1415, Cable Wiring

Page 38