34
OFFICE OF PROCUREMENT AND CONTRACTING 301 Largo Road, Largo Maryland 20774-2199 INVITATION FOR BID #15-03 “CAMPUS-WIDE FIRE ALARM UPGRADE” Addendum No. 3 Issued: December 4, 2014 CLARIFICATIONS / QUESTIONS AND ANSWERS / DRAWINGS: In many cases the original bid drawings showed where the duct bank entered into buildings. Documents have been revised to show where FTU’s are located so contractors know where the FACPs will be patched into the duct bank fiber terminations. In some cases the FTUs are located inside wall-mounted Fiber Termination Cabinets, and in others they are rack mounted. The Fire Alarm contractors will use the same connectors in either case to patch their fiber into the campus duct bank ABF. Please note: Steel Bldg – the duct bank ABF does NOT terminate in this bldg. Existing network service is fed from the Con-Ed Bldg. CHS Bldg. – the ABF passes thru room CHS1105 and is all terminated in the Data Center (NW corner). The existing Fiber Termination Units (FTUs) are located in the following rooms: - Tell/Comm/Server Room #115, First Floor, Kent Hall - Data Closet #102, First Floor, Accokeek Hall; see sheet FA-2-101 - I.T. Room #129, First Floor, Bladen Hall; see sheet FA-3-101 - Computer Server Room #124, First Floor, Bladen Hall; see sheet FA-3-101B - Telecom Closet in the Conference Room #240, Second Floor, Largo Student Center; see sheet FA-5-102 - Main Classroom #103, First Floor, Chesapeake Hall - Closet #1057, First Floor, Marlboro Hall; see sheet FA-8-101 - Classroom #101, First Floor, Novak Hall; see sheet FA-10-101 - Mechanical Room #105, First Floor, Continuing Education; see sheet FA-12-101 - Ceramics #C1, First Floor, Steel Building; see sheet FA-13-101 - Closet #A-131, First Floor, Facilities Management Building; see sheet FA-15-101 - Office #W1, First Floor, Warehouse; see sheet FA-21-101 - Telecom #115, First Floor, Center for Advanced Technology; see sheet FA-29-101 - Machine Room #3204, Third Floor, Center for Health Studies; see sheet FA-30-103 QUESTION #1: Please provide the name and contact information for the two elevator contractors for the campus that we are required to coordinate with for fire alarm elevator recall. Also please provide which contractor has which buildings under their contract. ANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp (301-213-4865) are the two elevator contractors. Kone: Center for Health Studies & Center for Advanced Technology Thyssen Krupp: All other building elevators Please do not contact elevator contractors during bid preparation. Contractors are NOT to schedule work directly with the elevator contractors during construction unless granted written approval from the Facilities Management Department.

OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

Embed Size (px)

Citation preview

Page 1: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

OFFICE OF PROCUREMENT AND CONTRACTING 301 Largo Road, Largo Maryland 20774-2199

INVITATION FOR BID #15-03 “CAMPUS-WIDE FIRE ALARM UPGRADE”

Addendum No. 3 Issued: December 4, 2014

CLARIFICATIONS / QUESTIONS AND ANSWERS / DRAWINGS: In many cases the original bid drawings showed where the duct bank entered into buildings. Documents have been revised to show where FTU’s are located so contractors know where the FACPs will be patched into the duct bank fiber terminations. In some cases the FTUs are located inside wall-mounted Fiber Termination Cabinets, and in others they are rack mounted. The Fire Alarm contractors will use the same connectors in either case to patch their fiber into the campus duct bank ABF. Please note: Steel Bldg – the duct bank ABF does NOT terminate in this bldg. Existing network service is fed from the Con-Ed Bldg. CHS Bldg. – the ABF passes thru room CHS1105 and is all terminated in the Data Center (NW corner). The existing Fiber Termination Units (FTUs) are located in the following rooms:

- Tell/Comm/Server Room #115, First Floor, Kent Hall - Data Closet #102, First Floor, Accokeek Hall; see sheet FA-2-101 - I.T. Room #129, First Floor, Bladen Hall; see sheet FA-3-101 - Computer Server Room #124, First Floor, Bladen Hall; see sheet FA-3-101B - Telecom Closet in the Conference Room #240, Second Floor, Largo Student Center;

see sheet FA-5-102 - Main Classroom #103, First Floor, Chesapeake Hall - Closet #1057, First Floor, Marlboro Hall; see sheet FA-8-101 - Classroom #101, First Floor, Novak Hall; see sheet FA-10-101 - Mechanical Room #105, First Floor, Continuing Education; see sheet FA-12-101 - Ceramics #C1, First Floor, Steel Building; see sheet FA-13-101 - Closet #A-131, First Floor, Facilities Management Building; see sheet FA-15-101 - Office #W1, First Floor, Warehouse; see sheet FA-21-101 - Telecom #115, First Floor, Center for Advanced Technology; see sheet FA-29-101 - Machine Room #3204, Third Floor, Center for Health Studies; see sheet FA-30-103

QUESTION #1: Please provide the name and contact information for the two elevator contractors for the campus that we are required to coordinate with for fire alarm elevator recall. Also please provide which contractor has which buildings under their contract. ANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp (301-213-4865) are the two elevator contractors. Kone: Center for Health Studies & Center for Advanced Technology Thyssen Krupp: All other building elevators Please do not contact elevator contractors during bid preparation. Contractors are NOT to schedule work directly with the elevator contractors during construction unless granted written approval from the Facilities Management Department.

Page 2: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

QUESTION #2: Please confirm whether or not the fire alarm wiring is required to be installed in conduit or if plenum fire alarm cable can be used. ANSWER #2: All riser wiring and wiring between floors shall be installed in conduit per specification Section 3.1.B.1 and code requirements. QUESTION #3: Please confirm the type and manufacturer and specs for the fiber optic cables that need to be installed from the building entry point to the new fire alarm control panels. ANSWER #3: College entry point of fiber optic cables – All cables terminate in Sumitomo FutuerFlex 144 port Fiber Termination Units with LC connectors. See below photo. Contractor should use patch cords that match College standard patch cords are 9/125um Single Mode with LC connectors and TBD jacket color. All ABF Single Mode fiber runs are from CHS Data Center to each building entry point, via two paths (primary and redundant).

QUESTION #4: The specifications section 281300 1.1.c states that the Contractor is responsible for the review of the existing server to determine if the quantity of devices (Code Blue) shown on the drawings necessitates the expansion of the existing server. The contractor shall be responsible for providing the required expansion as part of their scope of work. Contractor shall be responsible for any equipment, licenses, software etc. How can we examine the server when the server is not installed yet? Please provide the name and contact information of the Code Blue vendor that can provide this information.

Page 3: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

ANSWER #4: Wording in spec section 281300 1.1.c shall be changed to: The Contractor is responsible for the review of the specification in the Circulation and Roadway Improvements project, spec section 16900, paragraph 2.3 “Communications Server”. The College anticipates the Code Blue server will be operational prior to activation of the CFA devices in the Fire Alarm Upgrade project. The Code Blue vendor is currently proposed to be Convergint Technologies LLC (O: 301-459-8730 X7213). Final contract award is subject to the discretion of the Circulation and Roadways contractor. Avoid contacting Convergint Technologies LLC unless given permission by the College. The contractor shall determine if the quantity of devices (Code Blue) shown on the drawings necessitates the expansion of the existing server. Contractor shall be responsible for any additional equipment, licenses, software, etc. For reference below is the Circulation and Roadways spec section 16900, paragraph 2.3: 2.3 COMMUNICATIONS SERVER

A. Communications Server shall be Code Blue ToolVox IP Communicaton Server. The communications server shall have the following capabilities: 1. Management and diagnostics for all Code Blue devices 2. Event Management System (EMS) to record, document, and respond to

emergency situations appropriately 3. Robust API for third part integration 4. Open and scalable architecture 5. Provide the following software system platforms: a. Blue Alert b. Event Management System (EMS) c. Unit Programming and Diagnostics (UPD)

B. Case Specifications: 1. Construction: Heavy-duty cold rolled steel 2. Drive capacity: Exposed 3 x 5.25” and 1 x 3.5 drives 3. Cooling: 1 x 12 cm ball-bearing fan 4. Front panel indicators: 1 x pwr on/off, 1 x system reset 5. Front panel controllers: 2 x USB, 1 x PS2 mini-DIN keyboard 6. Maximum expansion card length: 13.3 inches 7. Power Supply: 400W, 115/230V redundant hot-swap (advanced) 8. Dimensions (LxWxH): 19 inches x 17.7 inches x 7 inches

C. Advanced Server Specifications: 1. CPU: Pentium dual-core 2.5 GHz a. Supports Intel next generation 45nm multi-core processors 2. Front Side Bus: 1333/1066/800MHz 3. Chipset: Intel G31 and ICH7 4. Memory: 2 x Dual channel DDR2 800/667 MHz (2GB DDR2 800MHz installed), max 4GB 5. Video: Intel GMA 3100 6. Audio: 5.1 HAD Realtek ALC662-GR 7. LAN: gigabit LAN, Broadcom BCM5784 8. Expansion Slots: 1 x PCI Express x 16, 5 xPCI 32-bit 9. IDE: 1 X ATA100

10. Drives: 2 x 500MB SATA, 7200 rpm, RAID 1 11. 1 x DVD-RM/R/RW CD/RW SATA 12. BIOS: 8MB flash EEPROM with LAN boot PnP, ACPI, VfM, DMI 2.0 13. Form Factor: ATX, 12 x 8 inches 14. Back Panel connectors:

a. Audio jack (supports 3 jacks) b. 1 x PS/2 keyboard port c. 1 x PS/2 mouse port d. 1 x RJ45 LAN port e. 1 x Serial port f. 1 x VGA port g. 4 x USB 2.0 ports

15. Internal Connectors: a. 1 x 24-pin ATX main power connector b. 1 x floppy disk drive connector

Page 4: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

c. 1 x Intrusion alarm header d. 1 x 4-pin power connector e. 1 x ATA100 IDE connector f. 1 x S/PDIF_OUT header g. 1 x Front panel header h. 1 x Front audio header i. 1 x CD_IN connector j. 1 x IrDA header k. 1 x Speaker l. 2 x USB 2.0 headers (supports 4 USB devices) m. 2 x 4-pin CPU/System fan connectors n. 3 x USB power headers o. 4 x Serial ATAII connectors

16. Standards/Manageability: PCI 2.3, USB 2.0, DMI 2.5 17. Support CD: WHQL drivers, Adobe Reader, Direct X, Norton 18. Warranty: 1 year

D. Provide the following features and accessories: 1. Digital card to allow the communications server to connect to the IP network.

E. Provide the following Software System Platforms: 1. Event Management System (EMS):

a. The EMS application handles all incoming emergency and non-emergency events with an easy to use Graphical User Interface (GUI). b. Effectively utilize EMS for remote operation of Code Blue emergency communication devices. Open gates and AED access doors, turn the LED beacon/strobe on or off, transfer calls to the Public Address System (PAS) to make area wide announcements and incorporate other ancillary devices and applications. It can integrate EMS with the CCTV system for instant video when the code blue nits are activated. c. The EMS utilizes an advanced API for efficient integration with third part

Applications. d. Standard Features:

1) GPS longitude/latitude mapping of Code Blue units 2) Popup screens for all incoming messages 3) Easy download of audio and note files 4) Records audio and note files 5) “In Call” indicator 6) Multiple calls per agent

7) Up to 99 agents per system 8) Customizable location information

9) 8 programmable buttons for unit control Displays Address/City/State/Zip of unit location

2. Unit Programming and Diagnostic (UPD): a. The UPD provides a user-friendly, web-based GUI (Graphical user Interface) for the

administration on all Code Blue units. b. Unit Programming, UPD’s unique phone management feature, allows the user to

easily establish the functionality desired on one phone and copy all settings to additional units as needed. In addition, audio files can be created at a PC and stored on the server. Different messages can then be uploaded to each phone or the same audio file can be used on multiple phones eliminating the need to call each phone individually and record messages. Once settings are complete, simple “Call to Program,” or select assorted units and choose “Program All Units” to apply operational parameters.

c. The Diagnostic section of the software package is capable of testing all on-site Code Blue units for functionality at any specified time daily, weekly or on

a specified day and time. This flexibility tailors unit testing at predetermined intervals to confirm the phones are working 24/7. Immediate fault reporting via multiple email addresses guarantees minimum response time to any operational issues. Rout an email to an SMS server and your on-call technician receives a text on their cell phone for immediate deployment, ensuring maximum up time of the Code Blue units.

Page 5: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

d. If emergency phones are added to a site or a phone unit is replaced, simply install the new unit(s), open UPD, select the appropriate unit click “Program Extension”: to complete the process. With all essential information stored on the server, recording messages or unit configuration is no longer required.

3. Blue Alert a. Description:

1) Code Blue Corporation’s BLUE ALERT Mass Notification System combines state of the art amplifiers, speaker arrays and sophisticated software control to provide industry leading and NFPA 72, 2010 Chapter 24 compliant mass notification capabilities. 2) BLUE ALERT allows flexibility in the delivery of announcements by providing text to speech, live broadcast and pre-recorded

messages/warning tones options as well as announcement repeat and scheduling features.

3) Integrate existing IP based systems easily with the robust API or utilize the analog products to integrate non IP based systems.

b. Software Features: 1) Live Broadcast

2) Text to Speech 3) Pre-Recorded Messages 4) Warning Tones 5) Scheduled Announcements 6) Repeating Announcements 7) All Page 8) Group Page 9) Individual Page 10) Dial Extension/Phone Number for Mass Notification 11) Client/Server Based Architecture

12) Web Based Administration 13) GUI Client Software 14) Compatible with Windows XP/Vista/7 15) API Integration

QUESTION #5: The Bid/Proposal Form is confusing regarding the Bid Breakdown section of each buildings price. Not all aspects of the complete system installation is listed on this form. Typically we see bid forms with a lump sum price per building and then a Unit price schedule for cases where devices need to be added. Can the form be changed to a lump sum? If not, please provide further explanation of each item and what is to be included. For example, Initiating Devices----what is the expectation that we should include here? All initiating devices on the job? Labor too? What benefit does that breakdown have? ANSWER #5: A Bid Breakdown is required to be provided to assist the College in assessing the completeness and accuracy of bids. As specified, a detailed breakdown by fire alarm system components of each building is required (i.e., the cost for all initiating devices including labor shall be provided for each building; the cost for all notification devices including labor shall be provided for each building; etc.). QUESTION #6: Another concern is how the FACPs are going to be connected together (Dwg FA-201). If all 14 of the buildings (excluding Facilities) are fed back over ABF to the CHS Data Center, does this mean an additional 14 fibers will need to be run back to the Facilities Bldg FACP? Or… Can one fiber from the CHS FACP provide the connectivity and campus-wide information to the “master” FACP in the Facilities Bldg? ANSWER #6: All of the buildings are to run back with individual fiber connection, over the duct bank ABF from the Data Center, located in Center for Health Studies (CHS) to the network FACP, located in the Facilities Building. QUESTION #7: It is not clear if each FACP is connected by ONE fiber to CHS, or will there be TWO (primary and redundant) fiber paths? ANSWER #7: Each FACP is to be connected with two fiber paths, primary and redundant.

Page 6: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

QUESTION #8: Dwg. FA-201: 1) Key Note #4 references a “fused primary protector” between conductors and grounds. Does this apply to ABF (non-copper) connections? 2) The Steel Bldg fiber will have to run over to the ConEd Bldg. to be connected to the campus ABF. (There is no ABF terminating in the Steel Bldg.) ANSWER #8: 1) The non–current-carrying metallic members of optical fiber cables entering buildings shall be bonded or grounded as specified in NFPA 70, Section 770.100. 2) The duct bank ABF does terminate in the Steel Building. Fiber Termination Units (FTUs) is located in the Ceramics C-1, in the Steel Building. Contractor is to extend existing fiber optic cable from the FTU to new FACP, and to provide patch panel and all labor necessary to complete this infrastructure for a completely operational campus wide network fire alarm system. QUESTION #9: The drawing, FA-002, indicates existing Underground Fiber Optic Network “connection”. Does this connection indicate the existing duct banks or does it indicate usable fiber optic cable for network connection of the new fire alarm control panels? ANSWER #9: As indicated on the drawing, FA-002, the existing Underground Fiber Optic Network connection indicates both the existing duct banks with usable fiber optic cable for network connection of the new fire alarm control panels. QUESTION #10: Drawing FA-002 indicates the existing underground fiber optic network connections to the existing buildings. The Center for Health Studies does not indicate existing connection to this fiber optic network. Does the Center for Health Studies currently connect to the underground fiber optic network existing on the campus? If so, is there existing, usable fiber optic cable that can be utilized? If not, does the need for trenching and underground conduit banks exist to connect the Center for Health Studies to the existing fiber optic network? ANSWER #10: The Center for Health Studies is connected to the existing campus underground fiber optic network. The existing duct bank ABF passes thru Data Center Room, located in the Center for Health Studies. The existing underground fiber optic network connections is terminated in the Data Center #1105 (NW corner), where the existing FTU is located. QUESTION #11: All buildings, with the exception of the Continuing Education Building, indicate the installation of Audible/Visual devices and a Voice Evac. Control unit. These buildings do not indicate the installation of fire alarm speakers. In buildings that indicate the requirement for voice Evac. Control units, are the Audible/Visual devices indicated speaker/strobe units? ANSWER #11: The new fire alarm control panel with emergency voice communication capabilities is to be provided in all buildings. All buildings shall have speaker and speaker/strobe appliances to produce audible fire alarm signals. QUESTION #12: The following buildings; Kent Hall, Accokeek Hall, Bladen Hall, and Chesapeake Hall indicate the installation of new fire alarm panels with voice evac control units on the floor plans. The Key Notes associated with these units do not indicate that these are voice evac control unit locations. Please verify the above mentioned buildings are to be voice evac systems and that floor devices shall be speaker and/or speaker strobe devices. ANSWER #12: See response to Item #11.

Page 7: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

QUESTION #13: The sequence of Operation on drawing FA-202 is silent as to the operation of the live voice signal activation for the fire alarm system. Is it the intent to provide campus wide mass notification to/from all the buildings on the PGCC campus? If so, what is the sequence of operation for the use of live voice, mass notification signals? I.E. is it required that the live voice messages can be transmitted from a given building to any/all other buildings from any location with an audio source unit? Or will the only location for live voice, campus wide notifications come from the new Fire Command Center only? ANSWER #13: The live voice messages can only be transmitted within the given building. Upon completion of the installation of the fire alarm and emergency voice communication system throughout the Campus, the new Fire Command Center (FCC) shall be capable of transmitting the voice message to any and/or all campus buildings. When live voice instructions are provided, they shall override previously initiated signals to the selected notification zone(s); and they shall have priority over any subsequent automatically initiated signals to the selected zone(s). For the purpose of alarm annunciation, each floor of the building shall be considered as a separate zone. QUESTION #14: Drawing FA-201, Key note #4 indicates the use of fused primary protector between each line of conductor and ground. Provide a high speed network communication module and converter for fiber- optic cable interface. If the intent is to utilize existing fiber-optic duct banks and existing fiber-optic cables, what is the need for the fused primary protectors, the high speed communication modules and converters for fiber-optic cable interfaces? ANSWER #14: The Contractor is to provide protectors for Data Communications and Fire-Alarm Circuits, per NFPA70 requirements. In addition, Contractor is to provide the high speed communication modules and converters for fiber-optic cable interfaces to form a peer-to-peer network and to allow all nodes to be connected via fiber optic cable; to converts multiple fire alarm communications signals into a single fiber optic link; to provide network communication support by performing the function of a physical bridge without slowing data rates; to improve noise rejection due to the inherent nature of fiber optic communications. QUESTION #15: Drawing FA-201, Key note #5 indicates a network annunciator to display status of campus buildings. Will this be a Graphic Display Annunciator with LEDs or will this be an LCD Annunciator? ANSWER #15: A network graphic annunciator to display status of campus buildings is to be provided in the Facility Management Building. All annunciator switches and indicators shall be software programmable. PGCC must approve the application and manufacturer of the annunciator. QUESTION #16: Drawing FA-201, typical campus building fire alarm riser diagram indicates that each individual fire alarm control panel will have a digital alarm communication transmitter (DACT). Is it the intent to have each individual building call out to a monitoring station or for the campus fire control center to call out for fire service? ANSWER #16: Each individual fire alarm control panel shall have a digital alarm communication transmitter (DACT) to report status to monitoring station. Upon completion of the installation of the campus fire control center the network fire alarm control panel shall report all campus fire alarm systems' signals to a central monitoring station as one. QUESTION #17: Drawing FA-201, campus wide fire alarm riser diagram indicates the Queen Ann Fine Arts building in the riser and as an Add Alternate. All other documents indicate that the Queen Ann Fine Arts building is NOT IN SCOPE for this project. Is this correct? ANSWER #17: The Queen Ann Fine Arts building is not in scope for this project.

Page 8: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

QUESTION #18: Drawing FA-201, campus wide fire alarm riser diagram indicates the High Technology Center in the riser. This building, by name, is nowhere to be found. Does the High Technology Center in this riser actually represent the Center for Advanced Technology? ANSWER #18: Yes. The High Technology Center is the Center for Advanced Technology Building. QUESTION #19: Drawing FA-201, campus wide fire alarm riser diagram indicates the Campus Network Panel (CNP) and a key note #6. This would indicate that the Facilities Management Building field devices would connect directly to the CNP. As stated in Drawing FA-15-101, the existing to remain fire alarm panel in the Facilities Management Building will connect to the CNP. Will the CNP monitor only the existing fire alarm panel for alarm, trouble & supervisory signals? Or will the existing panel be required to connect via the campus network? ANSWER #19: All campus fire alarm control panels are to be connected to the campus network fire alarm control panel via the campus network. QUESTION #20: Drawing FA-002 shows numerous Existing Post Indicator Valve locations that require the awarded contractor to install new Monitor Modules at these locations. Are these Post Indicator Valve location currently being monitored? If so can PGCC provide the location of the panel that is monitoring these locations? Also can the awarded contractor re-use the existing wiring to make connection to these location? ANSWER #20: It is understood that most of the Post Indicator Valves are currently monitoring by existing individual fire alarm building systems. There is no one panel that monitors all locations. As part of this project, all PIV’s are to be monitored by new fire alarm system. Existing wire, conduit and boxes can be reused as much as physically possible. However, contractor shall be responsible for surveying existing wiring, conduit, boxes etc. to determine if the existing components may be reused for new devices. Electrical Contractor shall determine that the entire run of existing wiring, from source to device for wiring to be reused, is feasible for reuse and meets the requirements of the NFPA 70, state and local codes. QUESTION #21: Add Alternate No. 04 request that the contractors are to provide a price for 30 additional Duct Smoke Detectors. Can PGCC please provide an uniformed standard as to how much Pipe and Wire should be assumed to be install at each of these Duct Smoke Detector locations? If PGCC is not willing to provide Conduit and Wire Footage, then I would like to request that PGCC provide more detailed information as to where each of these additional Duct Smoke Detectors will be installed. This is needed in order for any of the contractors to provide a fair and responsible response to this ADD Alternate. ANSWER #21: As indicated in Specifications, Section 004113-4, Add Alternate Four scope of the work is the following: Provide 30 new duct smoke detectors including remote test station and control relay with installation, programming and 100 feet of wire. This price shall include 100 feet of wire and conduit. QUESTION #22: In some of the buildings there are currently devices in the same locations as where the new devices will be installed. Can the awarded contractor utilize any of the existing conduit when installing new devices in these areas? ANSWER #22: Existing conduit and boxes can be reused as much as physically possible. However, contractor shall be responsible for surveying existing conduit, boxes etc. to determine if the existing components may be reused for new devices. Electrical Contractor shall determine that the entire run of existing conduit, is feasible for reuse and meets the requirements of the NFPA 70, state and local codes.

Page 9: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

QUESTION #23: During the site visit, it was indicated that blank cover plates may be acceptable at demolished device locations. a. What is the patching and painting requirement for demolished devices that are located in block, brick, stone, marble, etc. walls? b. What is the patching and painting requirement for demolished devices that are located on special surfaces such as millwork, etc.? ANSWER #23: Patching of all walls, floors, and ceilings that are penetrated or damaged during construction and returning the surface to a condition matching existing adjacent surfaces is required as indicated in the Specifications. All repairing, patching and painting surfaces shall match existing finish. QUESTION #24: Will it be acceptable to utilize existing device locations to reduce patching and painting in areas where it may be difficult and expensive to replicate finishes? ANSWER #24: Contractor can utilize existing device locations to reduce patching and painting in areas where it may be difficult and expensive to replicate finishes. However, it is contractor responsibility to mount all devices at code required heights. QUESTION #25: Specification section 078413 part 1.4 requires the Firestop installer to be FM approved. Is UL an acceptable alternative? ANSWER #25: Applicator shall have minimum two years’ experience installing UL-classified firestopping systems and shall be trained by manufacturer, or manufacturer's representative, in installation procedures based on published UL-tested fire-stop systems. In addition, applicator must be a certified applicator. QUESTION #26: During the site visit, there appeared to be many locations where the holes in the wall have not been firestopped or patched (mechanical and electrical rooms mainly). Will the contractor be required to firestop the existing penetrations? ANSWER #26: Contractor is responsible to firestop all penetrations, existing and new, that serves fire alarm system. QUESTION #27: Specification section 283111 part 1.1.C states “The omission of any necessary system component, as required by the authorities having jurisdiction, from the specifications and drawings shall not relieve the Contractor of the responsibility for providing such necessity without additional cost to the Owner”. Does this pertain only to supplemental components needed to make the system work (relays for instance) and does not include devices (strobes, speakers, etc.) that are not shown on the engineered drawings that were provided for bidding? ANSWER #27: As indicated in the Specification section 283111.1.1.C, all necessary system component (relays, modules) are required to be provided without additional cost to the Owner. However, the additional fire alarm devices (strobes, speakers) are not part of this requirement. The contractor is however to include an allowance of $30,000 to cover additional fire alarm devices (strobes, speakers, etc.) not part of the requirement to be provided without additional cost to the Owner. Once the allowance is used, additional work shall be via unit pricing added to the Contract (note: unit pricing shall also be used to quantify dollars within the allowance). QUESTION #28: Is EMT or Wiremold type products acceptable for new devices that are to be installed on solid surfaces (block, brick, etc.) in public areas? Is EMT only satisfactory for surface mount devices installed in back of house areas (i.e. utility rooms, storage, etc.).

Page 10: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

ANSWER #28: All new conduits shall be electro-metallic tubing (EMT) type except where otherwise required by NFPA 70, state or local code. QUESTION #29 Will the contractor have the flexibility to install ceiling devices (in lieu of wall devices as shown on the drawings)? ANSWER #29: Contractor to provide wall mounted devices as shown unless waived by the College on a case by case Basis (Approval is up to the discretion of the College). If the College allows the Contractor to install ceiling devices (in lieu of wall devices the Contractor is responsible to provide code compliant coverage and receive all County and third party inspection approvals at no additional cost to the College.

QUESTION #30: Is the contractor required to “field verify the existing underground network conduit duct bank” as it states in note #1 on each drawing? ANSWER #30: Contractor is required to field verify location of all Fiber Termination Units (FTUs) not the existing Underground network conduit duct bank. QUESTION #31: Are all existing PIVs that are identified on drawing FA‐002 currently wired and monitored? ANSWER #31: See response to Item #20. QUESTION #32: Are there (2) existing direct phone lines at the existing fire control panel locations as required on drawing FA201? ANSWER #32: Two direct phone lines should be provided at the existing FACP locations. If a connection to the fire department is not already present, 2 telephone lines should be made available for this connection. QUESTION #33: Where indicated on the drawings to provide, are the existing generators currently capable of providing contacts for “generator run”, “battery failure”, “low fuel”, and “switch out of normal”? ANSWER #33: Where existing generator do not provide contacts for fire alarm, all monitoring points, per code requirements, are to be installed for future use. QUESTION #34: Drawing FA-1-102: What is the intent of the (2) monitor modules next to each set of door holders? ANSWER #34: Door control initiating modules ensure compatibility of access hardware components and simplify system installation and troubleshooting. Typical operation would be when there is an alarm, power would be dropped to the door holders, which would release and close the fire doors. QUESTION #35: FA-15-101 note 2 states to connect the fire alarm panel that is being installed under a different contract to the new network. All panels connected to the network should be the same manufacturer for compatibility. Should bidders assume that this panel will be the same manufacturer that the bidder is proposing? ANSWER #35: All fire alarm control panels will be the same manufacturer. QUESTION #36: There is a note on several drawings (e.g. Kent Hall and Accokeek) that states to provide waterflow and

Page 11: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

valve supervisory switches. Are these to replace existing sprinkler devices, or do none currently exist? ANSWER #36: As indicated on the drawings, Kent Hall and Accokeek Building do not have all required waterflow and valve supervisory switches provided. Therefore, it is contractor responsibility to provide new waterflow and valve supervisory switches, where indicated. QUESTION #37: FA-29-101 note 4: Where is the existing smoke removal panel located for the Center for Advanced Technology? ANSWER #37: There is no existing smoke removal panel. All existing smoke removal system components are tied to the existing FACP. QUESTION #38: On drawing FA-201, the riser diagram Queen Ann Fine Arts as an alternate, yet no drawings have been provided. Should this be labeled as Childtime Children’s Center instead? ANSWER #38: The Queen Ann Fine Arts Building is not part of this scope. The Childtime Children’s Center is an Add Alternate, as indicated in the Specifications, Section QUESTION #39: Specification 283111 section 2.5.K requires the audio system to provide a minimum of 2 channels. How many channels must the system be capable of activating at the same time? ANSWER #39: The network emergency voice/alarm communication system shall have multi-channel capability to allow live voice messages via independent audio channels to all buildings, to the stairs, all or selected floors without automatic interruption of the alarm tones on the floor of incidence and must be capable of activating at the same time minimum 8 channels. DRAWINGS:

- Accokeek Hall; FA-2-101 - Bladen Hall; FA-3-101 and FA-3-101B - Largo Student Center; FA-5-101 and FA-5-102 - Marlboro Hall; FA-8-101 - Novak Hall; FA-10-101 - Natatorium; FA-11-101 - Continuing Education; FA-12-101 - Steel Building; FA-13-101 - Facilities Management Building; FA-15-101 - Warehouse; FA-21-101 - Center for Advanced Technology; FA-29-101 - Center for Health Studies; FA-30-101 and FA-30-103

Remove and Replace Bid/Proposal Form with the attached Revised Bid/Proposal Form

The Bidder must acknowledge the respective Addendum within their proposal.

End of Addendum No.3

Page 12: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 13: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 14: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 15: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 16: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 17: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 18: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 19: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 20: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 21: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 22: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 23: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 24: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 25: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 26: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package
Page 27: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

REVISED BID/PROPOSAL FORM

“CAMPUS-WIDE FIRE ALARM UPGRADE”

I.F.B. #15-03

Board of Trustees of Prince George’s Community College C/O Procurement Officer Kent Hall, Room 264 301 Largo Road Largo, Maryland 20774-2199 Having carefully examined all parts of the Invitation for Bid #15-03, “CAMPUS-WIDE FIRE ALARM UPGRADE” including the Instructions to the Bidder, the General Conditions, the Mandatory Contract Clauses, the Minority Business Enterprise Clauses, the Specifications, the Drawings and any Addenda, the undersigned offers to furnish all labor, materials, equipment, tools, transportation, etc., necessary to complete the work within the time limit of 270 consecutive calendar days after the “Notice to Proceed” has been given, for the following contract price:

BASE BID

All work to be performed after-hours is described to be: Monday - Friday (10pm-7am). The Undersigned agrees to perform all Work indicated on the drawings and described in the specifications, and Addenda thereto, for the Base Contract for the sum of:

CAMPUS WIDE FIRE ALARM UPGRADE DOLLARS $ ________________________________________ LIST ELECTRICAL CONTRACTOR

_________________________

LIST FIRE ALARM SYSTEM SUPPLIER AND EQUIPMENT MANUFACTURER _________________________

BID BREAK DOWN Provide a breakdown of the Base Bid in accordance with the following categories (additional sheets to be added). The Bid breakdown should be submitted in a spreadsheet format, preferably in a Microsoft Excel file: A detailed breakdown by fire alarm system components, of each building, to include the columns below. The breakdown spreadsheet formatting criteria should include columns for the item of work, the unit of measurement of an item, the quantity of an item, the unit cost of an item, and the total cost of an item.

Building # Demolition Dollars ($___________) Fire Alarm Control Panel Dollars ($___________) Graphic Annunciator Dollars ($___________) Amplifiers Dollars ($___________) NAC Panels Dollars ($___________) Initiating devices Dollars ($___________) Notification Devices Dollars ($___________) Conduit Dollars ($___________) Wiring Dollars ($___________) TOTAL Fire Alarm System Cost: Dollars ($___________)

Page 28: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

A detailed breakdown by CSI Master Format, Divisions list, of each building, to include the following columns: Building #

Painting Dollars ($___________) Cutting and Patching Dollars ($___________) Through-Penetration Firestop Systems Dollars ($___________) Fire Alarm System Dollars ($___________) Code Blue Call-for-Assistance Dollars ($___________) TOTAL Building Cost: Dollars ($___________)

A designation of the Work to be performed by the Bidder with his own forces. ADD ALTERNATES Alternate to perform all work during after-hours described to be: Monday - Friday (10pm-7am). Clearly describe the proposed add alternate to the base bid and the dollars associated. The contractor may suggest Add Alternates here: ADD ALTERNATE ONE: Provide fire alarm replacement of all equipment and peripheral devices, wire, and conduit in the Childtime Children’s Center. New fire alarm system shall be compatible and connected to the campus-wide fire alarm system, as specified on Add Alternate One drawing sheets E-201 and E-501. Provide a detailed breakdown of Alternate One in accordance to the following: A detailed breakdown by fire alarm system components to include the columns below. The breakdown spreadsheet formatting criteria should include columns for the item of work, the unit of measurement of an item, the quantity of an item, the unit cost of an item, and the total cost of an item.

Building # Demolition Dollars ($___________) Fire Alarm Control Panel Dollars ($___________) Graphic Annunciator Dollars ($___________) Amplifiers Dollars ($___________) NAC Panels Dollars ($___________) Initiating devices Dollars ($___________) Notification Devices Dollars ($___________) Conduit Dollars ($___________) Wiring Dollars ($___________) TOTAL Fire Alarm System Cost: Dollars ($___________)

Building #

Painting Dollars ($___________) Cutting and Patching Dollars ($___________) Through-Penetration Firestop Systems Dollars ($___________) Fire Alarm System Dollars ($___________) Code Blue Call-for-Assistance Dollars ($___________) TOTAL Building Cost: Dollars ($___________)

Page 29: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

ADD ALTERNATE TWO: Provide Fire Alarm Replacement of all equipment and peripheral devices, wire and conduit in the Facilities Management Building. New fire alarm system shall be compatible and connected to the Campus Wide fire alarm system, as specified on Add Alternate Two drawing sheets E0.01, E1.05, M0.01, M1.01, FP0.01 and FP1.01. Provide a detailed breakdown of Alternate Two in accordance to the following: A detailed breakdown by fire alarm system components to include the columns below. The breakdown spreadsheet formatting criteria should include columns for the item of work, the unit of measurement of an item, the quantity of an item, the unit cost of an item, and the total cost of an item.

Building # Demolition Dollars ($___________) Fire Alarm Control Panel Dollars ($___________) Graphic Annunciator Dollars ($___________) Amplifiers Dollars ($___________) NAC Panels Dollars ($___________) Initiating devices Dollars ($___________) Notification Devices Dollars ($___________) Conduit Dollars ($___________) Wiring Dollars ($___________) TOTAL Fire Alarm System Cost: Dollars ($___________)

Building #

Painting Dollars ($___________) Cutting and Patching Dollars ($___________) Through-Penetration Firestop Systems Dollars ($___________) Fire Alarm System Dollars ($___________) Code Blue Call-for-Assistance Dollars ($___________) TOTAL Building Cost: Dollars ($___________)

ADD ALTERNATE THREE - Additional Code Blue Boxes: Attic Stock: Furnish 89 new code blue emergency boxes. Order and turnover boxes to the College per an agreed upon date. Note the College will select after contract award the breakdown between surface mount and flush mount boxes. For bidding purposes include 45 flush mounted boxes and 44 surface mounted boxes.

Dollars ($___________) Building Annex A: Furnish 11 new code blue emergency boxes, with installation, programming and 100 feet of wire within the Annex A building.

Dollars ($___________) ADD ALTERNATE FOUR Provide 30 new duct smoke detectors including remote test station and control relay with installation, programming and 100 feet of wire.

Dollars ($___________)

Page 30: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

ALLOWANCES Allowance of $45,000, to be included in your base bid, for use of the asbestos and hazardous materials abatement. Contractor shall submit all findings of the asbestos preventing the fire alarm system replacement to PGCC Project Manager. Contractor shall be responsible for the asbestos and hazardous materials testing and abatement in accordance with federal, state, and local regulations.

Page 31: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

UNIT PRICES Provide unit prices for the listed items. Unit Price is a price per unit of measurement for materials or services added to or deducted from the Base Bid. These prices are to include the device, programming, and installation (price shall include 100 feet of wire and conduit).

1. Fire alarm control panel $_____________________

2. Addressable manual fire alarm pull station $_____________________

3. Addressable spot-type smoke detector including base $_____________________

4. Addressable duct smoke detector including remote test station $_____________________

5. Beam smoke detector $_____________________

6. Addressable heat detector $_____________________

7. Point-addressable monitor module $_____________________

8. Point-addressable control module $_____________________

9. Transient voltage surge suppressor $_____________________

10. Amplifier (100-watt) $_____________________

11. Notification Appliance Circuit (NAC) Panel (8-Amp) $_____________________

12. Wall-mounted speaker $_____________________

13. Ceiling-mounted speaker $_____________________

14. Wall-mounted strobe (multi candela) $_____________________

15. Ceiling-mounted strobe (multi candela) $_____________________

16. Wall-mounted speaker/strobe (multi candela) $_____________________

17. Ceiling-mounted speaker/strobe (multi candela) $_____________________

18. Weatherproof wall-mounted speaker/strobe (multi candela) $_____________________

19. Weatherproof ceiling-mounted speaker/strobe (multi candela) $_____________________

20. Spare battery $_____________________

21. Code Blue Emergency Call Box with installation, programming,

and 30 feet of wire

$_____________________

$_____________________

TEST AND INSPECTION SERVICE CONTRACT The Owner requests pricing for an annual test and maintenance service contract. Should the Owner exercise this agreement, a recurring amount to be contracted by the Owner and paid directly to the fire alarm equipment supplier shall be guaranteed firm for a period of five years. The test and inspection service contract starts after the warranty period. Total Annual Cost – Fire alarm system test and inspection for years 2 through 5:

$___________________________

Dollars ($___________)per year

Page 32: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

List Service Company: Fire Alarm System

Name: ________________________ Address: ________________________

________________________

________________________

Schedule:

Provide the number of weeks for each task:

1. Submission of layouts and product approval after notice to proceed ______weeks 2. Review of submittals and approvals ______weeks 3. Completion Time ______weeks 4. Total weeks of Project ______weeks ALL BID PRICES SHALL HOLD FOR A PERIOD OF ONE HUNDRED TWENTY DAYS AFTER THE BID OPENING. SUBMISSION OF REQUIRED INFORMATION: Please attach the below required information to your proposal form. Failure to submit information will deem bid non-responsive. Provide a detailed equipment list of all major equipment proposed for the project. Include cutsheets, product information, and a narrative that discusses what each piece of equipment does. Include quantities of equipment and where used.

Related Projects: Provide a minimum of four and maximum of eight related projects completed or in progress. Include: Project Name; Client’s Name; Client Point of Contact to include name & phone number; Location of project; Total Construction Contract Amount; Total construction change order amount; Current Phase; Scheduled Completion Date; companies from Prince George’s Community College Campus-Wide Fire Alarm Upgrade Subcontractors involved in the related project (if any); key team members involved in the related project (if any). Pictures and additional detail are recommended. At least two projects referenced must be completed through construction.

Page 33: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

Payment and Performance Bonds: By signing and submitting this bid, the bidder certifies that he will furnish all bonds in the amounts sufficient to cover the total proposed cost of the work. Refer to Instructions to Bidders #3, Bid Security. The bonds will be amended and maintained current as required by owner with all additions or deletions from the contract work. I certify that I have contacted and received a guarantee commitment from

________________________________________________________________ (Name of insurance company) for a payment/performance bond(s) in the amount of $____________________ for this project to be included in the base bid. Authorized Signature __________________________________________ (Principal of Firm) The undersigned acknowledges receipt of the following addenda: #_________________.

Failure to acknowledge any addenda could result in the disqualification of bidder. If bidder is a corporation, give legal name of corporation, state where incorporated, names of the President, Secretary, and affix corporate seal. If bidder is a co-partnership, list names and addresses of all partners. Contractor must be legally licensed to perform this contract in the State of Maryland. Contractor’s current license number is _________________. Please attach a copy of your company’s most current legal contractor’s license.

If written notice of the acceptance of this bid is mailed, telegraphed or delivered to the undersigned within ONE HUNDRED TWENTY (120) DAYS AFTER THE DATE OF THE OPENING OF THE BID, or any time thereafter before this bid is withdrawn the undersigned will, within TEN (10) DAYS after the date of such mailing, telegraphing or delivering of such notice, execute and deliver a contract in the form of agreement attached to the specifications and give Performance and Payment Bonds in accordance with the specifications and bid as accepted. The Bid Security required by Sec. MCC 20 of General Conditions accompanies this bid.

AWARD OF CONTRACT

The contract shall be awarded to the lowest responsive and responsible bidder, who conforms to the specifications, with consideration given to:

(i) The quantities involved; (ii) The time required for delivery; (iii) The purpose for which required; (iv) The competence and responsibility of the bidder; and (v) The ability of the bidder to perform the contract satisfactorily.

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 interests of the college to make changes in the specifications or quantities, after the bid opening, but prior to award, the college reserves the right, prior to award, to negotiate such

Page 34: OFFICE OF PROCUREMENT AND CONTRACTING 301 · PDF fileANSWER #1: Kone Inc. (878-276-8691) and Thyssen Krupp ... Unit Programming, ... The Diagnostic section of the software package

changes with the qualified responsive bidder submitting the low bid and to award a contract incorporating such agreed upon changes to that bidder. AWARD

The undersigned understands that 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 interests of the college. A properly executed Bid Proposal Affidavit must be included in the bid response. Failure to do so may deem bid non-responsive. In witness whereof, the undersigned has executed this proposal as provided in Art. 2g of the Instructions to Bidder this day _________day of ________________, 20 .

__________________________________ __________________________________ NAME (Please Print) FAX NUMBER __________________________________ __________________________________ SIGNATURE EMAIL ADDRESS _________________________________ __________________________________

FIRM TELEPHONE NUMBER __________________________________ TITLE __________________________________ __________________________________ ADDRESS FEDERAL IDENTIFICATION # __________________________________ ADDRESS

LIQUIDATED DAMAGES/FAILURE TO PERFORM WORK The successful bidder accepts this contract with the understanding that should they fail to complete the work in an acceptable manner and in the time stated, shall be subject to the payment of liquidated damages as stated in the bid document. Liquidated Damages Schedule: Estimated Project Cost Liquidated Damages per Day $25,000 and under $100.00 $25,000 - $100,000 $250.00 $100,000 - $500,000 $500.00 $500,000 - $1,000,000 $550.00 $1,000, 000 - $2,500,000 $750.00 $2,500,000 - $5,000,000 $1,000.00 $5,000,000 - $10,000,000 $1,500.00 $10,000,000 - $15,000,000 $2,000.00 $15,000,000 and More $2,500.00

The contractor hereby agrees to commence work under this contract on or before a date to be specified in a written “notice to proceed” from the owner and to fully complete the project within 270 consecutive calendar days thereafter.