On-Demand Installation Services for Voice and Data Wiring on an Annual Contract

expired opportunity(Expired)
From: Gwinnett County(County)
BL141-22 INV

Basic Details

started - 15 Nov, 2022 (17 months ago)

Start Date

15 Nov, 2022 (17 months ago)
due - 21 Dec, 2022 (16 months ago)

Due Date

21 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
BL141-22 INV

Identifier

BL141-22 INV
Gwinnett County

Customer / Agency

Gwinnett County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

BL141-15 Page November 30, 2022 INVITATION TO BID BL141-22 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the On-Demand Installation Services for Voice and Data Wiring on an Annual Contract with four (4) options to renew for the Department of Information Technology Services. Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the BL# and Company Name. Bids will be received until 2:50 P.M. local time on December 16, 2022 at the Gwinnett County Purchasing Office, 75 Langley Drive, Lawrenceville, Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent bid results will be available the following business day on our website www.gwinnettcounty.com. Questions regarding bids should be directed to Dana Garland, CPPB, FOII,
NIGP-CPP, Purchasing Associate III at dana.garland@gwinnettcounty.com or by calling 770-822-8723, no later than 3:00 P.M. on December 8, 2022. Bids are legal and binding upon the bidder when submitted. Successful contractors will be required to meet insurance requirements. The Insurance Company should be authorized to do business in Georgia by the Georgia Insurance Department and must have an A.M. Best rating of A-5 or higher. Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to the ADA Coordinator at the Gwinnett County Justice and Administration Center, 770-822-8165. The written bid documents supersede any verbal or written prior communications between the parties. Award will be made to the supplier submitting the lowest responsive and responsible bid. Gwinnett County reserves the right to reject any or all bids, to waive technicalities, and to make an award deemed in its best interest. Bids may be split or awarded in entirety. Gwinnett County reserves the option to negotiate terms, conditions and pricing with the lowest responsive, responsible bidder(s) at its discretion. Award notification will be posted after award on the County website, www.gwinnettcounty.com and companies submitting a bid will be notified via email. We look forward to your bid and appreciate your interest in Gwinnett County. Dana Garland, CPPB, FOII, NIGP-CPP Purchasing Associate III The following pages should be returned as your bid: Bid Schedule, Pages 4-5 References, Page 6 Product Information, Pages 16-21 Contractor Affidavit and Agreement, Page 24 Code of Ethics Affidavit, Page 25 http://www.gwinnettcounty.com/ mailto:dana.garland@gwinnettcounty.com http://www.gwinnettcounty.com/ BL141-22 Page 2 1. GENERAL SCOPE The County is seeking to contract with qualified contractors to provide and install, as needed (on demand), voice and data network cabling services. The County is continuously renovating and upgrading its existing voice and data network. Individual assignments under the desired contract can range from installing, terminating, testing and labeling a single cable to wiring, rewiring, or upgrading an entire Department or location. Contractor must be qualified to perform outdoor fiber installation as well. Gwinnett County will make every effort to group work assignments so that the selected contractor will be installing more than one or two cables per order. At this time, it is difficult to know how many “drops” will be needed during the contract term. The term of this contract is one (1) year with four (4) options to renew. Initial term is anticipated to begin on 02/20/2023. Gwinnett County reserves the right to award this contract to one or more contractors and to distribute the work in a manner deemed to be in the County’s best interest. The intent of this agreement is to establish a set cost for each cable installed or moved from the IDF closet to the desktop and the installation of fiber cabling from MDF to IDF. All work will be approved through the Department of Information Technology Services. Please read the entire bid specifications carefully and supply all requested information. Failure to do so may result in rejection of the bid. When preparing the bid response, unless otherwise noted, bidder should use the listed Manufacturer information under the Network Wiring Standards Section, or complete the “Manufacturer to be Used” columns to note any “equivalents” being bid. Equivalent items may be accepted if they meet all technical specifications, as well as, standards of quality and purpose for the intended use as determined by Gwinnett County. Listing this information will enable Gwinnett County to properly compare bid responses when it comes to the equipment being used to provide the requested services. Failure to do so may result in rejection of the bid. 2. VENDOR QUALIFICATIONS The bidder(s) selected to provide these services must have a current low-voltage license and should be certified in all phases of the installation, termination and testing of copper and fiber cabling. The contractor should provide letters or certifications showing their qualifications to provide the services requested for this bid in the bid response i.e.: low voltage license, manufacturer’s certification of completion of product installation training etc. Any license(s) required by the State of Georgia will also be required by Gwinnett County (i.e., low voltage license). The contractor will meet or exceed all requirements in the Gwinnett County Network Wiring Standards as well as all applicable NEC and local codes. Certain applications will require Panduit products for compatibility. Bidders should be authorized/certified to provide and install these products in accordance with the manufacturer recommendations. 3. TECHNICAL REQUIREMENTS 3.1. Cable Installation The contractor performing the work must follow the TIA/EIA-568-B, TIA/EIA-569-A and TIA/EIA-607 standards for all data wiring and adhere to all applicable building codes pertaining to commercial building telecommunications wiring standards. Please see detailed specifications. The contractor will be responsible for providing and installing any miscellaneous hardware and material necessary to neatly install all wiring. All wiring must be bundled and neatly terminated. The County is trying to have the cabling installed overhead when possible; however, if under floor installation is necessary, the County will be installing all fixtures. The County will move furniture to allow contractor access to the floor troughs if needed. BL141-22 Page 3 It will be the responsibility of the contractor to restore and test all existing devices (i.e., existing telephone connection when adding a new cable; a new category 6 data connection when and where applicable). The same applies when rearranging wiring during area renovations. This is to include cross connects for voice cable. The contractor will be responsible for all damage and repairs to the building due to the negligence of its workers. 3.2. Fiber Installation All fiber cabling is to be installed in inner-duct plenum, as required. Armor shield cable is acceptable. Alterations must be approved in writing by the Gwinnett County Network Supervisor or Network Manager. 3.3. Work Schedule The contractor must be able to respond and commence work within three days of receiving a written notification to proceed. Most work can be performed during regular business hours with minimal disruption. However, there are areas not accessible all the time and arrangements must be made to work around existing schedules. For example, work cannot be performed in or around active courtrooms and will be scheduled accordingly. 3.4. Work Area The contractor must maintain a safe working environment at all times. All debris must be removed upon completion of work. Disruption to the area must be kept to a minimum and work must be pre-scheduled with the affected area(s). 4. WARRANTY All materials and workmanship must be warranted for a minimum of two (2) years from the date the work was performed. 5. EQUIVALENT PRODUCTS All references to manufacturers and equivalent products are included for technical specifications. Equivalent items may be accepted if they meet all technical specifications, as well as standards of quality and purpose for the intended use, and interoperate with existing Gwinnett County Infrastructure, as determined by Gwinnett County. 6. AWARD It is the intent of the County to award the contract to a Primary, Secondary, and Tertiary Contractor so that Department projects are more likely to be completed in a timely manner. However, the County continues to reserve the right to award the contract in its best interest. The Primary Contractor will be the first company to be advised of a project. The County will consider the Primary Contractor’s workload including the total number of projects in process, project deadlines, emergencies, and other common circumstances to determine when to utilize the Secondary or Tertiary Contractor. The Secondary Contractor will be advised of a project when the Primary Contractor is unable to complete it and in the event that multiple Divisions needs services at the same time. The Tertiary Contractor will be advised of a project when the Primary and Secondary Contractors are unable to complete it and in the event that multiple Divisions needs services at the same time. BL141-22 Page 4 FAILURE TO RETURN THIS PAGE AS PART OF BID DOCUMENT MAY RESULT IN REJECTION OF BID BID SCHEDULE Gwinnett County requests only ONE price per line item. Section A Item # New Installations Approx. Annual Qty. Per Pull Cost (single pull) Total 1 CAT-6 UTP PVC DATA 1,500 $ $ 2 CAT-6 UTP PLENUM DATA 1,500 $ $ 3 SINGLE MODE FIBER BACKBONE 25 $ $ 4 MULTIMODE FIBER BACKBONE 75 $ $ Total of Section A $ Section B Item # Rearrangements Move/Change Approx. Annual Qty. Per Pull Cost (single pull) Total 1 CAT-6 UTP PVC DATA 500 $ $ 2 CAT-6 UTP PLENUM DATA 500 $ $ Total of Section B $ Total of Sections A & B $ Section C Item # Description Cost 1 State Percentage Mark-Up above Cost of Parts, Materials and Equipment: % 2 State hourly rate for work performed outside of the services required for the above unit prices, Regular Time $ 3 State hourly rate for work performed outside of the services required for the above unit prices, Overtime $ Notes: • Items A1-2 & B1-2: Base price per pull price for station wire at an average of 200 ft., the maximum will be 330 ft. • Items A3-4: Base price per pull price for fiber at an average of 300 ft., the maximum will be 600 ft.; 6- strand fiber. Company Name _____________________________________________________________________________________ FAILURE TO RETURN THIS PAGE AS PART OF BID DOCUMENT MAY RESULT IN REJECTION OF BID BL141-22 Page 5 Gwinnett County requires pricing to remain firm for the duration of the initial term of the contract. Failure to hold firm pricing for the initial term of the contract will be sufficient cause for Gwinnett County to declare bid non-responsive. Contract to begin February 20, 2023 or upon Board of Commissioners approval. Unless otherwise noted, quoted prices will remain firm for four (4) additional 12-month periods. If a percentage increase/decrease is a part of the renewal options, please note this in the space provided together with an explanation. Renewal Option 1: % Increase % Decrease Explanation Renewal Option 2: % Increase % Decrease Explanation Renewal Option 3: % Increase % Decrease Explanation Renewal Option 4: % Increase % Decrease Explanation Certification Of Non-Collusion in Bid Preparation Signature Date The undersigned acknowledges receipt of the following addenda, listed by number and date appearing on each: Addendum No. Date Addendum No. Date In compliance with the attached specifications, the undersigned acknowledges all requirements outlined in the "Instructions to Bidders" and all documents referred to therein, if this bid is accepted by the Board of Commissioners within ninety (90) days of the date of bid opening, to furnish any or all of the items upon which prices are bid, at the price set opposite each item bid, delivered to the designated point(s) within the time specified in the bid schedule. By submission of this bid, I understand that Gwinnett County uses Electronic Payments for remittance of goods and services. Vendors should select their preferred method of electronic payment upon notice of award. For more information on electronic payments, please refer to the Electronic Payment information in the instructions to bidders. Legal Business Name Federal Tax ID Complete Address Does your company currently have a location within Gwinnett County? Yes No Representative Signature Printed Name Telephone Number E-mail address BL141-22 Page 6 FAILURE TO RETURN THIS PAGE AS PART OF BID DOCUMENT MAY RESULT IN REJECTION OF BID REFERENCES Gwinnett County requests a minimum of three (3) references where work of a similar size and scope has been completed. Note: References should be customized for each project, rather than submitting the same set of references for every project bid. The references listed should be of similar size and scope of the project being bid on. Do not submit a project list in lieu of this form. 1. Company Name Brief Description of Project Completion Date Contract Amount $ Start Dates Contact Person Telephone E-Mail Address 2. Company Name Brief Description of Project Completion Date Contract Amount $ Start Date Contact Person Telephone E-Mail Address 3. Company Name Brief Description of Project Completion Date Contract Amount $ Start Date Contact Person Telephone E-Mail Address Company Name BL141-22 Page 7 Gwinnett County Government Network Wiring Standards This section outlines the wiring and cabling standards for the entire Gwinnett County Government data network infrastructure. STANDARDS The cable wiring standards defined below provide the standard for the network wiring of buildings within the Gwinnett County Government computing environment. These standards define a communications wiring system for buildings that support many different vendors' products and equipment. It also provides direction for the design of telecommunications products and specifies a standard of performance for those products. Employing these standards when building and deploying network equipment will maintain the integrity of the Gwinnett County Government computing system, as well as, keep operating costs to a minimum. While these standards are meant to apply particularly to new construction and major renovation projects, they should also be followed when wiring or rewiring existing buildings whenever it is practical and economically feasible. Gwinnett County’s Network and Telecommunications Teams will act as telecommunications consultants and review the plans for all Gwinnett County construction and renovation projects. It is recognized that the design process and the allocation of space in all construction and renovation projects is actually a negotiation between all interested parties. These standards provide information for the initial project design. Once the initial phase is complete, Gwinnett County’s Network and Telecommunications Teams and the other consultants will work with the Project Manager to perform the detailed work and ensure that a modern network infrastructure can be installed. Gwinnett County’s Network and Telecommunications Teams and other reviewers will always be flexible and make sure that the needs of the building occupants are met at the minimum possible cost. We realize each project is unique and negotiations are expected. It is the responsibility of both parties to agree on any changes. Individual requirements may vary by project, please contact Gwinnett County Network and/or Telecom Teams with any questions. Gwinnett County Network Team email address: GC-NetworkTeam@gwinnettcounty.com mailto:GC-NetworkTeam@gwinnettcounty.com BL141-22 Page 8 Building Entrance Termination Space/MDF/IDF 1. Building Entrance The building entrance room houses the facilities necessary to terminate the inter-building cable plant and to transition to the intra-building communications backbone cabling. Along with cable splice facilities, this room will also hold the lightening surge suppressors needed for the telephone system cable plant. The intra-building backbone cables run from this room to the MDF. In some cases this room may also serve as the MDF. 2. Main Distribution Frame (MDF) The Main Distribution Frame houses the core network/telecommunications equipment that services the building. The intra-building backbone cables run from this room via the vertical riser and horizontal pathways to the communications wiring closets (IDFs) throughout the building. In some cases this room may also serve as the IDF for this level/area of the building. 3. Intermediate Distribution Frame (IDF) The Intermediate Distribution Frame houses the equipment that services a specific area of a building such as a floor, wing, office group, etc. Whenever possible, the IDF closets should be vertically stacked in a multi-story building and each floor should have a minimum of one IDF. 4. Number of closets per building General rule of thumb is one communications closet per 10,000 square feet of office space. The distance from a communications closet to the device termination must not exceed 270 horizontal feet (82 meters). 5. Dimensions All Building Entrances, MDFs, and IDF Closets serving up to 100 outlet locations shall be 12X12 ft. minimum. In areas where greater than 100 outlet locations are anticipated the closet shall be sized on a case-by-case basis. Ceilings shall be 9 ft. minimum in height. A drop ceiling is preferred over a hard ceiling. The door shall be a minimum of 36” wide and 80” high, open outward. If the door must open inward, additional space must be added to the room to account for the door swing. 6. Lighting Lighting shall be a minimum of 50-foot candles measured 3 feet above the finished floor, mounted 8.5 ft. above the finished floor. No wall-mounted lighting will be allowed. 7. AC Power Two dedicated 20 amp 120 volt circuits shall be provided. A minimum of one quad outlet per wall shall be provided. Outlets should be marked with associated breaker number and location of panel. Access shall be provided to main building ground electrode. Additional power requirements, such as dedicated circuits with L5 or L6 devices will be determined by project. Backup power requirements will be determined on a per project basis. 8. Entrance pathway The entry pathway conduit between the building entrance point and the Building Entrance room shall be a minimum of two 4” conduits per entry path. Diverse entry is required unless otherwise specified, meaning entering from different points of the BL141-22 Page 9 building. If the entry pathways must run parallel to each other to the street, an eight-foot separation between the conduit routes is required. 9. Closet Linkage A backbone/riser cable pathway having the capacity of two (2) 4” conduits minimum shall be established between the Building Entrance Facility and one of the N vertically stacked closets (IDFs). If wiring closets are not stacked and positioned at random throughout a building, a 12” wide by 4” deep ladder rack shall be provided from the entrance facility to each closet. When multiple closets exist on a single floor, these closets must be interconnected via horizontal cable pathways. If drop ceilings are used, the closets should be interconnected using cable ladder that is 12 inches wide and 4 inches deep. In locations without drop ceilings a minimum of two four (4) inch conduits should be provided to implement the closet interconnection. A conduit system must include pull boxes at 100 foot intervals and after every pair of 90° bends. Conduits entering the closet through a 90 degree bend, whether from floor or ceiling, shall do so with a bend radius of 18 inches for 2’ Inner Diameter (ID) or less. Conduits with greater than a 2” ID shall have a radius ten times conduit ID. Pull cords shall be provided in all conduits. Unless otherwise specified, all closets should be linked with FDDI-grade 50 micron multi-mode fiber cable terminated with LC connections in rack mounted LIU’s. 10. Wall Treatment Fire treated 3⁄4” plywood must be mounted on end, edge-to-edge, on all walls. Plywood should start 6” off finished floor height and extend to a minimum of 8’ above finished floor height or to ceiling and should be painted light gray. 11. Flooring All closets must have non-conductive/non-static floor covering such as VCT. 12. Environment Temperature and humidity control shall be continuous over the range 50 to 85 degrees F with 30% to 75% relative humidity non-condensing. The cooling system should maintain the ambient room temperature of below 70 degrees F. A positive pressure shall be maintained with an air exchange sufficient to dissipate the heat generated by electronic/electrical equipment. Dissipated power will typically be less than 6,000 watts. The cooling system for the wiring closet must operate on a 24x7 basis, 365 days per year. Wiring closet cooling cannot be controlled by energy management systems that cut off cooling when the building is not occupied. The cooling system shall be an independent stand-alone system. Control for the system shall reside in the communications room. 13. Closet Penetrations Floor penetrations for vertically stacked closets shall be a minimum of two 4” penetrations per closet. Each penetration will include a bushed sleeve extending 1” above the finished floor. It is recommended that all penetrations be in clusters at a location in the closet stack specified by Gwinnett County Government. Penetrations for horizontal conduit or cable tray runs which use ceiling pathways should be near the 8 ft. level. Additional penetrations may be needed depending on the density of network devices needed in a particular area. 14. Fire Suppression Wiring closets should not include fire sprinkler heads. If sprinkler heads are required, a dry-pipe system is preferred. BL141-22 Page 10 15. Racks and Wire Management Where floor mount racks are installed vertical cable management is required on both sides and a minimum clearance of three feet is required on all four sides. In cases where more than one rack is installed cable management is required between the racks as well as on the ends. All floor mount racks shall be bolted to the floor and all racks should be grounded per building codes. 16. Grounding All closets must have a properly grounded ground bus bar installed in compliance with applicable NEC and/or local code. Minimum of #6 copper wire should be used to ground all equipment 17. Security All closets must be dedicated for Network/Telecom use or all equipment and wiring must be placed in a lockable enclosure. 18. Access Control Access should be controlled by standard centralized access control unless otherwise specified. If not available, the lock should use county key ABA2. BL141-22 Page 11 Horizontal Wiring 1. General Horizontal wiring is that portion of the building telecommunications infrastructure which supports signal transmission from the telecommunications closet to the user workstation. Included in this section are the closet-to-workstation cable, telecommunications closet termination hardware, and workstation wall outlet hardware. 2. Closet-to-Wall Outlet Distance The closet-to-wall outlet distance shall be a maximum of 290 cable-feet. Multiple closets shall be provided where necessary to meet this requirement. Remember to include the vertical components of a cable path when calculating distances. The 290 foot limit is cable length and not simply floor path length. 3. Ceiling Cable Pathways Ceilings used as distribution pathways for horizontal cabling shall meet the following conditions: a. If a fixed ceiling has to be used as a cable route, properly sized conduit must be installed as a pass through: i. Conduit Capacity: 1. 4 inch conduit = 100 Category 6 cables 2. 3 inch conduit = 50 Category 6 cables 3. 2 inch conduit = 24 Category 6 cables 4. 1 inch conduit = 8 Category 6 cables b. Ceilings of lay-in tiles which allow easy access to a suitable space above are recommended. Suitable space is defined as that which supports the installation and ready use of a 12” open-frame center spine cable ladder. These cable ladders should be installed in all hallways. Solid bottom cable trays are not to be used. c. Height of the cable ladder/raceway above the finished floor shall be no more than 11’. d. Metal cable ladders/raceways shall be bonded to the building ground per applicable code. e. Plenum ceilings add to the cost of wiring a building since special type of cable must be used to meet fire codes. Raceway-to-Outlet Cable Path 1. A 1” conduit shall be provided from the cable raceway area above the ceiling to a quad wall box, or quad boxes if specifically requested, for each workstation location. The quad box should be fitted with a mud ring to size it down to use a duplex outlet faceplate. The conduit should be installed from the outlet box to the cable ladder in main corridor. 2. When no cable ladder exists, a simple stub termination of the in-wall outlet conduit extending several inches into the ceiling space is preferred. 3. A cable ladder should be installed for all addition and renovation projects. 4. Enclosed raceways should not be installed as this restricts access. 5. Pull ropes shall be installed in all conduits as part of the conduit installation work. 6. Daisy-chained systems that originate in the wiring closet and serve multiple outlets via a single conduit are not allowed. BL141-22 Page 12 Device Termination 1. Installed cable Standard practice shall be to install two Category 6 twisted-pair cables from the telecommunications closet to each outlet location. Blue cable will be used for the first drop; yellow cable will be used for the second. Installed cable must meet all NEC and local code requirements. Additional or requirements will be determined on a case by case basis. 2. Twisted-pair Wall Outlet Terminations Twisted-pair wiring wall outlet terminations shall be Category 6. The outlet wall plate shall be part of a modular system that supports twisted-pair, coax, and fiber. Some locations may require specialized terminations. Cables will be terminated into one blue and one yellow jack. Each drop will be labeled with the room number of the telecommunications closet, patch panel identifier (A-Z), and port number. e.g., 2W1823-A-4 3. Closet-to-Wall Outlet Distance The closet-to-wall outlet distance shall be a maximum of 290 cable-feet. Multiple closets shall be provided where necessary to meet this requirement. Remember to include the vertical components of a cable path when calculating distances. The 290-foot limit is cable length and not simply floor path length. 4. Communications outlet density Standard practice shall be to install two (2) communications outlets per 100 sq. ft. of assignable office space. In all other areas, communications outlets to be provided as required. Interaction with the department that will occupy the space is essential when determining the number and location of telecommunications outlets. 5. Performance Requirements All cables must meet or exceed Category performance standards after terminated. Every drop must be certified using an appropriate testing meter capable of testing all Category specifications. CABLE Certification for ALL cables is required before project completion. 6. System Furniture Installation All jacks must be mounted in the system furniture. All wiring must be routed in the system furniture out of sight. BL141-22 Page 13 Building Backbone Cabling 1. General Building backbone cabling refers to the intra-building communication trunk system. This will consist of optical cable unless otherwise specified. 2. Fiber Specifications All fiber shall be Corning multimode graded index fiber with a 50 micron core/cladding diameter, OM4 rated, buffered to 900 microns, and housed in a UL, OFNR rated jacket or standard Corning SMF-28e single-mode 8 micron cable. Minimum Performance Specifications for Multi-mode cable Wavelength (nm) Attenuation (dB/Km) Capacity (MHz-Km) 850 3.75 160 1300 1.5 500 3. Topology Building backbone cabling shall have a star topology unless otherwise specified. 4. Intra-building Data Backbone Wherever maximum lengths are not exceeded by any single run within a specific building or site, 50 micron multi-mode optical cabled will be used. Whenever a single run within a specific building or site exceeds maximum lengths, 8 micron single-mode optical cable will be used. All cable will be terminated to accept LC connections. BL141-22 Page 14 Miscellaneous Topics 1. Documentation Documentation shall be computer based and include both schematic and table forms. Elements of the building infrastructure to be documented shall be chosen based on local requirements and with reference to the TIA/EIA-606 infrastructure administration standard. A documentation maintenance program shall be developed and put into effect. A building floor plan showing details of the cabling system shall be provided. The document shall show end points of cables installed. 2. Proximity to EMI sources Telecommunications closets and wiring pathways shall not be located in close proximity to sources of electromagnetic interference. Special attention shall be given to potential EMI sources such as large electric motors, welding equipment, transformers, breaker panels, high current lines, etc. Wiring pathways shall be at least 12” from unshielded power lines of 480 volts and at least 5” from fluorescent lighting fixtures. 3. Wire Management Velcro cable ties are preferred. Plastic tie wraps are permissible where Velcro will not be strong enough. BL141-22 Page 15 Rack Layout Standard 22 U 22 U 22 U 22 U 42 U 2 U Fiber tray 1 U PDU 2 U Cable Management 2 U 48 Port Patch Panel 2 U Cable Management 2 U 48 Port Patch Panel 2 U Cable Management 2 U Router/SRST/etc. 2 U Cable Management 1 U Switch 2 U Cable Management 1 U Switch 2 U Cable Management 19 U 2 U Fiber tray 1 U PDU 2 U Cable Management 2 U 48 Port Patch Panel 2 U Cable Management 2 U Router/SRST/etc. 1 U Switch 2 U Cable Management 2 U 48 Port Patch Panel 2 U Cable Management Gwinnett County Standard Rack Layout BL141-22 Page 16 FAILURE TO RETURN THIS PAGE AS PART OF BID DOCUMENT MAY RESULT IN REJECTION OF BID Product Information Company Name _________________________________________________________________________________________ Use of brand names and specific manufacturers are not intended to limit competition, but rather to ensure the standard of quality Gwinnett County is seeking. Equivalent items may be accepted if they meet all standards of quality and purpose for the intended use, as determined by Gwinnett County. Samples may be required to assist in determining if item bid is an equivalent. Samples and specifications of the listed brand name/product number will be utilized to determine equivalency. Wiring Product Manufacturer Model/Type/Part Number Comments Proposed Manufacturer Model/Type/Part Number Cable Must meet specified TIA/EIA industry standards • Cat6 or better • Primary color Blue • Secondary color Yellow • A Cat 6 or better end-to-end solution is required. • Panduit patch cables are available in various lengths. • Total end-to-end certified Cat6 solution • 250 Mhz is the minimum acceptable level Mini Com Jacks for Data Panduit CJ688TGBU-24 Blue for primary CJ688TGYL-24 Yellow for Secondary • Designed to meet TIA/EIA-568-B-2-1 Category 6 standard • ETL tested and approved for Category 6 component compliance • 100% tested to ensure NEXT performance • Forward motion termination speeds installation and places no impact on critical internal components for maximum reliability • No punch down tool required, optional termination tool (CGJT) ensures conductors are fully terminated • Utilizes patented Giga-TXTM Technology to optimize performance by reducing conductor untwist to less than 3mm • Terminates 4-pair 24 and 22 AWG 100 ohm solid unshielded twisted pair cable • Can be re-terminated a minimum of 10 times • Termination cap provides excellent strain relief, helps control cable bend radius and securely retains wires • Termination cap includes universal label for T568A and T568B wiring schemes • Accepts 6 and 8 position modular plugs without damage • Ivory colored termination cap designates Category 6 performance with Giga-TXTM Technology • Can be clearly identified with optional labels and icons • Compatible with Mini-Com® modular patch panels, faceplates and surface mount boxes BL141-22 Page 17 FAILURE TO RETURN THIS PAGE AS PART OF BID DOCUMENT MAY RESULT IN REJECTION OF BID Product Information Company Name _________________________________________________________________________________________ Product Manufacturer Model/Type/Part Number Comments Proposed Manufacturer Model/Type/Part Number Faceplates Panduit CFPE4IWY • Accept Mini-Com® Modules for STP and UTP, Fiber Optic and Audio/Video, which snap in and out for easy moves, adds and changes • Includes label/label covers for easy port identification • Raised rail design for aesthetic appeal Mini-com Surface Mount Boxes Panduit CBX4IW-AY • Accept Mini-Com® Modules for STP and UTP, Fiber Optic and Audio/Video, which snap in and out for easy moves, adds and changes • Mount easily with supplied mounting screws, adhesive tape or optional magnet (CBM-X) • Cable entry from side and rear knockouts and from opening in center of base • CBXJ2 and CBX2 include built-in removable blank to add a second module • Optional adhesive labels available Mini-com Double Gang Boxes Panduit CFPE10IW-2GY • Accept Mini-Com® Modules for STP and UTP, fiber optic and audio/video, which snap in and out for easy moves, adds, and changes • Include label/label covers for easy port identification • Raised rail design for aesthetic appeal Patch Panels – 48-port installations Panduit CPPL48M6BLY • Arrange modules in groups of six (M6) • Allow front access to installed modules • Accept Mini-Com® Modules for UTP, Fiber Optic and Audio/Video, which snap in and out for easy moves, adds and changes • Include pre-printed numbered labels with writable surface on back when pre- numbered labels are not applicable • Mount to standard EIA 19" racks or 23" racks with optional extender brackets BL141-22 Page 18 FAILURE TO RETURN THIS PAGE AS PART OF BID DOCUMENT MAY RESULT IN REJECTION OF BID Product Information Company Name _________________________________________________________________________________________ Product Manufacturer Model/Type/Part Number Comments Proposed Manufacturer Model/Type/Part Number Horizontal Cable Management (Patch Panel) Panduit WMPH2E 2 Per Patch Panel (1 above and 1 below) • Lightweight plastic construction provides durability and easy installation • Patented dual hinged cover allows cable access without removing cover • Rounded edges on fingers protect cables from snags and damage to cable • Flexible fingers allows easy installation and removal of cables • Increased finger spacing provides larger area for high performance Category 6 cables • Pass-through holes allow front to rear cabling • Mount to standard 19" EIA racks and cabinets • Covers, #12-24 and M6 mounting screws included Vertical Cable Management Panduit WMPV22E (see note) 1 on each side of floor rack. NOTE: If cabling from patch panel to switch will extend further than halfway down the rack use part: WMPV45 • Large finger openings accommodate up to 24 Category 6 cables • Integral cable retainers on the end of each finger to help contain cables within each rack unit • Bend radius fingers align with rack spaces to support cables as they transition to the vertical pathway • Dual hinged covers can be opened 110° to the left or right to provide complete access to the cables inside the vertical pathway • Snap-on cable retainers can be placed on to fingers to help retain cables in channel during installation and maintenance • Vertical managers include hinged covers, cable retainers, mounting brackets and #12- 24 screws Patch Panels – 12-port installations Panduit CPP12WBL • Release snap feature on faceplate allows front access to installed modules • Accept Mini-Com® Modules for UTP, Fiber Optic and Audio/Video, which snap in and out for easy moves, adds and changes • Mount directly onto wall • Modular design for easy cabling revisions javascript:showgraphic(%22item%22,%20%2219342%22,%20%2236461%22,%20%22%22,%22%22) BL141-22 Page 19 FAILURE TO RETURN THIS PAGE AS PART OF BID DOCUMENT MAY RESULT IN REJECTION OF BID Product Information Company Name _________________________________________________________________________________________ Product Manufacturer Model/Type/Part Number Comments Proposed Manufacturer Model/Type/Part Number Standard Black 19” Floor Racks Chatsworth (or equivalent) 55053-X03 - 7 feet • Underwriters Laboratory listed 22Y9 communications circuit accessory designed specifically for use in telecommunications equipment installations where codes require UL Listed equipment racks • Mount 3’ from the wall to provide working clearance Standard Black 19” Wall Racks Hoffman EWMR24T • Front Door (window) scratch-resistant 1/4- in. tinted safety glass • 140-degree opening door • Field-reversible (left or right) hinge • Quarter-turn key lock, two keys included • Center Section • Solid top of center sections provides protection against falling debris • Ventilated sides (to which fans can be added) • Self-latching closure connects center section to wall section • Self-alignment ramp supports center section to wall section • Heavy duty center-to-rear section hinge with quick-release self-retained hinge pin eases wall installation • EIA universal spaced 19-in. rack-mounting holes • RU marked from bottom to top • Tapped 10-32 holes, 20 mounting screws included • Rear Wall Section • Radius corners; no sharp edges • Gland plates • Cable tie-down points for cable management • Three cable-entry grommets BL141-22 Page 20 FAILURE TO RETURN THIS PAGE AS PART OF BID DOCUMENT MAY RESULT IN REJECTION OF BID Product Information Company Name _________________________________________________________________________________________ a) Fiber Cable - Fiber Optic Cable shall be used between buildings, wiring closets, or building additions. Product Manufacturer Model/Type/Part Number Comments Proposed Manufacturer and Part Type/Model Number Multimode Fiber (6 or 12 strand) No preferred mfr. but must meet the specified TIA/EIA industry standards Between MDF and IDF’s terminated with LC ends in LIU trays • The fiber size will be dependent upon project requirements. • All fiber distribution wiring must be in conduit or armored cable must be used i.e., MDF to IDF, and floor to floor. • Fiber inner-duct or armored cable required in all spaces where fiber will not be placed in conduit • Additional inner-duct requirements may be required as needed per project. Wire Labeling Type Labeling Data Labeling Each drop will be labeled with the room number of the telecommunications closet, patch panel identifier (A-Z), and port number. e.g., 2W1823-A-4 Cable Tray Requirements Product Manufacturer Model/Type/Part Number Comments Proposed Manufacturer and Part Type/Model Number Cable tray system CABLOFIL CF-54/150 2”Hx6”W • For all new construction and remodeled spaces where applicable • Size (capacity) dependent on quantity of wires to be run: o 50 or less - 6'' cable tray o Over 50 wires – 12+” • Cable tray should run down the center of hallways and no farther than 20' from any wall stub Wall mounted cable tray CABLOFIL CF-54/300 2”Hx12”W • Installed inside the telephone room (MDF) • A minimum of 12'' below the ceiling on all four walls • "As required” in all IDF's • Installed outside the MDF/IDF rooms • Must be anchored on both sides • No center anchoring is permitted • All cable tray assemblies must be grounded • All low voltage wiring may utilize the cable tray but must be separated (tie wrapped) and bundled BL141-22 Page 21 FAILURE TO RETURN THIS PAGE AS PART OF BID DOCUMENT MAY RESULT IN REJECTION OF BID Product Information Company Name _________________________________________________________________________________________ Fire Wall Penetrations Product Manufacturer Model/Type/Part Number Comments Proposed Manufacturer and Part Type/Model Number Fire Stop Devices EZ-Path • Pathway firestop devices on all firewall penetration points are required • All penetrations must be sealed to code BL141-22 Page 22 STANDARD INSURANCE REQUIREMENTS (For projects less than $1,000,000) 1. Statutory Workers' Compensation Insurance (a) Employers Liability:  Bodily Injury by Accident - $100,000 each accident  Bodily Injury by Disease - $500,000 policy limit  Bodily Injury by Disease - $100,000 each employee 2. Commercial General Liability Insurance (a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) The following additional coverage must apply:  1986 (or later) ISO Commercial General Liability Form  Dedicated Limits per Project Site or Location (CG 25 03 or CG 25 04)  Additional Insured Endorsement (Form B CG 20 10 with a modification for completed operations or a separate endorsement covering Completed Operations)  Blanket Contractual Liability  Broad Form Property Damage  Severability of Interest  Underground, explosion, and collapse coverage  Personal Injury (deleting both contractual and employee exclusions)  Incidental Medical Malpractice  Hostile Fire Pollution Wording 3. Auto Liability Insurance (a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) Comprehensive form covering all owned, non-owned, leased, hired, and borrowed vehicles (c) Additional Insured Endorsement (d) Contractual Liability 4. Umbrella Liability Insurance - $1,000,000 limit of liability (a) The following additional coverage must apply  Additional Insured Endorsement  Concurrency of Effective Dates with Primary  Blanket Contractual Liability  Drop Down Feature  Care, Custody, and Control - Follow Form Primary  Aggregates: Apply Where Applicable in Primary  Umbrella Policy must be as broad as the primary policy 5. Gwinnett County Board of Commissioners (and any applicable Authority) should be shown as an additional insured on General Liability, Auto Liability and Umbrella Liability policies. 6. The cancellation should provide 10 days notice for nonpayment and 30 days notice of cancellation. 7. Certificate Holder should read: Gwinnett County Board of Commissioners 75 Langley Drive Lawrenceville, GA 30046-6935 8. Insurance Company, except Worker' Compensation carrier, must have an A.M. Best Rating of A-5 or higher. Certain Workers' Comp funds may be acceptable by the approval of the Insurance Unit. European markets including those based in London and domestic surplus lines markets that operate on a non-admitted basis are exempt from this requirement provided that the contractor’s broker/agent can provide financial data to establish that a market is equal to or exceeds the financial strengths associated with the A.M. Best’s rating of A-5 or better. BL141-22 Page 23 9. Insurance Company should be licensed to do business by the Georgia Department of Insurance. 10. Certificates of Insurance, and any subsequent renewals, must reference specific bid/contract by project name and project/bid number. 11. The Contractor shall agree to provide complete certified copies of current insurance policy (ies) or a certified letter from the insurance company (ies) if requested by the County to verify the compliance with these insurance requirements. 12 All insurance coverages required to be provided by the Contractor will be primary over any insurance program carried by the County. 13. Contractor shall incorporate a copy of the insurance requirements as herein provided in each and every subcontract with each and every Subcontractor in any tier, and shall require each and every Subcontractor of any tier to comply with all such requirements. Contractor agrees that if for any reason Subcontractor fails to procure and maintain insurance as required, all such required Insurance shall be procured and maintained by Contractor at Contractor's expense. 14. No Contractor or Subcontractor shall commence any work of any kind under this Contract until all insurance requirements contained in this Contract have been complied with and until evidence of such compliance satisfactory to Gwinnett County as to form and content has been filed with Gwinnett County. The Acord Certificate of Insurance or a preapproved substitute is the required form in all cases where reference is made to a Certificate of Insurance or an approved substitute. 15. The Contractor shall agree to waive all rights of subrogation against the County, the Board of Commissioners, its officers, officials, employees, and volunteers from losses arising from work performed by the contractor for the County. 16. Special Form Contractors’ Equipment and Contents Insurance covering owned, used, and leased equipment, tools, supplies, and contents required to perform the services called for in the Contract. The coverage must be on a replacement cost basis. The County will be included as a Loss Payee in this coverage for County owned equipment, tools, supplies, and contents. 17. The Contractor shall make available to the County, through its records or records of their insurer, information regarding a specific claim related to any County project. Any loss run information available from the contractor or their insurer relating to a County project will be made available to the County upon their request. 18. Compliance by the Contractor and all subcontractors with the foregoing requirements as to carrying insurance shall not relieve the Contractor and all Subcontractors of their liability provisions of the Contract. 19. The Contractor and all Subcontractors are to comply with the Occupational Safety and Health Act of 1970, Public Law 91-956, and any other laws that may apply to this Contract. 20. The Contractor shall at a minimum apply risk management practices accepted by the contractors’ industry. Rev. 5/19 BL141-22 Page 24 BL141-22 On-Demand Installation Services for Voice and Data Wiring on an Annual Contract Page 24 CONTRACTOR AFFIDAVIT AND AGREEMENT (THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL) By executing this affidavit, the undersigned contractor verifies its compliance with The Illegal Immigration Reform Enhancements for 2013, stating affirmatively that the individual, firm, or corporation which is contracting with the Gwinnett County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security] to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act, in accordance with the applicability provisions and deadlines established therein. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services or the performance of labor pursuant to this contract with the Gwinnett County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with the Illegal Immigration Reform and Enforcement Act on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Gwinnett County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. _________________________________________ _____________________________________ E-Verify * User Identification Number Date Registered _________________________________________ Legal Company Name _________________________________________ Street Address _________________________________________ City/State/Zip Code _____________________________________ _____________________________________ BY: Authorized Officer or Agent Date (Contractor Signature) __________________________________________ Title of Authorized Officer or Agent of Contractor ___________________________________________ Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _______ DAY OF ______________________, 20_______ ________________________________________________ Notary Public My Commission Expires: ___________________________ * As of the effective date of O.C.G.A. 13-10-91, the applicable federal work authorization program is “E-Verify” operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). For Gwinnett County Use Only: Document ID #________________ Issue Date: ___________________ Initials: ______________________ BL141-22 Page 25 BL141-22 On-Demand Installation Services for Voice and Data Wiring on an Annual Contract Page 25 CODE OF ETHICS AFFIDAVIT PLEASE RETURN THIS FORM COMPLETED WITH YOUR SUBMITTAL. SUBMITTED FORMS ARE REQUIRED PRIOR TO EVALUATION. In accordance with Section 54-33 of the Gwinnett County Code of Ordinances the undersigned bidder makes the following full and complete disclosure under oath, to the best of their knowledge, of the name(s) of all elected officials whom it employs or who have a direct or indirect pecuniary interest in or with the bidder/proposer, its affiliates or its subcontractors: 1. ___________________________________________________________________________________ Company Submitting Bid 2. Please select one of the following:  No information to disclose (complete only section 4 below)  Disclosed information below (complete section 3 & section 4 below) 3. If additional space is required, please attach list: Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name 4. BY: Authorized Officer or Agent Signature Printed Name of Authorized Officer or Agent Title of Authorized Officer or Agent of Contractor Sworn to and subscribed before me this day of , 20 Notary Public (seal) Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec. 54-33. The ordinance will be available to view in its’ entirety at GwinnettCounty.com BL141-22 Page 26 FAILURE TO RETURN THIS PAGE MAY RESULT IN REMOVAL OF YOUR COMPANY FROM COMMODITY LISTING. BL141-22 Buyer Initials: DG IF YOU DESIRE TO SUBMIT A "NO BID" IN RESPONSE TO THIS PACKAGE, PLEASE INDICATE BY CHECKING ONE OR MORE OF THE REASONS LISTED BELOW AND EXPLAIN. Do not offer this product or service; remove us from your bidder's list for this item only. Specifications too "tight"; geared toward one brand or manufacturer only. Specifications are unclear. Unable to meet specifications Unable to meet bond requirements Unable to meet insurance requirements Our schedule would not permit us to perform. Insufficient time to respond. Other COMPANY NAME AUTHORIZED REPRESENTATIVE SIGNATURE ***ATTENTION*** FAILURE TO RETURN THE FOLLOWING DOCUMENTS MAY RESULT IN BID BEING DEEMED NON-RESPONSIVE AND AUTOMATIC REJECTION: 1. FAILURE TO USE COUNTY BID SCHEDULE. 2. FAILURE TO RETURN APPLICABLE COMPLIANCE SHEETS/SPECIFICATION SHEETS. 3. FAILURE TO RETURN APPLICABLE ADDENDA. 4. FAILURE TO PROVIDE INFORMATION ON ALTERNATES OR EQUIVALENTS. 5. THE COUNTY SHALL BE THE SOLE DETERMINANT OF TECHNICALITY VS. NON- RESPONSIVE BID. 6. FAILURE TO PROVIDE BID BOND, WHEN REQUIRED, WILL RESULT IN BID BEING DEEMED NON-RESPONSIVE AND AUTOMATIC REJECTION. BID BONDS ARE NOT REQUIRED ON ALL BIDS. BOND REQUIREMENTS ARE CLEARLY STATED ON THE INVITATION TO BID. IF YOU NEED CLARIFICATION, CONTACT THE PURCHASING ASSOCIATE. IF BONDS ARE REQUIRED, FORMS WILL BE PROVIDED IN THIS BID DOCUMENT. 7. FAILURE TO PROVIDE CONTRACTOR AFFIDAVIT AND AGREEMENT, WHEN REQUIRED, MAY RESULT IN BID BEING DEEMED NON-RESPONSIVE AND AUTOMATIC REJECTION. CONTRACTOR AFFIDAVIT AND AGREEMENT IS NOT REQUIRED ON ALL BIDS. IF YOU NEED CLARIFICATION, CONTACT THE PURCHASING ASSOCIATE. GWINNETT COUNTY DEPARTMENT OF FINANCIAL SERVICES – PURCHASING DIVISION GENERAL INSTRUCTIONS FOR BIDDERS, TERMS AND CONDITIONS I. PREPARATION OF BIDS A. Each bidder shall examine the drawings, specifications, schedule and all instructions. Failure to do so will be at the bidder’s risk, as the bidder will be held accountable for their bid response. B. Each bidder shall furnish all information required by the bid form or document. Each bidder shall sign the bid and print or type his or her name on the schedule. The person signing the bid must initial erasures or other changes. An authorized agent of the company must sign bids. C. With the exception of solicitations for the sale of real property, individuals, firms and businesses seeking an award of a Gwinnett County contract may not initiate or continue any verbal or written communications regarding a solicitation with any County officer, elected official, employee or other County representative other than the Purchasing Associate named in the solicitation between the date of the issuance of the solicitation and the date of the final contract award by the Board of Commissioners. The Purchasing Director will review violations. If determined that such communication has compromised the competitive process, the offer submitted by the individual, firm or business may be disqualified from consideration for award. Solicitations for the sale of real property may allow for verbal or written communications with the appropriate Gwinnett County representative. D. Sample contracts (if pertinent) are attached. These do NOT have to be filled out with the bid/proposal submittal but are contained for informational purposes only. If awarded, the successful bidder(s) will be required to complete them prior to contract execution. E. Effective, July 1, 2013 and in accordance with the Georgia Illegal Immigration Reform Enhancements for 2013, an original signed, notarized and fully completed Contractor Affidavit and Agreement should be included with your bid/proposal submittal, if the solicitation is for the physical performance of services for all labor or service contract(s) that exceed $2,499.99 (except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State Bar of Georgia). Failure to provide the Contractor Affidavit and Agreement with your bid/proposal submittal may result in bid/proposal being deemed non-responsive and automatic rejection. II. DELIVERY A. Each bidder should state time of proposed delivery of goods or services. B. Words such as “immediate,” “as soon as possible,” etc. shall not be used. The known earliest date or the minimum number of calendar days required after receipt of order (delivery A.R.O.) shall be stated (if calendar days are used, include Saturday, Sunday, and holidays in the number). III. EXPLANATION TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the invitation for bids, drawings, specifications, etc. must be requested by the question cutoff deadline stated in the solicitation in order for a reply to reach all bidders before the close of bid. Any information given to a prospective bidder concerning an invitation for bid will be furnished to all prospective bidders as an addendum to the invitation if such information is necessary or if the lack of such information would be prejudicial to uninformed bidders. The written bid documents supersede any verbal or written communications between parties. Receipt of addendum should be acknowledged in the bid. It is the bidder’s responsibility to ensure that they have all applicable addenda prior to bid submittal. This may be accomplished via contact with the assigned Procurement Agent prior to bid submittal. IV. SUBMISSION OF BIDS A. Bids shall be enclosed in sealed envelopes, addressed to the Gwinnett County Purchasing Office with the name of the bidder, the date and hour of opening and the invitation to bid number on the face of the envelope. Telegraphic/faxed bids will not be considered. Any addenda should be enclosed in the sealed envelopes as well. B. ADD/DEDUCT: Add or deduct amounts indicated on the outside of the envelope are allowed and will be applied to the lump sum amount. Amount shall be clearly stated and should be initialed by an authorized company representative. C. Samples of items, when required, must be submitted within the time specified and, unless otherwise specified by the County, at no expense to the County. Unless otherwise specified, samples will be returned at the bidder’s request and expense if items are not destroyed by testing. D. Items offered must meet required specifications and must be of a quality, which will adequately serve the use and purpose for which intended. E. Full identification of each item bid upon, including brand name, model, catalog number, etc. must be furnished to identify exactly what the bidder is offering. Manufacturer’s literature may be furnished. F. The bidder must certify that items to be furnished are new and that the quality has not deteriorated so as to impair its usefulness. G. Unsigned bids will not be considered except in cases where bid is enclosed with other documents, which have been signed. The County will determine this. H. Gwinnett County is exempt from federal excise tax and Georgia sales tax with regard to goods and services purchased directly by Gwinnett County. Suppliers and contractors are responsible for federal excise tax and sales tax, including taxes for materials incorporated in county construction projects. Suppliers and contractors should contact the State of Georgia Sales Tax Division for additional information. I. Information submitted by a bidder in the bidding process shall be subject to disclosure after the public opening in accordance with the Georgia Open Records Act. V. WITHDRAWAL OF BID DUE TO ERRORS The bidder shall give notice in writing of his claim of right to withdraw his bid without penalty due to an error within two (2) business days after the conclusion of the bid opening procedure. Bids may be withdrawn from consideration if the price was substantially lower than the other bids due solely to a mistake therein, provided the bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of the bid, which unintentional arithmetic error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and material used in the preparation of the bid sought to be withdrawn. The bidder’s original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his bid. If a bid is withdrawn under the authority of this provision, the lowest remaining responsive bid shall be deemed to be low bid. No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor or perform any subcontract or other work agreement for the person or firm to whom the contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn bid was submitted. Supplier has up to forty-eight (48) hours to notify the Gwinnett County Purchasing Office of an obvious clerical error made in calculation of bid in order to withdraw a bid after bid opening. Withdrawal of bid for this reason must be done in writing within the forty-eight (48) hour period. Suppliers who fail to request withdrawal of bid by the required forty- eight (48) hours shall automatically forfeit bid bond. Bid may not be withdrawn otherwise. Bid withdrawal is not automatically granted and will be allowed solely at Gwinnett County’s discretion. VI. TESTING AND INSPECTION Since tests may require several days for completion, the County reserves the right to use a portion of any supplies before the results of the tests are determined. Cost of inspections and tests of any item, which fails to meet the specifications, shall be borne by the bidder. VII. F.O.B. POINT Unless otherwise stated in the invitation to bid and any resulting contract, or unless qualified by the bidder, items shall be shipped F.O.B. Destination. The seller shall retain title for the risk of transportation, including the filing for loss or damages. The invoice covering the items is not payable until items are delivered and the contract of carriage has been completed. Unless the F.O.B. clause states otherwise, the seller assumes transportation and related charges either by payment or allowance. VIII. PATENT INDEMNITY The contractor guarantees to hold the County, its agents, officers or employees harmless from liability of any nature or kind for use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, articles or appliances furnished or used in the performance of the contract, for which the contractor is not the patentee, assignee or licensee. IX. BID BONDS AND PAYMENT AND PERFORMANCE BONDS (IF REQUIRED, FORMS WILL BE PROVIDED IN THIS DOCUMENT) A five percent (5%) bid bond, a one hundred percent (100%) performance bond, and a one hundred percent (100%) payment bond must be furnished to Gwinnett County for any bid as required in bid package or document. Failure to submit a bid bond with the proper rating will result in the bid being deemed non-responsive. Bonding company must be authorized to do business in Georgia by the Georgia Insurance Commission, listed in the Department of the Treasury’s publication of companies holding certificates of authority as acceptable surety on Federal bonds and as acceptable reinsuring companies, and have an A.M. Best rating as stated in the insurance requirement of the solicitation. The bid bond, payment bond, and performance bond must have the proper an A.M. Best rating as stated in the bid when required in the bid package or document. X. DISCOUNTS A. Time payment discounts will be considered in arriving at net prices and in award of bids. Offers of discounts for payment within ten (10) days following the end of the month are preferred. B. In connection with any discount offered, time will be computed from the date of delivery and acceptance at destination, or from the date correct invoice or voucher is received, whichever is the later date. Payment is deemed to be made for the purpose of earning the discount, on the date of the County check. XI. AWARD A. Award will be made to the lowest responsive and responsible bidder. The quality of the articles to be supplied, their conformity with the specifications, their suitability to the requirements of the County, and the delivery terms will be taken into consideration in making the award. The County may make such investigations as it deems necessary to determine the ability of the bidder to perform, and the bidder shall furnish to the County all such information and data for this purpose as the County may request. The County reserves the right to reject any bid if the evidence submitted by, or investigation of such bidder fails to satisfy the County that such bidder is properly qualified to carry out the obligations of the contract. B. The County reserves the right to reject or accept any or all bids and to waive technicalities, informalities and minor irregularities in bids received. C. The County reserves the right to make an award as deemed in its best interest, which may include awarding a bid to a single bidder or multiple bidders; or to award the whole bid, only part of the bid, or none of the bid to single or multiple bidders, based on its sole discretion of its best interest. XII. DELIVERY FAILURES Failure of a contractor to deliver within the time specified or within reasonable time as interpreted by the Purchasing Director, or failure to make replacement of rejected articles/services when so requested, immediately or as directed by the Purchasing Director, shall constitute authority for the Purchasing Director to purchase in the open market articles/services of comparable grade to replace the articles/services rejected or not delivered. On all such purchases, the contractor shall reimburse the County within a reasonable time specified by the Purchasing Director for any expense incurred in excess of contract prices, or the County shall have the right to deduct such amount from monies owed the defaulting contractor. Alternatively, the County may penalize the contractor one percent (1%) per day for a period of up to ten (10) days for each day that delivery or replacement is late. Should public necessity demand it, the County reserves the right to use or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Purchasing Director. XIII. COUNTY FURNISHED PROPERTY No material, labor or facilities will be furnished by the County unless so provided in the invitation to bid. XIV. REJECTION AND WITHDRAWAL OF BIDS Failure to observe any of the instructions or conditions in this invitation to bid may constitute grounds for rejection of bid. XV. CONTRACT Each bid is received with the understanding that the acceptance in writing by the County of the offer to furnish any or all of the commodities or services described therein shall constitute a contract between the bidder and the County which shall bind the bidder on his part to furnish and deliver the articles quoted at the prices stated in accordance with the conditions of said accepted bid. The County, on its part, may order from such contractor, except for cause beyond reasonable control, and to pay for, at the agreed prices, all articles specified and delivered. Upon receipt of a bid package containing a Gwinnett County “Sample Contract” as part of the requirements, it is understood that the bidder has reviewed the documents with the understanding that Gwinnett County requires that all agreements between the parties must be entered into via this document. If any exceptions are taken to any part, each must be stated in detail and submitted as part of the bid. If no exceptions are stated, it is assumed that the bidder fully agrees to the provisions contained in the “Sample Contract” in its entirety. Any Consultant as defined in O.C.G.A. §36-80-28 that is engaged to develop or draft specifications/requirements or serve in a consultative role during the procurement process for any County procurement method, , by entering into such an arrangement or executing a contract that the consultant a agrees to: (1) Avoid any appearance of impropriety and shall follow all policies and procedures of the County (2) disclose to the County, any material transaction or relationship pursuant to §36-80-28, considered a conflict of interest, any involvement in litigation or other dispute, relationship or financial interest not disclosed in the ethics affidavit, when ethics affidavit is required or such that may be discovered during the pending contract or arrangement; and (3) Acknowledge that any violation or threatened violation of the agreement may cause irreparable injury to the County, entitling the County, to seek injunctive relief in addition to all other legal remedies. This requirement does not apply to confidential economic development activities pursuant to §50-18-72 or to any development authority for the purpose of promoting the development of trade, commerce, industry, and employment opportunities or for other purposes and, without limiting the generality of the foregoing, shall specifically include all authorities created pursuant to Title 36 Chapter 62; However, per provisions of subparagraph (e)(1)(B)of Code Section 36-62-5 reporting of potential conflicts of interest by development authority board members is required. When the contractor has performed in accordance with the provisions of this agreement, Gwinnett County shall pay to the contractor, within thirty (30) days of receipt of any department approved payment request and based upon work completed or service provided pursuant to the contract, the sum so requested, less the retainage stated in this agreement, if any. In the event that Gwinnett County fails to pay the contractor within sixty (60) days of receipt of a pay requested based upon work completed or service provided pursuant to the contract, the County shall pay the contractor interest at the rate of 1⁄2% per month or pro rata fraction thereof, beginning the sixty-first (61st) day following receipt of pay requests. The contractor’s acceptance of progress payments or final payment shall release all claims for interest on said payment. XVI. NON-COLLUSION Bidder declares that the bid is not made in connection with any other bidder submitting a bid for the same commodity or commodities, and that the bid is bona fide and is in all respects fair and without collusion or fraud. An affidavit of non-collusion shall be executed by each bidder. Collusion and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. XVII. DEFAULT The contract may be canceled or annulled by the Purchasing Director in whole or in part by written notice of default to the contractor upon non-performance or violation of contract terms. An award may be made to the next low responsive and responsible bidder, or articles specified may be purchased on the open market similar to those so terminated. In either event, the defaulting contractor (or his surety) shall be liable to the County for costs to the County in excess of the defaulted contract prices; provided, however, that the contractor shall continue the performance of this contract to the extent not terminated under the provisions of this clause. Failure of the contractor to deliver materials or services within the time stipulated on his bid, unless extended in writing by the Purchasing Director, shall constitute contract default. XVIII. TERMINATION FOR CAUSE The County may terminate this agreement for cause upon ten days prior written notice to the contractor of the contractor’s default in the performance of any term of this agreement. Such termination shall be without prejudice to any of the County’s rights or remedies by law. XIX. TERMINATION FOR CONVENIENCE The County may terminate this agreement for its convenience at any time upon 30 days written notice to the contractor. In the event of the County’s termination of this agreement for convenience, the contractor will be paid for those services actually performed. Partially completed performance of the agreement will be compensated based upon a signed statement of completion to be submitted by the contractor, which shall itemize each element of performance. XX. DISPUTES Except as otherwise provided in the contract documents, any dispute concerning a question of fact arising under the contract which is not disposed of shall be decided after a hearing by the Purchasing Director, who shall reduce his/her decision to writing and mail or otherwise furnish a copy thereof to the contractor. The decision of the procurement agent shall be final and binding; however, the contractor shall have the right to appeal said decision to a court of competent jurisdiction. XXI. SUBSTITUTIONS Bidders offering and quoting on substitutions or who are deviating from the attached specifications shall list such deviations on a separate sheet to be submitted with their bid. The absence of such a substitution list shall indicate that the bidder has taken no exception to the specifications contained herein. XXII. INELIGIBLE BIDDERS The County may choose not to accept the bid of a bidder who is in default on the payment of taxes, licenses or other monies due to the County. Failure to respond to three (3) consecutive times for any given commodity/service may result in removal from the supplier list under that commodity/service. XXIII. OCCUPATION TAX CERTIFICATE Each successful bidder shall provide evidence of a valid Gwinnett County occupation tax certificate if the bidder maintains an office within the unincorporated area of Gwinnett County. Incorporated, out of County, and out of State bidders are required to provide evidence of a certificate to do business in any town, County or municipality in the State of Georgia, or as otherwise required by County ordinance or resolution. XXIV. PURCHASING POLICY AND REVIEW COMMITTEE The Purchasing Policy and Review Committee has been established to review purchasing procedures and make recommendations for changes; resolve problems regarding the purchasing process; make recommendations for standardization of commodities, schedule buying, qualified products list, annual contracts, supplier performance (Ineligible Source List), and other problems or requirements related to Purchasing. The Purchasing Policy & Review Committee has authority to place suppliers and contractors on the Ineligible Source List for reasons listed in Part 6, Section II of the Gwinnett County Purchasing Ordinance. XXV. AMERICANS WITH DISABILITIES ACT All contractors for Gwinnett County are required to comply with all applicable sections of the Americans with Disabilities Act (ADA) as an equal opportunity employer. In compliance with the Americans with Disabilities Act (ADA), Gwinnett County provides reasonable accommodations to permit a qualified applicant with a disability to enjoy the privileges of employment equal to those employees with disabilities. Disabled individuals must satisfy job requirements for education background, employment experience, and must be able to perform those tasks that are essential to the job with or without reasonable accommodations. Any requests for the reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County should be directed to Susan Canon, Human Relations Coordinator, 75 Langley Drive, Lawrenceville, Georgia 30046, 770-822- 8165. XXVI. ALTERATIONS OF SOLICITATION AND ASSOCIATED DOCUMENTS Alterations of County documents are strictly prohibited and will result in automatic disqualification of the firm’s solicitation response. If there are “exceptions” or comments to any of the solicitation requirements or other language, then the firm may make notes to those areas, but may not materially alter any document language. XXVII. TAX LIABILITY Local and state governmental entities must notify contractors of their use tax liability on public works projects. Under Georgia law, private contractors are responsible for paying a use tax equal to the sales tax rate on material and equipment purchased under a governmental exemption that is incorporated into a government construction project: excluding material and equipment provided for the installation, repair, or expansion of a public water, gas or sewer system when the property is installed for general distribution purposes. To the extent the tangible personal property maintains its character (for example the installation of a kitchen stove), it remains tax-exempt. However, if the installation incorporates the tangible personal property into realty, e.g., the installation of sheetrock, it becomes taxable to the private contractor. See O.C.G.A. 48-8-3(2) and O.C.G.A. 48-8-63 XXVIII. STATE LAW REGARDING WORKER VERIFICATION Effective July 1, 2013 State Law requires that all who enter into a contract for the physical performance of services for all labor or service contract(s) that exceed $2,499.99 (except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State Bar of Georgia) for the County, must satisfy the Illegal Immigration Reform Enhancements for 2013, in all manner, and such are conditions of the contract. The Purchasing Division Director with the assistance of the Performance Analysis Division shall be authorized to conduct random audits of a contractor’s or subcontractors’ compliance with the Illegal Immigration Reform Enhancements for 2013 and the rules and regulations of the Georgia Department of Labor. The contractor and subcontractors shall retain all documents and records of its compliance for a period of five (5) years following completion of the contract. This requirement shall apply to all contracts for all labor or service contracts that exceed $2,499.99 except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State Bar of Georgia. Whenever it appears that a contractor’s or subcontractor’s records are not sufficient to verify the work eligibility of any individual in the employ of such contractor or subcontractor, the Purchasing Director shall report same to the Department of Homeland Security and may result in termination of the contract if it is determined at any time during the work that the contractor/or subcontractor is no longer in compliance with the Illegal Immigration Reform Enhancements for 2013. State Law requires that all who enter into a contract for public works as defined by O.C.G.A. 36-91-2(10) for the County must satisfy the Illegal Immigration Reform Enhancements for 2013, in all manner, and such are conditions of the contract. By submitting a bid to the County, contractor agrees that, in the event the contractor employs or contracts with any subcontractor(s) in connection with the covered contract, the contractor will secure from the subcontractor(s) such subcontractor(s’) indication of the employee-number category applicable to the subcontractor, as well as attestation(s) from such subcontractor(s) that they are in compliance with the Illegal Immigration Reform Enhancements for 2013. Original signed, notarized Subcontractor Affidavits and Agreements must be submitted to the County. The Purchasing Division Director with the assistance of the Performance Analysis Division shall be authorized to conduct random audits of a contractor’s or subcontractors’ compliance with the Illegal Immigration Reform Enhancements for 2013 and the rules and regulations of the Georgia Department of Labor. The contractor and subcontractors shall retain all documents and records of its compliance for a period of three (3) years following completion of the contract. This requirement shall apply to all contracts for the public works as defined by O.C.G.A. 36-91-2(10) where any persons are employed on the County contract. Whenever it appears that a contractor’s or subcontractor’s records are not sufficient to verify the work eligibility of any individual in the employ of such contractor or subcontractor, the Purchasing Director shall report same to the Department of Homeland Security. A contractor’s failure to participate in the federal work authorization program as defined by the Illegal Immigration Reform Enhancements for 2013 shall be sanctioned by termination of the contract. If it is determined that a subcontractor is not participating in the federal work authorization program as defined by the Illegal Immigration Reform Enhancements for 2013, Gwinnett County may direct the contractor to terminate that subcontractor. A contractor’s failure to follow Gwinnett County’s instruction to terminate a subcontractor that is not participating in the federal work authorization program as defined by the Illegal Immigration Reform Enhancements for 2013 may be sanctioned by termination of the contract. XXIX. SOLID WASTE ORDINANCE No individual, partnership, corporation or other entity shall engage in solid waste handling except in such a manner as to conform to and comply with the current Gwinnett County Solid Waste Ordinance and all other applicable local, state and federal legislation, rules, regulation and orders. XXX. GENERAL CONTRACTORS LICENSE Effective July 1, 2008: All General Contractors must have a current valid license from the State Licensing Board for Residential and General Contractors, unless specifically exempted from holding such license pursuant to Georgia law (O.C.G.A. Section 43-41-17). XXXI. PRODUCTS MANUFACTURED IN GEORGIA Gwinnett County, when contracting for or purchasing supplies, materials, equipment, or agricultural products that exceeds $100,000.00, excluding beverages for immediate consumption, shall give preference as far as may be reasonable and practicable to such supplies, materials, equipment, and agricultural products as may be manufactured or produced in this state. Such preference shall not sacrifice quality. Gwinnett County Board of Commissioners shall consider, among other factors, information submitted by the bidder which may include the bidder's estimate of the multiplier effect on gross state domestic product and the effect on public revenues of the state and the effect on public revenues of political subdivisions resulting from acceptance of a bid or offer to sell Georgia manufactured or produced goods as opposed to out-of-state manufactured or produced goods. Any such estimates shall be in writing. (O.C.G.A. Section 36-84-1). XXXII. INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall, at his sole cost and expense, indemnify, defend, satisfy all judgments, and hold harmless the County, the engineer, and their agents and employees from and against all claims, damages, actions, judgments, costs, penalties, liabilities, losses and expenses, including, but not limited to, attorney's fees arising out of or resulting from the performance of the work, provided that any such claim, damage, action, judgment, cost, penalty, liability, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by the negligent acts, errors by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless whether such claim is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any of the rights or obligations of indemnity which would otherwise exist as to any party or person described in this agreement. In any and all claims against the County, the engineer, or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation contained herein shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Worker's Compensation Acts, disability benefit acts, or other employee benefit acts. XXXIII. CODE OF ETHICS “Proposer/Bidder” shall disclose under oath the name of all elected officials whom it employs or who have a direct or indirect pecuniary interest in the business entity, its affiliates, or its subcontractors. The “Proposer/Bidder” shall execute a Code of Ethics affidavit. Failure to submit the affidavit during the bid or proposal process shall render the bid or proposal non-responsive. The act of submitting false information or omitting material information shall be referred to the Purchasing Policy & Review Committee for action pursuant to the Purchasing Ordinance or to the District Attorney for possible criminal prosecution. Any business entity holding a contract with Gwinnett County that subsequent to execution of the contract or issuance of the purchase order employs, subcontracts with, or transfers a direct or indirect pecuniary interest in the business entity to an elected official shall within five (5) days disclose such fact in writing under oath to the Clerk of the Board of Commissioners. Failure to comply shall be referred to the Purchasing Policy & Review Committee for action pursuant to the Purchasing Ordinance or to the District Attorney for possible criminal prosecution. Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec. 54-33. The ordinance will be available to view in its entirety at www.gwinnettcounty.com. XXXIV.PENDING LITIGATION A bid submitted by an individual, firm or business who has litigation pending against the County, or anyone representing a firm or business in litigation against the County, not arising out of the procurement process, will be disqualified. XXXV. ELECTRONIC PAYMENT Vendors accepting procurements should select one of Gwinnett County’s electronic payment options. A. A vendor may select ePayables payment process which allows acceptance of Gwinnett County’s virtual credit card as payment for outstanding invoices. The authorized vendor representative must send an email to: vendorelectronicpayment@gwinnettcounty.com and indicate the desire to enroll in Gwinnett County’s virtual credit card payment process. B. A vendor may select Direct Deposit payment process and the payment will be deposited directly into an account at their designated financial institution. To securely enroll in Direct Deposit, either access your online Vendor Login and Registration on the County’s web site and update the requested information on the Direct Deposit tab or mail a Direct Deposit Authorization Agreement form. The County will send a Payment Advice notification via email for both payment types. For more information about Electronic Payments, please go to the Treasury Division page on the County’s Web Site or click here -> Gwinnett County Electronic Payments. DIRECTIONS TO GJAC BUILDING FROM I-85 Take I-85 to Georgia Highway 316 (Lawrenceville/Athens exit). Exit Highway 120 (Lawrenceville/Duluth exit) and turn right. At seventh traffic light, turn right onto Langley Drive. Cross Highway 29 through the traffic light and at the roundabout you can either procced to the front parking area or you may procced to the parking deck behind the building. The main public parking lot is on the left or behind the building, Click Here, for additional information about parking. The Purchasing Division is located in the Administrative Wing on the second floor. http://www.gwinnettcounty.com/ mailto:vendorelectronicpayment@gwinnettcounty.com http://www.gwinnettcounty.com/portal/gwinnett/Departments/FinancialServices/Purchasing/VendorLoginandRegistration http://www.gwinnettcounty.com/portal/gwinnett/Departments/FinancialServices/Treasury/ https://vimeo.com/537020305

Gwinnett County GA 30024Location

Address: Gwinnett County GA 30024

Country : United StatesState : Georgia

You may also like

CELLULAR VOICE AND MOBILE DATA

Due: 01 Apr, 2029 (in about 5 years)Agency: US GEOLOGICAL SURVEY

CELLULAR VOICE AND MOBILE DATA; VERIZON

Due: 31 Mar, 2029 (in about 5 years)Agency: US GEOLOGICAL SURVEY

Wireless Data, Voice, and Accessories (2019 - 2024)/DiscountCell

Due: 30 Jun, 2024 (in 2 months)Agency: NASPO ValuePoint

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.