office of procurement and contracting invitation for · pdf file · 2013-11-071...

20
1 OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR BID #14-10 PROVIDE THIRD-PARTY INSPECTION AND TESTING SERVICES FOR THE FACILITIES MANAGEMENT BUILDING RENOVATION” PROJECT Issue Date: November 7, 2013 PRE-BID CONFERENCE: DATE: November 19, 2013 TIME: 10:00 A.M. Prince George’s Community College 301 Largo Road Kent Hall, Rm 262 Largo, Maryland 20774 BID DUE DATE: DATE: December 6, 2013 TIME: 10:00 A.M. Prince George’s Community College Office of Procurement and Contracting 301 Largo Road Kent Hall, Rm. 264 Largo, Maryland 20774 PROCUREMENT / ISSUING Prince George’s Community College OFFICE Office of Procurement and Contracting 301 Largo Road Kent Hall, Rm. 264 Largo, Maryland 20774 PROCUREMENT BUYER: Mrs. LaTonya Holland, [email protected] Senior Buyer DEADLINE TO SUBMIT BID November 21, 2013 @ 2:00 p.m. QUESTONS: COLLEGE RESPONSE DATE November 27, 2013, BY CLOSE OF BUSINESS TO BID QUESTIONS: NOTE: ALL ADDENDA CAN BE ACCESSED AT http://www.pgcc.edu/businesses/Procurement/requestForBids.aspx For inquiries contact: [email protected] * *BIDS MUST BE MAILED OR HAND DELIVERED TO THE ADDRESS SHOWN ABOVE, NO LATER THAN THE ANNOUNCED DATE AND TIME OF CLOSING. BIDS SENT BY FACSIMILE WILL NOT BE ACCEPTED.

Upload: hoangkiet

Post on 22-Mar-2018

215 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

1

OFFICE OF PROCUREMENT AND CONTRACTING

INVITATION FOR BID #14-10 PROVIDE THIRD-PARTY INSPECTION AND TESTING SERVICES FOR THE

“FACILITIES MANAGEMENT BUILDING RENOVATION” PROJECT

Issue Date: November 7, 2013

PRE-BID CONFERENCE: DATE: November 19, 2013 TIME: 10:00 A.M. Prince George’s Community College 301 Largo Road Kent Hall, Rm 262 Largo, Maryland 20774 BID DUE DATE: DATE: December 6, 2013 TIME: 10:00 A.M. Prince George’s Community College Office of Procurement and Contracting

301 Largo Road Kent Hall, Rm. 264 Largo, Maryland 20774 PROCUREMENT / ISSUING Prince George’s Community College OFFICE Office of Procurement and Contracting

301 Largo Road Kent Hall, Rm. 264 Largo, Maryland 20774 PROCUREMENT BUYER: Mrs. LaTonya Holland, [email protected] Senior Buyer DEADLINE TO SUBMIT BID November 21, 2013 @ 2:00 p.m. QUESTONS:

COLLEGE RESPONSE DATE November 27, 2013, BY CLOSE OF BUSINESS TO BID QUESTIONS: NOTE: ALL ADDENDA CAN BE ACCESSED AT http://www.pgcc.edu/businesses/Procurement/requestForBids.aspx

For inquiries contact: [email protected]

* *BIDS MUST BE MAILED OR HAND DELIVERED TO THE ADDRESS SHOWN ABOVE, NO LATER

THAN THE ANNOUNCED DATE AND TIME OF CLOSING. BIDS SENT BY FACSIMILE WILL NOT

BE ACCEPTED.

Page 2: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

2

PRINCE GEORGE’S COMMUNITY COLLEGE

INVITATION FOR BID #14-10

PROVIDE THIRD-PARTY INSPECTION AND TESTING SERVICES FOR THE

“FACILITIES MANAGEMENT BUILDING RENOVATION” PROJECT

Table of Contents

1. Scope of Work ……………..………………………………………………………..………Pg. 3

2. Specifications ...………………………...….………………………………………………...Pg. 6

3. Bid Tabulation Sheet …...…………......……………………………………………….…...Pg. 8

4. Bidder’s Proposal ..………………………………………………………………………....Pg. 11

5. Bid/Proposal Affidavit ……………………....…………………………………………..….Pg. 12

6. Performance Agreement……………………………. ………...…………………………....Pg. 17

7. Reference Request …………………………………………...…………………………..….Pg. 18

8. TPIP Approved Third-Party Electrical Inspector Listing ……………………………….Pg. 19

Page 3: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

3

SCOPE OF WORK

The Board of Trustees of PRINCE GEORGE’S COMMUNITY COLLEGE requests bids to

Provide Third Party Inspection and Testing Services for the “FACILITIES MANAGEMENT

BUILDING RENOVATION” project, as hereinafter set forth. All bids will be received in

the Office of Procurement and Contracting, Kent Hall, Room 264, Prince George’s

Community College, Largo, Maryland, until Friday, December, 6, 2013 at 10 am. Late bids

will not be accepted. If the college is closed, the submission will take place on the next day

that the college is open for business.

INSTRUCTION TO BIDDERS

1. Preparing your bid:

Prior to preparing your bid, familiarize yourself with the specifications and all other bid

documents.

2. In Filling Out the Bid Forms:

A. Use only forms supplied by the college.

B. Make an original and one copy for submission: see Paragraph K. below.

C. Use ink, typewriter or word processor.

D. Fill in all spaces.

E. Do not alter or change any wording in the bid forms.

F. State all prices in both words and numbers.

G. List all addenda received. Failure to list all addenda may disqualify your bid.

H. Sign the original and one copy of the completed Bid Forms in pen and ink.

Individuals: Sign with full name and address.

Partnerships: A general partner must sign and state his or her address. List the

name and addresses of all other partners.

Corporations: An authorized officer of the corporation must sign on behalf

of the corporation. Include the name and address of the

corporation and affix the corporate seal.

Page 4: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

4

Print or Type: The names of all signers below their signatures.

I. Attach the Bid Proposal Affidavit.

J. Attach references.

K. Place the original and one copy of the completed and signed Bid Form and

all attachments, in an envelope addressed to the Board of Trustees of Prince

George’s Community College, c/o Procurement Officer, Kent Hall, Room 264,

Prince George’s Community College, 301 Largo Road, Largo, Maryland 20774,

bearing on the outside the name and address of the bidder, the title of the quote and

the quote submission time and date.

L. Seal and Deliver: Delivery, whether by mail or otherwise, must be made to Kent

Hall, Room 264, prior to the published submission date and time.

3. Reserved Rights:

The Board of Trustees may consider informal any bid not prepared and submitted in

accordance with the stated provisions and may waive any informalities in, or reject any

or all bids. In the event the college determines that it is in the best interest of the college

to make changes in the specifications or quantities prior to an award, the college reserves

the right, prior to award, to negotiate such changes with the qualified responsive bidder

and to award a contract incorporating such agreed upon changes to that bidder.

4. Award of Contract:

The college reserves the right to make an award by aggregate bid, or to award separate

contracts for each or any of the items bid, subject to the availability of funds, to reject

any or all bids, accept any part and reject the other part, as best serves the interest of the

college.

5. Contract Period:

Any contract resulting from this bid will continue from the design permit phase currently

underway to the completion of construction of the Facilities Management Building

Renovation project. The Facilities Management Building Renovation project is estimated

to begin construction in February 2014 and end February 2015. No increase of price

shall be accepted for the term of this contract until construction is formally approved by

the College. This contract may be terminated by the college by giving thirty days written

notice of its intention to terminate.

6. Discrepancies:

Should a bidder find discrepancies in the specifications, or be in doubt as to the meaning

or intent of any contract documents, she/he shall request a clarification from the

Procurement Office not later than 10 days prior to the bid submission date (Saturday and

Page 5: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

5

Sundays excluded) so that an addendum or other clarification may be issued. Failure to

request such a clarification is a waiver to any claim by the bidder for a price adjustment

to compensate for additional costs incurred by reason of later clarification of the contract

documents. Questions must be emailed no later than 2pm on Thursday, November 21,

2013 to Mrs. LaTonya Holland at [email protected].

7. Any requests for compensation from the construction contractor, caused by delays in the

performance of the required inspections or tests, will be borne by the inspection and/or

testing contractors.

8. All bid prices shall hold for a period of 120 days after the due date of the bid.

9. Other Requirements:

A properly completed and executed Bid Proposal Affidavit must accompany this bid.

Failure to do so may result in the disqualification of bidder.

10. Reciprocal Preference:

A reciprocal preference will be applied when a bidder or offer’s state gives a preference

to its resident business when competing with non-resident businesses. The reciprocal

preference will be identical to that which is applied by the other state in favor of

its resident business.

“A non-resident bidder submitting a bid for a state project shall attach to the

bid a copy of the current statute, resolution, policy, procedure or executive

order of the resident state of the non-resident bidder that pertains to that state’s

treatment of non-resident bidders.”

NON-DISCRIMINATION IN PROCUREMENT

The Board of Trustees is committed to a policy of non-discrimination and equal opportunity in

all procurement activities, to the end that college purchases and contracts shall be solicited and

entered into without regard to the race, color, religion, sex, marital status, age, handicap or

national origin or status as a Vietnam War veteran, qualified disabled veteran, or qualified

individual with a disability, of any bidder, prospective bidder, vendor or contractor.

Minority Business Enterprises are encouraged to participate.

MINORITY BUSINESS ENTERPRISE _______YES ______ NO

CERTIFICATION #_________________________

PRINCE GEORGE’S COUNTY FIRM _____YES _____NO

Page 6: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

6

PRINCE GEORGE’S COMMUNITY COLLEGE

INVITATION FOR BID #14-10

PROVIDE THIRD PARTY INSPECTION/TESTING SERVICES FOR THE “FACILITIES

MANAGEMENT BUILDING RENOVATION AND ADDITION” PROJECT

SPECIFICATIONS

1. Contractor(s) to provide third party inspection services for the construction of the

“Facilities Management Renovation and Addition” project as directed by Prince George’s

County, Department of Environmental Resources, Development Services Branch,

Permits and Review Division. A completed and submitted quote must cover all

inspections needed to meet Prince George’s County Requirements. Electrical and Fire

inspectors must be approved by Prince George’s County. A list of approved Third Party

Electrical and Fire Protection inspectors is included in this procurement package. All

other disciplines and inspectors must have a current Maryland Professional Engineering

License. Any bidder who does not meet compliance with the Prince George’s County

Department of Environmental Resources will automatically be disqualified.

2. All bidders are required to submit a copy of their license to do business within the State

of Maryland indicating their Maryland Registration Number.

3. Each inspection and/or testing agency is responsible for verifying that each installation is

in accordance with the construction documents and approved shop drawings.

4. All quotes must follow the requirements of the Department of Environmental Resources

Permits & Review Division Third-Party Inspection Program requirements.

5. Attend Pre-construction meeting at the College.

6. During construction, advise Facilities Management in advance of all site visits.

7. Specifications and drawings can be uploaded at the following FTP website:

Please contact Fay Hsu at (202-776-7559) or [email protected] for assistance to access the ftp site below. Host Name: externalftp.gensler.com Site/User Name: PGCCfmcp Password: PGCCfmcp13 (Password is case sensitive)

8. Each bidder is required to submit a list of three Inspection/Testing Services projects of

similar size and nature within the past five years. List company name, contact person,

and telephone number.

Page 7: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

7

9. In addition, each bidder must include a brief resume indicating the qualifications of key

persons, specialists, and/or individual consultants anticipated for this project.

10. All bids must meet the requirement of the “Invitation for Bid” section of the bid package.

In addition, all quotes must include the following:

a. The required Bid Proposal Affidavit.

b. A list of three similar projects completed within the past five years.

c. A brief resume of key persons, specialists and individual consultants anticipated for

this project.

d. Bid Tabulation Sheet.

e. Bidder’s Proposal form.

f. References.

Incomplete bid packages will not be considered.

Page 8: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

8

PRINCE GEORGE’S COMMUNITY COLLEGE

INVITATION FOR BID #14-10

PROVIDE THIRD PARTY INSPECTION/TESTING SERVICES

FOR THE “FACILITIES MANAGEMENT BUILDING RENOVATIONS” PROJECT

BID TABULATION SHEET

*Base amount should include all costs including transportation, report preparation/ duplication,

postage and handling, lab support, etc., for 1/2 Day (4 hour), full day (8 hour) visits during the

specified number of months. Number of tests used, as basis for dollar estimates should also be

stated. Unit cost for additional hours should include transportation, report

preparation/duplication, postage and handling, lab supports, etc. Unit costs will be used to

adjust base bid as necessary. Construction is anticipated to commence approximately February,

2014; however, an exact schedule will be determined. Construction is estimated to last

approximately 9 months. Costs for County submission, and all final stamped close out reports

and inspections are to be included in estimate.

A. BASE PRICE DETAIL (in Numbers)

(Shall include all personnel and miscellaneous contact fees in Base quote price)

$ DOLLARS

B. BASE CONTRACT SCHEDULE OF RATES AND VISITS

PERSONNEL HOURLY RATE ESTIMATED # OF VISITS

Cost for Superstructure Inspecting and $______________ ___half day ___full

day

Testing Services

Cost for Mechanical Systems Inspection Services $______________ ___half day ___full

day

Cost for Electrical Systems Inspection Services $______________ ___half day ___full

day

Cost for Fire Protection Systems Inspection Services $______________ ___half day ___full

day

Cost for Fire Protection Systems General Inspections $______________ ___half day ___full

day

Page 9: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

9

Soil Testing, (Refer to appropriate sections of the $_________________ ____half day ___full day

construction plans, including compaction and density,

footings, nuclear gauge, soils classifications)

Cost for Concrete Field Testing, in addition to testing, $______________ ___half day ___full day

inspections of formwork, rebar, and pour conditions

must be done prior to any concrete placement (Refer

to appropriate sections of the construction plans,

samples, ASTM C31 and ACI301)

Footing: $______________ ___half day ___full day

Slabs: $______________ ___half day ___full

day

Cost for Masonry Testing (Refer to appropriate $______________ ___half day ___full

day

sections of the construction plans).

Cost for Structural Steel Inspection & Testing $______________ ___half day ___full

day

(Refer to appropriate sections of the construction

plans).

Cost for Steel Joists Inspection & Testing in $______________ ___half day ___full

day

accordance with Steel Joist Institute requirements

(Refer to appropriate sections of the construction

plans).

Cost for Metal Deck Inspection & Testing in $______________ ___half day ___full

day

accordance with Steel Deck Institute requirements.

(Refer to appropriate sections of the construction

plans).

Cost for Shear Connectors Inspection & Testing $______________ ___half day ___full

day

(Refer to appropriate sections of the construction

plans).

Cost for Cold Formed Metal Framing Inspection & $______________ ___half day ___full

day

Testing (Refer to appropriate sections of the construction

plans).

Page 10: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

10

Cost for As-Built drawings for water & sewer system

in accordance with WSSC requirements, and in

coordination with the site civil engineer: Wiles Mensch

Corporation, 11860 Sunrise Valley Drive, Suite 200,

Reston, VA 20191 (703-391-7600)

This work is to include:

Inspection of the on-site water & sewer piping installation.

Certification of the contractor’s pressure test of the water system

Certification of the contractor’s sterilization of the water system

Certification of as-built conditions, including plans which indicate

Actual on-site alignment and grades for water & sewer systems.

PERSONNEL

Inspector – Concrete, Soil, Masonry, Asphalt $______________

Project Manager $______________

Engineer $______________

Inspector – Structural Steel $______________

Mileage (Unit rate per mile) $______________

Cost to execute the third party inspection agreement

Documents – Attachment #1 $______________

Cost to attend pre-agreement/Pre-construction

Conference $______________

MATERIAL TESTS EACH TEST

Comprehensive Strength of Concrete Cylinders $______________

Reserve Cylinders Untested $______________

Field Equipment/Materials (Nuclear Gauge) $______________

Grain Size Analysis $______________

Atterberg Limits (Per the latest ASTM Standard) $______________

Moisture Content (Per the latest ASTM Standard) $______________

Proctor Test (Per the latest ASTM Standard) $______________

Specific Gravity (Per the latest ASTM Standard) $______________

Mortar Cube $______________

Grout Sample $______________

Page 11: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

11

PRINCE GEORGE’S COMMUNITY COLLEGE

I. F. B. #14-10

BIDDER’S PROPOSAL

NAME OF BIDDER _________________________________________________

TO: Board of Trustees of Prince George’s Community College

Ladies and Gentlemen:

The undersigned, having carefully examined Invitation for Bid, Specifications, Performance Agreement, Bidder’s

Proposal, Bid Tabulation Sheet, Bid Proposal Affidavit, and any addenda pertaining to I. F. B. #14-10 hereby offers

to furnish and deliver the items called for in accordance with the said documents for the sums stated on the attached

Bid Tabulation Sheet.

The undersigned acknowledges receipt of any addenda.

Addendum # _____

Addendum # _____

___________________________________

PRINT NAME

___________________________________

SIGNATURE

___________________________________

TITLE

___________________________________

FIRM

___________________________________

PHONE NUMBER

___________________________________

FAX NUMBER

___________________________________

EMAIL

Page 12: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

12

BID/PROPOSAL AFFIDAVIT

A. Authority

I HEREBY AFFIRM THAT:

I (print name) possess the legal authority to make this Affidavit.

B. CERTIFICATION REGARDING COMMERCIAL NONDISCRIMINATION

The undersigned bidder hereby certifies and agrees that the following information is correct: In preparing its bid on this

project, the bidder has considered all proposals submitted from qualified, potential subcontractors and suppliers, and has not

engaged in "discrimination" as defined in §19-103 of the State Finance and Procurement Article of the Annotated Code of

Maryland. "Discrimination" means any disadvantage, difference, distinction, or preference in the solicitation, selection, hiring,

or commercial treatment of a vendor, subcontractor, or commercial customer on the basis of race, color, religion, ancestry,

or national origin, sex, age, marital status, sexual orientation, or on the basis of disability or any otherwise unlawful use of

characteristics regarding the vendor's, supplier's, or commercial customer's employees or owners. "Discrimination" also

includes retaliating against any person or other entity for reporting any incident of "discrimination". Without limiting any other

provision of the solicitation on this project, it is understood that, if the certification is false, such false certification constitutes

grounds for the State to reject the bid submitted by the bidder on this project, and terminate any contract awarded based on

the bid. As part of its bid or proposal, the bidder herewith submits a list of all instances within the past 4 years where there

has been a final adjudicated determination in a legal or administrative proceeding in the State of Maryland that the bidder

discriminated against subcontractors, vendors, suppliers, or commercial customers, and a description of the status or

resolution of that determination, including any remedial action taken. Bidder agrees to comply in all respects with the State's

Commercial Nondiscrimination Policy as described under Title 19 of the State Finance and Procurement Article of the

Annotated Code of Maryland.

B-1. Certification Regarding Minority Business Enterprises.

The undersigned bidder hereby certifies and agrees that it has fully complied with the State Minority Business Enterprise

Law, State Finance and Procurement Article, §14-308(a)(2), Annotated Code of Maryland, which provides that, except as

otherwise provided by law, a contractor may not identify a certified minority business enterprise in a bid or proposal and:

(1) Fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify

the certified minority proposal;

(2) Fail to notify the certified minority business enterprise before execution of the contract of its inclusion in the bid or

proposal;

(3) Fail to use the certified minority business enterprise in the performance of the contract; or

(4) Pay the certified minority business enterprise solely for the use of its name in the bid or proposal.

Without limiting any other provision of the solicitation on this project, it is understood that if the certification is false, such

false certification constitutes grounds for the State to reject the bid submitted by the bidder on this project, and terminate any

contract awarded based on the bid.

B-2. Certification Regarding Veteran-Owned Small Business Enterprises. The undersigned bidder hereby certifies and

agrees that it has fully complied with the State veteran-owned small business enterprise law, State Finance and

Procurement Article, §14-605, Annotated Code of Maryland, which provides that a person may not:

(1) Knowingly and with intent to defraud, fraudulently obtain, attempt to obtain, or aid another person in fraudulently

obtaining or attempting to obtain public money, procurement contracts, or funds expended under a procurement contract to

which the person is not entitled under this title;

Page 13: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

13

(2) Knowingly and with intent to defraud, fraudulently represent participation of a veteran–owned small business

enterprise in order to obtain or retain a bid preference or a procurement contract;

(3) Willfully and knowingly make or subscribe to any statement, declaration, or other document that is fraudulent or

false as to any material matter, whether or not that falsity or fraud is committed with the knowledge or consent of the person

authorized or required to present the declaration, statement, or document;

(4) Willfully and knowingly aid, assist in, procure, counsel, or advise the preparation or presentation of a declaration,

statement, or other document that is fraudulent or false as to any material matter, regardless of whether that falsity or fraud

is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or

document;

(5) Willfully and knowingly fail to file any declaration or notice with the unit that is required by COMAR 21.11.12; or

(6) Establish, knowingly aid in the establishment of, or exercise control over a business found to have violated a provision of §B-2(1)—(5) of this regulation. C. AFFIRMATION REGARDING BRIBERY CONVICTIONS

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in Section 16-101(b)

of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners,

controlling stockholders, or any of its employees directly involved in the business's contracting activities including obtaining

or performing contracts with public bodies has been convicted of, or has had probation before judgment imposed pursuant to

Criminal Procedure Article, §6-220, Annotated Code of Maryland, or has pleaded nolo contendere to a charge of, bribery,

attempted bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other state or federal law, except

as follows (indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation

before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of person(s)

involved, and their current positions and responsibilities with the business):

.

D. AFFIRMATION REGARDING OTHER CONVICTIONS

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors,

partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities including

obtaining or performing contracts with public bodies, has:

(1) Been convicted under state or federal statute of:

(a) A criminal offense incident to obtaining, attempting to obtain, or performing a public or private contract; or

(b) Fraud, embezzlement, theft, forgery, falsification or destruction of records or receiving stolen property;

(2) Been convicted of any criminal violation of a state or federal antitrust statute;

(3) Been convicted under the provisions of Title 18 of the United States Code for violation of the Racketeer Influenced

and Corrupt Organization Act, 18 U.S.C. §1961 et seq., or the Mail Fraud Act, 18 U.S.C. §1341 et seq., for acts in

connection with the submission of bids or proposals for a public or private contract;

Page 14: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

14

(4) Been convicted of a violation of the State Minority Business Enterprise Law, §14-308 of the State Finance and

Procurement Article of the Annotated Code of Maryland;

(5) Been convicted of a violation of §11-205.1 of the State Finance and Procurement Article of the Annotated Code of

Maryland;

(6) Been convicted of conspiracy to commit any act or omission that would constitute grounds for conviction or liability

under any law or statute described in subsections (1)—(5) above;

(7) Been found civilly liable under a state or federal antitrust statute for acts or omissions in connection with the

submission of bids or proposals for a public or private contract;

(8) Been found in a final adjudicated decision to have violated the Commercial Nondiscrimination Policy under Title 19

of the State Finance and Procurement Article of the Annotated Code of Maryland with regard to a public or private contract;

or

(9) Admitted in writing or under oath, during the course of an official investigation or other proceedings, acts or

omissions that would constitute grounds for conviction or liability under any law or statute described in §§B and C and

subsections D(1)—(8) above, except as follows (indicate reasons why the affirmations cannot be given, and list any

conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence

or disposition, the name(s) of the person(s) involved and their current positions and responsibilities with the business, and

the status of any debarment):

.

E. AFFIRMATION REGARDING DEBARMENT

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors,

partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities, including

obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited

denial of participation) by any public entity, except as follows (list each debarment or suspension providing the dates of the

suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s)

involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and

the details of each person's involvement in any activity that formed the grounds of the debarment or suspension).

.

F. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES

I FURTHER AFFIRM THAT:

(1) The business was not established and it does not operate in a manner designed to evade the application of or defeat

the purpose of debarment pursuant to Sections 16-101, et seq., of the State Finance and Procurement Article of the

Annotated Code of Maryland; and

Page 15: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

15

(2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as

follows (you must indicate the reasons why the affirmations cannot be given without qualification):

.

G. SUB-CONTRACT AFFIRMATION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, has knowingly entered into a contract with a public body under which a person debarred or suspended under Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland will provide, directly or indirectly, supplies, services, architectural services, construction related services, leases of real property, or construction.

H. AFFIRMATION REGARDING COLLUSION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business has:

(1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the

accompanying bid or offer that is being submitted;

(2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the bid price or price proposal of the

bidder or offeror or of any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with

the contract for which the accompanying bid or offer is submitted.

I. CERTIFICATION OF TAX PAYMENT

I FURTHER AFFIRM THAT:

Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland

and has filed all required returns and reports with the Comptroller of the Treasury, the State Department of Assessments and

Taxation, and the Department of Labor, Licensing, and Regulation, as applicable, and will have paid all withholding taxes

due the State of Maryland prior to final settlement.

J. CONTINGENT FEES

I FURTHER AFFIRM THAT:

The business has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide

employee, bona fide agent, bona fide salesperson, or commercial selling agency working for the business, to solicit or

secure the Contract, and that the business has not paid or agreed to pay any person, partnership, corporation, or other

entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency, any fee or

any other consideration contingent on the making of the Contract.

K. CERTIFICATION REGARDING INVESTMENTS IN IRAN

(1) The undersigned certifies that, in accordance with State Finance and Procurement Article, §17-705, Annotated Code

of Maryland:

(a) It is not identified on the list created by the Board of Public Works as a person engaging in investment activities

in Iran as described in State Finance and Procurement Article, §17-702, Annotated Code of Maryland; and

Page 16: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

16

(b) It is not engaging in investment activities in Iran as described in State Finance and Procurement Article, §17-

702, Annotated Code of Maryland.

2. The undersigned is unable to make the above certification regarding its investment activities in Iran due to the following

activities:

L. CONFLICT MINERALS ORIGINATED IN THE DEMOCRATIC REPUBLIC OF CONGO (FOR SUPPLIES AND

SERVICES CONTRACTS)

I FURTHER AFFIRM THAT:

The business has complied with the provisions of State Finance and Procurement Article, §14-413, Annotated Code of

Maryland governing proper disclosure of certain information regarding conflict minerals originating in the Democratic

Republic of Congo or its neighboring countries as required by federal law.

M. ACKNOWLEDGEMENT

I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may be distributed to units of: (1)

the State of Maryland; (2) counties or other subdivisions of the State of Maryland; (3) other states; and (4) the federal

government. I further acknowledge that this Affidavit is subject to applicable laws of the United States and the State of

Maryland, both criminal and civil, and that nothing in this Affidavit or any contract resulting from the submission of this bid or

proposal shall be construed to supersede, amend, modify or waive, on behalf of the State of Maryland, or any unit of the

State of Maryland having jurisdiction, the exercise of any statutory right or remedy conferred by the Constitution and the laws

of Maryland with respect to any misrepresentation made or any violation of the obligations, terms and covenants undertaken

by the above business with respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits comprising part of the

contract.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS

AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF.

Date:

By: (print name of Authorized Representative and Affiant) (signature of Authorized Representative and Affiant)

Page 17: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

17

PRINCE GEORGE’S COMMUNITY COLLEGE

I. F. B. #14-10

PERFORMANCE AGREEMENT

If the vendor fails to complete the contract by the time specified, or within the time to which completion may have

been extended, the vendor shall pay to the college the sum of $1500.00, as liquidated damages, for each calendar

day of delay in delivery. Said liquidated damages shall be deducted from invoices rendered. If the vendor finds it

impossible for reasons beyond his control to complete the requirements of the contract by the date specified, or as

extended, in accordance with this provision, he may, at any time prior to the expiration of the contract time as

extended, make a written request to the Procurement Officer for an extension of time setting forth therein the

reasons which he believes will justify the granting of his request. The vendor’s plea that insufficient time as

specified is not a valid reason for extension of time. If the Procurement Officer finds that the work was delayed

because of conditions beyond the control and without the fault of the vendor, she may extend the time for

completion in such amount as the conditions justify. The extended time for completion shall then be in full force

and affect the same as though it were original time for completion.

_________________________________________

PRINT NAME

_________________________________________

SIGNATURE

_________________________________________

TITLE

_________________________________________

FIRM

_________________________________________

PHONE NUMBER

_________________________________________

FAX NUMBER

_________________________________________

EMAIL

Page 18: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

18

REFERENCE REQUEST - PROJECT EXPERIENCE

Each bidder shall list below three recent customers/projects of similar requirements. Failure to

submit projects will deem proposal non-responsive.

1. Customer Name: __________________________________

Address: __________________________________

Contact Person: __________________________________

Telephone: __________________________________

2. Customer Name: __________________________________

Address: __________________________________

Contact Person: __________________________________

Telephone: __________________________________

3. Customer Name: __________________________________

Address: __________________________________

Contact Person: __________________________________

Telephone: __________________________________

Page 19: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

19

TPIP

Electrical and Fire Consultants Only

Approved by Prince

George's County

Note: All other disciplines must have a

current Maryland Professional Engineer

(P.E.) License.

Page 20: OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR · PDF file · 2013-11-071 office of procurement and contracting invitation for bid #14-10 provide third-party inspection and

20

TPIP APPROVED THIRD-PARTY ELECTRICAL INSPECTOR LISTING CECA 9901 Business Parkway, Suite H Lanham, MD. 20706 Val McFarlane, (301) 967-1719, (240) 304-9113 (cell) CTI CONSULTANTS, INC. 14221-B Willard Road, #100 Chantilly, VA. 20151 George Jallis, Jr., (703) 961-9443 FREE ELECTRONS 27640 Baptist Church Road Mechanicsville, MD. 20659 Robert Bruce Johnson, (202) 345-6780 KNEC INSPECTION SERVICES 3514 Moylan Drive Bowie, MD. 20715 Jonathan Keith Norris, (301) 464-4211 (cell) (301) 520-2204 LOURENCO CONSULTANTS 5171 McArthur Blvd., Suite 100 Washington, DC 20016 Jay Robert Maisel, (202) 966-0042, (202) 391-4503 (cell) MIDDLE DEPARTMENT INSPECTION AGENCY INC. (MDIA) P.O. Box 8 Charlotte Hall, MD. 20622 Ken Moore/Paul Hamby, (800) 262-6342, (410) 474-0243 (cell-Moore) (301) 643-2299 (cell-Hamby) STATE WIDE INSPECTIONS (SWI) P.O. Box 1212 Lusby, MD. 20657 Darrell Robinson, (800) 231-2764, (410) 610-5315 (cell) TRUST INSPECTIONS, LLC. 44040 Bruceton Mills Circle Ashburn, VA. 20147 Karl K. Mirpanah, (703) 244-2568), (202) 460-1292 (cell) INSTITUTE FOR BUILDING TECHNOLOGY & SAFETY 505 Huntmar Park Drive, Suite 250 Herndon, VA. 20170 Paul C. Hammond (703) 481-2000 (Updated January 2011)