office of purchasing and supply service - pgcps laurel... · office of purchasing and supply...

107
IFB No. 041-17 1 Office of Purchasing and Supply Service Facilities Administration Building (FAB) 13300 Old Marlboro Pike, Room 20 Upper Marlboro, MD 20772 Phone: 301-952-6560 Fax: 301-952-6605 Robert Johnson, Esq., Director DATE OF ISSUE: May 2, 2017 INVITATION FOR BID #: 041-17 BID TITLE: Laurel HS SSR Addition and Renovation Phase 2 Automotive Engineering and Information Technology Project ǀ PSC No. 16.014.16C PRE-BID DATE & TIME: N/A LOCATION OF PRE BID: N/A DATE/TIME OF BID OPENING: May 30, 2017 @ 10:00 a.m. BUYER: Donna Parks, Buyer Company Name: ________________________________________________________________ RECEIPT OF BID Sealed bids for the requirements set forth herein will be received in the Purchasing Department, Room 20, Board of Education of Prince George’s County (BOARD), 13300 Old Marlboro Pike, Upper Marlboro, MD 20772-9983, before the deadline of May 30, 2017 @ 10:00 a.m. . In order to be considered for award, all bids must be received with an original and two (2) duplicate copies (1) one CD or USB of the bid, including supporting documentation. The bid title and bid number must be stated on the lower left corner of the submission envelope. All bidders will be fully responsible for the timely delivery of the Bid response to the designated location to include bids hand carried, sent by common carriers, (UPS, Federal Express and the U.S. Postal Service). Bids delivered to any other office or location other than the Purchasing Department prior to bid opening deadline will not be considered. Competitive sealed Bids are publicly opened and available for review except to the extent the bidder designates trade secrets or other proprietary data to be confidential as set forth in this title. Prices, makes, and model or catalog numbers of the items offered, deliveries, and terms of payment shall be publicly available at a reasonable time after bid opening but in any event before contract award regardless of any designation to the contrary at the time of bid opening. MINORITY & LOCAL BUSINESS INITIATIVE A. The Board is continually seeking to provide services, program enhancements and procurement opportunities to help ensure the success of its qualified local minority and qualified local small businesses. The Board strongly encourages its Contractors to maximize the use of qualified local minority business and qualified local small business enterprises on projects. Prime contractors are encouraged to seek and utilize locally based minority and women-owned subcontractors from within the geographical boundaries of Prince George’s County. To be responsive in the bid submittal, the bidder or proposer shall either maximize the use of qualified local minority business and/or qualified local small business enterprises on each project or be able to verify, through documentation that good faith efforts were engaged to maximize the use of qualified local minority business and/or qualified local small business enterprises. Minority Businesses included in the bid package at time of bid opening, cannot be changed without prior approval of the Director of Purchasing and Supply Services MINORITY BUSINESS ENTERPRISE PROGRAM – PROHIBITIONS State Law HB 389 and SB 611, Prime Contractors are prohibited by law from including a certified MBE in a bid or proposal without requesting, receiving, or obtaining the MBE’s authorization. The contractor must also use the MBE’s services to perform the contract. In addition, the contractor may not pay the MBE solely for the use of its name in the bid or proposal. Prime Contractor may be prosecuted if they fail to comply with the law. The Board is required under the law to report the violation.

Upload: dinhkhanh

Post on 09-Mar-2018

215 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 1

Office of Purchasing and Supply Service

Facilities Administration Building (FAB) 13300 Old Marlboro Pike, Room 20

Upper Marlboro, MD 20772 Phone: 301-952-6560 Fax: 301-952-6605

Robert Johnson, Esq., Director DATE OF ISSUE: May 2, 2017

INVITATION FOR BID #: 041-17

BID TITLE:

Laurel HS SSR Addition and Renovation Phase 2 Automotive Engineering and

Information Technology Project ǀ PSC No. 16.014.16C

PRE-BID DATE & TIME: N/A

LOCATION OF PRE BID: N/A

DATE/TIME OF BID OPENING: May 30, 2017 @ 10:00 a.m.

BUYER: Donna Parks, Buyer

Company Name: ________________________________________________________________ RECEIPT OF BID Sealed bids for the requirements set forth herein will be received in the Purchasing Department, Room 20, Board of Education of Prince George’s County (BOARD), 13300 Old Marlboro Pike, Upper Marlboro, MD 20772-9983, before the deadline of May 30, 2017 @ 10:00 a.m. . In order to be considered for award, all bids must be received with an original and two (2) duplicate copies (1) one CD or USB of the bid, including supporting documentation. The bid title and bid number must be stated on the lower left corner of the submission envelope.

All bidders will be fully responsible for the timely delivery of the Bid response to the designated location to include bids hand carried, sent by common carriers, (UPS, Federal Express and the U.S. Postal Service). Bids delivered to any other office or location other than the Purchasing Department prior to bid opening deadline will not be considered. Competitive sealed Bids are publicly opened and available for review except to the extent the bidder designates trade secrets or other proprietary data to be confidential as set forth in this title. Prices, makes, and model or catalog numbers of the items offered, deliveries, and terms of payment shall be publicly available at a reasonable time after bid opening but in any event before contract award regardless of any designation to the contrary at the time of bid opening. MINORITY & LOCAL BUSINESS INITIATIVE

A. The Board is continually seeking to provide services, program enhancements and procurement opportunities to help ensure the success of its qualified local minority and qualified local small businesses. The Board strongly encourages its Contractors to maximize the use of qualified local minority business and qualified local small business enterprises on projects. Prime contractors are encouraged to seek and utilize locally based minority and women-owned subcontractors from within the geographical boundaries of Prince George’s County. To be responsive in the bid submittal, the bidder or proposer shall either maximize the use of qualified local minority business and/or qualified local small business enterprises on each project or be able to verify, through documentation that good faith efforts were engaged to maximize the use of qualified local minority business and/or qualified local small business enterprises. Minority Businesses included in the bid package at time of bid opening, cannot be changed without prior approval of the Director of Purchasing and Supply Services

MINORITY BUSINESS ENTERPRISE PROGRAM – PROHIBITIONS State Law HB 389 and SB 611, Prime Contractors are prohibited by law from including a certified MBE in a bid or proposal without requesting, receiving, or obtaining the MBE’s authorization. The contractor must also use the MBE’s services to perform the contract. In addition, the contractor may not pay the MBE solely for the use of its name in the bid or proposal. Prime Contractor may be prosecuted if they fail to comply with the law. The Board is required under the law to report the violation.

Page 2: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 2

BID DOCUMENTS The Bid documents may be obtained by: 1. Downloading the document from the Board’s website at: www.pgcps.org. Touch About US, drop down, click on

Administrative Org Chart, under Offices choose Purchasing, then Procurement Opportunities. 2. Choose Purchasing, then Procurement Opportunities. 3. Access through eMaryland Marketplace at https://ebidmarketplace.com 4. Calling the Purchasing Department at 301-952-6560. 5. Visiting the Purchasing Department between the hours of 8:00 AM and 4:30 PM, Monday through Friday, excluding

holidays. The Purchasing Department is located at 13300 Old Marlboro Pike, Room 20, Upper Marlboro, MD 20772-9983.

DRAWINGS Prior to bidding, vendors must obtain a complete copy of the contract drawings and specifications for this project, as designed and required for construction on this project. A CD containing Contract Drawings and Specifications may be purchased via company check in the amount of $25.00 made payable to THE BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, UPPER MARLBORO, MARYLAND. To purchase drawings contact: Mr. Pershey Drayton Department of Capital Programs Phone: 301- 952-6615

1. CD’s must be ordered (24) hours in advance. Laurel HS SSR Addition and Renovation Phase 2 Automotive Engineering and Information Technology Project ǀ PSC No. 16.014.16C 2. To order use the following project reference: SCOPE OF WORK The BOARD requests bids for the Laurel HS SSR Addition and Renovation Phase 2 Automotive Engineering and Information Technology Project ǀ PSC No. 16.014.16C. The specifications are contained in the Invitation for Bid. Responses submitted must meet or exceed all requirements. Bid that do not meet or exceed all requirements will be considered non-responsive. All exceptions must be noted. SITE VISIT The site visit will be held at Laurel HS SSR Addition and Renovation Phase 2 Automotive Engineering and Information Technology Project ǀ PSC No. 16.014.16C located at 8000 Cherry Lane, Laurel, MD 20707 on May 11, 2017, at 2:00 pm. Failure to participate in the site visit will not relieve a successful bidder from the necessity of his obligation to furnish all material and labor necessary to carry out the provisions of the Technical Section of this IFB and to complete the contemplated Work for the consideration set forth in his bid. Attendance by all interested parties is strongly recommended but is not mandatory. Please do not contact the school directly. INSURANCE The successful Bidder is required to furnish a certificate of insurance. The certificate must be issued to the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY. Bonds issued to the PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS WILL NOT BE ACCEPTED. BID BOND Bidders are required to submit a bid bond in the amount of five percent (5%) as determined by the BOARD and specified in the IFB, to ensure the satisfactory completion of the work for which a contract or purchase order is awarded that may exceed $100K. (COMAR 21.06.07.02) The Bond, Cashier’s or Certified Check must be made in favor of the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983. PERFORMANCE AND LABOR BOND The successful Bidders are required to submit a performance and/or labor bond, Cashier’s or Certified Check in the amount of one hundred percent (100%) as determined by the BOARD and specified in the IFB, of all phases of the contract to ensure the

Page 3: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 3

satisfactory completion of the work for which a contract or purchase order is awarded that exceeds $100,000. (COMAR 21.06.07.10) The Board reserves the right to request performance and labor bond for amounts over or under $1,000.00. The bond, cashiers, or certified check must be made in favor of the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983. 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 Amount Amount 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 Liquidated Damages Provision for State Funded Contracts Containing

Minority Business Enterprise Participation Goals Liquidated Damages. This contract requires the contractor to make good faith efforts to comply with the Minority Business Enterprise (“MBE”) Program and contract provisions. The Board and the Contractor acknowledge and agree that the Board will incur damages, including but not limited to loss of goodwill, detrimental impact on economic development, and diversion of internal staff resources, if the Contractor does not make good faith efforts to comply with the requirements of the MBE Program and MBE contract provisions. The parties further acknowledge and agree that the damages the Board might reasonably be anticipated to accrue as a result of such lack of compliance are difficult to ascertain with precision. Therefore, upon a determination by the Board that the Contractor failed to make good faith efforts to comply with one or more of the specified MBE Program requirements or contract provisions, the Contractor agrees to pay liquidated damages to the Board at the rates set forth below. The Contractor expressly agrees that the Board may withhold payment on any invoices as a set-off against liquidated damages owed. The Contractor further agrees that for each specified violation, the agreed upon liquidated damages are reasonably proximate to the loss the State is anticipated to incur as a result of such violation. a. Failure to submit each monthly payment report in full compliance with COMAR 21.11.03.13B (3): $_____ per day until the

monthly report is submitted as required. b. Failure to include in its agreements with MBE subcontractors a provision requiring submission of payment reports in full

compliance with COMAR 21.11.03.13B (4): c. Failure to comply with COMAR 21.11.03.12 in terminating, canceling, or changing the scope of work/value of a contract

with an MBE subcontractor and/or amendment of the MBE participation schedule: the difference between the dollar value of the MBE participation commitment on the MBE participation schedule for that specific MBE firm and the dollar value of the work performed by that MBE firm for the contract.

d. Failure to meet the Contractor’s total MBE participation goal and subgoal commitments: the difference between the dollar value of the total MBE participation commitment on the MBE participation schedule and the MBE participation actually achieved.

Failure to promptly pay all undisputed amounts to an MBE subcontractor in full compliance with the prompt payment provisions of this contract: $_____ per day until the undisputed amount due to the MBE subcontractor is paid. Notwithstanding the use of liquidated damages, the State reserves the right to terminate the contract and exercise all other rights and remedies provided in the contract or by law.”

Page 4: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 4

MINORITY BUSINESS ENTERPRISES Prince George’s County Public Schools has a Minority Business Enterprise Program in effect. Information about this program and forms for compliance are available online at www.pgcps.org. On the main page in the upper left corner click “About Us” scroll down to “Highlights” click on Policies and Administrative Procedures and click on “Administrative Procedures.” Download or view forms for click for Administrative Procedure 7419 (State of Maryland Guidelines) – click on New Construction -7000. All firms submitting a proposal must complete the appropriate forms and submit the forms with their proposal. For this project, the BOARD will recognizes minority certification the State of Maryland Department of Transportation (MDOT) LOCAL MBE INITIATIVE In accordance with Prince George’s County School goals promoting minority and locally based purchases, if all other factors are equal, priority shall be given to a locally based firm. "Locally based firm" in this instance refers to a company or firm with a primary business address located within the geographical boundaries of Prince George’s County. (Admin Procedure 7419). NOTICE TO BIDDERS Bidders wishing to do business with the BOARD are asked to register with the Purchasing Department. The successful bidder must be an active vendor in Oracle to receive Purchase Orders and Payment. To register, contact the Purchasing Department at 301-952-6560 to receive instructions on how to register or visit the Purchasing website at http://www1.pgcps.org/isupplier/. Prince George’s County Public Schools does not discriminate in educational programs, activities or employment on the basis of race, color, national origin, sex, age, religion or disability. Bidders will be required to comply with all applicable requirements pertaining to fair labor, state and local government. All bidders are required to provide a Letter of Guarantee with bid submission from their Surety provider confirming their ability to obtain bonding in the amount of one hundred percent (100%) of the cost proposal project should the firm be the successful awardee. In accordance with Prince George’s County School goals promoting minority and locally based purchases, if all other factors are equal, priority shall be given to a locally based firm. "Locally based firm" in this instance refers to a company or firm with a primary business address located within the geographical boundaries of Prince George’s County. (Admin Procedure 7419) No Bid may be withdrawn for at least one hundred twenty (120) days after the scheduled closing time for receipt of Bids by order of the Board of Education of the Prince George’s County Public Schools, Upper Marlboro, Maryland 20772-9983. Prince George’s County Public Schools accepts no obligations for costs incurred by Bidders in preparing or submitting a Bid and reserves the right to reject any and all Bids received. Note: The awardee shall be required to agree to the terms of Prince George’s County Public Schools’ standard modified AIA documents/contracts, which will be provided as an addendum prior to the solicitation deadline, as part of the entire agreement. AWARD The BOARD reserves the right to award the contract to the lowest responsive and responsible bidder complying with all provisions of the bid, provided the bid price is reasonable and it is in the best interest of the BOARD to accept. A contract may be awarded to one or multiple vendors, by item or in the aggregate, or any combination thereof. NON-AWARD Bidder will be notified via email, if their organization is not selected as the apparent lowest responsive bidder. REJECTION OF BIDS The BOARD reserves the right to reject any or all bids in whole or in part and to waive any technicalities or informalities as may best serve the interests of the BOARD, to increase or decrease quantities where quantities are shown and may reject any bid which indicates any omission, contains alteration of form or additions not requested, or imposes conditions s alternate items and may make any award which is deemed to be in the best interest of the BOARD.

Page 5: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 5

NON-EXCLUSIVE The intent of this contract is to provide the Board with an expedited means of procuring supplies and/or services at the lowest cost. This contract is for the convenience of the Board is considered to be a "Non-Exclusive" use contract. The Board does not guarantee any usage. The Board will not be held to purchase any particular Brand, in any groups, prices or discount ranges, but reserves the right to purchase any item/items listed in the price schedule submitted. CONTRACTORS IN LEGAL PROCEEDINGS WITH PGCPS PGCPS recognizes the significant costs and imposition on the time of personnel associated with legal proceedings. Accordingly, PGCPS has adopted a process stating that:

“One factor, among others, that are to be considered when awarding a contract or purchase order is the existence of a pending legal dispute – whether in court or an alternative dispute forum – with any contractor or vendor which has submitted a bid or proposal. Before including consideration of the legal dispute as a factor, the Procurement Officer shall seek the advice of the Office of General Counsel regarding the legal dispute and shall obtain the concurrence of the Superintendent or his designee.” QUESTIONS/POINT OF CONTACT Inquiries should be directed to the following individual: Purchasing Contact Technical Contact Donna Parks, Senior Buyer Sunday Owalabi, Project Manager Purchasing Office Department of Capital Programs [email protected] All questions, including requests for technical clarifications, concerning this IFB must be sent via email to: [email protected] and [email protected] no later than May 16, 2017, at 1:00 p.m. All answers will be provided in the form of an Addendum to the IFB and posted on the website. All questions must be submitted in the form of a Word Document. Telephone inquiries will not be accepted. No district administrators should be contacted.

Bid Posted: ………….………………………………………………………………………… May 2, 2017 Site Visit: ……………………….…………………………………………………….……….. May 11, 2017 Questions Due Date: ………………………………………………………………..………… May 16, 2017 Addendum Posted: (approximate date only) ……………………………………………….. May 22, 2017 Bid Due Date: ……………………………………………………………………….…...……. May 30, 2017

BID SUBMITTAL REQUIREMENTS Vendors must return the following documentation with the bid response. Failure to sign and return these documents may cause your bid to be ruled non-responsive and ineligible for further evaluation or consideration.

1. One (1) Original and Two (2) Copies of the bid response and one (1) CD or USB, including supporting documentation. 2. Addenda Acknowledgement (The “Addenda Acknowledgement” for must be completed and submitted with the bid

submission. It is the Bidder’s responsibility to check the Purchasing Department’s website for all addenda posted in response to this IFB.) See Section V.

3. Complete, sign and submit all Affidavits included with the bid (originals shall be submitted with bid). 4. Bid Bond is required of 5% at the time of bid opening. 5. Bidders are additionally required to provide a Notarized Letter of Guarantee from their Surety provider confirming

their ability to obtain bonding in the amount of 100% of project. 6. Minority Business Procedure 7419 is applicable (see bid for submittal of required forms)

• Certified Minority Business Enterprise Utilization and Fair Solicitation Affidavit State Attachment A (PGCPS Attachment 1 to AP 7419 (pages 1 and 2)

• MBE Participation Schedule State Attachment B (PGCPS Attachment 2 to AP 7419) 7. Registered Maryland Contractor Number:

• Bidders are required to provide evidence of certification certifying bidder’s qualifications to provide services as required. Please provide certification with bid or statement attesting to competency of personnel and identifying the basis upon which such statement is made.

• Bidders shall place on the outside of the envelope containing their bid and on their Bid Form over a valid signature the following notation: Registered Maryland Contractor No.: _______________________________ for the current year.

Page 6: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 6

8. One (1) Copy of Contractor’s Qualification Statement Package (see Section II, Special Provisions and Instructions to Bidders)

9. All Applicable Bid Forms included in this IFB (See Section IV) Attachments Prevailing Wages MBE 7419 Administrative Procedures and Attachments Attach E.1 - PGCPS Allowance Spec Section 01210 Attach E.2 - PGCPS Contract Mod Proc Spec Section 01260 Attach E.3- PGCPS Project Closeout Spec Section 01780 Attach E.4 - PGCPS Demonstration and Training Spec Section 01790 Attach E.5 - PGCPS Abatement Spec w/PGCPS Vendors Attach E.6- PGCPS Construction Sign and School Plaque Attach E.7- PGCPS Temp Project Sign Spec Section

Bids are due by 10:00 a.m. on May 30, 2017

Submit packages to: Prince George’s County Public Schools

Purchasing and Supply Services Department Facilities Administration Building

13300 Old Marlboro Pike, Room 20 Upper Marlboro, MD 20772

ALL ORIGINAL RESPONSES MUST BE SIGNED IN BLUE INK

Page 7: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 7

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS

I. GENERAL

A. Any Contract awarded as the result of any Invitation for Bid to furnish supplies, equipment or services to the BOARD OF EDUCATION, PRINCE GEORGE'S COUNTY, Upper Marlboro, Maryland shall include, in whole or in part, either attached or incorporated by reference, binding in all respects, these provisions.

B. It is the intent of this Invitation for Bid to provide prospective bidder(s) with complete information relative to the

total performance of any resultant contract. Bidders are obligated to read and understand all parts of this invitation for Bid and to obtain clarification of any part not thoroughly understood, before submitting their proposal.

C. Contract shall be deemed executory only to the extent of appropriations available to the BOARD for the purchase

of such articles. The obligation of the BOARD on all contracts, including those which envision funding through current and successive fiscal years, shall be contingent upon actual Board appropriations for the fiscal year(s) involved.

D. All parts of this Invitation for Bid including the GENERAL CONDITIONS AND INSTRUCTIONS TO

BIDDERS, any addenda, amendments, modifications or any other extraneous matter incorporated by reference, will be applicable to any contract(s) awarded as a result of this Invitation for Bid.

E. The respondent is required to submit one (1) original and two (2) copies of the proposal and one (1) CD of the

complete proposal and any other applicable documents specific to this Invitation for Bid. F. Bidder must identify the IFB by placing the IFB number, opening date and time in the lower left hand

corner of the envelope. The bidder is solely responsible for the arrival of the proposal in the PURCHASING OFFICE, FACILITIES ADMINISTRATION BUILDING, 13300 OLD MARLBORO PIKE, ROOM 20, UPPER MARLBORO, MARYLAND 20772-9983, prior to the prescribed deadline for return of bids. Bids will be opened publicly after the time set for receipt and may be read aloud. Bidders may attend bid openings. Since bids must be received in a sealed envelope, FACSIMILE COPIES TRANSMITTED VIA "FAX" MACHINES, OR SIMILAR METHODS, WILL NOT BE ACCEPTED

G. Late bids will not be considered for award accepts under the following conditions:

a. The Bid was sent by mail and it was determined by the BOARD that the late receipt was due solely to miss-

handling by the BOARD after receipt of the address specified in the solicitation. If the BOARD declares administrative or liberal leave scheduled bid openings or receipt of bids will be extended to the next business day.

b. The time, prescribed on the title page of this Invitation for Bid as the deadline for return of bids, shall be

Eastern Standard Time. c. In the event of inclement weather on the date this bid is scheduled to open and the BOARD OF EDUCATION

OF PRINCE GEORGE'S COUNTY CENTRAL OFFICES are closed, bid responses will be opened at the PURCHASING OFFICE on the next business day. The time of opening on the next business day will be the same as that of the scheduled day. Bid responses will be accepted until the time of opening on the next business day.

II. CONTRACT COMPLETION

A. The project shall commence from date of award through contract completion as specified in the bid document. The Contract shall continue through required project completion.

Page 8: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 8

III. AWARD

A. The BOARD reserves the right to award the contract to the lowest responsive and responsible bidder complying with all provisions of the bid, provided the bid price is reasonable and it is in the best interest of the BOARD to accept. A contract may be awarded to one or multiple vendors, by item or in the aggregate, or any combination thereof.

The winning bidder/awardee shall be required to agree to the terms PGCPS’s standard modified AIA documents/contracts, which will be provided as an addendum prior to the solicitation deadline, as part of the entire agreement.

IV. ADDENDUM

A. Any addenda to this solicitation issued after this solicitation and before the due date shall become part of the contract. It is the responsibility of the bidder to make inquiry as to addenda issued. The BOARD will post all addenda to the solicitation on the BOARD’s website.

V. BID WITHDRAWAL

A. Bids may be withdrawn or modified upon receipt of written request received before the time specified for bid opening. Requests received after bid opening will not be considered.

VI. ERRORS IN BIDS

A. Failure of the bidder to thoroughly understand all aspects of the Invitation for Bid before submitting his/her bid will not act as an excuse to permit withdrawal of his/her bid nor secure relief on plea of error. Neither State Law nor Regulation make allowance for errors either of omission or co-mission on the part of the bidders. Obvious, apparent errors in a bid may be corrected or withdrawn upon written approval by the BOARD.

When an error is made in extending total prices the unit bid price will govern. Erasures in bids must be initialed by the bidder. Carelessness in quoting prices or in preparation of bid will not relieve the bidder from performing the contract. Errors discovered after public opening cannot be corrected and the bidder will be required to perform if the bid is accepted.

VII. REJECTION OF BIDS

A. The BOARD reserves the right to reject any or all bids in whole or in part and to waive any technicalities or informalities as may best serve the interests of the BOARD, to increase or decrease quantities where quantities are shown and may reject any bid which indicates any omission, contains alteration of form or additions not requested, or imposes conditions s alternate items and may make any award which is deemed to be in the best interest of the BOARD.

VIII. PROTEST

A. The Director of Purchasing and Supply Services shall attempt to resolve informally all protest of bid award recommendations. Vendors are encouraged to present their concerns promptly to the Buyer and/or Purchasing Supervisor for consideration and resolution. Open dialogue is helpful for all parties and disputes are often only a misunderstanding of the evaluation and recommendation process.

1. An interested party (bidding of standing or offeror) may protest to the Director of Purchasing and Supply

Services a proposed award of a contract for supplies, equipment, services, or maintenance. A bidder of standing is a bidder who would be directly next in line for an award should the protest be supported.

a. The protest shall be in writing addressed to the Purchasing Supervisor with a copy to the Director and shall

include the following:

Page 9: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 9

• The name address and telephone number(s) of the protester. • Identification of the solicitation • Statement of reasons for the protest • Supporting documentation to substantiate the claim • The remedy sought

2. The protest must be files with the Purchasing Office within five (5) calendar days of the recommendation of award or notification to the bidder or offeror that their bid or proposal will be rejected.

3. A vendor who does not file a timely protest before the contract is executed by the Board is deemed to have

waived any objection.

4. The Director of Purchasing shall inform the Chief Financial Officer (CFO) upon receipt of the protest.

5. The Director of Purchasing shall confer with the general counsel prior to issuance of a decision regarding disputes of contracts or awards.

6. The Director of Purchasing shall issue a decision in writing. Any decision of a bid award protest may be

appealed to the CFO within two (2) days of issuance of the decision by the Director of Purchasing. The decision of the CFO shall be final.

B. Appeal of Contract Award Decision

1. A vendor who remains unsatisfied after following the procedures may contest a contract awarded by the Board

by filing an appeal to the Maryland State Board of Education as provided by Maryland’s public school law.

IX. VENDOR ACCEPTANCE

A. The successful bidder(s) will receive from the PURCHASING OFFICE, BOARD OF EDUCATION OF PRINCE GEORGE'S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983, a contract. Upon receipt, the bidder must sign and return all copies of the contract.

B. Any required documentation, such as; Performance Bond, Payment Bond, Certificate of Insurance, and other

material required must be submitted by the bidder with the award letter. C. Failure to sign the contract and return all required documents within fifteen (15) calendar days from date of receipt

shall rule your response null and void and, therefore, award shall be made to the next low responsive bidder. The bidder shall forfeit any Bonds so posted. In addition, this may also be cause for removal of your firm from the bidder's list.

X. MINORITY BUSINESS ENTERPRISES REQUIREMENTS

A. The Board of Education of Prince George's County Minority Business Program Administrative Procedures No.

7419 (attached) is applicable and will be part of the Bid Requirements. Each bid submitted, including submittals from certified Minority Business Enterprise (MBE) firms, in response to this solicitation, MUST SUBMIT AT THE TIME OF BID OPENING a complete Attachment (A) "Certified Minority Business Enterprise Utilization and Fair Solicitation Affidavit" and a complete Attachment (B) "MBE Participation Schedule". All of the work specified to be performed by each MBE firm, the contact information, MDOT certification number, minority code, the dollar values, and percentages must be correct. Failure to adhere to the guidelines outlined in this procedure, may result in your firm being ruled non-responsive and may jeopardize any future awards. Please see Administrative Procedure 7419 for additional forms that shall be considered as part of the contract and MUST be furnished by the apparent low bidder to the MBE Liaison or designated person, within ten (10) working days from notification that the firm is the apparent low bidder.

Page 10: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 10

B. The contractor or supplier who provides materials, supplies, equipment and/or services for this construction project shall attempt to achieve the specific overall MBE goal of 30% percent (including 7% African American and 4% Asian American-owned) of the total dollar value of the construction contract established for this project. All prime contractors, including certified MBE firms, when submitting bids as general or prime contractors, are required to attempt to achieve this goal from certified MBE firms.

C. Only those businesses registered in the Purchasing I-Supplier database and listed in the Minority Business

Enterprise Office directory for the Board of Education of Prince George’s County as a certified minority vendor at the time of any respective bid opening, shall be recognized as a “Certified Minority Business.” If not listed, evidence of acceptable certification from the Maryland Department of Transportation (MDOT).

D. The Board of Education of Prince George’s County strongly encourages its Contractors to maximize the use of qualified locally based minority and women-owned business within the geographical boundaries of Prince George’s County. The bidder or proposer should be able to verify, through documentation that good faith efforts were engaged to maximize the use of qualified local minority and women-owned businesses in Prince George’s County. Documentation of good faith efforts may be required to be submitted in the sealed bid packet on the date and at the time due for the respective bid submittal.

E. Minority businesses are encouraged to submit bids in response to this notice. Administrative Procedure No.

7419 may be viewed at the Purchasing Office by prospective bidders. Further information required may be obtained by contacting the Minority Business Officer, Mr. Wes Owens at: [email protected].

XI. INSURANCE A. The contractor must maintain and pay for Comprehensive Business Insurance to protect their claims under the

Workers’ Compensation Act, from claims or damages because of bodily injury to others, including employees of the BOARD, damage to the property of others, including the BOARD, claims for damages arising out of the operation of motor vehicles, which may arise during the performance of the contract whether caused by themselves or by any sub-contractor or anyone directly or indirectly employed by either of them, and Product Liability Insurance. Said insurance is to cover the duration of the contract under an express or implied warranty.

B. The following coverage and limits are required of all vendors:

• General Liability, including Products Liability & Completed Operations - $1,000,000 per

occurrence/$2,000,000 aggregate • Workers Compensation – Statutory Benefits (Only required if the Contractor will be delivering the product(s)). • Employers Liability - $500,000 each accident/$500,000 injury by disease/$500,000 injury by disease aggregate

(Only required if the Contractor will be delivering the product(s) to our building). • Auto Liability - $1,000,000 combined single limit (Only required if the Contractor will be delivering the

product(s) to our building).

C. The certificate on this insurance shall be made in favor of the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983 and indicate paid up coverage for the term of the contract.

D. The certificate of insurance TO BE SUBMITTED to the PURCHASING OFFICE, FACILITIES

ADMINISTRATION BUILDING, 13300 OLD MARLBORO PIKE, UPPER MARLBORO, MARYLAND 20772-9983.

E. It will be the responsibility of the successful bidder(s) to ensure that a current Certificate of Insurance is on file in

the Purchasing Office during the entire period of the contract. F. The cost of the above insurance shall be considered an overhead or operating expense to the Contractor, similar to

rental costs, utilities, automobile liability insurance, and other business related expenses. The premiums or costs to provide the above insurance shall not be directly related to the cost of the work or services specified in this Invitation for Bid.

Page 11: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 11

XII. SURETY

A. The following SURETY is required in conjunction with this Invitation for Bid and any resultant contract(s). Bonds or checks NOT made in favor of BOARD OF EDUCATION OF PRINCE GEORGE'S COUNTY shall not be accepted. "Prince George's County Public Schools" is not a legal entity, and therefore, bonds or checks made in favor of Prince George's County Public Schools will not be accepted; the bid offer shall be declared non-responsive and not considered for award.

1. Bid Bond

a. Bids must be accompanied by a Bid bond or Certified Check in the amount of five percent (5%) of the

total amount of the bid to be made in favor of the

BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983 Certified Checks will be returned to all but the successful bidder(s) within five (5) days after award of contract(s). Successful bidder’s Certified Check will be returned only upon receipt of Performance Bond.

2. Performance Bond, Cashier’s or Certified Check

a. The successful bidder is required to furnish to the BOARD a Performance Bond, Cashier’s or Certified

Check in the amount of one hundred percent (100%) of all phases of the contract and to be made in favor of the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983 The above is the legal title for the school system. Deviation from this title shall not constitute intent to furnish and all such documents shall be rejected and returned. Timeliness is of the essence and delays in furnishing acceptable documents may constitute default.

b. The insurance company issuing the bond must have a policyholders rating of A Plus and a financial rating

of Class A per Best’s Rating Service. Said surety must be issued by a bonding company licensed to do business in the STATE OF MARYLAND and acceptable to the BOARD and submitted to the PURCHASING OFFICE, BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983 within 15 calendar days after receipt of award. No contract shall exist prior to return of the signed award and acceptable surety.

c. The Performance Bond, Cashier’s or Certified Check will provide assurance of faithful performance and

discharge of all duties and responsibilities attendant thereto required by law or as provided herein by the contractor of all ASPECTS, TERMS AND CONDITIONS of this contract.

B. In addition to the above surety, the following may be required on certain construction contracts. The successful

bidder(s) should be prepared to provide the surety if instructed to do so in any resultant Contract Award.

Labor and Material Payment Bond

a. The successful bidder is required to furnish to the BOARD a LABOR AND MATERIAL PAYMENT BOND in the amount of one hundred percent (100%) of all phases of the contract and to be made in favor of the

BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983 The above is the legal title for the school system. Deviation from this title shall not constitute intent to furnish and all such documents shall be rejected and returned. Timeliness is of the essence and delays in furnishing acceptable documents may constitute default.

Page 12: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 12

b. The insurance company issuing the bond must have a policyholders rating of A Plus and a financial rating of Class A per Best’s Rating Service. Said surety must be issued by a bonding company licensed to do business in the STATE OF MARYLAND and acceptable to the BOARD and submitted to the PURCHASING OFFICE, BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983 within 15 calendar days after receipt of award. No contract shall exist prior to return of the signed award and acceptable surety.

c. The Labor and Material Payment Bond will provide assurance of faithful performance and discharge of all

duties and responsibilities attendant thereto required by law or as provided herein by the contractor of all ASPECTS, TERMS AND CONDITIONS of this contract.

XIII. QUALITY

A. QUALITY of materials furnished shall be subject to our inspection upon receipt. If rejected, the material will be held for disposition at your risk and expense for a period of 30 days. After such period, the BOARD OF EDUCATION will not be responsible for the loss or misplacement of rejected materials.

B. DEVIATIONS from the specification of the materials shall not be accepted without prior written approval from the

Purchasing Office.

C. QUALITY of the material ordered must not be changed without first obtaining our written approval. XIV. LAWS AND PERMITS

A. The contractor shall, without additional cost to the BOARD, be responsible for paying for and obtaining any necessary licenses, inspections and permits for complying with any and all FEDERAL, STATE AND LOCAL LAWS, CODES AND REGULATIONS, in connection with the performance of the work.

B. Laws of the STATE OF MARYLAND and PRINCE GEORGE’S COUNTY shall govern the contract.

XV. TAXES

A. Respondents shall assume full responsibility for payment of any and all taxes which may be construed by law

authority as being due for materials ands supplies under any contract with the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY. They shall hold the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY safe and harmless from any liability for said taxes.

B. Responses to the proposal submitted shall not include Federal Excise Taxes or State or Local Sales or Use Taxes

(if applicable). The cost of any taxes (operational and/cost of doing business) that are lawfully due and paid by the contractor may be passed on to the Board of Education as part of the overall cost.

C. The BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY is subject to the provisions of Article 81,

Section 326 (a) of the Annotated Code of Maryland which provides that the Retail Sales Tax shall not apply to the following Sales:

1. State Sales - “Sales to the State of Maryland or any of its political subdivisions. Provided that this sub-section

shall not be construed or applied to exempt any sale, otherwise taxable under this subtitle, or tangible personal property to contractors or builders to be used for the construction, repair or alteration of real property, on contracts advertised for solicitation after July 1, 1968.”

XVI. CHANGES IN TERMS OR DELIVERY/COMPLETION DATE

A. After award of individual contracts, any questions or correspondence related but not limited to the following matters must be directed to the PURCHASING OFFICE, BOARD OF EDUCATION OF PRINCE GEORGE'S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983, in writing:

Page 13: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 13

1. Requests for deviation from the specifications, terms, or conditions of the contract 2. Bonding or insurance 3. Other matters.

B. In the event of strikes, Acts of God, or other circumstances beyond the contractors’ control, which prevent

completion of work or delivery, the contractor must secure temporary contractual relief. The circumstances and duration must be stated by the contractor in writing and be forwarded to the PURCHASING OFFICE within ten (10) days after their development. Contractual relief shall be only that which is acceptable to and in agreement with the PURCHASING OFFICE, for those goods and services, which are necessary for the day-to-day needs of the BOARD.

XVII. INVOICES

A. Invoices must be submitted in QUADRUPLE, ACCOMPANIED BY A SIGNED DELIVERY TICKET, TO CAPITAL IMPROVEMENT OFFICE, BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, FACILITIES ADMINISTRATION BUILDING, 13300 OLD MARLBORO PIKE, ROOM 11, UPPER MARLBORO, MD 20772, Attention: Lucian Musawwir and contain the following minimal information:

1. Purchase order number 2. Invitation for Bid 3. Delivery destinations as it appears on the purchase document 4. Quantity, item number, and description of item billed 5. Unit price and extended price of item 6. Total amount of invoice

XVIII. PAYMENT

A. Payment will be made upon receipt of proper invoices. Payment shall be NET 45 days from date of receipt of

invoice. XIX. DAMAGES OR INJURY

A. Qualifying contractors will be held pecuniary responsible for any and all damage to BOARD property done or caused by them or their employees or other personnel engaged in the execution of the contract.

B. The contractor shall be similarly responsible for all injury to persons that occur as a result of his fault or

negligence. C. The contractor shall take proper safety and health precautions to protect the work, the workers, the public and the

property of others. D. The contractor shall be responsible for any and all damage to adjacent property incurred in the performance of the

contract and shall hold the BOARD free of any and all claims for damages arising from the execution of the contract.

XX. TERMINATION FOR CONVENIENCE

A. This contract may be terminated by the BOARD OF EDUCATION in accordance with this clause in whole or in part whenever the Board Contracting Officer shall determine that such a termination is in the best interest of the BOARD OF EDUCATION. Any such termination shall be affected by delivery to the Contractor at least five (5) working days prior to the termination date of a Notice of Termination specifying the extent to which performance shall be terminated and date upon such termination becomes effective. An equitable adjustment in the contract price shall be made for completed service, but no amount shall be allowed for anticipated profit on unperformed services.

Page 14: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 14

XXI. TERMINATION FOR DEFAULT

A. The BOARD OF EDUCATION may, by written notice of default to the Contractor, terminate the whole or any part of the Contract in any one of the following circumstances:

1. If the Contractor fails to make delivery of the supplies or equipment exactly as specified or perform the

services within the time and manner specified herein or any extension thereof, or 2. If the Contractor fails to perform any of the other provisions of this Contract, or so fails to make progress as to

endanger performance of this Contract in accordance with its terms, and in either of these two circumstances does not cure such failure within a period of ten (10) days (or such longer period as the Purchasing Office may authorize in writing) after receipt of written notice from the Purchasing Office specifying such failure, or

3. Willfully attempt to make delivery of items other than the items in the Contract, or perform the services other

than specified as to quality, contents of pack, work processes or otherwise, without specific authorization in the form of a contract amendment, or

4. If a determination is made by the BOARD OF EDUCATION that the obtaining of the Contract was influenced

by an employee of the BOARD having received a gratuity, or promise thereof, in any way or form. XXII. DISCLOSURE

A. Bidder shall not disclose information concerning work under this Agreement to any third party, unless such disclosure is necessary for the performance of the Agreement effort. No news releases, public announcement, denial or confirmation of any part of the subject matter of this Agreement or any phase of any program hereunder shall be made without prior written consent of the Board. The restrictions of this paragraph shall continue in effect upon completion or the parties may mutually agree upon termination of this Agreement for such period of time as in writing. In the absence of a written established period, no disclosure is authorized. Failure to comply with the provisions of this Clause may be cause for termination of this Agreement.

XXIII. INFRINGEMENT OF PATENT, TRADEMARK, COPYRIGHT, TRADE SECRET, OTHER INTEREST

A. The following terms apply to any infringement, of claim or infringement, of any patent, trademark, copyright, trade secret or other proprietary interest based on the manufacture, normal use or sale of any material, equipment, programs or services furnished by Bidder to the Board, unless such infringement or claim results from the Bidder following written instruction or directions of The BOARD. Bidder shall indemnify the Board, for any loss, damage, expense, or liability that may result by reason of any such infringement or claim. Bidder shall defend or settle, at Bidder’s own expense, any action or suit for which Bidder is responsible hereunder. The Board shall notify Bidder promptly of any claim or infringement for which Bidder is responsible and shall cooperate with Bidder in every way to facilitate the defense of any such claim.

XXIV. NON-DISCRIMINATION

A. The Contractor is to conduct business in a non-discriminatory manner prohibiting discrimination in any manner against any employee or applicant for employment because of sex, race, creed, color, age, mental or physical disability, sexual orientation or national origin.

XXV. RIGHT TO DATA

A. All data, reports and other documents generated for the BOARD and accumulated by the consultant/contractor in the performance of this order/award, shall remain the property of the BOARD, and shall be returned to the control of the BOARD upon completion of the contract. No personal student or BOARD information, as defined by federal and state law and BOARD policy, shall be disclosed or published unless otherwise agreed herein.

Page 15: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 15

XXVI. RIGHT TO AUDIT

A. The contractor shall agree that in accordance with Section 952 of the Omnibus Budget Reconciliation Act of 1980, its contracts, books, documents and records will be made available to the Comptroller General of the United States and the BOARD until the expiration of services is finalized under this Agreement.

XXVII. AVAILABILITY OF FUNDS

A. A contract shall be deemed executory only to the extent of appropriations available to the BOARD for the purchase of such articles. The obligation of the BOARD on all contracts, including those which envision funding through current and successive fiscal years, shall be contingent upon actual Board appropriations for the fiscal year(s) involved.

XXVIII. RESTRICTIONS

A. Potential contractors/vendors of the Board of Education of Prince George's County Schools are advised that

Maryland law now provides the following mandatory restrictions on registered sex offenders performing work or services on school system property:

B. "A person who enters into a contract with a county board of education or a nonpublic school may not knowingly

employ an individual to work at a school if the individual is a registrant. A person who violates this section is guilty of a misdemeanor and on conviction is subject to imprisonment not exceeding 5 years or a fine not exceeding $5,000 or both."

C. Persons or entities awarded contracts with the Board of Education of Prince George's County are required to certify

that no employee, subcontractor, subcontractor employee, or material supplier that is a registered sex offender will be allowed to enter onto school system property at any time in the performance of the work or services for which the contract is awarded. Such certification is a condition precedent to any contract award, and failure to so certify will be grounds for not awarding a contract. It will be the responsibility of contractors to obtain similar certification from all sub-contractors and material suppliers performing work or services on school system property and to monitor adherence to this requirement. In the event that the Board of Education of Prince George's County determines that a registered sex offender has entered upon school system property in the performance of work for a contractor/vendor, such will be grounds for termination of the contract.

XXIX. CRIMINAL BACKGROUND CHECK/PHOTO IDENTIFICATION BADGE

It is the responsibility of the Consultant to make certain that its employees, agents, volunteers, and contractors who have contact with students be fingerprinted and have a background check in compliance with Title 5, Subtitle 5, part VI, of the Family Law Article of the Maryland Code.

A. Employees Having Direct Contact with Students:

Any and all current and future employees of Consultant/Contractors who may have direct contact with students must have a criminal background check and fingerprinting conducted by the Finger Printing Office of the Board at least 14 days before beginning work. Previous background checks will not be accepted. The fee for the background check shall be paid by the Consultant/Contractors by check or money order at the time the fingerprinting is performed. No employee can begin work in a PGCPS School until results have been received. Violation of this provision may result in Termination for Cause.

B. Employees Do Not Have Direct Contact with Students Employees of Consultant/Contractor who will be placed in a PGCPS School but will not have direct contact with students must have on record a Criminal Justice Information Service (CJIS) and NCIC background checks. Copies of the background checks must be forwarded to the Contract Officer before services can commence. Every two years the Consultant shall submit copies of background checks to the Contract Officer. Should any employee be flagged during the term of this agreement, the Consultant shall contact the Contract Officer within 24 hours of notification. Violation of this provision may result in Termination for Cause.

Page 16: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 16

C. Employment of Child Sex Offenders: The Consultant/Contractor shall at all times be compliant with the Criminal Procedure Article of Annotated Code of Maryland Section 11-722 that states that a person who enters a contract with a County Board of Education or a nonpublic school may not knowingly employ an individual to work at a school if the individual is a registered child sex offender. If a registered child sex offender is employed by the Consultant/Contractor, the Consultant/Contractor is prohibited from assigning that employee to perform management, delivery, installation, repair, construction, or any other type of services on any BOARD property. Violation of this provision may result in Termination for Cause.

XXX. BIDDER'S QUALIFICATION

A. Bidders may be required to furnish satisfactory evidence that they are qualified dealers or manufacturers of the items listed, or regularly engaged in performing the services on which they are bidding, and in both cases maintain a regularly established place of business. An authorized representative of the BOARD OF EDUCATION may visit any prospective Contractor's place of business to determine his/her ability, capacity, reliability, financial stability and other factors necessary to perform the Contract.

XXXI. FAILURE TO RESPOND

A. Failure to make response to this invitation for bid may cause removal of your name from our bidder’s mailing list for this commodity or service. Those bidders wishing to remain on the mailing list for this commodity or service but do not desire to submit a bid at this time, should affix the enclosed mailing label, marked "no bid", to an envelope with the company's name and return address clearly shown, and mail as indicated on the label. If you are not a supplier of this commodity or service submit a "no bid" and request your name be removed from our mailing list for this commodity or service only.

XXXII. ASBESTOS

A. This is to notify all Offerers of the existence of asbestos containing materials used in the Prince George's County Public Schools. Contractor’s employees, including subcontractors, are prohibited from conducting any activities that can result in damage to asbestos containing material or in the release of asbestos fibers into the air. The Prince George's County Public Schools has inspected all buildings per the Asbestos Hazard Emergency Response Act (AHERA) and maintains a management plan for each building that details the location and condition of all asbestos containing materials. It is required that a responsible official of the successful offeror’s company visit the Prince George's County Public Schools Environmental Office to review and understand the management plan for the building(s) involved in this specification. THE CONTRACT MAY NOT BE AWARDED UNTIL THIS REQUIREMENT IS MET. Access to the material is required. It is the responsibility of the Offerer to arrange such a review via the Contractual Point of Contract listed below.

B. The Contractor shall be responsible for all asbestos removal within the work area and shall include in his proposal

all costs related to asbestos removal.

C. The BOARD recognizes that Offerers may need to review the management plans and/or make a site visit to the school involved in the specification before submitting their proposals. Offerer should call the Prince George's County Public School’s Environmental Office at 301-952-6525 to make arrangements for such actions.

D. It is the Contractor’s responsibility to make his/her employees and all Subcontractors’ employees aware of the

existence and location of all asbestos containing material and to take appropriate action in accordance with all applicable federal, state and county guidelines whenever the Contractor has discovered any of the following conditions: 1. Asbestos containing material in the work area that must be removed before the Contractor will be able to

continue work. 2. Asbestos containing material in the work area that has preexisting damage. 3. Asbestos containing material in the Contractor’s work area that is undamaged, but which may be affected by

the Contractor’s activity. 4. Work performed by the Contractor has resulted in damage to asbestos containing material or other wise has

caused the release of asbestos fibers into the air.

Page 17: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 17

E. The BOARD reserves the right to back charge the Contractor for the actual cost of all measures required by the

BOARD to correct asbestos damage or fiber release episodes that are the result of the Contractor’s actions. The BOARD also reserves the right to conduct work in progress inspections at any time. The BOARD personnel conducting these inspections will be have the authority to immediately stop work if they find work practices that result in damage to asbestos containing material or otherwise result in asbestos fiber release.

F. A verification of the Contractor’s review of the Asbestos Management Plan(s) will be kept in the Contract File.

The Contractor shall submit the following verification to the Owner:

1. SAMPLE FORM:

I/We, he undersigned, have reviewed and understand the Asbestos Hazard Emergency Response Act Management Plan(s). I/We also acknowledge that our employees will be notified of the existence and location of asbestos containing materials as described in the Management Plan. Our employees will take care to avoid damage to such asbestos containing materials and will immediately STOP WORK and Notify the BOARD’s ENVIRONMENTAL OFFICE if any material is damage or if fibers are released into the air.

XXXIII. MOSH

MARYLAND OCCUPATIONAL SAFETY & HEALTH (MOSH) REQUIREMENTS

A. All contracts with the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY shall be governed by the STATE OF MARYLAND OCCUPATIONAL SAFETY AND HEALTH (MOSH) LAWS. Where any difference(s) may exist between any particular MOSH standard(s) and the corresponding, related United States Occupational Safety and Health Administration (OSHA) standard(s), MOSH LAW SHALL TAKE PRECEDENCE.

1. Offerers submitting proposals relative to any BOARD Request for Proposals shall have the obligation and

responsibility of being knowledgeable with any/all MOSH Laws applicable to any respective Request for Proposals, before submitting any offers. Unfamiliarity shall not be recognized, nor considered, as cause for relief from any subsequent contract.

2. Information pertaining to any particular MOSH Law(s) may be obtained from:

STATE OF MARYLAND DEPARTMENT OF LICENSING AND REGULATION Division of Labor and Industry/Maryland Occupational Safety and Health 10946 Golden W Dr, Suite # 160 Hunt Valley, Maryland 21031 Telephone No.: 410-527-2091

B. Delivery/Installation

1. In the performance of this contract, the contractor, their sub-contractor(s), agent, representative, or designee shall conform to all MOSH requirements in the performance of deliveries or installation of equipment and materials ordered herein.

C. Equipment/Materials

1. The contractor shall be responsible to deliver only that equipment and materials which conforms in all respects

to MOSH requirements. Any deficiencies found by MOSH inspectors or the BOARD SAFETY OFFICER in equipment or materials delivered herein and deficient to MOSH standards existing at the time of the contract award, shall be promptly corrected by the contractor at no cost to the BOARD OF EDUCATION.

D. Maryland Occupational Safety and Health (MOSH) “Access to Information About Hazardous and Toxic

Substances” Law (Article 89)

Page 18: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 18

1. All contractors providing products deemed as “hazardous” under the above referenced Law, shall provide properly completed Material Safety Data Sheets (including any up-dated information) for the respective products. The Material Safety Data Sheets shall be mailed to the SAFETY OFFICE, BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, FACILITIES ADMINISTRATION BUILDING, 13300 OLD MARLBORO PIKE, UPPER MARLBORO, MARYLAND 20772-9983; and the mailing shall coincide with date of shipment of the respective product(s) to the designated location as specified in the Request for Proposal.

2. All contractors shall also have the responsibility to ensure that each container of hazardous chemical delivered is labeled, tagged, or marked in accordance with MOSH Article 89 Law and have the following minimal, acceptable information:

a. Identity of the hazardous chemical. b. Appropriate hazardous warnings. c. Name and address of the chemical manufacturer, importer, or distributor. Labels, tags, or markings shall be legible, printed in English, and prominently displayed on each container, as required by Law.

3. All contractors shall have the responsibility of furnishing sufficient additional labels, if needed, upon the BOARD’S request, at no additional cost to the BOARD.

a. The BOARD reserves the right to refuse acceptance of any product(s) whether delivered or installed,

which does not conform to the aforementioned MOSH Article 89 requirements, with the cost of return or replacement being the total responsibility of the providing contractor.

XXXIV. BUY AMERICAN STEEL

A. Consistent with the provisions of the Maryland Annotated Code, Article 78A, Sections 68 through 72, inclusive,

known as the "Buy American Steel" Act of the General Assembly of Maryland, Acts of 1978. B. Wherever in these INSTRUCTIONS TO BIDDERS, "steel products," as hereafter defined, are part of the supplies,

services or construction required by Owner, for the construction, reconstruction, alteration, repair, improvement or maintenance of public works, the parties bidding shall predicate their base offer solely upon "steel products" manufactured in the United States of America or one of its territories, continental or insular, subject to the jurisdiction of the United States, unless such "steel products" are not produced in the United States in sufficient quantities to meet the requirements of the Contract, in which event the Total Base Bid is to contain a certification to this effect.

C. Each bidder shall furthermore attach to his BID FORM (using the Substitution Request Form), the proposed cost of

the supplies, services or construction required by Owner where foreign "steel products" are proposed to be used. D. The Owner, in addition to all other reservations set forth in the Bidding Requirements, shall at the time of the

issuance of the Award and Contract pursuant thereto, determine whether the supplies, services or construction required is to utilize "steel products" of domestic or foreign origin.

E. Note further, that in the event the Award and Contract pursuant thereto is predicted upon the utilization of domestic

"steel products," then, in addition to all other requirements mandated for performance hereafter in these INSTRUCTIONS TO BIDDERS, and all documents issued in conjunction therewith, the person, corporation, partnership, or other business unit or association to whom the Award and Contract pursuant thereto is issued, shall as a further condition precedent to the obtaining of final payment from Owner, furnish same with a certificate under oath that all "steel products" supplied, delivered or constructed were of domestic origin.

F. The "Buy American Steel" Act of Maryland defines "steel products" as any product: "rolled, formed, shaped,

drawn, extruded, forged, cast, fabricated, or otherwise similarly processed, or processed by a combination of two or more of such operations, from steel made in the United States by the open hearth, basic oxygen, electric furnace, bessemer, or other steel making process."

Page 19: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 19

SECTION II

INSTRUCTIONS TO BIDDERS AND SPECIAL PROVISIONS

INSTRUCTIONS TO BIDDERS Prince Georges County Public Schools is soliciting sealed bids from construction firms that meet all pre-requisite qualification criteria stated below for a High School Phase 2 Addition and Renovation SSR Project at the current site of Laurel HS located at 8000 Cherry Lane, Laurel, MD 20707.

1. Required Bidder Qualifications

Only Contractors licensed by the State of Maryland and possessing a minimum of five (5) years of experience in successfully executing similar projects for Prince George’s County Public Schools (or other Maryland public school agencies) are eligible to submit bids on this solicitation for consideration of contract award.

a. Submit three (3) similar projects with three (3) corresponding references as satisfactory evidence of required prior

experience with Prince George’s County Public Schools (or other Maryland public school agencies) performing similar projects within the past five (5) years. Respondents shall submit three (3) corresponding references

Include the following information for each reference/similar project: • Firm or Agency Name • Project Description • List of Services Provided

b. Submit a notarized statement regarding the firm’s ability to provide the services listed in the scope of services noted in

the project specifications as well as the following:

• List any proposed sub-contractors – Provide relevant summary background. • List of proposed personnel – Provide resumes for the proposed key personnel and other employees that will be

directly involved in the construction including their applicable project resume.

2. General Requirements: • General Requirements:

• Contract(s) is for a base bid.

• Provide a general net allowance of $100,000 in the base bid. This amount will be utilized for unforeseen conditions to

cover extra labor and material costs, if any, and shall be tracked separately from other contract costs.

• This Projects IS subject to State Prevailing Wage Scale.

• Notice of Award and Notice to Proceed will be issued to the successful awardee.

• An official Notice of Contract Award will be issued to the successful bidder. (Note: No work of any kind should commence prior to the issuance of a Notice to Proceed).

• The project Substantial Completion date is November 15, 2017.

• PGCPS reserves the right to reduce or withhold contract payment in the event the Contractor does not provide the Department with all required deliverables within the time frame specified in the contract or in the event that the Contractor otherwise materially breaches the terms and conditions of the Contract until such time as the Contractor brings itself into full compliance with the Contract. Any action on the part of the Department, or dispute of action by

Page 20: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 20

the Contractor, shall be in accordance with the provisions of MD Code Ann., State Finance and Procurement Article §§15-215 through 15-223 and with COMAR 21.10.02.

• Each State funded school construction project must have a construction sign on the site in accordance with the Maryland Public School Construction Program Administrative Procedures Guide (APG), Appendix E (Attached). http://www.pscp.state.md.us/APG/revisedapgindex.cfm The Contractor should ensure that project information and current/new Administration details are correct prior to ordering from: MCE Sign Plant # 111 C/O Patuxent Institution ATTN: Charles Behnke, Plant Manager 7555 Waterloo Road Jessup, MD 20794 Phone: 410-799-5109 or 410-799-5103 [email protected]

Page 21: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 21

SECTION III

SCOPE OF WORK AND SPECIFICATIONS

SCOPE OF WORK The Scope of Work outlined below is for clarification purposes to define work items included in the 2nd Phase of the Addition & Renovation SSR Project at Laurel High School. The work is as described in the Contract Documents attached, with drawings and specifications as listed below:

• Laurel High School Addition and Renovation Phase 2 Construction Drawings PSC No. 16.014.16 C Dated: February 10, 2017

• Laurel High School SSR Project PSC No. 16.014.16 C Priority #35 Specifications Volume 1 Dated: February 10, 2017

• Laurel High School SSR Project PSC No. 16.014.16 C Priority #35 Specifications Volume 2 Dated: February 10, 2017

PGCPS Front End Specification: Attach E.1 - PGCPS Allowance Spec Section 01210 Attach E.2 - PGCPS Contract Mod Proc Spec Section 01260 Attach E.3- PGCPS Project Closeout Spec Section 01780 Attach E.4 - PGCPS Demonstration and Training Spec Section 01790 Attach E.5 - PGCPS Abatement Spec w/PGCPS Vendors Attach E.6- PGCPS Construction Sign and School Plaque Attach E.7- PGCPS Temp Project Sign Spec Section

Page 22: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 22

SECTION IV

BID FORM

LAUREL HS SSR ADDITION AND RENOVATION PHASE 2 AUTOMOTIVE ENGINEERING AND INFORMATION TECHNOLOGY PROJECT

PSC NO. 16.014.16C

BIDDER: ____________________________________________________________________________________________ DATE: _____________________________________________________________________________________________

A. The total BASE BID, including the cost of all work and the cost of Builder’s All Risk Insurance, which shall be provided separately as informational prices. Please Note: Base bid must include taxes. Vendors are not allowed to submit invoice separately for taxes paid for supplies.

Base Bid: (in words) Total $ _________ Contingency Allowance (included in base bid): Total $ 100,000.00 Cost of Builder’s All Risk Insurance (included in base bid): Total $ _________ Rooms 136 & 138 (included in base bid): Total $ _________ Room 160 (included in base bid): Total $ _________ Rooms 161 & 162 (included in base bid): Total $ _________ Body Shop (included in base bid): Total $ _________

B. ALTERNATES:

None C. COMPLETION DATE

I/We agree to erect and achieve project completion, no later than November 15, 2017. The Owner shall retain the value of uncompleted work ($1,000.00) for Liquidated Damages, for each calendar day in excess of the Completion Date set forth herewith.

D. UNIT PRICES

Unit Prices are for both extra Work and Credits. This list of prices will be submitted with the Bid in duplicate and shall become a part of the Contract upon its award. Unit prices listed below are applicable to all Work in this project involving extra materials/services performed by the General Contractor or his Subcontractors and/or credits to the Owner for materials/services deleted from the project. Unit Prices shall include all overhead and profit for the Subcontractor and General Contractor. Prices, as stated, shall remain in effect through the end of the Contract Warranty period. The undersigned acknowledges the unit price values as part of this bid proposal and agrees to add or delete items for the unit prices identified when directed to do so by the Owner.

Page 23: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 23

ITEM NO. DESCRIPTION OF ITEM UNIT PRICE 1. None. LS $__________ _

UNIT PRICES shall include the cost of material, labor, equipment overhead and profit; and shall be a total compensation for the extra work or credit. All materials and workmanship shall be equal in character as specified or as shown on the Drawings and complete, installed and finished.

E. AFFIDAVIT

______________________________________________ being first duly sworn deposes and says that he is an officer in the building construction organization known as __________________________________________, and the party making a certain proposal or bid dated ________________________, to the Board of Education of Prince George’s County for the Laurel HS SSR Addition and Renovation Project Phase 2 Automotive Engineering and Information Technology 8000 Cherry Lane, Laurel, MD 20707 and that this bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly, or indirectly, with any bidder or person to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person to fix the bid prices of the affidavit or any other bidder, or to fix any overhead, profit, or cost element of said bid price, or that of any bidder, or to secure any advantage against the Board of Education of Prince George’s County or any other person interested in the proposed contract; and that all statements in said proposal or bid are true.

Signature of:

x___________________________________

(Bidder if the bidder is an individual) x___________________________________

(Bidder if the bidder is a partnership) x___________________________________

(Bidder if the bidder is a corporation) Subscribed and sworn before me this ___day of _______.

x___________________________________ Notary Public

My commission expires: _________________________.

Page 24: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 24

SECTION V

ADDENDA ACKNOWLEDGEMENT

LAUREL HS SSR ADDITION AND RENOVATION PHASE 2 AUTOMOTIVE ENGINEERING AND INFORMATION TECHNOLOGY PROJECT

PSC No. 16.014.16C Please complete and return with your bid response (if applicable). I the undersigned acknowledge the receipt of the following addenda to this solicitation Addendum #1- Date Received __________ Addendum #2 - Date Received __________ Addendum #3 - Date Received __________ Addendum #4 - Date Received __________ Addendum #5 - Date Received __________

______________________________________________________ Signature ______________________________________________________ Title ______________________________________________________ Vendor Name ______________________________________________________ Email ______________________________________________________ Contact Name and Phone Number

Page 25: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

IFB No. 041-17 25

AFFIDAVIT This document shall be completed, signed by an authorized company official and submitted with your proposal response. Contractor Bid No. Address City, State and Zip Telephone Fax Email

FOR MINORITY USE ONLY

LOCALLY BASED MINORITY BUSINESS: PGC MBE______ PGC MWE _______ MD MBE_______ MD MWE_______ INDICATE IF YOU ARE A MINORITY BUSINESS CERTIFIED BY: P.G. COUNTY GOVERNMENT Certification No.: _______________________________ MD. STATE DEPT. OF TRANSPORATION Certification No.: ______________________

AFFIDAVIT I

The Contractor, his agent, servants and/or employees, have not in any way colluded with anyone for and on behalf of the contractor or themselves, to obtain information that would give the Contractor an unfair advantage over others, not have thy colluded with anyone for and on behalf to the contractor, or themselves, to gain any favoritism in the award of the contract herein.

AFFIDAVIT II No officer or employee of the Board of Education Prince George's County Public Schools, whether elected or appointed, has in any manner whatsoever, any interest in or has received prior hereto or will received subsequent hereto any benefit, monetary or material, or consideration from the profits or emoluments of this contract, job, work or service for the Board, and that no officer or employee has accepted or received or will receive in the future a service or thing of value, directly or indirectly, upon more favorable terms than those granted to the public generally, nor has any such officer or employee of the Board received or will receive, directly or indirectly, any part of any fee, commission or other compensation paid or payable to the Board in connection with this contract, job, work, or service for the Board, excepting, however, the receipt of dividends on corporation stock.

AFFIDAVIT III Neither I, nor the Contractor, nor any officer, director, or partners, or any of its employees who are directly involved in obtaining contracts with the Board have been convicted of bribery, attempted bribery, or conspiracy to bribe under the laws of any state, or of the federal government for acts of omissions committed.

AFFIDAVIT IV Neither I, nor the Contractor, nor any of our agents, partners, or employees who are directly involved in obtaining contracts with the Board have been convicted within the past 12 months of discrimination against any employee or applicant for employment, nor have we engaged in unlawful employment practices as set forth in Section 16 of Article 49B of the Annotated Code of Maryland or, of Sections 703 and 704 of Title VII of the Civil Rights Act of 1964.

AFFIDAVIT V I further affirm that neither I nor the above firm shall knowingly enter into a contract with the Board under which a person or business debarred or suspended from contracting with a public body 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. I acknowledge that this Affidavit is to be furnished to the Board. I acknowledge that I am executing this Affidavit in compliance with the provisions of Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland which provides that persons who have engaged in certain prohibited activity may be disqualified, either by operation in law or after a hearing, from entering into contracts with the Board. I further acknowledge that if the representations set forth in this Affidavit are not true and correct, the Board may terminate any contract awarded, and take any other appropriate action. I do solemnly declare and affirm under the penalties of perjury that the contents of the foregoing affidavit are true and correct to the best of my knowledge, information and belief.

____ _____ ________________________ Signature Date Printed Name Title- Authorized Official

If a corporation, it was organized under the laws of the state of, in the year _______ a partnership, list names of partners .

Page 26: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Re: Laurel HS - Secondary School Reform Renovations Aerospace and Automotive Engineering and Information

Project No: 16.014.16 C

Enclosed please find the Prevailing Wage Determination and Instructions for Contractors for the project referenced above.

Upon advertisement for bid or proposal of this project, you are requested to submit to this office the date and name of publication in which such advertisement appeared.

Once awarded, you are further directed to submit to this office, the NOTICE TO PROCEED for the project, complete with the date of notice, the name of the general contractor, and the dollar amount of the project. In addition, we ask that a representative of the prevailing wage Unit be invited to attend the Pre-Construction Conference.

Any questions concerning this matter may be referred to [email protected]

Sincerely,

Enclosures

Wage Determination

Instruction for the Contractor Prevailing Wage Unit

Pershey Drayton - Procurement Officer

13300 Old Marlboro Pike

Upper Marlboro, MD 20772

P.G.C.P.S.

REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED

05/01/2017

DEPARTMENT OF LABOR, LICENSING AND REGULATIONDIVISION OF LABOR AND INDUSTRY

PREVAILING WAGE SECTION1100 N. Eutaw Street, Room 607

Baltimore, MD 21201(410) 767-2342

STATE OF MARYLAND

5/1/2017 4:19 PM Page 1 of 7

Page 27: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PREVAILING WAGE INSTRUCTIONS FOR THE CONTRACTOR & SUBCONTRACTOR

The contractor shall electronically submit completed copies of certified payroll records to the Commissioner of Labor & Industry, Prevailing Wage Unit by going on-line to https://www.dllr.state.md.us/prevwage and following the instructions for submitting payroll information (NOTE: A contractor must register prior to submitting on-line certified payroll information).

If you have technical questions regarding electronic submittal, contact the Department at [email protected].

All certified payroll records shall have an accurate week beginning and ending date. The contractor shall be responsible for certifying and submitting to the Commissioner of Labor and Industry, Prevailing Wage Unit all of their subcontractors' payroll records covering work performed directly at the work site. By certifying the payroll records, the contractor is attesting to the fact that the wage rates contained in the payroll records are not less than those established by the Commissioner as set forth in the contract, the classification set forth for each worker or apprentice conforms with the work performed, and the contractor or subcontractor has complied with the provisions of the law.

A contractor or subcontractor may make deductions that are (1) required by law; (2) required by a collective bargaining agreement between a bona fide labor organization and the contractor or subcontractor; or (3) contained in a written agreement between an employee and an employer undertaken at the beginning of employment, if the agreement is submitted by the employer to the public body awarding the public work and is approved by the public body as fair and reasonable.

A contractor or subcontractor is required to submit information on-line on their fringe benefit packages including a list of fringe benefits for each craft employed by the contractor or subcontractor, by benefit and hourly amount. Where fringe benefits are paid in cash to the employee or to an approved plan, fund, or program, the contribution is required to be indicated.

Payroll records must be electronically submitted and received within 14 calendar days after the end of each payroll period. If the contractor is delinquent in submitting payroll records, processing of partial payment estimates may be held in abeyance pending receipt of the records. In addition, if the contractor is delinquent in submitting the payroll records, the contractor shall be liable to the contracting public body for liquidated damages. The liquidated damages are $10.00 for each calendar day the records are late.

Only apprentices registered with the Maryland Apprenticeship and Training Council shall be employed on prevailing wage projects. Apprentices shall be paid a percentage of the determined journey person 's wage for the specific craft.

Overtime rates shall be paid by the contractor and any subcontractors under its contracts and agreements with their employees which in no event shall be less than time and one-half the prevailing hourly rate of wages for all hours worked in excess of ten (10) hours in any one calendar day; in excess of forty (40) hours per workweek; and work performed on Sundays and legal holidays.

Contractors and subcontractors employing a classification of worker for which a wage rate was not issued SHALL notify the Commissioner of Labor & Industry, Prevailing Wage Unit, for the purpose of obtaining the wage rate for said classification PRIOR TO BEING EMPLOYED on the project. To obtain a prevailing wage rate which was NOT listed on the Wage Determination, a contractor or subcontractor can look on the DLLR webpage under prevailing wage.

Contractors and subcontractors shall maintain a valid copy of proper State and county licenses that permit the contractor and a subcontractor to perform construction work in the State of Maryland. These licenses must be retained at the worksite and available for review upon request by the Commissioner of Labor and Industry’s designee.

**Each contractor under a public work contract subject to Section 17-219 shall:

1. Post a clearly legible statement of each prevailing wage rate to be paid under the public work contract; and2. Keep the statement posted during the full time that any employee is employed on the public work contract.3. The statement of prevailing wage rates shall be posted in a prominent and easily accessible place at the site of the public work.

5/1/2017 4:19 PM Page 2 of 7

Page 28: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

**Penalty - Subject to Section 10-1001 of the State Goverment Article, the Commissioner may impose on a person that violates this section a civil penalty of up to $50.00 per violation.

Under the Maryland Apprenticeship and Training Council requirements, consistent with proper supervision, training and continuity of employment and applicable provisions in collective bargaining agreements, a ratio of one journey person regularly employed to one apprentice shall be allowed. No deviation from this ratio shall be permitted without prior written approval from the Maryland Apprenticeship and Training Council.

Laborers may NOT assist mechanics in the performance of the mechanic's work, NOR USE TOOLS peculiar to established trades.

ALL contractors and subcontractors shall employ only competent workers and apprentices and may NOT employ any individual classified as a HELPER or TRAINEE on a prevailing wage project.

The State Apprenticeship and Training Fund (Fund) law provides that contractors and certain subcontractors performing work on certain public work contracts are required to make contributions toward apprenticeship. See §17-601 through 17-606, State Finance and Procurement, Annotated Code of Maryland. Contractors and subcontractors have three options where they can choose to make their contributions: (1) participate in a registered apprenticeship training program; (2) contribute to an organization that has a registered apprenticeship training program; or (3) contribute to the State Apprenticeship and Training Fund.

The Department of Labor, Licensing and Regulation (DLLR) is moving forward with final adoption of regulations. The regulations were published in the December 14, 2012 edition of the Maryland Register.

IMPORTANT: Please note that the obligations under this law will become effective on JULY 1, 2013. This law will require that contractors and certain subcontractors make contributions toward apprenticeship and report those contributions on their certified payroll records that they submit pursuant to the prevailing wage law.

The Department is offering outreach seminars to any interested parties including contractors, trade associations, and any other stakeholders. Please contact the Department at [email protected] or (410) 767-2968 for seminar times and locations. In addition, information regarding this law will be provided at pre-construction meetings for projects covered by the Prevailing Wage law.

For additional information, contact: Division of Labor and Industry 

Maryland Apprenticeship and Traning 1100 North Eutaw Street, Room 606

Baltimore, Maryland 21201(410) 767-2246

E-Mail Address: [email protected].

5/1/2017 4:19 PM Page 3 of 7

Page 29: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

STATE OF MARYLAND

DEPARTMENT OF LABOR, LICENSING AND REGULATIONDIVISION OF LABOR AND INDUSTRY

PREVAILING WAGE SECTION1100 N. Eutaw Street, Room 607

Baltimore, MD 21201(410) 767-2342

The wage rates to be paid laborers and mechanics for the locality described below is announced by order of Commissioner of Labor and Industry.

It is mandatory upon the successful bidder and any subcontractor under him, to pay not less than the specific rates to all workers employed by them in executing contracts in this locality. Reference: Annotated Code of Maryland State Finance and Procurement, Section 17-201 thru 17-226.

These wage rates were taken from the locality survey of 2016 for Prince Georges County, issued pursuant to the Commissioner's authority under State Finance and Procurement Article Section 17-209, Annotated Code of Maryland or subsequent modification.

**Note: If additional Prevailing Wage Rates are needed for this project beyond those listed below, contact the Prevailing Wage Unit. Phone: (410) 767-2342, email: [email protected].

Name and Title of Requesting Officer:

Department, Agency or Bureau:

Project Number

16.014.16 C

Pershey Drayton - Procurement Officer

P.G.C.P.S.

13300 Old Marlboro Pike Upper Marlboro, MD 20772

Location and Description of work:

Prince Georges County: Renovation and addition to existing school

Determination Number

34292

Date of Issue: May 01, 2017

BUILDING CONSTRUCTION

CLASSIFICATION MODIFICATION REASON

BORROWED FROM

FRINGE BENEFIT PAYMENT

BASIC HOURLY

RATE

AD $26.75 $5.45 BALANCING TECHNICIAN

AD $35.00 $27.31 BOILERMAKER

AD $30.61 $10.38 BRICKLAYER

AD $39.50 $0.00 BRICKLAYER/SAWMAN

AD $27.81 $9.99 CARPENTER

AD $24.80 $9.24 CARPENTER - SHORING SCAFFOLD BUILDER

AD $28.68 $10.62 CARPET LAYER

AD $27.15 $9.77 CEMENT MASON

AD $28.53 021 $7.65 bCOMMUNICATION INSTALLER TECHNICIAN

AD $24.89 $9.25 DRYWALL - SPACKLING, TAPING, & FINISHING

AD $43.70 $16.17 ELECTRICIAN

5/1/2017 4:19 PM Page 4 of 7

Page 30: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

AD $41.90 $33.63 ELEVATOR MECHANIC

AD $21.61 $10.57 FIREPROOFER - BY HAND

AD $23.00 $4.24 FIREPROOFER - SPRAYER

AD $26.81 $6.13 FIRESTOPPER

AD $29.46 $11.05 GLAZIER

AD $34.33 $14.07 INSULATION WORKER

AD $26.88 021 $17.74 IRONWORKER - FENCE ERECTOR

AD $30.85 $19.43 IRONWORKER - ORNAMENTAL

AD $30.85 $19.43 IRONWORKER - STRUCTURAL

AD $32.04 $9.93 MILLWRIGHT

AD $24.89 $9.25 PAINTER

AD $29.19 $9.48 PILEDRIVER

AD $28.33 $5.95 PLASTERER

AD $24.38 021 $4.45 PLASTERER - MIXER

AD $39.67 $16.91 aPLUMBER

AD $26.35 021 $10.32 POWER EQUIPMENT OPERATOR - ASPHALT DISTRIBUTOR

AD $21.00 $6.08 POWER EQUIPMENT OPERATOR - BACKHOE

AD $49.15 $5.11 a+bPOWER EQUIPMENT OPERATOR - BELT PRESS

AD $35.35 $11.99 POWER EQUIPMENT OPERATOR - BOOM TRUCK

AD $17.50 021 $0.00 POWER EQUIPMENT OPERATOR - BROOM / SWEEPER

AD $27.37 $7.65 POWER EQUIPMENT OPERATOR - BULLDOZER

AD $34.00 $7.74 POWER EQUIPMENT OPERATOR - CONCRETE PUMP

AD $34.07 $10.10 POWER EQUIPMENT OPERATOR - CRANE

AD $42.50 031 $3.81 POWER EQUIPMENT OPERATOR - CRANE - TOWER

AD $35.32 031 $9.25 POWER EQUIPMENT OPERATOR - DRILL - RIG

AD $29.61 $8.75 POWER EQUIPMENT OPERATOR - EXCAVATOR

AD $25.56 $8.75 POWER EQUIPMENT OPERATOR - FORKLIFT

AD $23.00 $4.83 POWER EQUIPMENT OPERATOR - GRADALL

AD $24.68 $12.97 POWER EQUIPMENT OPERATOR - HOIST

AD $29.61 $8.75 POWER EQUIPMENT OPERATOR - LOADER

AD $38.01 $8.75 POWER EQUIPMENT OPERATOR - MECHANIC

AD $24.00 021 $1.98 POWER EQUIPMENT OPERATOR - MILLING MACHINE

AD $19.10 $10.10 POWER EQUIPMENT OPERATOR - OILER

AD $17.00 021 $0.00 POWER EQUIPMENT OPERATOR - PAVER

AD $15.44 021 $0.00 POWER EQUIPMENT OPERATOR - ROLLER - ASPHALT

AD $22.67 $7.65 POWER EQUIPMENT OPERATOR - ROLLER - EARTH

AD $16.36 021 $0.00 POWER EQUIPMENT OPERATOR - SCREED

AD $23.23 031 $8.65 POWER EQUIPMENT OPERATOR - SKID STEER (BOBCAT)

AD $20.15 031 $4.92 POWER EQUIPMENT OPERATOR - SKIDDER

AD $14.00 $0.92 POWER EQUIPMENT OPERATOR - TRENCHER

AD $23.40 $3.30 POWER EQUIPMENT OPERATOR-VACCUM TRUCK

AD $28.68 $10.62 RESILIENT FLOOR

AD $28.50 $11.01 ROOFER/WATERPROOFER

AD $40.27 $17.43 SHEETMETAL WORKER

AD $29.04 $15.57 SPRINKLERFITTER

AD $39.89 $20.82 aSTEAMFITTER/PIPEFITTER

5/1/2017 4:19 PM Page 5 of 7

Page 31: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

FRINGE REFERENCES AS NOTED:

a. PAID HOLIDAYS: New Year Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day & Christmas Day.

b. PAID VACATIONS: Employees with 1 year service - 1 week paid vacation; 2 years service - 2 weeks paid vacation; 10 years service - 3 weeks paid vacation.

AD $35.91 $16.89 STONE MASON

AD $22.46 $10.06 TILE & TERRAZZO FINISHER

AD $27.25 $11.23 TILE & TERRAZZO MECHANIC

AD $16.00 021 $0.00 TRUCK DRIVER - DUMP

AD $22.67 $7.65 TRUCK DRIVER - DUMP - ARTICULATING

AD $21.00 $6.08 TRUCK DRIVER - FLATBED

AD $26.70 $0.00 TRUCK DRIVER - LOWBOY

AD $16.00 021 $0.00 TRUCK DRIVER - TACK/TAR TRUCK

AD $21.00 031 $0.00 TRUCK DRIVER - TANDEM

AD $20.00 $6.08 TRUCK DRIVER - TRACTOR TRAILER

AD $17.00 021 $0.00 TRUCK DRIVER - WATER

LABORER GROUP IIAD $19.92 $2.94 LABORER - ASPHALT RAKER

AD $19.92 $2.94 LABORER - COMMON

AD $19.92 $2.94 LABORER - CONCRETE PUDDLER

AD $19.92 $2.94 LABORER - CONCRETE TENDER

AD $19.92 $2.94 LABORER - CONCRETE VIBRATOR

AD $19.92 $2.94 LABORER - DENSITY GAUGE

AD $19.92 $2.94 LABORER - FIREPROOFER - MIXER

AD $19.92 $2.94 LABORER - FLAGGER

AD $19.92 $2.94 LABORER - GRADE CHECKER

AD $19.92 $2.94 LABORER - HAND ROLLER

AD $19.92 $2.94 LABORER - JACKHAMMER

AD $19.92 $2.94 LABORER - LANDSCAPING

AD $19.92 $2.94 LABORER - LAYOUT

AD $19.92 $2.94 LABORER - LUTEMAN

AD $19.92 $2.94 LABORER - MORTAR MIXER

AD $19.92 $2.94 LABORER - PLASTERER - HANDLER

AD $19.92 $2.94 LABORER - TAMPER

LABORERS GROUP IAD $19.00 $1.75 LABORER - AIR TOOL OPERATOR

AD $19.00 $1.75 LABORER - ASPHALT PAVER

AD $19.00 $1.75 LABORER - BLASTER - DYNAMITE

AD $19.00 $1.75 LABORER - BURNER

AD $19.00 $1.75 LABORER - CONCRETE SURFACER

AD $19.00 $1.75 LABORER - HAZARDOUS MATERIAL HANDLER

AD $19.00 $1.75 LABORER - MASON TENDER

AD $19.00 $1.75 LABORER - PIPELAYER

AD $19.00 $1.75 LABORER - SCAFFOLD BUILDER

5/1/2017 4:19 PM Page 6 of 7

Page 32: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

These Informational Prevailing Wage Rates may not be substituted for the requirements of pre-advertisement or onsite job posting for a public work contract that exceeds $500,000 in value and either of the following

criteria are met: (1) the contracting body is a unit of State government or an instrumentality of the State and there is any State funding for the project; or (2) the contracting body is a political subdivision, agency, person or entity (such as a county) and the

State funds 50% or more of the project.

Modification Codes:

(AD) 17-209 Annual Determination from Survey Wage Data Received(CH) 17-211 Commissioners’ Hearing (CR) 17-208 Commissioners’ Review(SR) 17-208 Survey Review by Staff

Each "Borrowed From" county is identified with the FIPS 3-digit county code unique for the specific jurisdiction in Maryland.

For additional information on the FIPS (Federal Information Processing Standard) code, see http://www.census.gov/datamap/fipslist/AllSt.txt

The Prevailing Wage rates appearing on this form were originally derived from Maryland’s annual Wage Survey. The Commissioner of Labor & Industry encourages all contractors and interested groups to participate in the voluntary Wage Survey, detailing wage rates paid to workers on various types of construction throughout Maryland. A mail list of both street and email addresses is maintained by the Prevailing Wage Unit to enable up-to-date prevailing wage information, including Wage Survey notices to be sent to contractors and other interested parties. If you would like to be included in the mailing list, please forward (1) your Name, (2) the name of your company (if applicable), (3) your complete postal mailing address, (4) your email address and (5) your telephone number to [email protected]. Requests for inclusion can also be mailed to: Prevailing Wage, 1100 N. Eutaw Street - Room 607, Baltimore MD 21201-2201.

Incidental Craft Data: Caulker, Man Lift Operator, Rigger, Scaffold Builder, and Welder receive the wage and fringe rates prescribed for the craft performing the operation to which welding, scaffold building, rigging, operating a Man Lift, or caulking is

incidental.

5/1/2017 4:19 PM Page 7 of 7

Page 33: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

1

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

I. PURPOSE: To fulfill the intent of the law by setting goals for minority business

enterprise participation in every contract that includes State funding through the Public

School Construction Program. Local Educational Agencies (LEAs) shall attempt to

achieve the result that a minimum State goal of 29 percent and the Board of Education of

Prince George’s County (the Board) goal of an additional 1 percent for a total of 30

percent of the total dollar value of all construction contracts is made directly or indirectly

with certified minority business enterprises when State Public School Construction

Program (PSCP) funds are utilized, with a minimum of 7 percent from certified African

American-owned businesses, a minimum of 4 percent from certified Asian American-

owned businesses, and the balance from any certified minority business enterprises. All

general contractors, including certified MBE firms, when bidding as general or prime

contractors are required to attempt to achieve the MBE subcontracting goals from certified

MBE firms.

This Minority Business Enterprise Procedure is applicable to all public school

construction projects approved for partial State funding through the State Public School

Construction Program.

II. BACKGROUND: In 1978, the Maryland General Assembly passed legislation, which

was signed into law to establish the State’s Minority Business Enterprise Program. This

new law set as a goal that at least 10 percent of each unit of State government’s total dollar

value of procurement contracts for purchases and/or contracts shall be awarded to minority

business enterprises. This law was subsequently modified and the goal was increased to

14 percent. More recently, in 2013, the goal was increased to 29 percent with

subcontracting sub-goals of 7 percent for certified African American-owned businesses

and 4 percent for certified Asian American-owned businesses.

In 1979, the Rules, Regulations, and Procedures for the Administration of the School

Construction Program were revised by the Board of Public Works to require each local

board of education to adopt procedures to attempt to include minority business enterprises

in State funded school construction projects. The State law was revised and now states:

“The Interagency Committee on School Construction (IAC) shall require each local board

of education to adopt procedures consistent with this chapter before obtaining funds for

public school construction projects”.

In May 2007, the Rules, Regulations, and Procedures were replaced by regulations. The

regulations concerning project procurement (COMAR 23.03.03) indicate that the State’s

minority business enterprise goals and procedures apply to all State funded projects,

irrespective of procurement method.

III. OVERVIEW: This Minority Business Enterprise (MBE) procedure document was

originally developed in response to a requirement set forth in the Rules, Regulations, and

Procedures for the Administration of the School Construction Program. The MBE

requirement was originally established under HB 64, which was passed in the 1978

session of the Maryland General Assembly and signed into law as Chapter 575 of the Acts

of 1978.

Page 34: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

2

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

Since the Board adopted its original Minority Business Enterprise Procedures, there have

been changes in State statutes, regulations adopted by the Board of Public Works,

procedural requirements, project eligibility requirements and the level of State

participation in school construction projects. This revised procedure is consistent with

current legislation and the changes to the Code of Maryland Regulations (COMAR)

requirements, effective November 7, 2005 and May 21, 2007.

IV. DEFINITIONS:

1. Certification means the determination that a legal entity is a minority business

enterprise consistent with the intent of Subtitle 3 of the State Finance and

Procurement Article.

2. Certified Minority Business Enterprise means a minority business that holds a

certification issued by the Maryland State Department of Transportation (MDOT).

3. Corporation, as defined by MDOT, is an artificial person or legal entity created

by or under the authority of the laws of any state of the United States, the District

of Columbia or a territory or commonwealth of the United States and formed for

the purpose of transacting business in the widest sense of that term, including not

only trade and commerce, but also manufacturing, mining, banking, insurance,

transportation and other forms of commercial or industry activity where the

purpose of the organization is profit. For eligibility for certification,

disadvantaged and/or minority individuals must own at least 51 percent of the

voting stock and at least 51 percent of the aggregate of all classes of stock that

have been issued by the corporation. (Note: stock held in trust is not considered

as stock held by the disadvantaged businesspersons when computing the business

person(s) ownership.)

4. Managerial Control, as defined by MDOT, means that a disadvantaged or

minority owner(s) has the demonstrable ability to make independent and unilateral

business decisions needed to guide the future and destiny of a business.

Control may be demonstrated in many ways. For a minority owner to demonstrate

control, the following examples are put forth, but are not intended to be all

inclusive:

a. Articles of Incorporation, Corporate Bylaws, Partnership Agreements and

other agreements shall be free of restrictive language which would dilute

the minority owner’s control thereby preventing the minority owner from

making those decisions which affect the destiny of a business;

b. The minority owner shall be able to show clearly through production of

documents the areas of the disadvantaged business owner’s control, such

as, but not limited to:

1) Authority to sign payroll checks and letters of credit;

2) Authority to negotiate and sign for insurance and/or bonds;

Page 35: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

3

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

3) Authority to negotiate for banking services, such as establishing lines

of credit; and

4) Authority to negotiate and sign for contracts.

c. Agreements for support services that do not lessen the minority owner’s

control of the company are permitted as long as the disadvantaged or

minority business owner’s authority to manage the company is not

restricted or impaired.

5. Minority Business Enterprise (MBE) means any legal entity, except a joint

venture, that is (a) organized to engage in commercial transactions, and (b) at least

51 percent owned and controlled by one or more individuals who are socially and

economically disadvantaged including:

African Americans;

American Indian/Native Americans;

Asians;

Hispanics;

Physically or mentally disabled individuals;

Women; or

A non-profit entity organized to promote the interests of physically or

mentally disabled individuals.

6. Minority Business Enterprise Liaison means the employee of the school system

designated to administer the Minority Business Enterprise Procedures for State

funded public school construction projects.

7. Operational Control, as defined by MDOT, means that the disadvantaged or

minority owner(s) must possess knowledge necessary to evaluate technical aspects

of the business entity. The primary consideration in determining operational

control and the extent to which the disadvantaged or minority owner(s) actually

operates a business will rest upon the specialties of the industry of which the

business is a part. The minority owner should have a working knowledge of the

technical requirements needed to operate in his/her industry. Specifically, in the

construction industry and especially among small (one to five person firms)

contractors, it is reasonable to expect the disadvantaged or minority owner(s) to be

knowledgeable of all aspects of the business. Accordingly, in order to clarify the

level of operational involvement which a minority owner must have in a business

for it to be considered eligible, the following examples are put forth, but are not

intended to be all inclusive:

a. The minority owner should have experience in the industry for which

certification is being sought; and

b. The minority owner should demonstrate that basic decisions pertaining to

the daily operations of the business are independently made. This does

not necessarily preclude the disadvantaged or minority owner(s) from

seeking paid or unpaid advice and assistance. It does mean that the

Page 36: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

4

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

minority owner currently must possess the knowledge to weigh all advice

given and to make an independent determination.

8. Ownership, as defined by MDOT, means that:

a. The minority owner(s) of the firm shall not be subject to any formal or

informal restrictions, which limit the customary discretion of the

owner(s). There shall be no restrictions through, for example, charter

requirements, by-law provisions, partnership agreements, franchise or

distributor agreements or any other agreements that prevent the minority

owner(s), without the cooperation or vote of any non-minority, from

making a business decision of the firm.

b. This means that the disadvantaged or minority persons, in order to acquire

their ownership interests in the firm, have made real and substantial

contributions of capital, expertise or other tangible personal assets derived

from independently owned holdings without benefit of a transfer of assets,

gift or inheritance from non-minority persons. Examples of insufficient

contributions include a promise to contribute capital, a note payable to the

firm or its owners who are not minority persons or the mere participation

as an employee rather than as a manager. If the ownership interest held

by a disadvantaged or minority person is subject to formal or informal

restrictions, such as options, security interests, agreements, etc., held by a

non-minority person or business entity, the options, security interests,

agreements, etc., held by the non-minority person or business entity must

not significantly impair the disadvantaged or minority person’s ownership

interest.

9. Partnership means an unincorporated association of two or more persons to carry

on as co-owners of a business for profit. For a partnership to be deemed eligible

for certification under the MDOT Program, the disadvantaged or minority

person’s interest must be at least 51 percent of the partnership capital.

10. Socially and Economically Disadvantaged means a citizen or lawfully admitted

permanent resident of the United States who is socially disadvantaged and

economically disadvantaged. The law establishes the level of personal net worth at

$1,500,000, above which an individual may not be found to be socially and

economically disadvantaged.

11. Sole Proprietorship, as defined by MDOT, is a for-profit business owned and

operated by a disadvantaged or minority person in his or her individual capacity.

For a sole proprietorship to be deemed eligible for certification under the

DBE/MBE Program, the disadvantaged or minority person must be the sole

proprietor.

Page 37: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

5

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

V. MBE GOAL SETTING PROCEDURES:

1. The MBE program requires that all race-neutral measures be considered before

making use of race-based measures. Using a combination of race-neutral and race-

based measures for each specific school construction project will help ensure that

certified MBE firms are afforded the opportunity to submit bids and be utilized to

the greatest extent possible.

2. Race-neutral measures include any action taken by the LEA to make it easier for

all contractors, including MBEs, to compete successfully for public school

construction project contracts.

3. Race-based measures include setting an overall MBE goal and MBE sub goals, if

applicable, based upon race, gender, ethnicity, etc., for a specific project.

4. The overall MBE goal and the sub goals, if applicable, should be set for each

specific project, considering but not limited to, the following factors:

a. The extent to which the work to be performed can reasonably be

segmented to allow for MBEs to participate in the project;

b. A determination of the number of certified MBEs that potentially could

perform the identified work;

c. The geographic location of the project in relationship to the identified

certified MBEs;

d. Information obtained from other State departments/agencies related to

establishing a MBE goal and/or sub goals for similar construction projects

or work in the jurisdiction;

e. Information obtained from other State departments/agencies related to

MBE participation in similar construction projects or work in the

jurisdiction; and

f. Any other activities or information that may be identified as useful and

productive.

5. The LEA staff, including the MBE liaison, procurement personnel, and project

staff, as well as the project architect and cost estimator should consider the factors

cited in 4 above when establishing the MBE goal and sub goals, if applicable, for

each project or segmented piece of a project that are reasonable and attainable.

6. It is recognized that by utilizing the factors cited in 4 above, the MBE goal and/or

sub goals, if applicable, for a specific project or portion thereof may be

significantly higher than the overall goals of the program (29%) overall, with 7%

from African American-owned businesses and 4% from Asian American-owned

businesses). It is also recognized and possible that there will be MBE goals set

that are lower than those stated above or even that no MBE goal and/or sub goals

will be set for a specific project or the segmented piece of the project.

Page 38: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

6

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

7. Assistance in reviewing the factors cited in 4 above and setting a goal and/or sub

goals, if applicable, for specific projects or a segmented piece of a project can be

obtained by contacting the Public School Construction Program and/or the

Governor’s Office of Minority Affairs.

8. The basis and rationale for establishing the MBE goal and sub goals, if applicable,

should be summarized and recorded and submitted in written form to the PSCP for

review at the same time that the Construction Documents are submitted to the

State for review.

9. For those projects that do not require a Construction Document submission and

are over $50,000, the basis and rationale for establishing the MBE goal and sub

goals, if applicable, should be summarized and recorded and submitted in written

form to the PSCP for review at the same time that the project is released for bids

or proposals are solicited.

10. NOTE: New Guidelines Regarding MBE Prime Self-Performance. Please

note that when a certified MBE firm participates as a prime contractor on a

Contract, a procurement agency may count the distinct, clearly defined portion of

the work of the Contract that the certified MBE firm performs with its own

workforce toward fulfilling up to, but no more than, fifty-percent (50%) of the

MBE participation goal (overall), including up to one hundred percent (100%) of

not more than one of the MBE participation subgoals, if any, established for the

Contract.

In order to receive credit for self-performance, an MBE prime must be certified in

the appropriate NAICS code to do the work and must list its firm in the MBE

Participation Schedule, including the certification category under which the MBE

prime is self-performing and include information regarding the work it will self-

perform.

For the remaining portion of the overall goal and the remaining subgoals, the MBE

prime must also identify on the MBE Participation Schedule the other certified

MBE subcontractors used to meet those goals or request a waiver.

These guidelines apply to the work performed by the MBE Prime that can be

counted for purposes of meeting the MBE participation goals. These requirements

do not affect the MBE Prime’s ability to self-perform a greater portion of the work

in excess of what is counted for purposes of meeting the MBE participation

goals.

Please note that the requirements to meet the MBE participation overall goal and

subgoals are distinct and separate. If the contract has subgoals, regardless of MBE

Prime’s ability to self-perform up to 50% of the overall goal (including up to

100% of any subgoal), the MBE Prime must either commit to other MBEs for

each of any remaining subgoals or request a waiver. As set forth in Attachment 1-

B Waiver Guidance, the MBE Prime’s ability to self-perform certain portions of

the work of the Contract will not be deemed a substitute for the good faith efforts

to meet any remaining subgoal or the balance of the overall goal.

Page 39: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

7

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

In certain instances where the percentages allocated to MBE participation subgoals

add up to more than 50% of the overall goal, the portion of self-performed work

that an MBE Prime may count toward the overall goal may be limited to less than

50%. Please refer to GOMA’s website (www.goma.maryland.gov) for the MBE

Prime Regulations Q&A for illustrative examples.

11. Please refer to the MDOT MBE Directory at www.mdot.state.md.us to determine if

a firm is certified with the appropriate North American Industry Classification

System (“NAICS”) Code and the product/services description (specific product that

a firm is certified to provide or specific areas of work that a firm is certified to

perform). For more general information about NAICS, please visit www.naics.com.

Only those specific products and/or services for which a firm is certified in the

MDOT Directory can be used for purposes of achieving the MBE participation

goals. WARNING: If the firm’s NAICS Code is in graduated status, such

services/products may not be counted for purposes of achieving the MBE

participation goals. A NAICS Code is in the graduated status if the term

“Graduated” follows the Code in the MDOT MBE Directory.

VI. IMPLEMENTING PROCEDURES - $50,000 OR LESS:

For construction projects estimated to cost $50,000 or less, the following procedures will

be utilized:

1. A MBE goal and/or MBE sub goals are not required to be set for contracts that are

anticipated to be for $50,000 or less.

2. All advertisements, solicitations, and solicitation documents shall include the

following statement:

"Certified Minority Business Enterprises are encouraged to respond to this

solicitation."

3. To encourage greater MBE participation the staff of the school system should

send out notices of potential projects and a specific project to MBEs to solicit bids

or proposals directly from minority business enterprise contractors that are

certified.

4. A copy of the solicitation notice, preferably electronically, shall be sent to the

Governor’s Office of Minority Affairs at the same time the advertisement for the

solicitation is released.

5. When a pre-bid or pre-proposal conference or meeting is held, the MBE liaison or

designated representative shall explain that all bidders or offerors are encouraged

to utilize certified MBEs for this project or segments of the project.

Page 40: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

8

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

6. Upon request for a specific project, the school system shall provide one set of

drawings and specifications (and addenda when issued) to minority business

enterprise associations recognized by the Governor’s Office of Minority Affairs.

They will be available free of charge to be picked up at a location designated by

the LEA. A review of the bid or proposal activity submitted by an association’s

members may be initiated to justify continuation of this service.

7. Minority Business Enterprise forms identified in Section VII of this procedure for

projects over $50,000, are not required to be submitted for these projects ($50,000

or less).

8. The names of prime contractors obtaining drawings and specifications will be

shared with certified MBEs and MBE associations, upon request.

9. At the time of the contract award, the MBE Liaison or a designated person will

record any anticipated certified minority business enterprise participation data

made available from the successful contractor.

10. A business that presents itself as a minority business may participate in a project

but may not be counted toward MBE participation until it is a certified minority

business enterprise. If the MBE is not certified at the time of contract award, it

may not be counted at that time. Only the funds paid after MDOT certification can

be counted as MBE participation in the project. If a certified MBE fails to meet

the standards specified in State Finance and Procurement Article14-301 (G) and

(I), Annotated Code of Maryland, the payments made to the MBE can be recorded

and counted under a contract entered into when the MBE was eligible and

certified. Ineligibility of an MBE to participate in the MBE program may not be

the sole cause of the termination of the MBE contractual relationship for the

remainder of the term of the contract.

11. The contractor will complete the Standard Monthly Contractor’s Requisition for

Payment (IAC/PSCP Form 306.4), specifically page 3 of 16, Minority Business

Enterprise Participation, with each requisition submitted for payment. If certified

MBE firms are known at the time of contract award their names and other

appropriate information should be entered on page 3 of the first and all subsequent

requisitions for payment. Any MBEs identified during the life of the project

should be added as soon as the contractor engages them.

12. Upon completion of the project the contractor will provide a summary of the total

of all funds paid to certified MBE firms. This should be within the contractor’s

final requisition for payment.

VII. IMPLEMENTING PROCEDURES - Over $50,000:

Page 41: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

9

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

For construction projects estimated to cost in excess of $50,000, the following procedures

will be utilized:

1. All advertisements, solicitations, and solicitation documents shall include the

following statements:

a. "Certified Minority Business Enterprises are encouraged to respond to this

solicitation notice."

b. "The contractor or supplier who provides materials, supplies, equipment

and/or services for this construction project shall attempt to achieve the

specific overall MBE goal of ____ percent established for this project. All

prime contractors, including certified MBE firms, when submitting bids or

proposals as general or prime contractors, are required to attempt to

achieve this goal from certified MBE firms.”

c. If sub goals have been established for this project then one of the

following should be included:

1) “The sub goals established for this project are ____ percent from

African American-owned businesses and _____ percent from Asian

American-owned businesses.”

2) “The sub goal established for this project is ____ percent from

African American-owned businesses.”

3) “The sub goal established for this project is ____ percent from Asian

American–owned businesses.”

d. "The bidder or offeror is required to submit with its bid or proposal a

completed Attachment 1(State Attachment A) - Certified MBE Utilization

and Fair Solicitation Affidavit and Attachment 2 (State Attachment B) -

MBE Participation Schedule, as described in the solicitation documents.

e. If there is no overall MBE goal or MBE sub goals established for the

project, then only 1.a. above is to be included.

2. Other Advertisement and Outreach Requirements

a. To encourage greater MBE participation the staff of the school system

should send out notices of potential projects to MBEs or solicit bids or

proposals directly from minority business enterprise contractors that are

certified.

b. A copy of the solicitation notice, preferably electronically, shall be sent to

the Governor’s Office of Minority Affairs at the same time the

advertisement for the solicitation is released.

Page 42: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

10

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

c. Upon request for a specific project, the school system shall provide one

set of drawings and specifications (and addenda when issued) to minority

business enterprise associations recognized by the Governor’s Office of

Minority Affairs. They will be available free of charge to be picked up at

a location designated by the LEA. A review of the bid or proposal activity

by an association’s members may be initiated to justify continuation of

this service.

d. When a pre-bid or pre-proposal conference is held, the MBE Liaison or

designated representative shall explain the MBE goal and sub goals, if

applicable; the MBE provisions of the solicitation; the documentation

required at the time of submission; its relationship to the responsiveness

of the bidder or offeror; how to complete the required attachments,

particularly 1(A), 2(B), and 3(C); and additional information and

supporting documentation that may be required after the bid or proposal

opening. All contractors who attend the pre-bid or pre-proposal

conference should receive a list or information explaining how to obtain a

listing of certified MBE firms who could perform the work or have

expressed an interest in performing the school construction work required

for the specific project in the jurisdiction.

e. The names of prime contractors obtaining drawings and specifications

will be shared with certified MBEs and MBE associations, upon request.

f. The MBE liaison, in conjunction with the procurement officer or project

staff, should respond to all applicable questions and concerns relating to

the project’s MBE requirements completely and in a timely fashion to

ensure that all potential contractors and subcontractors can compete

effectively.

3. All Solicitation Documents Shall Include the Following

a. “Certified Minority Business Enterprises are encouraged to respond to this

solicitation notice.”

b. “The contractor or supplier who provides materials, supplies, equipment

and/or services for this construction project shall attempt to achieve the

result that a minimum of __ percent of the total contract value is with

certified Minority Business Enterprises, with a minimum of __ percent

from certified African American-owned businesses, a minimum of __

percent from certified Asian American-owned businesses, and the balance

from any certified Minority Business Enterprises. All contractors,

including certified MBE firms, when submitting bids or proposals as

prime contractors, are required to attempt to achieve the MBE goal and

sub goals, if applicable, from certified MBEs.” Note: see VII.1.c. above

for variations that may be required.

Page 43: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

11

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

c. Each bid or offer submitted, including a submittal from a certified MBE in

response to this solicitation, shall be accompanied by a completed

Attachment 1(State Attachment A) - Certified MBE Utilization and Fair

Solicitation Affidavit and a completed Attachment 2 (State Attachment B)

- MBE Participation Schedule. These two attachments must be accurate

and consistent with each other.

1) Attachment 1 (State Attachment A) and Attachment 2 (State

Attachment B) shall be submitted with the sealed bid price or

proposal at a place, date, and time specified in the solicitation

document.

2) As an alternative, and at the discretion of the school system,

Attachment 1 (State Attachment A) could be submitted with the

sealed bid price or proposal at a place, date, and time specified in the

solicitation document. The sealed bids or proposals received by the

time specified could be held, unopened for a maximum of 30 minutes.

Within that time (30 minutes) each bidder or offeror must submit

Attachment 2 (State Attachment B), in a separate sealed envelope.

The sealed price envelopes from each bidder or offeror who submits

both the sealed bid and proposal and the envelope with Attachment 2

(State Attachment B) will then be opened and reviewed and recorded

as a viable submission. Any contractor that fails to submit the second

envelope, with Attachment 2 (State Attachment B), prior to the

specified time allowed (30 minutes) after the submittal of the sealed

bid or proposal will be deemed non-responsive and the sealed bid or

proposal will not be opened or considered.

d. The submittal of a completed and signed Attachment 1 (State Attachment

A) - Certified MBE Utilization and Fair Solicitation Affidavit and a

completed and signed Attachment 2 (State Attachment B)- MBE

Participation Schedule indicates the bidder’s or offeror’s recognition and

commitment to attempt to achieve the MBE goal and/or MBE sub goals, if

applicable, for the specific project.

1) The bidder or offeror recognizes that their efforts made to initiate

contact, to solicit, and to include MBE firms in this project will be

reviewed carefully and evaluated based upon the actions taken by

them prior to and up to 10 days before the bid or proposal opening.

Follow-up actions taken by the bidder or offeror within the 10 days

prior to the bid opening will also be considered.

2) Based upon this review and evaluation it will be determined, by the

MBE liaison, procurement officer, or a designated person, if a good

faith effort was made by the apparent low bidder or apparent

successful offeror.

Page 44: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

12

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

e. The bidder or offeror must check one of the three boxes on Attachment 1

(State Attachment A), which relates to the level of MBE participation

achieved for the project. The bidder’s or offeror’s signature indicates that

in the event that they did not meet the MBE goal or sub goals, if

applicable, that:

1) They are therefore requesting a waiver, and

2) Documentation of their good faith efforts will be provided to the

school system staff within 10 days of being notified that they are the

apparent low bidder or apparent successful offeror.

f. The bidder or offeror must submit Attachment 2 (State Attachment B) (as

and when described above), which lists and provides information related

to each certified MBE firm that the bidder or offeror will utilize on this

project. A completed and accurate Attachment 2 (State Attachment B) is

required. All of the work specified to be performed by each MBE firm,

the contact information, MDOT certification number, minority code, the

dollar values, and percentages must be correct.

g. Attachment 2 (State Attachment B) should be completed and submitted

with all calculations utilizing the base bid or offer only. A revised

Attachment 2 (State Attachment B) should be submitted by the successful

bidder or offeror once a determination is made as to the acceptance and/or

rejection of any alternates.

h. If a request for a waiver has been made, the appropriate box on

Attachment 1 (State Attachment A) has been checked and the attachment

signed, then the LEA should obtain and review the apparent low bidder’s

or successful offeror’s supporting documentation of the good faith efforts

to justify the granting of the waiver, prior to submitting the contract award

for approval to the board of education.

i. The following documentation shall be considered as part of the contract,

and shall be furnished by the apparent low bidder or successful offeror to

the MBE Liaison or designated person, within ten (10) working days from

notification that the firm is the apparent low bidder or successful offeror:

1) A completed Attachment 4 (State Attachment D) - Minority Business

Enterprise Subcontractor Project Participation Statement shall be

completed and signed by the prime contractor and each MBE firm

listed on Attachment 2 (State Attachment B) - MBE Participation

Schedule and Attachment 3 (State Attachment C) - Outreach Efforts

Compliance Statement shall be signed and completed by the bidder or

offeror.

2) Notification for purposes of this procedure means the earliest of the

following methods of communication: orally in person, orally by

Page 45: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

13

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

telephone, orally by a telephone message, a faxed communication, a

letter by date received or an electronic communication.

3) The ten (10) working days do not include the day the notification is

received, weekends or holidays (State or Federal), but the material

submitted must be received by the close of business on the tenth day.

4) The requirement to submit the above-listed documentation within the

time frame specified will be considered by the IAC in its review of

the request for contract award for the project. Failure to submit the

required documentation within the time frame specified may result in

a delay of the approval of the award of the contract, or the materials

being returned without the approval of the award of the contract.

4. Waiver Procedures

a. If the apparent low bidder or successful offeror has determined that they

are unable to meet the overall MBE goal or sub goals, if applicable, for

the project at the time of submission of a bid or offer, they must check

either of the two boxes on Attachment 1 (State Attachment A). The

signature recognizes and acknowledges that a request for a waiver is being

made. The apparent low bidder or successful offeror will therefore be

required to submit information and substantiating documentation that will

be reviewed to justify the granting of a waiver.

b. If the apparent low bidder or successful offeror is unable to achieve the

overall MBE contract goal and/or the MBE sub goals, if applicable, from

certified African American-owned businesses and/or from certified Asian

American-owned businesses, the apparent low bidder or successful offeror

shall submit, within 10 working days from notification that the firm is the

apparent low bidder or successful offeror, a completed Attachment 3

(State Attachment C) - Outreach Efforts Compliance Statement,

Attachment 5 (State Attachment E) - Minority Subcontractors

Unavailability Certificate, and Attachment 6 (State Attachment F) -

MBE Waiver Documentation which shall include the following:

1) A detailed statement of the efforts made by the bidder or offeror to

identify and select portions of the work proposed to be performed by

subcontractors in order to increase the likelihood of achieving the

stated goal;

2) A detailed statement of the efforts made by the bidder or offeror prior

to and up to at least ten (10) days before the bid or proposal opening

to solicit minority business enterprises through written notices that

describe the categories of work for which subcontracting is being

solicited, the type of work to be performed and specific instructions

Page 46: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

14

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

on how to submit a bid or proposal;

3) Follow-up actions taken by the bidder or offeror within the 10 days

prior to the bid or proposal opening will also be considered.

4) A detailed statement of the bidder’s or offeror’s efforts to make

personal contact with MBE firms identified for item (2) above;

5) A record of the name, address, telephone number and dates contacted

for each MBE identified under items (2) and (3) above;

6) A description of the information provided to MBEs regarding the

drawings, specifications and the anticipated time schedule for portions

of the work to be performed;

7) Information on activities to assist minority business enterprises to

fulfill bonding requirements or to obtain a waiver of these

requirements;

8) Information on activities to publicize contracting opportunities to

minority business enterprises, attendance at pre-bid or pre-proposal

meetings or other meetings scheduled by the MBE Liaison or

designated representative; and

9) As to each MBE that placed a subcontract quotation or offer which

the apparent low bidder or successful offeror considers not to be

acceptable, a detailed statement of reasons for this conclusion.

c. In addition to any waiver documentation the apparent low bidder or

successful offeror shall submit one completed Attachment 4 (State

Attachment D) - Minority Business Enterprise Subcontractor Project

Participation statement for each MBE firm that will participate in the

project consistent with the information previously provided at the time of

the submission of Attachment 2 (State Attachment B) or the revised

Attachment 2 (State Attachment B).

d. A waiver of an MBE contract goal or sub goal, if applicable, may be

granted by the school system only upon receipt of Attachment 3 (State

Attachment C) - Outreach Efforts Compliance Statement, Attachment 5

(State Attachment E) - Minority Subcontractors Unavailability Certificate,

and Attachment 6 (State Attachment F) - MBE Waiver Documentation as

described above in items 1) through 9).

1) The MBE Liaison will review and accept or reject the minority

business enterprise material that is submitted, and could obtain legal

Page 47: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

15

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

advice or assistance from their attorney.

2) The MBE waiver request may not be considered unless all of the

documentation specified above has been submitted in a timely fashion

by the apparent low bidder or successful offeror.

3) Assistance in the review of a request for a waiver (the documentation

and justifications) may be requested from the Public School

Construction Program and/or the Governor’s Office of Minority

Affairs.

4) If a determination is made that the apparent low bidder or successful

offeror did make a good faith effort, based upon a review of the

documentation submitted, then the waiver must be granted. The award

of contract shall then be made. The material and information

submitted, including the LEA’s review and analysis notes and

conclusion shall be retained in the project file.

5) If a determination is made that the apparent low bidder or successful

offeror did not make a good faith effort, based upon a review of the

documentation submitted, then the waiver should not be granted. The

material and information submitted, including the LEA’s review and

analysis notes and conclusion, shall be retained in the project file. The

award of contract shall then be made to the next lowest bidder or

offeror, who meets the contractual requirements, including the MBE

requirements.

6) When a waiver is granted, a copy of Attachment 5 (State Attachment

E) - MBE Waiver Documentation, accepted and signed by a school

system representative and with the reasons for the determination, shall

be forwarded to the Governor’s Office of Minority Affairs and the

Public School Construction Program within ten (10) days after

approval of the contract award by the board of education. Failure to

submit the required documentation within the time frame specified

may result in delayed approval of the award of contract by the IAC.

5. All Contracts Shall Include the Following

a. “The contractor shall perform the contract in accordance with the

representations made in Attachment 1 (State Attachment A) - Certified

Minority Business Enterprise Utilization and Fair Solicitation Affidavit

and Attachment 2 (State Attachment B) - MBE Participation Schedule,

submitted as part of the bid or proposal”.

b. “Failure to perform the contract as specified and presented in the bid or

proposal submission without prior written consent of the owner shall

constitute a violation of a material term of the contract.”

Page 48: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

16

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

1) The contractor shall structure his/her operations for the performance

of the contract to attempt to achieve the MBE goals as stated in the

solicitation document.

2) The contractor agrees to use his/her best efforts to carry out these

requirements consistent with the efficient and effective performance

of the contract.

3) The contractor must ensure that all certified MBEs shall have the

maximum practical opportunity to compete for additional subcontract

work under the contract, even after the award of the contract.

4) The contractor shall submit monthly to the MBE Liaison or the school

system’s designated representative a report listing any unpaid

invoices, over 30 days old, received from any certified MBE

subcontractor, the amount of each invoice and the reason payment has

not been made.

5) The contractor shall included in its agreements with its certified MBE

subcontractors, a requirement that those subcontractors submit

monthly to the MBE Liaison or appropriate representative a report

that identifies the prime contract and lists all payments received from

the contractor in the preceding 30 days, as well as any outstanding

invoices, and the amount of those invoices.

6) The contractor shall cooperate in any reviews of the contractor’s

procedures and practices with respect to minority business enterprises,

which the MBE Liaison, the Public School Construction Program,

and/or the Governor’s Office of Minority Affairs may, from time to

time, conduct.

7) The contractor shall maintain such records as are necessary to confirm

compliance with its MBE participation obligations. These records

must indicate the identity of certified minority and non-minority

subcontractors employed on the contract, the type of work performed

by each, and the actual dollar value of work performed. Subcontract

agreements documenting the work performed by all MBE participants

must be retained by the contractor and furnished to the MBE Liaison

and or appropriate representative on request.

8) All records concerning MBE participation must be retained by the

contractor for a period of five years after final completion of the

contract, and will be available for inspection by the MBE Liaison,

representatives from the Public School Construction Program and/or

other designated official entities.

Page 49: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

17

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

9) At the option of the MBE Liaison or appropriate agency

representative, upon completion of the contract and before final

payment and/or release of retainage, the contractor shall submit a final

report in affidavit form and under penalty of perjury, of all payments

made to, or withheld from MBE subcontractors.

10) If at any time after submission of a bid or proposal and before

execution of a contract, the apparent successful bidder or offeror

determines that a certified MBE listed on Attachment 2 (State

Attachment B) - MBE Participation Schedule has become or will

become unavailable, then the apparent successful bidder or offeror

shall immediately notify the procurement officer and provide such

officer with a reason(s) why the change has occurred. Any desired

change in Attachment 2 (State Attachment B) - MBE Participation

Schedule shall be approved in advance by the procurement officer and

shall indicate the contractor’s efforts to substitute another certified

MBE subcontractor to perform the work. Desired changes occurring

after the date of contract execution may occur only upon written

approval by the LEA.

11) A business that presents itself as a minority business may participate

in a project but the contract value may not be counted toward the

MBE goal or sub goals, if applicable, until the business is certified by

MDOT. If it is not certified at the time of contract award it may not

be counted toward the goal or sub goals, if applicable, at that time.

Only the funds paid after MDOT certification can be counted toward

meeting the MBE goal or sub goals, if applicable. If a certified MBE

fails to meet the standards specified in State Finance and Procurement

Article.14-301, Annotated Code of Maryland, the payments made to

the MBE can be recorded and counted under a contract entered into

when the MBE was eligible and certified. Ineligibility of an MBE to

participate in the MBE program may not be the sole cause of the

termination of the MBE contractual relationship for the remainder of

the term of the contract.

12) Contractors are encouraged to seek additional MBE participation in

their contracts during the life of the project. Any additional MBE

participation from certified MBEs should be reported to the MBE

liaison and should be included in subsequent monthly requisitions for

payment.

13) The contractor shall complete the Standard Monthly Contractor’s

Requisition for Payment (IAC/PSCP Form 306.4), specifically

Attachment 8 (State Attachment H), Minority Business Enterprise

Participation, with each requisition submitted for payment. This

submittal should accurately reflect the payments to be made that

month to MBEs, and the cumulative total for the period specified.

Page 50: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

18

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

Any and all MBE firms that are identified on Attachment 2 (State

Attachment B) – MBE Participation Schedule should be included on

Attachment 8 (State Attachment H) of the first and all subsequent

requisitions for payment. Any MBEs identified during the life of the

project should be added as soon as the contractor engages them.

14) At the completion of the project the contractor shall prepare a written

summary of the final certified MBE participation in the contract as

compared to the proposed participation at the time of contract award.

This should include the name of each certified MBE, the amount that

was anticipated to be paid at the time of contract award, the amount

actually paid, and an explanation of any differences that have

occurred. Special attention should be given to any situations where

the final payment(s) to any MBE was below the level of commitment

at the time of contract award.

6. Projects Utilizing a Construction Manager Delivery Method

This section of the procedure has been prepared based upon the utilization of

Construction Manager Agency method of delivery. If another alternative method

of project delivery is being considered, then these procedures would need to be

adapted in consultation with the PSCP before proceeding.

a. For projects that are being designed and solicited utilizing a Construction

Manager Agency delivery method with multiple prime contracts, the

school system can structure its procedures to attain the overall MBE goal

and sub goals, if applicable, for the project as presented below.

b. The MBE liaison and other school system staff should work with the

project’s construction manager, cost estimator, and architect, along with

any other individuals who could provide assistance, to determine the

overall MBE utilization strategy for the work required, appropriate bid

packages, and an appropriate overall MBE goal and sub goals, if

applicable, for each specific bid or proposal package.

c. The overall MBE goal and sub goals, if applicable, for the project shall

represent the aggregate of the individual goals and sub goals, if

applicable, set for each bid or proposal package.

d. In setting the specific goals and sub goals, if applicable, for each

solicitation package consideration should be given to the potential for

MBE participation to the maximum extent possible. The information and

procedures provided in Section V MBE Goal Setting Procedures should

be consulted and followed for these types of projects.

e. Prior to submitting the construction documents for State review and

authorization to solicit bids or proposals, the school system’s

Page 51: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

19

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

representative will prepare a complete list of the individual solicitation

packages and indicate the MBE goal and sub goals, if applicable, for each

solicitation package. This would include the overall MBE goal and sub

goals, if applicable, established in the solicitation documents, the

estimated cost for each solicitation package, and the estimated MBE

dollar amounts for each solicitation package. A copy of this list should be

submitted with the construction documents. The list should be retained as

a record by the school system for comparison to the actual contracts

awarded with MBE participation, and the final actual MBE participation

at the completion of the project.

f. Contractors submitting bids or proposals for solicitation packages that do

not include a MBE goal and sub goals, if applicable, would not be

required to submit any of the MBE attachments that are otherwise

required nor would they be required to indicate that they are requesting a

waiver. The school system representative would, however, request

information from the contractor at the completion of the project to

determine if any certified MBE firms had participated in the contract.

g. All other submittals of MBE materials and reporting requirements are

applicable for the project, including the submittal of Attachments 1 (State

Attachment A) and 2 (State Attachment B) as described above in Section

VII., this includes the documentation for a request for a waiver, if

applicable and appropriate.

7. Projects Utilizing an Indefinite Delivery/Indefinite Quantity (IDIQ)

or Job Order Contracting (JOC) Method of Delivery

a. The solicitation should be prepared and the overall MBE goal and sub

goals, if applicable, established based upon the type of work that is

anticipated to be specified or performed under the contract and the

availability of certified MBEs. This could include an analysis of the

percentages of the different types of work, the estimated dollar value in

the entire contract, and the availability of MBEs.

b. If an overall goal and sub goals, if applicable, are set the bidders or

offerors would be required to submit Attachment 1 (State Attachment A) -

Certified Minority Business Enterprise Utilization and Fair Solicitation

Affidavit in which they could indicate their anticipated MBE participation

based upon the entire contract amount and the types of work specified.

The award of contract can be made based upon their estimate of MBE

participation since there is no specific task order or description of work to

be performed and subcontractors have not been identified or engaged

through any type of commitment or subcontract.

c. Since MBE participation is only anticipated in a general sense as an

objective and specific contracts to MBEs have not been signed, then the

Page 52: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

20

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

contract award would not be included in any reporting to the PSCP or

subsequent reporting to GOMA.

d. However, as the contract proceeds and individual task orders and/or

purchase orders are issued, the contractor should submit Attachment 2

(State Attachment B) - MBE Participation Schedule for any and all

projects or work where MBE subcontractors and/or suppliers might

reasonably be utilized. Discussions between the contractor or offeror and

the LEA as the task orders and/or purchase orders are being developed

should address this aspect of the contract requirements.

e. Any MBE participation should be recorded by the MBE liaison and

reported to the PSCP MBE Liaison as the task orders and/or purchase

orders are approved.

f. The contractor shall complete the Standard Monthly Contractor’s

Requisition for Payment (IAC/PSCP FORM 306.4), specifically page 3 of

16, Minority Business Enterprise Participation, with each requisition

submitted for payment. This submittal should accurately reflect the

payments to be made that month to MBEs, and the cumulative total for

the period specified. Any and all MBE firms that are identified on

Attachment 2 (State Attachment B) - MBE Participation Schedule should

be included on page 3 of the first and all subsequent requisitions for

payment. Any MBEs identified during the life of the project should be

added as soon as the contractor engages them.

g. At the completion of the contract period or the full utilization of the

contract’s value a report should be prepared by the LEA MBE Liaison and

submitted to the PSCP MBE Liaison summarizing the MBE participation

in each and all of the task orders or purchase orders issued under the

contract. This should include the anticipated MBE participation prior to

the issuance of the solicitation, the MBE participation anticipated at the

time of contract award and the actual MBE participation at the completion

of the contract.

8. Projects Utilizing the Design/Build Delivery Method

a. The solicitation is for both A/E services and the actual construction of a

public school project. The solicitation should be prepared and the MBE

goal and sub goals, if applicable, established for the construction work

that is anticipated for the project. The goal setting procedures described in

Section V above should be utilized for these types of projects.

b. The bidders or offerors should be required to submit Attachment 1 (State

Attachment A) - Certified Minority Business Enterprise Utilization and

Fair Solicitation Affidavit on which they would indicate their anticipated

MBE participation based upon the construction work anticipated and their

Page 53: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

21

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

understanding of the MBE goal and sub goals, if applicable, the types of

work involved, and the availability of certified MBEs for the project.

Since there are no detailed plans or designs for the project and there are

no contracts or subcontracts for the actual construction work there is no

need to submit any other MBE attachments, at this time.

c. If the bidder or offeror, who is to be awarded this contract, has indicated

that they do not anticipate achieving the overall MBE participation goal

and sub goals, if applicable, for this project on Attachment 1 (State

Attachment A), then they are in effect requesting a waiver. They will be

required to submit documentation at a later date to justify this request.

d. As the project proceeds through the design phase and the project is

nearing the completion of the construction documents for submission to

the State to review, the Design/Build Team (team) in consultation with

LEA representatives should discuss the opportunities and potential for

certified MBEs to participate in the project.

e. The team should begin to identify potential contractors and

subcontractors, opportunities to segment the project, and MBEs that could

participate in the project.

f. At a point in time that is approximately 30 days prior to the anticipated

CD submission to the State, the team should complete and submit

Attachment 2 (State Attachment B) - MBE Participation Schedule to the

LEA for their review and approval.

g. If the team had indicated on Attachment 1 (State Attachment A) that they

would meet the goals and the information on Attachment 2 (State

Attachment B) indicates that they did meet the goals then the team should

proceed with the construction of the project.

h. If the team had indicated on Attachment 1 (State Attachment A) that they

did not anticipate meeting the overall MBE goal and sub goals, if

applicable, or only a portion of the goal and sub goals, if applicable, then

Attachment 1 (State Attachment A) should be reviewed by the LEA. The

team should, at this time, submit their documentation in support of the

waiver requested.

i. The proposed MBE participation should be reviewed and a determination

made as to whether the team has made a good faith effort to meet the

MBE goals and sub goals, if applicable, established for the project and as

stated on Attachment 1 (State Attachment A), and previously submitted.

j. If a request for a waiver is made and approved, Attachment 6 (State

Attachment F) – MBE Waiver Documentation should be signed by a

school system representative and submitted to the PSCP and the

Page 54: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

22

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

Governor’s Office of Minority Affairs.

k. Since there was no MBE participation reported at the time of the award of

the Design/Build contract, the LEA would submit the entire package of

information, including all of the MBE related attachments to the PSCP

within ten (10) days of the team being directed to proceed with the actual

construction work.

l. All other submittals of MBE materials and reporting requirements are

applicable for the project, as described above in Section VII.

VIII. 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, they shall be subject to

the payment of liquidated damages as stated in the bid document.

Liquidated Damages Schedule - Amount 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

Liquidated Damages Provision for State Funded Contracts Containing Minority Business

Enterprise Participation Goals:

Liquidated Damages. This contract requires the contractor to make good faith

efforts to comply with the Minority Business Enterprise (“MBE”) Program and

contract provisions. The Board and the Contractor acknowledge and agree that the

Board will incur damages, including but not limited to loss of goodwill,

detrimental impact on economic development, and diversion of internal staff

resources, if the Contractor does not make good faith efforts to comply with the

requirements of the MBE Program and MBE contract provisions. The parties

further acknowledge and agree that the damages the Board might reasonably be

anticipated to accrue as a result of such lack of compliance are difficult to

ascertain with precision.

Therefore, upon a determination by the Board that the Contractor failed to make

good faith efforts to comply with one or more of the specified MBE Program

requirements or contract provisions, the Contractor agrees to pay liquidated

Page 55: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

23

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

damages to the State at the rates set forth below. The Contractor expressly agrees

that the Board may withhold payment on any invoices as a set-off against

liquidated damages owed. The Contractor further agrees that for each specified

violation, the agreed upon liquidated damages are reasonably proximate to the loss

the Board is anticipated to incur as a result of such violation.

a. Failure to submit each monthly payment report in full compliance with COMAR

21.11.03.13B (3): $_____ per day until the monthly report is submitted as required.

b. Failure to include in its agreements with MBE subcontractors a provision requiring

submission of payment reports in full compliance with COMAR 21.11.03.13B (4): $ ____

per MBE subcontractor.

c. Failure to comply with COMAR 21.11.03.12 in terminating, canceling, or changing the

scope of work/value of a contract with an MBE subcontractor and/or amendment of the

MBE participation schedule: the difference between the dollar value of the MBE

participation commitment on the MBE participation schedule for that specific MBE firm

and the dollar value of the work performed by that MBE firm for the contract.

d. Failure to meet the Contractor’s total MBE participation goal and subgoal

commitments: the difference between the dollar value of the total MBE participation

commitment on the MBE participation schedule and the MBE participation actually

achieved.

e. Failure to promptly pay all undisputed amounts to an MBE subcontractor in full

compliance with the prompt payment provisions of this contract: $_____ per day until the

undisputed amount due to the MBE subcontractor is paid. This section does not apply to

contracts that are subject to section 15-226 of the State Finance and Procurement Article –

Construction Contracts – Prompt Payment of Subcontractors.

Notwithstanding the use of liquidated damages, the State reserves the right to terminate

the contract and exercise all other rights and remedies provided in the contract or by law.

IX. RECORDS AND REPORTS:

1. The MBE Liaison shall maintain such records as are necessary to confirm

compliance with its Minority Business Enterprise Procedures and activities. The

records shall be maintained until the project is audited by the Public School

Construction Program. These records shall include by project:

a. The contractor report submitted at the completion of the project;

b. The identity of the minority contractors employed on the project;

c. The type of work performed;

d. The actual dollar value of the work, services, supplies or equipment; and

e. The MBE percentage of the total contract.

Page 56: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

24

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

2. The MBE Liaison will maintain a record of all waivers approved for each project

or solicitation package where the prime contractor was unable to achieve the

established overall goal or sub goals, if applicable. The MBE Liaison will,

however, report to the PSCP all MBE participation by MDOT certified firms who

are prime contractors, subcontractors, suppliers, or otherwise making an

economically viable contribution to each project. This information shall be

reported to PSCP within ten (10) days after approval of the award of the contract

by the Board of Education.

3. The LEA shall submit the “Certified Minority Business Enterprise Participation

Standard Monthly Contractor’s Requisition for Payment” (IAC/PSCP Form 306.4

page 3 of 16, located in the Administrative Procedures Guide), which is

Attachment 7 (State Attachment G) in this procedure, to the PSCP Director of

Fiscal Services as part of the regular monthly request for payment for the project.

4. The LEA shall submit the “Close-Out Cost Summary” (IAC/PSCP Form 306.6

located in the Administrative Procedures Guide), which is Attachment 8 (State

Attachment H) of this procedure, along with the “Certified Minority Business

Enterprise Participation Standard Monthly Contractor’s Requisition for Payment”

(IAC/PSCP Form 306.4) to the PSCP Director of Fiscal Services within 180 days

of completion of the project.

5. Each fiscal year end, PSCP Fiscal Services will create a report “Payments Made to

Contractors during The Fiscal Year” and maintain such records as are necessary to

confirm compliance with its minority business enterprise procedures and

activities.

6. Each fiscal year end, PSCP Fiscal Services will create a report “Projects

Completed during the Fiscal Year” and maintain such records as are necessary to

confirm compliance with its Minority Business Enterprise Procedures and

activities. This report will compare the overall MBE goal and sub goals, if

applicable, for each specific project with the MBE participation anticipated at the

time of contract award and the actual MBE participation at the completion of the

project.

X. MONITORING:

1. The LEA’s procurement personnel or project staff shall verify that the certified

MBE’s listed in the MBE participation schedule are actually performing the work.

2. The LEA’s procurement personnel shall ensure that MBE subcontractors are

receiving compensation as set forth in the MBE participation schedule by ensuring

that the contractor submits monthly reports, listing any unpaid invoices over 30

days old received from any certified MBE subcontractor, the amount of each

invoice, and the reason payment has not been made.

Page 57: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

25

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

3. The MBE Liaison and/or the Public School Construction Program will conduct

reviews as deemed necessary to confirm compliance with the minority business

enterprise participation requirements.

4. The MBE Liaison will maintain appropriate records, and shall assist the Public

School Construction Program in on-site or post-audit reviews upon request.

5. Auditors from the Public School Construction Program will have access to and the

ability to audit MBE participation for specific projects, information retained by

the LEA, and/or submitted to the IAC in reports/forms filed by the LEA as

referenced above.

XI. MINORITY BUSINESS ENTERPRISE LIAISON:

1. The Chief Executive Officer shall designate an individual to be identified as the

MBE Liaison for the school system.

2. The MBE Liaison will be the contact person who will work with the Public

School Construction Program and the Governor’s Office of Minority Affairs to

implement the Minority Business Enterprise Program for the school system and

the State of Maryland.

3. The Chief Executive Officer will immediately notify the Public School

Construction Program if there is a change in the MBE Liaison for the school

system.

XII. RELATED PROCEDURES: Administrative Procedure 3325, Minority Business

Enterprise Procurement Procedures.

XIII. MAINTENANCE AND UPDATE OF THESE PROCEDURES: These procedures

originate with the State of Maryland Public School Construction Program and will be

reviewed and updated by the Department of Purchasing and Supply as the need may

develop.

XIV. CANCELLATIONS AND SUPERSEDURES: This Administrative Procedure cancels

and supersedes Administrative Procedure 7419, dated July 1, 2014.

XV. EFFECTIVE DATE: February 23, 2015.

Attachments:

1. Certified Minority Business Enterprise Utilization and Fair Participation Affidavit;

2. Minority Business Enterprises Participation Schedule;

Page 58: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

ADMINISTRATIVE PROCEDURE

7419

Procedure No.

October 12, 2015

Date

26

PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS

MINORITY BUSINESS PROCEDURES

FOR STATE FUNDED PUBLIC SCHOOL

CONSTRUCTION PROJECTS

3. Minority Business Enterprises Outreach Efforts Compliance Statement;

4. Minority Business Enterprises Subcontractor Project Participation Statement;

5. Minority Subcontractor Unavailability Certificate;

6. Minority Business Enterprise Waiver Documentation;

7. Minority Business Enterprise Participation Standard Monthly Contractor’s Requisition for

Payment;

8. Close Out Cost Summary

Distribution:

Lists 1, 2, 3, 4, 5, 6, 10, and 11

Page 59: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

APPROVED BY IAC

9/18/08

STATE ATTACHMENT A Attachment 1 to A.P. 7419 (1of 2)

CERTIFIED MINORITY BUSINESS ENTERPRISE

UTILIZATION AND FAIR SOLICITATION AFFIDAVIT

NOTE: You must include this document with your bid or offer. If you do not submit the form

with your bid or offer, the procurement officer shall deem your bid non-responsive or your

offer not reasonably susceptible of being selected for award.

* * * * * * * * * * * * * * *

Part I.

I acknowledge the:

Overall certified MBE subcontract participation goal of ____ %. and

The subgoals, if applicable, of:

____ % for certified African American-owned businesses and

____ % for certified Asian-owned businesses.

I have made a good-faith effort to achieve this goal. If awarded the contract, I will continue to attempt to

increase MBE participation during the project.

Part II. Check ONE Box

NOTE: FAILURE TO CHECK ONE OF BOXES 1, 2, or 3 BELOW WILL RENDER A BID

NON-RESPONSIVE OR AN OFFER NOT REASONABLY SUSCEPTIBLE OF BEING

SELECTED FOR AWARD

NOTE: INCONSISTENCY BETWEEN THE ASSERTIONS ON THIS FORM AND THE

INFORMATION PROVIDED ON THE MBE PARTICIPATION SCHEDULE (STATE

ATTACHMENT B) MAY RENDER A BID NON-RESPONSIVE OR AN OFFER NOT

REASONABLY SUSCEPTIBLE OF BEING SELECTED FOR AWARD

1 I have met the overall MBE goal and MBE subgoals for this project. I submit with this Affidavit

[State Attachment A] the MBE Participation Schedule [State Attachment B], which details how I

will reach that goal.

or

2 After having made a good-faith effort to achieve the overall MBE goal and MBE subgoals for this

project, I can achieve partial success only. I submit with this Affidavit [State Attachment A] the

MBE Participation Schedule [State Attachment B], which details the MBE participation I have

achieved.

I request a partial waiver as follows:

Waiver of overall MBE subcontract participation goal: ____ %

Waiver of MBE subcontract participation subgoals, if applicable:

____ % for certified African American-owned businesses and

____ % for certified Asian-owned businesses.

Within 10 days of being informed that I am the apparent awardee, I will submit MBE Waiver

Documentation [State Attachment F] (with supporting documentation).

September 2008 A-1

Page 60: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

APPROVED BY IAC

9/18/08

Attachment 1 (2 of 2)

or

3 After having made a good faith effort to achieve the overall MBE goal and MBE subgoals for this

project, I am unable to achieve any portion of the goal or subgoals. I submit with this Affidavit

[State Attachment A] the MBE Participation Schedule [State Attachment B].

I request a full waiver.

Within 10 days of being informed that I am the apparent awardee, I will submit MBE Waiver

Documentation [State Attachment F] (with supporting documentation).

Part III.

I understand that if I am the apparent awardee or conditional awardee, I must submit within 10 working

days after receiving notice of the potential award or within 10 days after the date of conditional award –

whichever is earlier – the:

Outreach Efforts Compliance Statement (State Attachment C)

Subcontractor Project Participation Statement (State Attachment D)

Minority Subcontractors Unavailability Certificate (State Attachment E) (if applicable)

Any other documentation the Procurement Officer requires to ascertain my responsibility in

connection with the MBE participation goal and subgoals

I acknowledge that if I fail to timely return complete documents, the Procurement Officer may determine

that I am not responsible and therefore not eligible for contract award. If the contract has been awarded, the

award is voidable.

I acknowledge that the MBE subcontractors/suppliers listed in the MBE Participation Schedule and any

additional MBE subcontractor/suppliers identified in the Subcontractor Project Participation Statement will

be used to accomplish the percentage of MBE participation that I intend to achieve.

In the solicitation of subcontract quotations or offers, MBE subcontractors were provided the same

information and amount of time to respond as were non-MBE subcontractors.

The solicitation process was conducted in such a manner so as to not place MBE subcontractors at a

competitive disadvantage to non-MBE subcontractors.

I solemnly affirm under the penalties of perjury that this Affidavit

is true to the best of my knowledge, information, and belief.

____________________________ ________________________________

Bidder/Offeror Name Affiant Signature

____________________________ ________________________________

Address Printed Name & Title

____________________________ ________________________________

Address (continued) Date

September 2008 A-2

Page 61: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

STATE ATTACHMENT B Attachment 2 to A.P. 7419

MBE PARTICIPATION SCHEDULE This document must be included with the bid or offer. If the bidder or offeror fails to submit this form with

the bid or offer as required, the procurement officer shall deem the bid non-responsive or shall determine

that the offer is not reasonably susceptible of being selected for award.

1. Prime Contractor’s Name 2. Prime Contractor’s Address and Telephone Number

3. Project/School Name

4. Project/School Location

5. LEA and PSC No.

6. Base Bid Amount $

7a. Minority Firm Name Minority Firm Address

Minority Firm Telephone Number

Minority Firm Fax Number

MDOT Certification Number

Minority Group Type

(African American )

(Asian )

(American Indian)

(Women )

(Hispanic)

(Disabled)

Work to be Performed and Subcontract Dollar Amount

7b. Minority Firm Name

Percent of Total Contract

Minority Firm Address

Minority Firm Telephone Number

Minority Firm Fax Number

MDOT Certification Number

Minority Group Type

(African American )

(Asian)

(American Indian)

(Women )

(Hispanic)

(Disabled)

Subcontract Dollar Amount

Percent of Total Contract

7c. Minority Firm Name

Minority Firm Address

Minority Firm Telephone Number

Minority Firm Fax Number

MDOT Certification Number

Minority Group Type

(African American )

(Asian)

(American Indian)

(Women )

(Hispanic)

(Disabled)

Subcontract Dollar Amount

Percent of Total Contract

8. MBE Total Dollar Amount

9. Total MBE Percent of Entire Contract

10. Form Prepared by :

Name

Title

Date

11. Reviewed and Accepted by Board of Education MBE Liaison

Name

Title

Date

Total MBE Participation: ________% $ ____________

Total African-American MBE Participation: ________% $ ____________

Total Asian-Owned MBE Participation: ________% $ ____________

Total Other Participation: ________% $ ____________

June 2008 B-1

Page 62: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

STATE ATTACHMENT C Attachment 3 to A.P. 7419

OUTREACH EFFORTS COMPLIANCE STATEMENT

In conjunction with the bid or offer submitted in response to _______________County Public Schools for the _________________ project, PSC # _______________, I state the following: (Name)

1) Bidder/Offeror identified opportunities to subcontract in these specific work categories:

2) Attached to this form are copies of written solicitations (with bidding instructions)

used to solicit certified MBEs for these subcontract opportunities. 3) Bidder/Offeror made the following attempts to contact personally the solicited

MBEs: 4) Bidder/Offeror assisted MBEs to fulfill or to seek waiver of bonding Requirements (Described Efforts)

This project does not involve bonding requirements. 5) Bidder/Offeror did/did not attend the pre-bid conference No pre-bid conference was held.

_________________________________ By: ________________________ Bidder/Offeror Name _________________________________ _________________________ Address Name, Title _________________________________ __________________________ Date

June 2008 C-1

Page 63: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

STATE ATTACHMENT D Attachment 4 to A.P. 7419

MINORITY BUSINESS ENTERPRISES SUBCONTRACTOR PROJECT

PARTICIPATION STATEMENT

PROJECT/ SCHOOL NAME:

PROJECT/ SCHOOL LOCATION:

LEA: ___________________________________________________

NAME OF PRIME CONTRACTOR: ____________________________________________________

NAME OF MBE SUBCONTRACTOR:

MDOT Certification Number

1. Work/Services to be performed by MBE Subcontractor:

2. Subcontract Amount: $

3. Bonds - Amount and type required of Subcontractor if any:

4. MBE Anticipated or Actual Commencement Date: Completion Date:

5. This MBE subcontract represents the following percentage of the total contract cost:

6. This is an African American Firm: Yes No

7. This is an Asian Owned Business Firm: Yes No

8. This is an American Indian, Hispanic, Woman or Disabled Firm: Yes No

(Circle One)

***********************************************************************************************

The undersigned subcontractor and prime contractor will enter into a contract for the work/service indicated above

upon the prime contractor’s execution of a contract for the above referenced project with the

Board of Education. The undersigned subcontractor is a MDOT certified Minority Business Enterprise. The terms

and conditions stated above are consistent with our agreements.

Signature of Subcontractor:

Signature of Subcontractor

Date: ________________________

The term and conditions stated above are consistent with our agreements.

Signature of Prime Contractor:

Date:

June 2008 D-1

Page 64: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

STATE ATTACHMENT EAttachment 5 to A.P. 7419

MINORITY SUBCONTRACTOR UNAVAILABILITY CERTIFICATE

1. It is hereby certified that the firm of (Name of Minority firm) located at (Number) (Street) (City) (State) (Zip) was offered an opportunity to bid on the school project in County by (Name of Prime Contractor’s Firm) ************************************************************************************* 2. The (Minority Firm), is either unavailable for the work/service or unable to prepare a bid for this project for the following reason(s):

Signature of Minority Firm’s MBE Representative Title Date

MDOT Certification # Telephone # 3. To be completed by the prime contractor if Section 2 of this form is not completed by the minority firm. To the best of my knowledge and belief, said Certified Minority Business Enterprise is either unavailable for the work/service for this project, is unable to prepare a bid, or did not respond to a request for a price proposal and has not completed the above portion of this submittal. Signature of Prime Contractor Title Date

June 2008 E-1

Page 65: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Attachment 6 to A.P. 7419 (1 of 2)

STATE ATTACHMENT F

MBE WAIVER DOCUMENTATION

Project Name: PSC No.

Base Contract Amount $

Plus Accepted Alternates

Equals Total Contract Amount $

I have previously requested that a waiver be granted to the overall MBE goal for this project of _____ percent,

with a minimum of ____ percent from certified African American-owned businesses, a minimum of ____

percent from certified Asian-owned businesses, and the balance from all certified minority business enterprises,

if applicable. This would include the total dollar value of all materials, supplies, equipment, and services,

including construction services directly or indirectly, from Minority Business Enterprises (MBE) which are

currently certified by the Maryland Department of Transportation (MDOT).

I , hereby certify that my position is

(Name of Company Representative)

, and I am the duly authorized representative of

(Position Title)

.

(Company Name)

I further certify that I have submitted a Schedule for Participation of Certified Minority Business Enterprises

which reflects the percentage and dollar value of certified Minority Business Enterprise participation which my

company expects to achieve for this contract. Therefore, the request for the waiver is as follows:

Summary MBE Participation Schedule from Attachment B Minority Group MBE GOAL Actual MBE

Dollar Participation

Request For Waiver

Percent of

Total

Contract

Dollar Value of

Total Contract*

Dollar Value Percent of

Total

Contract

Dollar Value Percent

of Total

Contract

a. Sub Goal

African American

b. Sub Goal

Asian

c. Other * in

Sub Goal group

a/b above

TOTALS

* with accepted/rejected alternates June 2008 F-1

Page 66: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Attachment 6 to A.P. 7419 (2 of 2)

To support this request for a waiver, I include the following information as attachments which I certify to be

true to the best of my knowledge.

1. A detailed statement of the efforts made by the contractor to identify and select portions of the work

proposed to be performed by subcontractors in order to increase the likelihood of achieving the stated

goal;

2. A detailed statement of the efforts made by the contractor prior to and up to 10 days before the bid opening

to solicit minority business enterprises through written notices that describe the categories of work for

which subcontracting is being solicited, the type of work to be performed, and specific instructions on how

to submit a bid;

3. A detailed statement of the contractor’s efforts to make personal contact with MBE firms identified for

Item 2. above;

4. A record of the name, address, telephone number, and dates contacted for each MBE identified under

items 2. and 3. above;

5. A description of the information provided to MBE’s regarding the plans, specifications and the anticipated

time schedule for portions of the work to be performed;

6. Information on activities to assist minority business enterprises to fulfill bonding requirements, or to

obtain a waiver of these requirements;

7. Information on activities to publicize contracting opportunities to minority business enterprises,

attendance at pre-bid meetings, or other meetings scheduled by the MBE Liaison or designated

representative;

8. As to each MBE that placed a subcontract quotation or offer which the apparent low bidder or successful

offeror considers not to be acceptable, a detailed statement of reasons for this conclusion; and

9. A list of minority subcontractors found to be unavailable. This shall be accompanied by a Minority

Subcontractor Unavailability Certificate signed by the minority business enterprise or from the apparent

low bidder or successful offeror indicating that the minority business did not provide the written

certification.

Signature Date (Company Representative Name)

Sworn and subscribed before me this day.

of in the year Notary Public

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

Reviewed and accepted by the County Board of Education MBE

Liaison. (County Name)

Signature Date (County Representative Name)

MBE Request For Waiver Master Form (July 2002)

June 2008 F-2

Page 67: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

CERTIFIED MINORITY BUSINESS ENTERPRISE PARTICIPATION

STANDARD MONTHLY CONTRACTOR'S REQUISITION FOR PAYMENT

IAC/PSCP Form 306.4

Page 3 of 16

LEA: DATE:

PSC NO:

REQ NO:

Name of MBE

Sub-Contractor

MDOT

Certification

Number and

Classification

TOTAL MBE

Contract

Amount

Amount to be

Paid THIS

Requisition

MBE has

Received

FINAL

Payment?

TOTAL: -$ -$

MBE Classification:

are received, and in accordance with our contracts.

Hispanic American/Women = HW

Native American/Women = NW

Asian American/Women = AW

I certify that the figures and information presented above represent accurate and true statements, that timely

Asian American = A

Women = W

Native American = N

FACILITY NAME:

If amount paid is

LESS than TOTAL

MBE Contract Amount,

EXPLAIN VARIANCE

TOTAL Paid

to Date

SCOPE OF WORK:

African American = AA

Hispanic American = H

African American/Women = AAW

Name of Contractor Firm

Contractor MBE Classification # (if applicable)

Authorized Contractor Signature/Date

Contractor Federal Tax ID #

payments have been and will be made to suppliers and subcontractors on this project as requisitioned payments

MDOT Certification Number and Classification can be located at http://mbe.state.mdot.state.md.us/directory/

-$

Revised March 2013

Page 68: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

CERTIFIED MINORITY BUSINESS ENTERPRISE PARTICIPATION

STANDARD MONTHLY CONTRACTOR'S REQUISITION FOR PAYMENT

IAC/PSCP Form 306.4

Page 3 of 16

Name of LEA MBE Liaison (Printed) Signature of LEA MBE Liaison/Date

Instructions for Completion of IAC/PSCP Form 306.4 Page 3

THIS FORM TO BE COMPLETED BY PRIME CONTRACTOR ONLY

1.    LEA – Enter full name of LEA.

2.    Facility Name – Enter full name of school/facility.

3.    Scope of Work – Enter type of work being performed (i.e. New, Renovation, Roof, HVAC, ASP – Flooring, QZAB – Media

Center, etc.).

4.    Date – Date of Requisition.

5.    PSC NO – Enter full PSC Number as assigned by PSCP.

6.    REQ NO – Enter the number of the corresponding Requisition for Payment.

7.    Name of MBE Sub-Contractor – Enter full name of MBE Sub-Contractor.

8.    MDOT Certification Number & Classification – Enter the 5 digit MDOT Certification number and corresponding MDOT

Classification for each MBE Sub-Contractor. MDOT Classifications and the MDOT website are listed at the bottom of

this form.

9.    TOTAL MBE Contract Amount – Enter ORIGINAL Total MBE Contract Amount as stated on MBE Attachments B and D.

This amount should NOT be altered with change order amounts, changes to scope of work, etc. which may affect contract

amount.

10.  Amount to be Paid This Requisition – Enter the amount to be paid to the MBE Sub-Contractor for work applicable to this

requisition.

17.  Contractor MBE Classification # - Enter the MDOT MBE Classification Number if the Prime Contractor is a MDOT

certified MBE Company.

18.  Name of LEA MBE Liaison – PRINT the name of the LEA MBE Liaison (or other LEA authorized employee) responsible

for VERIFYING ALL INFORMATION filled out by the Prime Contractor on this form.

19.  Signature of LEA MBE Liaison/Date – Signature of the person VERIFYING ALL INFORMATION filled out by the Prime

Contractor on this form (signature of person stated in Step #18.)

11.  TOTAL Paid to Date – Enter the TOTAL amount paid to date to the MBE Sub-Contractor – this amount should NOT

include the amount being paid on this requisition, only the total of prior payments.

12.  MBE has Received FINAL Payment – Enter “YES” if the MBE Sub-Contractor has been paid in full. Enter “NO” if the

MBE Sub-Contractor has NOT been paid in full.

13.  If amount paid is LESS than TOTAL MBE Contract Amount, EXPLAIN VARIANCE – Enter a brief reason for the MBE

Sub-Contractor NOT being paid equal to or greater than the ORIGINAL Total MBE Contract Amount as stated on this form

and MBE Attachments B & D. Additional documentation may be required to be submitted for variance explanations.

14.  Name of Contractor Firm – Enter full name of Prime Contractor.

15.  Authorized Contractor Signature/Date – The authorized individual employed by the Prime Contractor who filled this

form out should date and sign here.

16.  Contractor Federal Tax ID # – Enter the Federal Tax ID Number of the Prime Contractor.

Revised March 2013

Page 69: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

STATE ATTACHMENT H Attachment 8 to A.P. 7419 IAC/PSCP FORM 306.6

CLOSE-OUT COST SUMMARY

DATE:

PSC # :

Public School Construction Local and Other

ApprovedContracts Expenditures

ApprovedContracts Expenditures

A/E

Related Costs

Total $0 $0 $0 $0

I hereby certify that the data shown hereon is correct and request this project be closed.

ADJUSTMENTS:

Allocation: Initials

Cash: Date

AUDIT COMMENTS:Initials

Date

LEA:

Allocation:

Cash Disbursements:

SCHOOL NAME:

FOR STATE USE ONLY

TotalExpenditures

Construction

Signature of LEA Representative

Balance

$0 $0

$0

$0

$0

.

$0

$0

June 2008 H-1

Page 70: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPSAllowance01210 Page 1 

SECTION 01210 - ALLOWANCES

PART 1 GENERAL

1.1 Summary - A "Schedule of Allowances," showing amounts included in Contract Sum, is included in this section. Coordinate allowance to ensure that each section is completely integrated and interfaced. Requirements for allowances are shown and specified to extent established by date of Contract Documents; additional requirements will be established by Change Order. At earliest possible date, advise Architect/Engineer of date each final allowance selection must be completed. Submit proposals for allowance Work as directed and in manner specified for Change Orders. Indicate quantities, unit costs, total purchase amounts, taxes, delivery charges and trade discounts. Where requested, furnish a detailed breakdown of quantity survey. Contractor mark-up of overrun of allowance purchases will be permitted where purchase amount exceeds established allowance by more than 15%; otherwise, and except as otherwise indicated, amount of Change Order on each allowance will be the difference between purchase amount and allowance. Deliver excess materials of allowance Work to Owner's storage space, or dispose of by other means as directed. Designate in project construction schedule delivery dates for products and services specified under each allowance. Contingency allowances may be drawn upon in accordance with guidelines put forth in Article 7, Changes in the Work, of General Conditions.

1.2 CASH ALLOWANCES

A. Costs Included in Cash Allowances: Cost of product to Contractor or subcontractor,

less applicable trade discounts, less cost of delivery to site, less applicable taxes.

B. Contractor Responsibilities: 1. Obtain proposals from suppliers and installers and offer recommendations. 2. Arrange for and process shop drawings, product data, and samples. Arrange for delivery. 3. Promptly inspect products upon delivery for completeness, damage, and defects.

Submit claims for transportation damage. 4. Differences in costs will be adjusted by Change Order.

1.3 FORM OF PAYMENT

A. Payment for allowance items shall be made regularly by Contractor to suppliers of allowance

items as work progresses. Contractor shall invoice for allowance items through periodic applications for payment as Work progresses.

1.4 ALLOW ANCES SCHEDULE

A. Owner’s Charge Order Allowance to be used by PGCPS for unforeseen conditions. Allowance to be included in Contractor’s base bid is scheduled below. 1. This amount will be utilized for unforeseen conditions to cover extra labor and

material costs, if any, and shall be tracked separately from other contract costs. All mark-up, including general conditions, overhead, profit, etc., for this allowance shall be included in the base bid. No additional or credited markup will be allowed for extra work paid for by this allowance.

2. Allowance Schedule: a. REFERENCE COST PROPOSAL FORM ATTACHED

Page 71: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPSAllowance01210 Page 2 

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION - NOT USED

END OF SECTION

Page 72: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Contract Modification Spec 01260 Page 1

SECTION 01260 - CONTRACT MODIFICATION PROCEDURES

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes administrative and procedural requirements for handling and processing Contract modifications.

1.2 MINOR CHANGES IN THE WORK

A. Architect will issue through Construction Manager supplemental instructions authorizing minor

changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions."

1.3 PROPOSAL REQUESTS

A. Owner-Initiated Proposal Requests: Architect will issue through Construction Manager a

detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect through Construction Manager are

not instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request after receipt of Proposal Request, submit a

quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total

amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities.

b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.

c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the

change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time.

e. Quotation Form: Use CSI Form 13.6D, "Proposal Worksheet Summary," and Form 13.6C, "Proposal Worksheet Detail."

f. Maximum Contractors markup (OH & Profit) shall be limited to 8% of the cost of the work associated with the change order.

g. Provide all supplier, subcontractor, manufacturer, etc backup to substantiate the proposed cost.

B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the

Contract, Contractor may initiate a claim by submitting a request for a change to Construction Manager. 1. Include a statement outlining reasons for the change and the effect of the change on the

Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time.

2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities.

Page 73: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Contract Modification Spec 01260 Page 2

3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.

4. Comply with requirements in Division 01 Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified.

5. Proposal Request Form: Use CSI Form 13.6A, "Change Order Request (Proposal)," with attachments CSI Form 13.6D, "Proposal Worksheet Summary," and Form 13.6C, "Proposal Worksheet Detail."

6. Maximum Contractors markup (OH & Profit) shall be limited to 8% of the cost of the work associated with the change order.

7. Provide all supplier, subcontractor, manufacturer, etc backup to substantiate the proposed cost.

1.4 CHANGE ORDER PROCEDURES

A. On Owner's approval of a Work Changes Proposal Request, Construction Manager

will issue a Change Order for signatures of Owner and Contractor on form included in Project Manual.

1.5 CONSTRUCTION CHANGE DIRECTIVE

A. Construction Change Directive: Architect may issue through Construction Manager a

Construction Change Directive on AIA Document G714. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the

Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time.

B. Documentation: Maintain detailed records on a time and material basis of work required by the

Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data

necessary to substantiate cost and time adjustments to the Contract.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

Page 74: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Closeout Submittals Spec 01780 Page 1

SECTION 01780 - CLOSEOUT SUBMITTALS PART 1 GENERAL

1.1 SECTION INCLUDES

A. Project Record Documents.

B. Operation and Maintenance Data.

C. Warranties and bonds.

1.2 SUBMITTALS

A. Project Record Documents: Submit documents to PGCPS with claim for final Application for Payment. PGCPS requires 4 sets in binders and 2 sets electronic submitted on CDs.

B. Operation and Maintenance Data:

1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments.

2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance.

3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Architect comments. Revise content of all document sets as required prior to final submission.

4. Submit 4 sets hard copies and 2 sets electronic of revised final documents in final form within 10 days after final inspection.

C. Warranties and Bonds:

1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance.

2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment.

3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period.

4. PGCPS requires 4 sets in binders and 2 sets electronic submitted on CDs.

PART 2 PRODUCTS - NOT

USED PART 3 EXECUTION

3.1 PROJECT RECORD DOCUMENTS

A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting.

Page 75: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Closeout Submittals Spec 01780 Page 2

B. Ensure entries are complete and accurate, enabling future reference by Owner.

C. Store record documents separate from documents used for construction.

D. Record information concurrent with construction progress.

E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Changes made by Addenda and modifications.

F. Record Drawings and Shop Drawings: Legibly mark each item to record actual

construction including: 1. Measured horizontal and vertical locations of underground utilities and

appurtenances, referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in

construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. 4. Details not on original Contract drawings.

3.2 OPERATION AND MAINTENANCE DATA

A. Source Data: For each product or system, list names, addresses and telephone numbers of

Subcontractors and suppliers, including local source of supplies and replacement parts.

B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information.

C. Drawings: Supplement product data to illustrate relations of component parts of equipment

and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings.

D. Typed Text: As required to supplement product data. Provide logical sequence of

instructions for each procedure, incorporating manufacturer's instructions.

3.3 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES

A. For Each Product, Applied Material, and Finish: 1. Product data, with catalog number, size, composition, and color and texture designations.

B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents

and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance.

C. Where additional instructions are required, beyond the manufacturer's standard

printed instructions, have instructions prepared by personnel experienced in the operation and maintenance of the specific products.

3.4 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS

A. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions.

Page 76: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Closeout Submittals Spec 01780 Page 3

3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts.

B. Where additional instructions are required, beyond the manufacturer's standard

printed instructions, have instructions prepared by personnel experienced in the operation and maintenance of the specific products.

C. Panelboard Circuit Directories: Provide electrical service characteristics, controls,

and communications; typed.

D. Include color coded wiring diagrams as installed.

E. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut-down, and emergency instructions. Include summer, winter, and any special operating instructions.

F. Maintenance Requirements: Include routine procedures and guide for preventative

maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions.

G. Provide servicing and lubrication schedule, and list of lubricants required.

H. Include manufacturer's printed operation and maintenance instructions.

I. Include sequence of operation by controls manufacturer.

J. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance.

K. Provide control diagrams by controls manufacturer as installed.

L. Provide Contractor's coordination drawings, with color coded piping diagrams as installed.

M. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow

and control diagrams.

N. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage.

O. Include test and balancing reports.

P. Additional Requirements: As specified in individual product specification sections.

3.5 ASSEMBLY OF OPERATION AND MAINTENANCE MANUALS

A. Assemble operation and maintenance data into durable manuals for Owner's personnel

use, with data arranged in the same sequence as, and identified by, the specification sections.

B. Where systems involve more than one specification section, provide separate tabbed divider

for each system.

C. Binders: Commercial quality, 8-1/2 by 11 inch three D side ring binders with durable plastic covers; 2 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings.

Page 77: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Closeout Submittals Spec 01780 Page 4

D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents.

E. Project Directory: Title and address of Project; names, addresses, and telephone numbers of Architect, Consultants, Contractor and subcontractors, with names of responsible parties.

F. Tables of Contents: List every item separated by a divider, using the same identification as

on the divider tab; where multiple volumes are required, include all volumes Tables of Contents in each volume, with the current volume clearly identified.

G. Dividers: Provide tabbed dividers for each separate product and system; identify the

contents on the divider tab; immediately following the divider tab include a description of product and major component parts of equipment.

H. Text: Manufacturer's printed data, or typewritten data on 24 pound paper.

I. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings

to size of text pages.

J. Arrangement of Contents: Organize each volume in parts as follows: 1. Project Directory. 2. Table of Contents, of all volumes, and of this volume. 3. Operation and Maintenance Data: Arranged by system, then by product

category. a. Source data. b. Product data, shop drawings, and other submittals. c. Operation and maintenance data. d. Field quality control data. e. Photocopies of warranties and bonds.

4. Design Data: To allow for addition of design data furnished by Architect or others, provide a tab labeled "Design Data" and provide a binder large enough to allow for insertion of at least 20 pages of typed text.

3.6 WARRANTIES AND BONDS

A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers,

and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined.

B. Verify that documents are in proper form, contain full information, and are notarized.

C. Co-execute submittals when required.

D. Retain warranties and bonds until time specified for submittal.

E. Manual: Bind in commercial quality 8-1/2 by 11 inch three D side ring binders with durable plastic covers.

F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of

Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal.

G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project

Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item.

Page 78: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Closeout Submittals Spec 01780 Page 5

H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing.

Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal.

END OF SECTION

Page 79: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Demonstration & Training Spec 01790 Page 1

SECTION 01790 - DEMONSTRATION AND TRAINING PART 1 GENERAL

1.1 SUMMARY

A. Demonstration of products and systems to be commissioned and where indicated in

specific specification sections.

B. Training of Owner personnel in operation and maintenance is required for: 1. All software-operated systems. 2. HVAC systems and equipment. 3. Electrical systems and equipment.

C. Training of Owner personnel in care, cleaning, maintenance, and repair is required for:

1. Roofing, waterproofing, and other weather-exposed or moisture protection products. 2. Finishes, including flooring, wall finishes, ceiling finishes. 3. Fixtures and fittings. 4. Items specified in individual product Sections.

1.2 SUBMITTALS

A. See Section 01300 - Administrative Requirements, for submittal procedures; except:

1. Make all submittals specified in this section, and elsewhere where indicated for commissioning purposes, directly to the Commissioning Authority.

2. Submit one copy to the Commissioning Authority, not to be returned. 3. Make commissioning submittals on time schedule specified by Commissioning Authority. 4. Submittals indicated as "Draft" are intended for the use of the Commissioning Authority

in preparation of overall Training Plan; submit in editable electronic format, Microsoft Word 2003 preferred.

B. Draft Training Plans: Owner will designate personnel to be trained; tailor training to needs

and skill-level of attendees. 1. Submit to Architect for transmittal to Owner. 2. Submit to Commissioning Authority for review and inclusion in overall training plan. 3. Submit not less than four weeks prior to start of training. 4. Revise and resubmit until acceptable. 5. Provide an overall schedule showing all training sessions. 6. Include at least the following for each training session:

a. Identification, date, time, and duration. b. Description of products and/or systems to be covered. c. Name of firm and person conducting training; include qualifications. d. Intended audience, such as job description. e. Objectives of training and suggested methods of ensuring adequate training. f. Methods to be used, such as classroom lecture, live demonstrations, hands-on, etc. g. Media to be used, such a slides, hand-outs, etc. h. Training equipment required, such as projector, projection screen, etc., to be

provided by Contractor.

C. Training Manuals: Provide training manual for each attendee; allow for minimum of two attendees per training session. 1. Include applicable portion of O&M manuals.

Page 80: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Demonstration & Training Spec 01790 Page 2

2. Include copies of all hand-outs, slides, overheads, video presentations, etc., that are not included in O&M manuals.

3. Provide one extra copy of each training manual to be included with operation and maintenance data.

D. Training Reports:

1. Identification of each training session, date, time, and duration. 2. Sign-in sheet showing names and job titles of attendees. 3. List of attendee questions and written answers given, including copies of and references

to supporting documentation required for clarification; include answers to questions that could not be answered in original training session.

4. Include Commissioning Authority's formal acceptance of training session.

E. Video Recordings: Submit digital video recording of each demonstration and training session for Owner's subsequent use. 1. Format: DVD Disc. 2. Label each disc and container with session identification and date.

1.3 QUALITY ASSURANCE

A. Instructor Qualifications: Familiar with design, operation, maintenance and troubleshooting

of the relevant products and systems. 1. Provide as instructors the most qualified trainer of those contractors and/or installers

who actually supplied and installed the systems and equipment. 2. Where a single person is not familiar with all aspects, provide specialists with

necessary qualifications.

PART 2 PRODUCTS - NOT

USED PART 3 EXECUTION

3.1 DEMONSTRATION - GENERAL

A. Demonstrations conducted during system start-up do not qualify as demonstrations for the purposes of this section, unless approved in advance by Owner.

B. Demonstrations conducted during Functional Testing need not be repeated unless

Owner personnel training is specified.

C. Demonstration may be combined with Owner personnel training if applicable.

D. Operating Equipment and Systems: Demonstrate operation in all modes, including start-up, shut-down, seasonal changeover, emergency conditions, and troubleshooting, and maintenance procedures, including scheduled and preventive maintenance. 1. Perform demonstrations not less than two weeks prior to Substantial Completion. 2. For equipment or systems requiring seasonal operation, perform demonstration for

other season within six months.

E. Non-Operating Products: Demonstrate cleaning, scheduled and preventive maintenance, and repair procedures. 1. Perform demonstrations not less than two weeks prior to Substantial Completion.

Page 81: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Demonstration & Training Spec 01790 Page 3

3.2 TRAINING - GENERAL

A. Commissioning Authority will prepare the Training Plan based on draft plans submitted.

B. Conduct training on-site unless otherwise indicated.

C. Owner will provide classroom and seating at no cost to Contractor.

D. Do not start training until Functional Testing is complete, unless otherwise specified or approved by the Commissioning Authority.

E. Provide training in minimum two hour segments.

F. The Commissioning Authority is responsible for determining that the training was

satisfactorily completed and will provide approval forms.

G. Training schedule will be subject to availability of Owner's personnel to be trained; re-schedule training sessions as required by Owner; once schedule has been approved by Owner failure to conduct sessions according to schedule will be cause for Owner to charge Contractor for personnel "show-up" time.

H. Review of Facility Policy on Operation and Maintenance Data: During training discuss:

1. The location of the O&M manuals and procedures for use and preservation; backup copies.

2. Typical contents and organization of all manuals, including explanatory information, system narratives, and product specific information.

3. Typical uses of the O&M manuals.

I. Product- and System-Specific Training: 1. Review the applicable O&M manuals. 2. For systems, provide an overview of system operation, design parameters and

constraints, and operational strategies. 3. Review instructions for proper operation in all modes, including start-up, shut-

down, seasonal changeover and emergency procedures, and for maintenance, including preventative maintenance.

4. Provide hands-on training on all operational modes possible and preventive maintenance. 5. Emphasize safe and proper operating requirements; discuss relevant health and

safety issues and emergency procedures. 6. Discuss common troubleshooting problems and solutions. 7. Discuss any peculiarities of equipment installation or operation. 8. Discuss warranties and guarantees, including procedures necessary to avoid

voiding coverage. 9. Review recommended tools and spare parts inventory suggestions of manufacturers. 10. Review spare parts and tools required to be furnished by Contractor. 11. Review spare parts suppliers and sources and procurement procedures.

J. Be prepared to answer questions raised by training attendees; if unable to answer

during training session, provide written response within three days. END OF SECTION

Page 82: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 1 of 17 Section 02080

SECTION 02080 – ASBESTOS REMOVAL I SCOPE OF WORK: Asbestos Abatement

Base Bid: The Base Bid shall include the total cost of all asbestos abatement work described. This work shall be performed in accordance with this Section, the plans, all other bid documents, and all federal and state regulations.

A. PGCPS requires all Asbestos Abatement to be performed by a PGCPS Approved Vendor.

Please see the attached list for all PGCPS Approved vendors. B. The contractor will provide all labor, materials, equipment, supervision, testing, permits

and all other incidentals required to remove the asbestos containing materials (ACM) listed within these specifications from the areas indicated on the drawings and as described as follows: 1. The contractor shall, completely remove all asbestos containing mastic/caulking

associated with wallboards, cement sinks, pipe insulation, duct insulation, floor tile, windows, and mastic in the areas indicted in the drawings.

2. Completely remove all asbestos containing acoustical ceiling tile. Contractor will replace all abated acoustical ceiling tile.

3. Remove all other ACM material encountered and or exposed during project work or involving connection to existing concealed building utilities.

4. The contractor shall, completely remove all asbest

C. The Abatement Contractor shall provide the complete isolation of the work area(s) as needed, and for the total cleaning and decontamination of the area(s) such that no airborne or residual asbestos remains in accordance with the applicable regulatory provisions. The contractor shall be responsible for the proper removal, storage, transportation and disposal of asbestos waste. No waste or debris will be placed in any BOARD owned dumpster or refuse container.

D. The Abatement Contractor can use existing electrical receptacles to operate their

equipment. Any electrical work required by the contractor (moving light fixtures, installing “pigtails” for equipment, etc.) must be completed by a contractor, licensed to perform electrical work in Prince Georges County, Maryland. Prices for performing such work shall be incorporated in the total job cost submitted.

E. The BOARD will contract a BOARD approved independent air monitoring company to conduct daily air sampling, final visual inspection and subsequent clearance air and bulk sampling as described in Article X of this document.

Page 83: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 2 of 17 Section 02080

F. The contractor will retain primary responsibility for all means, methods, sequencing and coordination during the asbestos abatement phase. Responsibility for the preparation, accuracy, and execution of any drawings or work plans remains with the Contractor. The contractor shall communicate with the general contractor in order to secure access to power, water, telephone and other utilities as part of his bid.

G. This document addresses only the ACM that is associated with the actual work areas. This serves as notice that some materials in other areas within the facility, also has been identified as ACM. It is the General Contractor’s responsibility to review the Asbestos Management Plan for each School and familiarize his employees, inclusive of all Subcontractors, that ACM is present and the possible locations that it may be encountered. Any and all work that involves handling of ACM must be conducted by the asbestos contractor, approved by the BOARD.

H. The cost of any planned or un-planned clean-up activity, inclusive of all school system personnel salaries, required relative to ACM being disturbed by abatement, demolition or construction activities, shall be borne by the Asbestos Contractor.

II REGULATIONS:

A. All work must comply with all applicable Federal, State and County regulations. Work performed in this building falls within the regulatory authority of the Asbestos Hazard Emergency Response Act (AHERA). All workers and supervisors are required to be AHERA certified.

B. All employees performing work on this project must be accredited as required by the Federal AHERA regulations and certified to remove asbestos under the Maryland COMAR Regulations. Appropriate AHERA accreditation must be held by all workers, supervisors and project designers.

C. The successful bidder shall ensure that an Abatement Supervisor (as described in the AHERA Regulations) is on-site at all times during any asbestos removal activity that is conducted during this project. The Supervisor shall be able to present accreditation documents for all workers.

D. All work must comply with the following Federal and State regulations which govern asbestos abatement work or hauling and disposal of asbestos waste materials including but not limited to the following:

Page 84: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 3 of 17 Section 02080

1. U. S. Environmental Protection Agency (EPA) including but not limited to: • Asbestos Abatement Projects Rule

CFR Part 762 TS 62044, FRL 2843-9 Federal Register, Vol 50 No 134, July 12,1985 8530-28540

• Regulation for Asbestos Title 40, Part 61, Subpart A of the Code of Federal Regulations • National Emission Standard for Asbestos Title 40, Part 61, Subpart M (Revised Subpart B) of the Code of Federal Regulations

2. U.S. Department of Labor, Occupational Safety and Health

Administration, (OSHA), including but not limited to: • Occupational Exposure to Asbestos, Tremolite,

Anthophyllite, and Actinolite; Final Rules Title 29, Part 1910, Section 1001 and Part 1926, Section 1101 of the Code of Federal Regulations

• Respiratory Protection Title 29, Part 1910, Section 134 of the Code of Federal Regulations

• Construction Industry Asbestos Standard Title 29, Part 1926, of the Code of Federal Regulations Construction Industry Lead Standard Title 29, Part 1926, Section 62, of the Code of Federal Regulations

• Access to Employee Exposure and Medical Records Title 29, Part 1910, Section 2 of the Code of Federal Regulations

• Hazard Communication Title 29, Part 1910, Section 1200 of the Code of Federal Regulations

• Specifications for Accident Prevention Signs and Tags Title 29, Part 1910, Section 145 of the Code of Federal Regulations

3. State of Maryland • Control of Asbestos Act, Maryland Code, COMAR Title 26

Subtitle 11, Chapter 21

Page 85: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 4 of 17 Section 02080

• Asbestos Accreditation of Individuals, and Approval of Training Courses, Maryland Code, COMAR Title 26, Subtitle 11, Chapter 23

III SITE VISIT: A. Bidders should visit the site to verify existing conditions and establish the amount

of ACM to be removed. Arrangements for a site visit must be made through the BOARD’S Environmental Office at (301) 952-6539. NO UNAUTHORIZED VISITS WILL BE PERMITTED.

B. A schematic representation, which indicates the actual work areas, is included for

informational purposes, only. The materials listed in the “Scope of Work” portion of this document, are to be removed completely, unless otherwise documented in writing by the BOARD. The BOARD will not accept sample analysis that the contractor submits relevant to a specific material that is not ACM.

IV SUBCONTRACTORS:

A. Full documentation of the firm that will conduct the asbestos work, including certifications and a signed statement affirming they visited the building, must be approved within two(2) business days after the apparent low bidder is notified. This shall include copies of their Maryland License accreditation(s), and references from at least five previous jobs. No contractor substitutions will be permitted, without the BOARD’S consent, after the BOARD reviews and verifies the provided information.

B. The BOARD can reject an Asbestos contractor, if they have demonstrated poor or

unsafe performance or poor quality of work from past projects. Any additional costs incurred by the subcontractor or a general contractor, as a result of this action being taken, will not be the responsibility of the BOARD. Asbestos contractors must be pre-approve, with the BOARD’s Environmental Office, at least one week prior to the bid due date for this project.

C. In a case where an asbestos contractor has violated any terms or condition of his contract, the BOARD reserves the right to obtain another reputable abatement contractor to complete the remaining work. All associated costs relative to that work shall be borne by the original abatement contractor.

V ASBESTOS REMOVAL PLANS:

Page 86: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 5 of 17 Section 02080

A. As soon as possible but not later than 14 calendar days after receipt of a contract

award, the successful bidder shall submit a detailed removal plan, for each facility, including shop drawings, prepared and signed by an accredited AHERA Project Designer, for the Board’s approval. The drawings shall detail the following items for each work section, as required:

1. Work areas 2. Work entrance and exit points 3. Shower and clean room locations 4. Locations and quantities of negative pressure ventilation equipment 5. Storage locations for supplies and equipment 6. Storage locations for removed materials prior to such materials being

transported off site 7. Cleanup and waste disposal plans 8. The locations of any demolition activity the contractor may undertake in

order to gain access to remove any ACM 9. Work schedule

10. Number of workers and copies of their qualifications

VI NOTIFICATION TO REGULATORY AUTHORITIES:

The contractor is responsible for making required notification to the Maryland Air Management Administration, the Environmental Protection Agency and any other regulatory authorities with jurisdiction. Copies of such notification must be provided to the BOARD before work can begin. A. NOTICES: ENVIRONMENTAL PROTECTION AGENCY Send Written Notification as required by USEPA National Emission Standards for

Hazardous Air Pollutants (NESHAPS) Asbestos Regulations (40CFR 61, Subpart M) to the regional Asbestos NESHAPS Contact at least 10 days prior to beginning any work on asbestos-containing materials. Send notification to the following address:

REGION 3: USEPA, Region III 1650 Arch Street Philadelphia, Pennsylvania 19103-2029

1. Notification must be sent to EPA for all demolitions and for renovations

involving 160 square feet or 260 linear feet or more.

Page 87: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 6 of 17 Section 02080

2. Notification: Include the following information in the notification sent to the NESHAPS Contact: • Name and address of owner or operator. • Description of the facility being demolished or renovated,

including the size, age, and prior use of the facility. • Estimate of the approximate amount of friable asbestos material

present in the facility in terms of linear feet of pipe, and surface area on other facility components. For facilities in which the amount of friable asbestos materials less than 80 linear meters (260 linear feet) on pipes and less than 15 square meters (160 square feet) on other facility components, explain techniques of estimation.

• Location of the facility being demolished or renovated. • Scheduled starting and completion dates of demolition or

renovation. • Nature of planned demolition or renovation and method(s) to be

used. • Procedures to be used to comply with the requirements of USEPA

National Emission Standards for Hazardous Air Pollutants (NESHAPS) Asbestos Regulations (40 CFR 61 Subpart M). Final Rule.

• Name and location of the waste disposal site where the friable asbestos waste material will be deposited.

• For facilities being demolished under an order of a State or local governmental agency, issued because the facility is structurally unsound and in danger of imminent collapse, the name, title, and authority of the State or local governmental representative who has ordered the demolition.

B. STATE AGENCIES:

Send written Notification as required by local regulations prior to beginning any work on asbestos-containing materials to:

Asbestos Licensing/Enforcement Division MD Department of Environment (MDE) 1800 Washington Boulevard

Baltimore, Maryland 21230 1. Notification must be postmarked 10 working days prior to commencement

of work.)

Page 88: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 7 of 17 Section 02080

C. LICENSES:

1. Licenses: Maintain current licenses as required by applicable state or local jurisdictions for the removal, transporting, disposal or other regulated activity relative to the work of this contract.

2. Posting and Filing of Regulations: Maintain two (2) copies of applicable federal, state and local regulations above. Post one copy of each at the job site. Keep on file in contractor's office one copy of each.

Copies of all notification will be provided to the BOARD before work can

begin.

VII ALTERNATIVE PROCEDURES:

A. Procedures described in the specifications will be used at all times. If the specified procedures cannot be utilized, the contractor shall provide a written statement to the BOARD’S Environmental Office describing the problems encountered and recommended alternatives. Any alternative procedures must be approved by the BOARD and regulatory authorities before implementation. The BOARD reserves the right to reject any variances or alternative methods not found to be acceptable to the BOARD.

B.

VIII MONITORING WORK PROGRESS:

A. The BOARD’s Environmental Office, Safety Office and/or contracted industrial hygienist will monitor the progress of work. This person(s) shall have the authority to make work-in progress inspections at any time and to stop work if, in their opinion, an immediate health threat exists to the public or the contractor’s employees due to improper work methods or noncompliance with the specifications or regulations.

B. In situations where job site performance is unsatisfactory but does not present an

immediate health threat to the public or workers, a written warning will be given to the contractor. A deadline will be given to correct the referenced situation. Failure to comply with said written orders could be considered grounds for shutting down a job until said condition has been remedied to the satisfaction of the BOARD.

Page 89: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 8 of 17 Section 02080

C. The BOARD’S Environmental Office and/or the contracted industrial hygiene consultant will have final authority over questions of interpretation of regulations and specifications. Whenever a conflict occurs, the most stringent requirement shall be followed.

IX PERMISSION TO BEGIN WORK:

A. Prior to asbestos abatement activities (including preparatory work such as containment system fabrication), a pre-job meeting shall be scheduled at which time the contractor shall submit proof satisfactory to the BOARD that all required permits and arrangements for transportation and disposal of waste materials have been made. The Contractor shall also provide a list of all employees who will be working on the project along with submitting AHERA. and Maryland training accreditation for these workers. At the pre-job meeting, the Contractor and the BOARD’S Environmental Office representative will review the specifications and asbestos removal plans. The BOARD’S Environmental Office will respond verbally to any questions by the Contractor. The BOARD will document all verbal authorization via written memoranda.

B. The contractor shall not begin any site work, either actual abatement or

preparatory work until he has received verbal permission from the Environmental Office. The BOARD will document all verbal authorizations via written memoranda.

C. After completing preparatory activities for each work area, the contractor must

arrange for a site inspection by the BOARD’s Environmental Office before authorization to begin actual asbestos removal. During this inspection the contractor shall demonstrate (where applicable) that the containment system, mini enclosures, work entrance way, etc. are properly sealed and all meet the specifications. Additionally, he will be required to prove proper operation of any required negative pressure ventilation equipment. This inspection process shall be repeated as each new work area is established. No asbestos removal can begin until the satisfactory completion of such an inspection.

X. AIR SAMPLING BY THE CONTRACTOR AND/OR CONTRACTED

INDUSTRIAL HYGIENE CONSULTANT:

A. PERSONAL SAMPLING - The contractor will be responsible for conducting and paying for “personal” air samples during the course of work. Personal air monitoring will be conducted for the maintenance of Time Weighted Average (TWA) fiber counts for types of respiratory protection required. This includes

Page 90: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 9 of 17 Section 02080

Short Term Excursion (STEL) Level samples of 30 minutes. These samples can be collected by the contracted industrial hygiene consultant.

B. BACKGROUND SAMPLING - The BOARD’s hygiene consultant will conduct

background air samples for each containment area to establish background fiber levels prior to work commencing along with all daily air tests and personal air sampling. These samples can be collected by the contracted industrial hygiene consultant. The hygiene consultant shall coordinate with the BOARD’S Environmental Office the exact location where these samples will be taken and the time of day when daily samples will be taken. The analysis laboratory shall use methods approved by the Environmental Protection Agency. The samples will be archived in case the BOARD has a need to retrieve them.

C. Results of the air test taken within the work area prior to commencement of work

will determine the need for respirator use during construction of containment systems. If these air tests show fiber levels higher than the permissible exposure limit, respirators will be worn during containment fabrication; otherwise respirator use during this phase is optional. “Personal” samples will be taken during containment construction since airborne fiber levels may increase during this work. If the results of the samples taken during this activity show levels higher than the permissible exposure limit, respirators and other protective equipment shall immediately be utilized for the remainder of all containment work.

D. OUTSIDE AMBIENT AIR SAMPLES

1. Air Samples will be collected daily outside but nearby the work area to detect faults in the work area isolation such as: • Contamination of the building outside of the work area with

airborne asbestos fibers, • Failure of filtration or rupture in the negative pressure system, • Contamination of the building exterior with airborne asbestos

fibers 2. These samples will be collected by the contracted industrial hygiene

consultant. If airborne fiber levels in such samples exceed air fiber levels revealed in the “before work” (background) ambient samples or 0.1 fibers per cubic centimeter (fiber/cc), the contractor shall immediately stop work and notify the BOARD’s Environmental Office. If this air sample was taken inside the building and outside of critical barriers around the work area, the contractor shall immediately inspect the critical barriers to ensure their integrity. The affected area shall be isolated from the balance of the building and evacuated if the area is occupied. Critical barriers shall be erected at the next existing structural isolation of the involved space (e.g.

Page 91: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 10 of 17 Section 02080

wall, pipe, and floor). The project will be reviewed jointly by the contractor and the BOARD’s Environmental Office to determine and correct the cause of the high air sample results. The contractor will clean the outside area and retest before work can be restarted.

E. INSIDE AIR SAMPLES The contractor shall maintain an average airborne count in the work area of less

than 0.2 fibers/cc. If the fiber counts rise above this figure for any sample taken, the contractor shall revise work procedures (i.e., additional use of amended water or increased negative pressure to lower fiber counts). If these methods do not effectively reduce the average airborne level then the contractor is to stop all work, leave engineering controls/negative air system in operation and notify the BOARD’S Environmental Office. Do not recommence work until authorized by the BOARD’S Environmental Office.

F. ANALYTICAL METHODS: The NIOSH 7400 method of phase contrast microscopy will be used by the

laboratory in analyzing filters used to collect air samples before and during abatement. Transmission Electron Microscopy shall be performed on final air sampling.

G. SAMPLE VOLUMES: General: The number and volume of air samples taken by the Industrial Hygiene

Consultant will be in accordance with the following schedule. Sample volumes given may vary depending upon the analytical method used.

H. SCHEDULE OF AIR SAMPLES: Before Start of Work: Base Line: Pre-Tests

are taken to establish background levels of airborne fibers to determine respiratory protection required during preparation of the work area. If any of the Pre-Tests or the air samples taken during preparation are >0.01 fibers per cubic centimeter (f/cc) the workers shall wear respiratory protection. The type of respirator worn shall be determined by the standards set in OSHA Regulations 29CFR 1910.1001.

The Industrial Hygiene Consultant will secure the following Air Samples: SCHEDULE BASE LINE : Before Start of Work (Pre-Test).

Page 92: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 11 of 17 Section 02080

ACM - Asbestos Containing Material TEM - Transmission Electron

Microscopy IWA - Inside Work Area OWA - Outside Work Area PCM - Phase Contrast Microscopy, NIOSH 7400 Method SCHEDULE OF DAILY AIR SAMPLES : During Work Project Size IWA OWA Blank Analysis

>5,000 SF 4 4 2 PCM >500 LF 4 4 2 PCM <5,000 SF 2 2 2 PCM < 500 LF 2 2 2 PCM ACM - Asbestos Containing Material IWA - Inside Work Area OWA - Outside Work Area PCM - Phase Contrast Microscopy, NIOSH 7400 Method TEM - Transmission Electron Microscopy

XI LABORATORY TESTING:

Project Size IWA OWA Blank Analysis

>5,000 SF 5 5 2 PCM >500 LF 5 5 2 PCM <5,000 SF 5 5 2 PCM < 500 LF 5 5 2 PCM

Page 93: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 12 of 17 Section 02080

A. The services of a testing laboratory will be employed by the Industrial Hygiene Consultant to perform laboratory analysis of the air samples. A microscope and technician will be setup at the job site (where project conditions permit), so that verbal reports on air samples can be obtained immediately.

B. The services of a testing laboratory will be employed by the Contractor to perform

laboratory analysis of the OSHA air samples.

C. A complete record, certified by the testing laboratory, of all air monitoring tests and results will be furnished to the BOARD’S Environmental Office.

D. Verbal Reports: of all air monitoring tests will be communicated at the job site by

the Industrial Hygiene Consultant, to the Contractor on a daily basis. Air sample results shall be posted in a central location on a daily basis.

E. Exposure monitoring of the work place for employees safety will be performed in accordance with Occupational Safety and Health Administration (OSHA) Asbestos Regulations for the Construction Industry (20 CFR 1926.1101).

F. Verbal results for all air samples shall be supplied to the BOARD within 24 hours, with written results maintained at the work site.

XII. DAMAGE TO THE BUILDING:

A. Care shall be taken by the contractor not to damage finishes, wiring, piping or other building systems or equipment. Any such damage shall be corrected per all relative codes and regulations at the contractor’s expense.

XIII. ASBESTOS WORKER ACCESS:

A. All work entry is to be made through the nearest exterior door. This location will be given to the Contractor at the pre-construction meeting.

B. Limited parking is available in the school’s parking lot. Vehicles must be parked

in parking spaces. No parking will be permitted in fire lanes, loading zones, reserved parking spaces, grass, etc. A clear lane must be kept at all times for emergency vehicles, deliveries, and other school traffic.

Page 94: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 13 of 17 Section 02080

C. The Contractor shall supply protective equipment, including a respirator and disposable suit to the school Custodian in the event he needs to enter the work area during asbestos removal.

D. Smoking is not permitted in this facility or on the property. XIV. ASBESTOS WORK SCHEDULE:

A. Preliminary asbestos removal work cannot begin until the BOARD issues a written notice to the General Contractor. All asbestos abatement activities, relevant to the ACM found in the actual work area, must be completed within Fourteen (14) calendar days.

B. The Contractor is responsible for paying the wages of the school system personnel

if the work is conducted during times when the facility is not staffed. C. The general Contractor shall limit any other work activities that may inhibit the

progress of the asbestos removal work. D. The BOARD reserves the right to require that all activities involving asbestos

work, be conducted during the hours when the school is normally occupied. The BOARD will pay no additional cost, if this stipulation is invoked.

XV. DISPOSAL OF ASBESTOS:

A. The contractor is free to utilize any landfill approved to accept friable asbestos waste. The contractor shall submit with their bid response, the name and address of the facility he proposes to use.

B. Transportation of asbestos waste must comply with all Federal, State and County Regulations.

C. Copies of all dump receipts; transportation manifests and other documentation of legal disposal shall be supplied to the BOARD’S Environmental Office as disposal occurs. No payment will be made without such documentation of proper disposal.

D. All bagged asbestos debris must be removed from the work area on a daily basis. E. Bagged debris may be stored on the premises while awaiting transport to the

dumpsite. Storage shall be within a locked, closed container, such as a dumpster

Page 95: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 14 of 17 Section 02080

equipped with a lid or top. This container shall be located as directed by the BOARD’S Environmental Office.

XVI. EQUIPMENT:

A. The contractor will have, as needed, a sufficient quantity of scaffolds, ladders, lifts and hand tools. Under no circumstances will the contractor be allowed to use equipment owned by the BOARD.

XVII ASBESTOS CONTAINING MATERIAL (ACM) REMOVAL PROCEDURES

A. AAssbbeessttooss CCoonnttaaiinniinngg mmaatteerriiaall rreemmoovvaall shall be conducted in a regulated enclosure, including hygiene facilities, with negative pressure ventilation units equipped to provide a minimum one work place air change every fifteen (15) minutes and a negative pressure differential inside the work area equal to, or greater than .02 inches of water column.

B. The product name and Material Safety Data Sheet (MSDS) for all materials must

be supplied at the pre-job meeting for the BOARD’S Environmental Office approval. No material change will be permitted without the BOARD’S Environmental Office approval.

C. Removal is not complete until all surfaces are smooth to the extent that a sample

cannot be obtained. Patched areas will have to be cleaned such that a sample cannot be obtained by scratching away the material.

D. All surfaces (walls, pipes, floors, etc.) shall be free of any residue. The contractor

shall take all precautions to limit the spread of odors outside the area of work. E. The BOARD reserves the right to review and reject unsuitable work practices at

its sole discretion. F. Materials, not identified for removal in these specifications that are damaged by

the contractor, will be repaired and/or replaced and the associated cost deducted from the contractor’s retention.

G. Other portions of this facility may be occupied and/or used while the asbestos

work is being done. The contractor shall take measures to keep the construction related dust to a minimum. The contractor shall also take measures to prevent his activities from creating a disruption to building and instructional activities. The

Page 96: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 15 of 17 Section 02080

BOARD can require the contractor to work evenings if their operation causes disruptions to the daytime building and instructional activities.

XVIII. CLEARANCE TESTING

A. Initial final clearance air testing will be conducted by the company engaged by the BOARD. In the event the initial test shows the average concentration of asbestos of five (5) air samples collected within the containment area are greater than 70 structures per square millimeter 70s/mm2, the contractor is responsible for all costs associated with the second and subsequent final air clearance tests in the affected “work area” from the contractor’s final retention. See item XIX.G below for additional information.

B. Each work area will be treated separately for final clearance air testing. The testing will take place as soon as feasible once abatement work is finished.

C. The contractor shall notify the BOARD’s representative at least 48 hours in advance of requesting a final air sampling, in each area. Following the satisfactory completion of a visual inspection by BOARD Personnel, the BOARD will arrange for an air-monitoring professional to aggressively sample the air for airborne asbestos fiber concentrations.

D. Final Clearance Sampling-Transmission Electron Analysis (TEM) shall be used to

analyze all final clearance air samples per 40 CFR Part, Appendix A to Subpart E.

1. All clearance Air Samples will be taken using aggressive sampling techniques as follows: • Sampling shall not begin until 1 hour after the area is dry with no

visible water or condensation remaining (a minimum of 4 hours following encapsulation).

• Samplers shall be placed at random around the work area. If the work area contains the number of rooms equivalent to the number of required samples based on floor area, a sampler shall be placed in each room. When the number of rooms is greater than the required number of samples a representative sample of rooms shall be selected.

• The representative samplers placed outside the work area but within the building shall be located to avoid any air that might escape through the isolation barriers and shall be approximately 50 feet from the entrance to the work area, and 25 feet from the isolation barriers.

Page 97: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 16 of 17 Section 02080

• In each homogeneous work area after completion of all cleaning work, a minimum of 13 samples will be taken and analyzed as follows:

FINAL CLEARANCE SAMPLING SCHEDULE :

Location Sampled

Number of Samples

Filter Media

Detection Limits

Structures/mm2

Minimum Volume

Rate (LPM)

Work Area 5 MCE 70 1200 6-9.9

Outside Work Area

5 MCE 70 1200 6-9.9

Field Blank

2 MCE 70 1200 6-9.9

Sealed Blank

1 MCE 70 1200 6-9.9

Release Criteria: Decontamination of the work site is complete if the concentration of all samples is (less than) <70 s/mm2.

E. Final Clearance Sampling for the soil in each work area shall be conducted by

Polarized Light Microscopy (PLM) bulk sampling. Nine (9) bulk sampling shall be conducted in a statically random manner of each work area. Each bulk sample shall be less than one percentage (< 1%).

E. The BOARD reserves the right to require that the work area be re-cleaned, at no

additional cost, even if the average concentration of asbestos of five air samples collected in the containment area is less than 70s/mm2, and the result of any one (1) sample collected within the work area yields a result of 80s/mm2 or above.

F. The enclosure shall remain intact until final clearance has been obtained and no

additional cleaning as specified in Item XIX.G is required. Verbal results will be given to the contractor as soon as the BOARD is given the results; this will be followed up in writing when the results become available.

XIX. ASBESTOS SUBMITTALS:

Page 98: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office

Asbestos Abatement

Page 17 of 17 Section 02080

A. The Contractor shall, submit within two (2) working days, after the apparent low bidder is notified, a qualification statement. This statement will include:

1. Owners of the asbestos removal firm, addresses and telephone

numbers. 2. A list of five (5) comparable previous asbestos jobs. The list will include

names, addresses, telephone numbers and dates of the jobs 3. Asbestos removal firm’s Maryland license to remove or encapsulate

asbestos. 4. A statement that the contractor has ample equipment and personnel to

perform the work within the time specified 5. Copies of valid Maryland certificates of all asbestos workers and

supervisors who will be performing abatement activities 6. The name, addressed phone number of the disposal facility. 7. The name, addresses and phone number of the independent laboratory that

the contractor will employ to analyze air samples END OF SECTION 02080

Page 99: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Division of Supporting Services ׀ Building Services Department ׀Environmental Office Environmental Contractors 2014 ׀

Asbestos Abatement

A & I 8301B Pulaski Highway Baltimore, MD 21237 Phone: 410-238-3020 Contact: Mike Keman, 443.463.5436 (last choice for reinstall) [email protected] ASBESTOS SPECIALIST, INC (ASI) PO Box 368 Linthicum Heights MD 21090 Phone: 410-796-5379 Contact: David Purdum Phone: 410-796-5379 Fax: 410-796-2849 | Cell: 443-790-1225 [email protected] Project manager: Richard Bentley 410-320-3678 BARCO ENTERPRISES INC 11200 Pulaski Highway White Marsh, MD 21162 Phone: 410-335-0660 Contact: Bart [email protected] COLT INSULATION, INC 4203 Menlo Drive Baltimore, MD 21215 Phone: 410-358-5010 Contact: David Paetow [email protected] Darryl McCoy, Project Manager RETRO Retro Environmental Inc 5301 Enterprise St Suite D Sykesville, MD 21784 Phone: 410-552-9301 Contact: Robert Gurecki Cell: 410.365.3794 (abatement and reinstall) [email protected] Jim Wallace, Estimator 443.829.2400 c Phone: 410.552.9301 | Fax: 410.552.9305 Cell: 443.829.2400 Chuck 410-365-7759 BRISTOL ENVIRONMENTAL, INC 8288 Telegraph Road Suite C 1Odenton, MD 21113 410.672.2781 – P 410.672.2785 – F Direct # 410.682.3201 [email protected]

SANDOW CONSTRUCTION, INC Andre Downey Project Manager SanDow Construction, Inc. 3610 East Street Landover, MD 20785 301-322-1446 office 301-322-1449 fax 240-508-9323 mobile [email protected] [email protected] email, COO www.sandowconstruction.com website ACM SERVICES, INC. 12022 Parklawn Drive, Rockville, MD 20852-1800 800.242.7760 | 301.230.2822 | Fax 301.230.1377 | [email protected]

Underground Storage Tanks TIDEWATER Scott Grier [email protected] 7161-C Columbia Gateway Drive Columbia, MD 21046 Ph: 410-997-4458 | Fax: 410-997-8713 Meneka Rodrigo DATANET Andy Cignata 443.250.2078 11416 Reisterstown Rd., Owings Mills, MD 21117 P.410.654.1800 | F.410.654.3711

Industrial Hygienist (Asbestos Air Monitoring | Sampling)

CHAMBER ENVIRONMENTAL Joseph Dinga at 240-464-1202 [email protected] 4928 78th Ave Hyattsville, MD 20784-1712 SOIL LAND USE TECHNOLOGY (SaLut) 4740 Corridor Place, Suite E Beltsville, MD 20705 T (301) 595-3783 | F (301) 595-3787 Judy Garnell [email protected]

IH SERVICES 6601 Chandlery St Baltimore, MD 21224 (410) 633-4000 Operations Manager: Scott S. Richardson QA Manager Francis L. Ptak

Page 100: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

Division of Supporting Services ׀ Building Services Department ׀Environmental Office Environmental Contractors 2014 ׀

Office Manager Carrie A. Merryman [email protected] TIDEWATER

Jonathan N. Schatz, MS Manager, IH Services Tidewater, Inc. 6625 Selnick Drive, Suite A Elkridge, MD 21075 Phone: 410-997-4458 Cell Phone: 443-668-2219 Fax Number: 410-997-8713 www.tideh2o.net [email protected] YOYI N.N.& ASSOCIATES, Inc. (YNN) John Ndanga, Manager 4808 Continental Drive, Olney, MD 20832 Phone: (301) 260-0687 Fax: (301) 260-0688 John Ndanga [email protected]

Hazardous Chemicals

ENVIRONMENTAL MANAGEMENT SERVICES, INC (EMSI) 1688 East Gude Drive, Suite 301Rockville, MD 20850 Fax: (301) 309-9052 Angela Sharma 301.674.5982 C 301.309.0475 O [email protected]

Floor Installation FITZ FLOORING 9101 Hampton Overlook Capitol Heights, MD 20743-3836 Bob Fitzwater 202-439-6173 [email protected] B & B FLOOR SERVICES, LLC 202-562-0241(office)

301-254-4307 (cell) www.bbfloorservices.com Cory Bellamy [email protected] Kaeana Tutt (pronounced Ky-anna) [email protected] Lee Belamy, President 301.523.5094 [email protected] – contact him for PGCPS projects and Cory

Page 101: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in
Page 102: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in
Page 103: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in
Page 104: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in
Page 105: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in
Page 106: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Temporary Project Signage Spec 01581 Page 1

SECTION 01581 - TEMPORARY PROJECT SIGNAGE PART 1 GENERAL

1.1 SECTION INCLUDES

A. State Construction Sign.

B. Prince Georges County Supplemental Sign

1.2 QUALITY ASSURANCE

A. Design sign and structure to withstand 50 miles/hr wind velocity.

B. Finishes, Painting: Adequate to withstand weathering, fading, and chipping for duration of

construction. 1.3 SUBMITTALS

A. Shop Drawing: Show content, layout, lettering, color .

1.4 MARYLAND CORRECTIONAL ENTERPRISES

A. MCE Sign Plant; C/O Patuxent Institution; Attn: Charles Behnke, Plant Manager; 7555 Waterloo

Road; Jessup, MD 20794 PART 2 PRODUCTS

2.1 SIGN MATERIALS

A. Structure and Framing: New, wood, structurally adequate.

B. Sign Surfaces: Exterior grade plywood with medium density overlay, minimum 3/4 inch thick,

standard large sizes to minimize joints.

C. Rough Hardware: Galvanized.

D. Paint and Primers: Exterior quality, two coats. 2.2 STATE CONSTRUCTION SIGN

A. Size: As indicated on attachment. 72" x 96"

B. Mounting: Freestanding.

C. Graphic Design, Colors, Style of Lettering: As dictated by the State of Maryland.

1. Use model diagram included at the end of this Section. Verify content with Owner prior to sign fabrication.

2.3 PRINCE GEORGES COUNTY SUPPLEMENTAL SIGN

A. Size: 24 x 96 inches.

Page 107: Office of Purchasing and Supply Service - PGCPS Laurel... · Office of Purchasing and Supply Service ... Prime Contractors are prohibited by law from including a certified MBE in

PGCPS Temporary Project Signage Spec 01581 Page 2

B. Mounting: Mounted on same sign posts as State Construction Sign

C. Content: 1. County Executive: Name and Title. 2. County Commissioners: Names and Titles. 3. Board of Education Members: Names and Titles.

PART 3 EXECUTION

3.1 INSTALLATION

A. Install state construction sign within 30 days after date fixed by Notice to

Proceed. B. Erect at designated location.

C. Erect supports and framing on secure foundation, rigidly braced and framed to resist wind loadings.

D. Install sign surface plumb and level, with butt joints. Anchor

securely. E. Paint exposed surfaces of sign, supports, and framing.

3.2 MAINTENANCE

A. Maintain signs and supports clean, repair deterioration and damage. 3.3 REMOVAL

A. Remove signs, framing, supports, and foundations at completion of Project and restore

the area.