office of purchasing and supply service pgcps · 2014-12-23 · office of purchasing and supply...

73
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 PGCPS 9le4e ailze Brenda Allen, Director DATE OF ISSUE: December 23, 2014 INVITATION FOR BID NO.: 023-15 TITLE: Third Party Construction Materials Testing and Inspection Services at Glenarden Woods Elementary School PRE-PROPOSAL DATE & TIME: January 6, 2015 @ 9:00 a.m. LOCATION OF PRE PROPOSAL: Glenarden Woods Elementary School 7801 Glenarden Parkway, Glenarden, Maryland 207 DATE/TIME OF PROPOSAL OPENING: January 20, 2015 @ 2:00 p.m. BUYER: Donna Parks 301-952-6567 Company Name: RECEIPT OF Bit) Sealed bids for the requirements set forth herein will be received in the Purchasing Depai inent, Room 20, Board of Education of Prince George's County (BOARD), 13300 Old Marlboro Pike, Upper Marlboro, MD 20772-9983, before the deadline date of Tuesday, January 20, 2015, at 2:00 p.m. In order to be considered for award, all proposals must be received with one (1) original, three (3) duplicates and one (1) CD of the proposal, including supporting documentation. The bid title and 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 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 the opening deadline will not be considered. Competitive sealed Bids are not publicly opened or available for review until a successful award has been finalized. 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. Access IFB on Emaryland Marketplace @ https://ebidmarketplace.com/ 3. Calling the Purchasing Department at 301-952-6560 4. Visiting the Purchasing Department between the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday, excluding holidays. The Purchasing Depaitment is located at 13300 Old Marlboro Pike, Room 20, Upper Marlboro, MD 20772-9983. SCOPE OF WORK The BOARD requests bids for Third Party Construction Material Testing and Inspection Services for the renovation and addition to Glenarden Woods Elementary School. The specifications and requirements are contained in the Invitation for Bid. Bids submitted must meet or exceed all requirements. Bids that do not meet or exceed all requirements will be considered non-responsive. All exceptions must be noted. IFB No. 023-15 1

Upload: dinhlien

Post on 14-Jun-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

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

PGCPS 9le4e ailze

Brenda Allen, Director

DATE OF ISSUE: December 23, 2014

INVITATION FOR BID NO.: 023-15

TITLE:

Third Party Construction Materials Testing and Inspection Services at Glenarden Woods

Elementary School

PRE-PROPOSAL DATE & TIME:

January 6, 2015 @ 9:00 a.m.

LOCATION OF PRE PROPOSAL: Glenarden Woods Elementary School 7801 Glenarden Parkway, Glenarden, Maryland 207

DATE/TIME OF PROPOSAL OPENING: January 20, 2015 @ 2:00 p.m.

BUYER: Donna Parks 301-952-6567

Company Name:

RECEIPT OF Bit)

Sealed bids for the requirements set forth herein will be received in the Purchasing Depai inent, Room 20, Board of Education of Prince George's County (BOARD), 13300 Old Marlboro Pike, Upper Marlboro, MD 20772-9983, before the deadline date of Tuesday, January 20, 2015, at 2:00 p.m. In order to be considered for award, all proposals must be received with one (1) original, three (3) duplicates and one (1) CD of the proposal, including supporting documentation. The bid title and 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 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 the opening deadline will not be considered. Competitive sealed Bids are not publicly opened or available for review until a successful award has been finalized.

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. Access IFB on Emaryland Marketplace @ https://ebidmarketplace.com/ 3. Calling the Purchasing Department at 301-952-6560 4. Visiting the Purchasing Department between the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday,

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

SCOPE OF WORK

The BOARD requests bids for Third Party Construction Material Testing and Inspection Services for the renovation and addition to Glenarden Woods Elementary School. The specifications and requirements are contained in the Invitation for Bid. Bids submitted must meet or exceed all requirements. Bids that do not meet or exceed all requirements will be considered non-responsive. All exceptions must be noted.

IFB No. 023-15 1

PROJECT DRAWINGS & SPECIFICATIONS

Prior to bidding, a copy of the completed survey of the presence and quantity of hazardous materials in the building is available for review. Copies of the project Plans and Specifications are available by PDF format for review through a set up website: http://www.moseleyprojects.com/glenarden.htm

PRE-BID CONFERENCE

A pre-bid conference has been scheduled to address questions and/or aspects of the proposal and to obtain input and/or suggestions from perspective bidders. The pre-proposal conference will be held on Tuesday, January 6, 2015, 9:00 a.m. at Glenarden Woods Elementary School (The Cafeteria), 7801 Glenarden Parkway, Glenarden, MD 20706.

SITE VISIT

Site visits will be scheduled on Tuesday, January 6, 2015, 2:00 p.m. at Glenarden Woods Elementary School (The Cafeteria), 7801 Glenarden Parkway, Glenarden, MD 20706 to gain information as to the conditions under which the work is to be done. 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 RFP and to complete the contemplated Work for the consideration set forth in his bid. For information pertaining to the site visit, contact the Depaitment of Capital Programs, Mr. Andrew Onukwubiri, Project Manager at: [email protected] and check our website for updates. Please do not contact the school directly.

INSURANCE

The successful contractor will be required, if applicable, 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 not 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 must be made in favor of the BOARD OF EDUCATION OF PRINCE GEORGE'S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983.

PERFORMANCE BOND

The successful bidders are not required to submit a performance 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 satisfactory completion of the work for which a contract or purchase order is awarded that exceed $100K. (COMAR 21.06.07.03) The Board reserves the right to request performance bond for amount under or over $1000.00. 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.

LIQUIDATED DAMAGES/FAILURE TO PERFORM WORK The successful Bidder accepts this contract with the understanding that should they fail to complete the work/deliver 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

IFB No. 023-15 2

$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

MINORITY BUSINESS ENTERPRISES

Prince George's County Public Schools has a Minority Business Enterprise (MBE) Program in effect. Information about this program and foul's for compliance are included in the bid documents; the forms can also be downloaded online at: http://wwwl.pgcps.org/generalcounsel/, click on "Administrative Procedures," then click on Business and Non-Instructional Operations -3000 for Administrative Procedure 3325 and attachments. All firms submitting a bid must complete the appropriate forms and submit the forms with their bid. For this project, the BOARD will recognize minority certification from the State of Maryland Department of Transportation (MDOT); Prince George's County Government and Washington Metropolitan Area Transit Authority (WMATA). For additional information contact the Minority Business Office at 301-952-6563.

LOCAL MBE INITIATIVE

In accordance with Prince George's County Public Schools 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.

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.

NOTICE TO BIDDERS

Bidders wishing to do business with the BOARD are asked to register with the Purchasing Dept (client. The successful Bidder must be an active vendor in Oracle to receive Purchase Orders and Payment. To register please contact the Purchasing Department at 301-952-6560 to receive instructions on how to register or visit the Purchasing Department website @ http://wwwl.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.

In accordance with Prince George's County Public Schools 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 3325).

No bid may be withdrawn for at least sixty (60) days after the scheduled closing time for receipt of bid 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.

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.

IFB No. 023-15 3

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 or offers alternate items and may make any award which is deemed to be in the best interest of the BOARD.

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

Andrew Onukwubiii, Project Manager

Purchasing Office

Capital Improvement Programs [email protected]

All questions, including requests for technical clarifications, concerning this IFB must be sent via email to: Donna.ParksApgcps.org. All answers will be provided in the foim of an Addendum to the IFB and posted on the website. All questions must be submitted in the foun of a Word Document. Telephone inquiries will not be accepted. No district administrators should be contacted.

Bid Posted: December 23, 2014 Pre-Proposal Conference: .January 6, 2015 Site Visit: ..January 6, 2015 Questions Due Date: January 9, 2015 Addendum Posted: (approximate date only) January 12, 2015 Bid Due Date: January 20, 2015

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, including supporting documentation. 2. Affidavit (must be signed and original must be submitted with the technical bid) 3. Addenda (All addenda posted on the website must be signed in blue ink and returned with the technical bid. It is the

Bidder's responsibility to check the Purchasing Department's website for all addenda posted in response to this IFB. 4. Registered Maryland Contractor Number: for the current year.

IFB No. 023-15 4

A. 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.

B. Bidders shall place on the outside of the envelope containing their bid and on their Bid Form over a valid signature the following notation:

5. Bid Form (See Section IV) 6. Attachment A

Bids are due by 2:00 p.m. on January 20, 2015

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

IFB No. 023-15 5

SECTION I 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 the prospective Bidder 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 bid.

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 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 Bidder is required to submit one (1) original, (3) duplicates, and (1) one CD of the bid and any other applicable documents specific to the IFB.

F. Bidders 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 bid 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 are not publicly opened after the time set for receipt and are not read aloud. Since bids must be received in a sealed envelope, FACSIMILE COPIES TRANSMITTED VIA "FAX" MACHINES, OR SIMILAR METHODS, WILL NOT BE ACCEPTED

Late bids will not be considered for award except under the following conditions:

G. 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 next business day.

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

I. 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, bids 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. Bids will be accepted until the time of opening on the next business day.

II. CONTRACT PERIOD

A. The initial term of the contract will be for Two Years from date of award. Prices shall remain firm for the entire contract. All prices must be submitted per F.O.B. destination basis only unless otherwise specified herein.

IFB No, 023-15 6

III. OPTION TO RENEW CONTRACT PERIOD

A. Upon satisfactory service and by mutual agreement the BOARD OF EDUCATION OF PRINCE GEORGE'S COUNTY reserves the right to renew the contract. The term of renewal shall not exceed one (1) additional one (1) year periods.

IV. 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.

V. 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 obtain all addenda issued. The BOARD will post all addenda to the solicitation on the Board's website.

VI. BID WITHDRAWAL

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

VII. ERRORS IN BIDS

A. Failure of the Bidders to thoroughly understand all aspects of the Invitation for Bid before submitting their 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.

B. When an error is made in extending total prices, the unit bid price will govern. The Bidder must initial erasures in bids. Carelessness in quoting prices or in preparation of the bid will not relieve the Bidder of its contractual obligations. Errors discovered after the opening cannot be corrected and the Bidder will be required to perform if the bid is accepted.

VIII. 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 or offers alternate items and may make any award which is deemed to be in the best interest of the BOARD.

IX. PROTESTS

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 (Bidder of standing or respondent) may submit a protest to the Director of Purchasing and Supply Services of 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:

• The name address and telephone number(s) of the protester. • Identification of the solicitation

IFB No. 023-15 7

• Statement of reasons for the protest • Supporting documentation to substantiate the claim • The remedy sought

2. The protest must be filed with the Purchasing Office within five (5) calendar days of the recommendation of award or notification to the Bidder 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 infoun the Chief Financial Officer (CFO) upon receipt of the protest.

5. The Director of Purchasing shall confer with 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.

7. Appeal of Contract Award Decision

B. 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.

X. 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 notification of contract qualification. Upon receipt, the Bidder must sign and return all copies of said qualification notification.

B. Any Performance Bond, Certificate of Insurance, or other material required must be submitted by the Bidder with each individual project bid.

C. Failure to sign the contract qualification 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 responsive Bidder. Any bond so posted shall be forfeited by the Bidder. In addition, this may also be cause for removal of your firm from the bidder's list.

XI. MINORITY BUSINESS ENTERPRISES REQUIREMENTS

A. The Board of Education of Prince George's County Administrative Procedure No. 3325 (attached) is applicable and will be part of the bid and requires bids for materials, supplies, equipment, and services, other than materials of instruction, be listed as deliverables. This procedure also is to inform prospective bidders that the bid of the initially deemed lowest responsive bidder, if not a "Certified" Minority Business Enterprise, is subject to being matched by a "Certified" Minority Business Enterprise (MBE) entitled to do so by the provisions of the Administrative Procedure. The "Minority Business Enterprise Utilization Affidavit, Attachment 1" MUST BE submitted AT THE TIME OF PROPOSAL OPENING. 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.

B. The contractor or supplier who provides materials, supplies, equipment, service and construction for this project shall attempt to achieve the overall MBE goal of 30% of the total dollar value of the contract from certified minority business enterprises (MBE), either directly or indirectly. The bidder agrees that this amount of the contract will be performed by certified minority business enterprises.

IFB No. 023-15 8

C. Only those businesses registered in the Board of Education of Prince George's County Purchasing I-Supplier database and the Minority Business Enterprise (MBE) Office directory as a certified minority vendor at the time of bid opening shall be recognized as a "Certified Minority Business." If not listed, evidence of acceptable certification from the Maryland Department of Transportation (MDOT), Prince George's County Government (PGCG) and Washington Metropolitan Area Transit Authority (WMATA) must be provided to the Board's Purchasing Office prior to any respective bid opening.

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 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.

XII. 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 to cover the duration of the contract under an express or implied warranty.

B. The following coverage's 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) to our building).

• 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.

XIII. SURETY

A. The following SURETY may be required in conjunction with this Invitation for Bid and any resultant contract(s). Bonds or checks NOT made in favor of the 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.

IFB No. 023-15 9

1. Bid Bond

a. Responses must be accompanied by a Bid Bond or Certified Check in the amount of five percent (5%) of the total amount of the bid if required for this bid. The bond is to be made in favor of:

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 upon receipt of Perfonnance Bond.

2. Performance Bond, Cashier's or Certified Check

a. The successful Bidder may be 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 X 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 Perfoi 'lance 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.

1. Labor and Material Payment Bond

a. The successful Bidder may be 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.

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

IFB No. 023-15 10

XIV. 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.

XV. 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.

XVI. TAXES

A. Bidders shall assume full responsibility for payment of any and all taxes which may be construed by law authority as being due for materials and 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 harntless from any liability for said taxes.

B. Responses to the bid 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."

XVII. 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:

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.

IFB No. 023-15 11

XVIII. DELIVERY

A. Time

1. All deliveries must be made between the hours of 8:30 A.M. and 3:00 P.M., Monday through Friday, except known holidays. It shall be the contractor(s) responsibility to ascertain that the delivery destination will be open to accept delivery.

B. Documentation

1. Each delivery must be accompanied by a delivery ticket containing the following minimal information:

a. Delivery destination b. Purchase order number c. Item number d. Quantity of item(s) delivered e. Item description f. Date of delivery g. Invitation for Bid number

2. BOARD OF EDUCATION OF PRINCE GEORGE'S COUNTY PERSONNEL will sign and return to the vendor one (1) copy of the delivery ticket. This signed copy will later accompany the invoice.

C. Delivery Time Provision

1. Bidders are required to include anticipated the delivery time(s) anticipated in their bid response. This delivery time shall be designated in terms of calendar days after receipt of order and shall be entered in the appropriate space provided in the "Specifications/Proposal" section of this Invitation for Bid. Failure to provide such infoimation may constitute a non-response, and the respective response(s) may not be considered.

D. It is desired that items relative to this Invitation for Bid be obtained at the earliest possible date after placement of order. Therefore, the delivery time(s) offered may be a consideration in awarding.

E. All deliveries must be made F.O.B. DESTINATION.

XIX. PRICE

A. All prices must:

1. Be firm fixed 2. Be F.O.B. Destination, include inside delivery 3. Be free of all taxes and finance charges where applicable 4. Include all trade discounts 5. Include any other cost factors relative to the perfo mance of the contract

XX. INVOICES

A. Invoices must be submitted in DUPLICATE, ACCOMPANIED BY A SIGNED DELIVERY TICKET, TO THE CAPITAL IMPROVEMENT OFFICE, BOARD OF EDUCATION OF PRINCE GEORGE'S COUNTY, FACILITIES ADMINISTRATION BUILDING, 13300 OLD MARLBORO PIKE, ROOM 11, UPPER MARLBORO, MARYLAND 20772, ATTENTION: Rita Mack-Woods and contain the following minimal information:

1. Purchase order number 2. Invitation for Bid number 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

IFB No. 023-15

12

7. Serial number of each item

XXI. PAYMENT

A. Payment will be made upon receipt of proper invoices. Payment shall be NET 30 days from date of receipt of invoice.

XXII. NEW ITEMS

A. All items furnished against the Contract must be new and unused, latest models (unless otherwise specified) and free of all defects. The foregoing accepts exchange, nomial "rebuilt" items, where specified.

XXIII. COMMERCIAL WARRANTY

A. The Contractor agrees that the supplies or services furnished under the Contract shall be covered by the most favorable commercial warranties the Contractor gives to any customer for such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the BOARD OF EDUCATION by any other clauses of the Contract.

XXIV. TRADE DISCOUNT

A. All prices offered must be the lowest net price after trade discounts have been considered.

XXV. 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.

XXVI. 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 deteimine that such a termination is in the best interest of the BOARD OF EDUCATION. Any such termination shall be effected 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 perfomiance 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.

XXVII. TERMINATION FOR DEFAULT

A. The BOARD OF EDUCATION may, by written notice of default to the Contractor, ten iinate 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

IFB No. 023-15 13

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 foto' 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.

XXVIII. DISCLOSURE

A. Bidders 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.

XXIX. 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 the Bidder to the Board, unless such infringement or claim results from the Bidder following written instruction or directions of The BOARD. Bidders shall indemnify the Board, for any loss, damage, expense, or liability that may result by reason of any such infringement or claim. Bidders shall defend or settle, at the Bidder's own expense, any action or suit for which Bidder is responsible hereunder. The Board shall notify the Bidder promptly of any claim or infringement for which Bidder is responsible and shall cooperate with the Bidder in every way to facilitate the defense of any such claim.

Va. 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.

Val. 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.

XXXII. 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.

XXXIII. 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.

IFB No. 023-15 14

XXXIV. 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 perforniance 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.

VOW. FINGERPRINT AND BACKGROUND CHECKS

A. Pursuant to BOARD Administrative Procedure 4215, all Independent Contractors and Outsourced Agencies and their employees who will be on BOARD property and will or may have contact with students, MUST have a fingerprint and background check provided by the BOARD at the contractor's expense. The contractor will be responsible to call the Fingerprinting Office at 301-952-6775 to schedule an appointment.

XXXVI. 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.

XXXII. 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.

XXXVII. ASBESTOS

A. This is to notify all Bidders 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 Bidder'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.

IFB No. 023-15 15

B. The Contractor shall be responsible for all asbestos removal within the work area and shall include in his bid all costs related to asbestos removal.

C. The BOARD recognizes that Bidders may need to review the management plans and/or make a site visit to the school involved in the specification before submitting their bids. Bidders 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 otherwise has

caused the release of asbestos fibers into the air.

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:

Me, 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.

IFB No. 023-15 16

SECTION II

VENDOR REQUIREMENTS

TECHNICAL SPECIFICATIONS

Third-Party Construction Materials Testing and Inspection Services

GLENARDEN WOODS ELEMENTARY SCHOOL ADDITION & RENOVATION PROJECT

7801 Glenarden Parkway, Glenarden, Maryland 20706.

Department of Capital Programs Prince Georges County Public Schools

13300 Old Marlboro Pike, Upper Marlboro, MD 20772

Tel: (301) 952-6548 Fax: (301) 780-5821

December 23, 2014

\

IFB No. 023-15 17

Table of Contents

SECTION 1: PROJECT OVERVIEW & GENERAL INFORMATION

Introduction 20 Project Description 20 Scope of Service 20

SECTION 2: PRINCE GEORGES COUNTY THIRD-PARTY INSPECTION PROGRAM (TPIP) GUIDELINES & PROCEDURES

General Information 20 Relevant Codes and Standards 21 Definitions 21 Personnel qualifications 23 Minimum qualifications for fire inspection certification 25 Laboratory Qualifications 25 Pre-Construction Meeting Requirements 26

SECTION 3: SCOPE OF INSPECTION SERVICES

Earthwork (Soil & Foundation) 27 Concrete 28 Masonry 28 Structural Steel 28 Fire Protection 29 Electrical Systems 30 Mechanical Systems 31

SECTION 4: SERVICE GENERAL CONDITION & REPORTS SUBMISSION

General Conditions 31 Routine Inspection Reporting Guidelines 32

SECTION 5: COMPENSATION

Rate Schedule 34 Fee Worksheet 34

SECTION 6: POST CONSTRUCTION PHASE

Final Report of Third-Party Inspections 34 TPIP Certification Form 34 Performance Reviews by Prince Georges County 34 Fraudulent/Incompetent Certifications 35 Threats to Public Health and Safety 35

IFB No. 023-15 18

ATTACHMENTS

ATTACHMENT # 1 -- FEE WORKSHEET SCHEDULE ATTACHMENT # 2 -- STATEMENT OF THIRD-PARTY INSPECTORS OF RECORD ATTACHMENT # 3 -- REQUIRED VERIFICATION & INSPECTION OF SOIL ATTACHMENT # 4 -- REQUIRED VERIFICATION & INSPETION OF CONCRETE

CONSTRUCTION ATTACHMENT # 5 -- MASONRY INSPECTION LEVEL 1 ATTACHMENT # 6 - MASONRY INSPECTION LEVEL 2 ATTACHMENT # 7 -- SPECIAL INSPETION FOR STEEL MATERIALS ATTACHMENT # 8 -- REQUIRED VERIFICATION & INSPETION OF STEEL CONSTRUCTION OTHER

THAN STRUCTURAL STEEL ATTACHMENT # 9 -- ROUTINE INSPECTION REPORT FORM ATTACHMENT # 10 -- INSPECTION LOG

IFB No. 023-15 19

SECTION 1: PROJECT OVERVIEW & GENERAL INFORMATION

A. INTRODUCTION

1. Prince George's County Public Schools is soliciting proposals from a testing agency to provide required Third Party Construction Material Testing and Inspection Services for the renovation and addition to Glenarden Woods Elementary School.

2. The school is located at 7801 Glenarden Parkway, Glenarden, Maryland 20706 3. The selected Third-party Inspection Agency must have received pre-approval from Prince Georges

County Depattment of Permitting, Inspections and Enforcement (DPIE) Third-Party Inspection Program (TPIP) or submit qualification documents sufficient to obtain such approval from DPIE.

4. The Qualification document must satisfy the requirements detailed on SECTION-1, paragraph "D" of this technical document.

5. The Prince George's County Third-Party Inspection Program (TPIP) establishes a building inspections procedure that utilizes qualified, third-party professionals in addition to the County's Quality Assurance Inspectors.

B. PROECT DESCRIPTION:

1. The School Board is demolishing and renovating approximately 36,000 square feet of the existing building and adding approximately 41,000 square feet to the building.

2. The school building is currently empty and therefore, the project will be performed on an unoccupied building.

3. This project is a candidate for LEED Certification. 4. The project includes the installation of geothermal well system and site work.

C. SCOPE OF SERVICES

Provide required building and county code construction materials testing and inspection services and construction document compliance inspections for the following;

1. Earthwork (Soil & Foundation) 2. Concrete 3. Masonry 4. Structural Steel 5. Fire Protection 6. Electrical System 7. Mechanical Systems

SECTION 2: PRINCE GEORGE'S COUNTY THIRD-PARTY INSPECTION PROGRAM (TPIP) GUIDELINES & PROCEDURES

A. GENERAL INFORMATION

1. The Prince George's County Third-Party Inspection Program (TPIP) establishes a building inspections procedure that utilizes qualified, third-party professionals in addition to the County's Quality Assurance Inspectors.

IFB No. 023-15 20

2. The purpose of this Section is to establish the policy and guidelines for the construction process in accordance with the TPIP and to: a. Define the responsibility of all parties. b. Standardize code application. c. Provide for an orderly and systematic approach for updating standards that apply to the TPIP. d. Set forth a guideline for third-party inspectors to follow in the TPIP.

B. RELEVANT CODES AND STANDARDS

The applicability of this project to any technical codes or standards referenced in these Requirements shall be determined by the provisions of the relevant codes or standards in effect at the time of contract award. These requirements shall not be modified.

C. DEFINITIONS

The following words and terms shall, for the purposes of this document and the County's TPIP have the meaning delineated below.

NOTE: It is possible that multiple professionals share the titles defined below, for example, the term "Structural Inspector of Record" may be shared by one person who performs the foundation inspection and a second who performs inspections on the superstructure.

Agent: A full-time, qualified employee under the direct supervision of an inspecting Registered Design Professional retained to conduct continuous actual or assist with onsite inspections and testing.

Architect of Record (AR): The Registered Design Professional retained by the Owner to design and specify architectural construction and whose signature and State of Maryland architectural seal appear on the County-approved architectural construction documents.

Certification: A statement of professional opinion by a qualified Registered Design Professional that indicates that the work under consideration, based upon their actual inspections, in their opinion and to the best of their knowledge meets the requirements of the County-approved construction documents and the County Code. Certifications must be signed and sealed by the qualified professional making the statement.

County-Approved Plans: Construction Documents approved by the county including all approved revisions.

Design Engineers of Record: The Registered Design Professionals whose designs are included in the County-Approved Plans (includes: Electrical Engineer of Record, Fire Protection Engineer of Record, Fire Protection Systems Designer of Record, Geotechnical Engineer of Record, Mechanical Engineer of Record, and Structural Engineer of Record).

Electrical Engineer of Record (EER): The Registered Design Professional retained by the Owner to design or specify electrical documents and whose seal and signature appear on any electrical documents.

Electrical Inspector of Record (EIR): The Qualified Professional retained by the Owner to provide third-party electrical inspections and testing services as approved by the County. The EIR cannot be an individual affiliated with the EER.

Fabrication and Erection or Shop Drawing Documents: Written, graphic, and pictorial documents prepared or assembled after issuance of a permit describing the design, location, and physical characteristics of building

IFB No. 023-15 21

components necessary for fabrication, assembly, or erection of project elements or systems. These documents usually require a supplemental County review, permit, and/or approval.

Final Inspections Report: A signed and sealed certification document from each Third-Party Inspector of Record that performed inspections, which indicates that the construction, having been inspected in the qualified professional's opinion and to the best of the qualified professional's belief, complies with the County-Approved Plans and specifications. This includes a record of all Routine Inspection Non-Compliance Reports having been satisfied.

Fire Protection Engineer of Record (FPER): The Registered Design Professional retained by the Owner to design or specify building fire protection and egress documents and whose seal and signature appear on any fire protection documents.

Fire Protection Inspector of Record (FPIR): The Qualified Professional retained by the Owner to perform third-party building fire protection and egress inspections and testing services as approved by the County. The FPIR cannot be an individual affiliated with the FPER or FPSD.

Fire Protection Systems Designer of Record (FPSD): The Qualified Professional retained by the Owner to design or specify fire protection system documents and whose seal and signature appear on any fire protection system documents.

Fire Protection Systems Inspector of Record (FPSI): The Qualified Professional retained by the Owner to perform third-party fire protection system inspections and testing services as approved by the County. The FPSI cannot be an individual affiliated with the FPSD or FPER. General Contractor (GC): The construction company who coordinates building construction and is retained by the Owner.

Geotechnical Engineer of Record (GER): The Registered Design Professional retained by the Owner to design or specify earthwork and foundations and whose seal and signature appear on any geotechnical documents.

Geotechnical Inspector of Record (GIR): The Qualified Professional retained by the Owner to perform third-party geotechnical inspections and testing services as approved by the County. The GIR cannot be an individual affiliated with the GER.

Inspection: The periodic observation of work and the performance of tests for certain building's or structure's code compliance for a system or group of assembled components to assure compliance with the County Code.

Inspection and Testing Agency: Agency or agencies retained by the Owner and approved by the Building Code Official or their designee to perform special inspections and materials testing as required by the International Building Code (IBC) and the County.

Mechanical Engineer of Record (MER): The Registered Design Professional retained by the Owner to design or specify mechanical documents and whose seal and signature appear on any mechanical documents.

Mechanical Inspector of Record (1VIIR): The Qualified Professional retained by the Owner to provide third-party mechanical system inspection and testing as approved by the County. The MIR cannot be an individual affiliated with the MER.

IFB No. 023-15 22

Non-Structural Elements: Elements of a building that are not primary or secondary structural elements such as exterior curtain walls and cladding, non-load bearing partitions and stair railings. Inspection is required to assure compliance with the applicable County Building Code.

Primary Structural System: The combination of elements that serve to support the weight of the building's structural shell, the applicable live load based upon use and occupancy, and environmental loads such as snow, wind, thermal loads and seismic loads. Items such as curtain wall members, non-load bearing walls, or exterior facades are not part of the primary structural system.

Qualified Professional: An individual practicing within their area of expertise meeting the qualifications established by the County and the requirements of the State Board of Licensed Professionals.

Quality Assurance Inspector (QAS): The individual(s) employed by the Department of Permitting, Inspections and Enforcement (DPIE), Inspections Division (ID) who oversees all third-party inspections and any projects falling within the purview of the TPIP.

TPIP Certification Form: The final, signed and sealed certification documents (includes all field specific, standard certification forms) from each Third-Party Inspector of Record that performed inspections, which indicate the construction elements specified for their inspection that, having been inspected and in the qualified professional's opinion and to the best of their belief, comply with the County-Approved Plans, County Code and specifications.

Registered Design Professional: A professional licensed in the State of Maryland and practicing within their field of expertise.

Routine Inspection Report: Written documentation of each inspection done by a Third-Party Inspector of Record or their agent.

Secondary Structural Elements: Building elements that are structurally significant for the function they serve, but are not necessary for the stability of the primary structure. Examples include: support beams above the primary roof structure which carry a chiller, elevator support rails and beams, retaining walls independent of the primary building, flagpole or light pole foundations, false work required for the erection of the primary structural system, steel stairs or railings, etc.

Structural Engineer of Record (SER): The Registered Design Professional retained by the Owner to design or specify structural documents and whose signature and seal appear on such documents.

Structural Inspector of Record (SIR): The Qualified Professional retained by the Owner to provide third-party structural inspection and testing, as approved by the Building Code Official or their designee. The SIR cannot be an individual affiliated with the SER.

Third-Party Inspector(s) of Record (TPIR): The qualified, third-party professional(s) retained by the Owner and named in the STPI to provide discipline specific inspections and material services as approved by the Building Code Official or their designee (includes: EIR, FPIR, FPSI, GIR, MIR and SIR).

Third-Party Inspectors of Record (TPIR): (Includes: EIR, FPIR, FPSI, GIR, MIR, and SIR.)

Testing Laboratory Engineer of Record: Performs construction materials testing services to meet Third-Party Inspections or County Building Code requirements.

IFB No. 023-15 23

D. QUALIFICATIONS

1. PERSONNEL QUALIFICATIONS a. Except for the Registered Design Professional registered in the State of Maryland, all field personnel

shall be certified by examination through ACT, AWS, ASNT, NICET, WACEL, or other organizations whose programs are recognized by the County and approved in writing by the Building Code Official.

b. Inspection and Testing Agency personnel shall perform only those services in which they have demonstrated competency through such a recognized certification or registration program and shall be under the direct supervision of a Maryland Registered Design Professional.

c. All inspections and tests conducted by an engineering laboratory must be conducted under the direct guidance and responsibility of a professional engineer/architect registered in the State of Maryland and approved by the Department of Permitting, Inspections and Enforcement, Permitting & Licensing Division (PLD).

d. The Third-Party Inspector of Record (TPIR) shall submit qualification documentation, for approval by the County, of agents (inspection personnel) assigned to the project prior to the Pre-Construction Meeting.

e. Agents (inspection personnel) are being required to demonstrate proof of competence in the areas they will be inspecting. Firms may qualify their agents on a yearly basis. It shall be the responsibility of any firm to notify the County, PLD, immediately upon any personnel changes. Otherwise, any inspections by unapproved agents will be rejected.

f. Unusual Functions: In the event there is no certification program applicable to a specific trade or function, the TPIR shall submit a signed statement attesting to the competency of personnel and identifying the basis upon which such statement is made.

IFB No. 023-15 24

2. MINIMUM QUALIFICATION FOR FIRE INSPECTIONS & CERTIFICATION

Inspection Tasks Registered

NICET Other Specialized

Professional Qualifications under Engineer Level III Professional

Supervision (SEE NOTE #1)

General Fire Inspections

X X X X X X X X X X

X, 3 X, 3 X, 3 X, 3 X, 3 X, 3 X, 3 X, 3 X, 3 X, 3

Construction Type Egress Interior Finish Emergency Lighting Fireproofing Firestopping Firewalls Patrons Rated floors/Ceilings Miscellaneous, Other

Fire protection Systems &

X X X X X X X

X X X X

X X

X, 5 X, 3 X, 2

X, 2 X, 5

Performance Testing

Fire Pumps Automatic Suppression Systems Standpipe Systems Fire Alarm Systems Smoke Control Systems Underground Piping Detection Systems

X = Inspections and Certifications (I & C) are permitted by individuals having these qualifications. X, N = I & C Permitted if individual has N years related verifiable experience in inspection and installation. Registered Professional Engineer = Maryland Registered Professional Engineer, having Fire Protection knowledge and experience.

Note 1: Final approval and acceptance of all qualifications shall be subject to the Fire Code Official approval.

Note 2: Individual resumes of experience and education may be submitted to the Fire Code Official for possible consideration in lieu of the above minimum qualifications. Verifiable experience and specialized training in fire protection inspection, design, and installation practices is required.

Note 3: The State of Maryland requires that all Fire Sprinlder Contractors be licensed by the State Fire Marshall.

3. LABORATORY QUALIFICATIONS IFB No. 023-15 25

a. Laboratory facilities must be accredited for the testing conducted by an agency such as AALA, NVLAP, WACEL, or other organizations whose programs are recognized by the County and approved in writing by the Building Code Official.

b. All laboratory facilities must meet the requirements of ASTM E329, ASTM D3740, and ASTM C1077 in addition to the requirements outlined in this Program.

c. The TPIR shall accredit on-site laboratory facilities as an extension of an accredited laboratory. d. The TPIR shall submit resume of proposed laboratories, inspection and testing personnel for approval by

the County prior to the Pre-Construction Meeting.

E. PRE-CONSTRUCTION MEETING REQUIREMENT

A Pre-Construction Meeting shall take place after the plans and the STPI have been reviewed by the County, but prior to the issuance of a permit.

I. PARTICIPANTS IN THE PRE-CONSTRUCTION MEETING

The following construction team members shall participate in the meeting, as required:

a. Owner or Owner's duly authorized representative b. Electrical Inspector of Record (EIR) c. Fire Protection Inspector of Record (FPIR) d. Fire Protection Systems Inspector of Record (FPSI) e. Geotechnical Inspector of Record (GIR) f. Mechanical Inspector of Record (MIR) g. Structural Inspector of Record (SIR) h. General Contractor (GC) i. County Staff— Quality Assurance Inspector (QAS) j. Architect of Record (AR) k. Other parties deemed appropriate by the Owner or County

2. PURPOSE OF PRE-CONSTRUCTION MEETING:

a. The purpose of the Pre-Construction Meeting is to review the inspection requirements of the project and establish communication. The Owner or Owner's representative organizes and conducts the meeting. At a minimum, the following shall be discussed: 1) Construction Project Requirements: Construction requirements of the Prince George's County TPIP,

including construction methods, site safety, fire hazard prevention and temporary electrical installations during the construction process.

2) Responsibilities: Clarify the roles and responsibilities of each party. 3) Communication: Organize channels of communication between the County, Owner's representatives,

and members of the construction and design teams. Identify who is to obtain copies of various inspections reports and certifications and the time limitation on submitting those reports to Quality Assurance Inspector (QAS).

4) Schedule of Inspections: Estimate a timeline for building construction and identify areas of concern to specific inspections

3. PROJECT SITE VISITS

IFB No, 023-15 26

a. Each Third-Party Inspector of Record must perform site visit. The site visits must be at intervals appropriate to the stage of construction or as otherwise agreed by the Owner, Design Professional, or County representative.

b. Each inspection must be documented for the QAS to become clearly familiar with the progress and quality of the work completed and to determine, in general, if the work is being performed in a manner conducive to completion in accordance with the County-Approved Plans.

c. Issuance of the building permit will follow the County's approval of the STPI and confirmation of the Pre-Construction Meeting.

SECTION 3: SCOPE OF INSPECTION SERVICES

A. EARTHWORK (SOIL & FOUNDATION)

The purpose of this section is to describe the TPIP responsibilities associated with soil-related conditions and/or foundation systems.

1. Structural Inspector of Record (SIR): a. Performs inspections of shallow footings and foundations systems, including shallow foundations,

foundation walls, mats, slabs, etc. Inspections of cast-in-place concrete shall include formwork, monitoring the placement of concrete, concrete reinforcement, and the dimensions, shapes and locations of footings, slabs, and foundation walls.

b. Performs inspections of subgrade prior to the construction of footings and slabs for compatibility of bearing materials and groundwater conditions with the geotechnical report.

c. Performs specified inspections of structural fill material prior to, during, and following its placement for compliance with approved structural fill specifications.

d. Perform inspections to determine those materials' quality and in-place density tests for compliance with the County-approved construction documents.

e. Submits a field compaction report for all classes of fill on the site to assure structural fills are constructed in accordance with the County-Approved Plans or documents.

f. Inspects and certifies that the soil bearing capacity meets or exceeds the capacity specified in the construction documents.

g. Submits foundation and foundation system inspection reports, laboratory reports, test data and foundation records to the Architect of Record for review, among others designated by the County and/or Owner.

h. Notifies the County and Owner of geotechnical modifications and changes made to help assure the structure meets the requirements of the County-approved construction documents and Prince George's County Building Code.

i. Monitor the construction of compacted fill in structural areas and in utility trenches. j. Perform in-place density tests by the sand cone or nuclear method. k. Conduct foundation inspection and bearing capacity verifications at footing bottom. 1. Verify proper reinforcing steel placement in footings, walls, and slabs including bar size, lap length,

spacing, and clearance. m. Slab subgrade inspection including verification of graded stone thickness, observation of installation

of vapor barrier and verify placement of wire welded fabric. n. Performs subgrade condition inspections of earth work including, but not limited to:

1) Compaction - determines that materials' quality and in-place density tests comply with the County-approved construction documents and geotechnical report.

IFB No. 023-15 27

2) Backfill, Drainage and Waterproofing — inspects backfill, foundation drainage systems and waterproofing during and following their placement for compliance with County-approved backfill, foundation drainage systems and waterproofing specifications.

o. Obtains approval from the appropriate design professionals of record and County if inspection and testing results do not meet the requirements of the approved construction documents prior to continuing work in the affected area.

B. CONCRETE

This section describes the TPIP responsibilities associated with concrete work. See Attachment # 1 (Required Verification and inspection of concrete construction).

1. General Contractor (GC): a. Coordinates construction so that the building is capable of carrying structural loads. b. Posts the updated concrete pour schedule on the door of the field office.

2. Structural Engineer of Record (SER): a. Reviews and approves concrete mix designs. b. Establishes criteria for removal and reshoring of formwork.

3. Structural Inspectors of Record (SIR): a. Provides inspections of concrete formwork (erection and removal), reinforcing steel, and placement

of concrete as indicated below. c. Provides materials testing for concrete properties and submits test results to the Structural Engineer

of Record and the County. d. Prepares test cylinders in accordance with ASTM C172. Cylinders for strength tests shall be cast,

stored, transported, and laboratory-cured in accordance with ASTM C31. Field-cured cylinders shall be cured as closely as possible to the location of placement of the concrete pour they represent, and be exposed as nearly as possible to the same temperature and moisture environment, in accordance with ACT 318 and ASTM C31. Testing of cylinders shall be in accordance with ASTM C39.

e. Determines when concrete strengths have achieved levels specified in the approved plans and specifications that will permit the removal of formwork and/or reshoring.

f. The SIR shall submit a written statement indicating that the concrete strength and conditions meet or exceed project design specifications and design stripping criteria. The letter should be sent to the SER and County.

g. Monitor concrete construction including testing temperature, slump, mix duration, and air entrainment (when required) of the fresh concrete. Perform laboratory tests, as required, including Proctors and compressive strength tests of concrete cylinders, mortar cubes, and grout cubes.

C. MASONRY

The purpose of this section is to describe the TPIP responsibilities associated with masonry building elements.

1. Structural Inspector of Record (SIR): 2. Performs inspections of masonry and in accordance with ACT, ASCE, and TMS criteria. 3. Performs inspections of bracing and its removal. 4. Provides testing of materials.

D. STRUCTURAL STEEL

IFB No. 023-15 28

The purpose of this section is to describe the TPIP responsibilities associated with the fabrication and erection of structural steel elements.

1. Structural Inspector of Record (SIR): a. Provides inspections of structural members and assemblies performed at the fabricator's shop. Special

inspections are not needed if the fabricator does not perform any welding, thermal cutting or heating operation as part of the fabrication.

b. Verifies that the fabricator complies with AISC Quality Certification Program or equivalent. c. Provides inspections of structural elements, connections, welding materials, and high-strength bolts

as indicated on the following table. High strength bolts and nuts shall be clearly marked with an identifiable manufacturer's mark on both the bolt head and nut. Shipments of high-strength bolts, nuts and washers, whether from manufacturer, distributor, or reseller, shall include manufacturer's current test reports for chemical composition (ASTM A751) and mechanical properties, including proof load testing (ASTM F606).

d. Verifies that fabricated components meet the SER's approved designs. e. Notifies the SER and County if inspection and testing indicate that construction does not meet the

requirements of the County-approved construction documents. f. Monitor structural steel erection including column plumbness, bolted connections, visual checks of

all welds, and verifying welder certifications.

E. FIRE PROTECTION

The purpose of this section is to describe the TPIP responsibilities associated with fire protection. The Fire Protection Services includes the following:

1. General Fire Inspections a. Construction type b. Egress c. Interior Finish d. Emergency Lighting e. Fireproofing f. Firestopping g. Firewalls h. Patrons i. Rated Floors/Ceilings j. Miscellaneous, other

2. Fire Suppression Systems Inspection & Testing a. Fire Pumps b. Standpipe Systems c. Underground Piping

3. Fire Alarm Systems a. Smoke Control Systems b. Detection Systems c. Commercial Kitchen Exhaust Hoods

4. Fire Protection Inspector of Record (FPIR): a. Provides inspection of spray-on fireproofing. b. Assures compliance with the County-approved construction documents, Prince George's County

Code, Subtitle IV of the County Ordinance, and the Maryland State Fire Code. c. Submits reports of Fire Protection inspections to the Architect of Record, Owner, and Fire Code

Official of PLD. IFB No. 023-15

29

d. Submits a certification to the Architect of Record, Owner, and County representative stating that the structure is ready for close-in based on the inspections performed and construction observed.

e. Routinely monitors construction project for fire safety hazards during construction. f. Assures compliance with type of construction, fire ratings of components (doors, walls, floors, roofs,

etc.), height and area, egress, special occupancy provisions of plans. 5. Fire Protection Systems Inspector of Record (FPSI):

a. Performs inspections and testing of fire protection systems such as fire pumps, fire hydrants, fire standpipes, smoke control systems, emergency power systems, alarm systems, sprinkler systems, and smoke evacuation systems. Submits test results and inspection reports to the Fire Code Official for approval.

F. ELECTRICAL SYSTEMS

The purpose of this section is to describe the TPIP responsibilities associated with electrical systems.

1. Participating Providers Third-Party Electrical Inspector of Record (EIR) Approved Third-Party Inspection Agency (ATPIA) a. Participating Provider Requirements:

1) Obtains an inactive State of Maryland Master Electricians license. 2) Obtains State of Maryland certification from the Office of the State Fire Marshal, in accordance

with the provisions of Article 38A, Section 62, of the Annotated Code of Maryland. 3) The EIR or ATPIA is required to present an established inspection procedure or program

reviewed and approved by the Electrical Code Official. 4) EIR or ATPIA is required to maintain an adequate amount of liability insurance approved by the

County. 5) EIR or ATPIA shall have inspection stickers and correction orders in a standard format approved

by the Electrical Code Official. 6) Will be retained on a list of authorized inspectors based upon performance and adherence to the

criteria established herein. 7) EER and ATPIA of Record cannot act in the function of design engineer or professional engineer

and perform as an inspection agency. It is assumed that the EER will field verify the installation of their designed or specified documents. However, this verification is not part of the TPIP process.

2. Electrical Inspector/Inspection Agency of Record (EIRJATPIA) Responsibilities: a. Specify and perform inspections necessary during the installation of electrical systems to ensure that

the systems are installed in accordance with the County-approved electrical construction documents and electrical permits issued by Prince George's County as listed in Subtitle 9 "Electricity" of the County Code.

b. Submit electrical inspection reports on the approved form to ID, Electrical Code Official for Inspections and the Owner within five (5) working days. Each report shall include the building permit number, building address and the electrical permit number. Correction orders and deficiencies shall be included with each report. All reports shall bear the signature of the EIR or ATPIA providing the report.

c. Verify that individuals installing and erecting or repairing electrical work, including low voltage and communication systems, are in compliance with the license requirements of Subtitle 2, Division 14B, Prince George's County Code and the Annotated Code of Maryland, Business Occupations and Professions Article, Title 6, Code of Maryland Regulations.

IFB No. 023-15 30

d. Verify that copies of the building permit and all electrical permits are posted on the project site in accordance with Section 9-112, Subtitle 9, "Electricity", Prince George's County Code.

e. A hard copy of the electrical permit is to be provided during the pre-construction meeting between the Owner/Owner's representative the EIR or ATPIA and the electrical contractor.

f. Refer all code-related issues and interpretations to the Chief Electrical Inspector in accordance with Section 9-111, Subtitle 9, Prince George County Code.

g. Verify that the service is installed in accordance with the approved plans and is Code compliant for the electric utility to make a connection.

h. The EIR shall submit a report to the Electrical Code Official for Inspections, which will initiate a request for an ID Quality Control Inspection performed by a County commercial electrical inspector.

i. Once the County has approved the installation, the County Inspector will generate a "cut in certificate" to the electrical utility recorded on the County electrical permit.

j. Verify that all portable and temporary sources of electrical energy are permitted and are being operated in a safe and Code compliant manner.

k. Verifies that an electrical permit has been obtained for all electrical work on the premise. 1. Provides an electrical system certification to the AR, Owner, and the County Electrical Code Official

for Inspection prior to close in that the electrical systems have been inspected and are ready for the structure or part of the structure to be closed-in.

m. Provides an electrical system certification to the AR, Owner, and the County Electrical Code Official for Inspection that specified electrical inspections have been performed and the structure is ready for the Power Company to make the service hot.

G. MECHANICAL SYSTEMS

The purpose of this section is to describe the TPIP responsibilities associated with mechanical systems.

1. Mechanical Inspector of Record (MR): a. Performs inspections necessary during the installation of mechanical systems to assure that the

systems are installed in accordance with the County-approved mechanical construction documents and Prince George's County Mechanical Code.

b. Submits inspection reports, as well as certification indicating that the mechanical systems are ready for the closing-in of the structure, to the County's PLD.

c. Performs a final inspection of the system to assure that all components operate individually and as a system to meet the intent of the Code.

SECTION 4: SERVICE GENERAL CONDITIONS & REPORTS SUBMISSION

A. GENERAL CONDITIONS

1. Testing and Inspection agency personnel working on site is required to sign in and out at the General Contractor's field office.

2. The Third-Party Inspectors of Record (TPIR) and or Agencies providing the Inspection and Testing shall obtain the General Contractors construction schedule and coordinate site visit with General Contractor's construction activities.

3. Site visits for each TPIR must be at intervals appropriate to the stage of construction or as otherwise agreed by the General Contractor, Owner, Design Professional, and the Building Code Official or their representative

IFB No. 023-15 31

4. The Third-Party Inspectors of Record (TPIR) and or Agencies providing the Inspection and Testing shall provide Routine Inspection Reports as required within five business days of inspection.

5. Each visit must be documented, in writing, for the QAS to become clearly familiar with the progress and quality of the work completed and to determine, in general, if the work is being performed in a manner conducive to completion in accordance with the County-Approved Plans.

6. The TPIR shall notify Owner's designee and QAS if their services have not been requested for a project in a manner consistent with the normal construction schedule of a similar building, or if they suspect that a project is proceeding without inspections.

7. Reports shall include: the agents name, permit number, supplemental permit number(s), street address, and project name, as well as the TPIR, company, and phone number. Each report shall be prepared in a manner that is legible, describes what was inspected, and any modifications or deficiencies encountered.

8. Follow-up reports shall be prepared when deficiencies have been corrected and inspected. These reports shall clearly indicate compliance or non-compliance. Reports shall also indicate if work is proceeding without inspection approval.

9. If the Routine Inspections Report includes deficiencies, the Report shall describe the nature and specific location of the deficiency and include a description of the corrective action recommended by the Registered Design Professional of Record. If a similar deficiency exists throughout the project, it may be so noted once, but corrections must be noted individually.

10. All reports shall be sent to the Owner or Owner's designee, County representative (as designated), appropriate design professionals of record, and to any such others that the Owner or County may direct. The parties who are to receive Routine Inspections Reports will be identified and confirmed at the Pre-Construction Meeting.

B. ROUTINE INSPECTION REPORTING GUIDELINES

1. Each time an agent of the Third-Party Inspector completes an inspection or test, an Inspection Report shall be filed immediately with QAS and the Contractor.

2. The inspection or testing report shall be signed and sealed by an approved Maryland Professional Engineer as shown on the TPIP agreement.

3. Inspection reports shall be legible. Only typed or printed reports are acceptable unless an alternative is deemed satisfactory. Reports that are not legible will be rejected and the Third-Party Inspection Agency notified that a replacement is required.

4. Type of inspection, as much as practical, should be limited to the following key words: subgrade, concrete placement, backfill, forming, framing, insulation, close-in, system, accessibility, and final.

5. The Contractor shall maintain a log of inspection reports and ensure that it is available to the County, Owner, and third-party agents, on site at all times. This log shall be given to the Owner upon completion of the project unless mutually agreed otherwise.

6. Each report shall be completed in its entirety. Reports left on site may omit the reviewer. 7. The reviewer of the report shall be the signatory of the Third-Party Inspection Agreement. 8. Room numbers, wing, floor, or column line shall reference inspection location when partial inspections

are completed. 9. Inspections conducted on the same day, for the same job, by the same inspector may be recorded on one

report. 10. Outstanding issues are required to be noted when an inspection fails.

11. The architectural inspector must view the foundation certification prior to issuing an inspection report to allow the erection of the superstructure.

12. The structural inspector must issue a "passing" inspection report prior to the general contractor permitting trade (electrical, mechanical, etc.) work to proceed in that portion of the structure.

IFB No. 023-15 32

13. The architectural inspector must view the "passing" inspection reports for the other disciplines and the superstructure certification prior to issuing their inspection report to allow construction work to be concealed.

14. The architectural inspection report must be on site prior to concealing any building construction. 15. The architectural inspector must view the "passing" final inspection reports for the other disciplines

prior to conducting the final inspection. A final inspection report shall be completed prior to requests to the County to issue stocking, temporary, or final occupancies.

16. The narrative section may be used for positive comments and to record inspection information, i.e., observed UFER ground, reviewed reports of others, hydrostatic test conducted, etc. Additional sheets may be attached.

17. Failure to have the requisite inspections may result in the county issuing a stop work and/or assessing special investigation fees until the inspections are brought up to date. Each out-of-date inspection may result in a separate special investigation fee ($100).

18. Provide industry standard field reports along with supporting laboratory documentation and document logs as required.

19. Develop field reports and non-compliant report logs in excel format and keep them updated and submit to project architect with copy to contractor and owner's representative.

20. Notify architect and contractor promptly of irregularities and deficiencies observed in the Work during performance of its services.

21. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements of the Contract Documents.

22. Retest and re-inspect corrected work. Costs for retesting and re-inspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor.

23. Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections in a timely manner.

24. Do not release, revoke, alter or increase requirements of the Contract Documents or approve or accept any portion of the Work.

25. Do not perform any duties of the Contactor. 26. Coordinate sequence of activities to accommodate required quality-assurance and quality-control

services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting.

27. Performs inspections at intervals appropriate to the stage of construction or as otherwise agreed by the Owner, design professional or county representative.

28. Documents, in writing, to demonstrate clear familiarity with the progress and quality of the work completed and to determine, in general, if the work is being performed in a manner conducive to completion in accordance with the County-Approved Plans

29. Notifies Architect of Record, Owner, County employed Quality Assurance Inspector, and any other pertinent individuals of deviations from approved construction documents.

30. Submits a Final Report of Inspection to the County Quality Assurance Inspector referencing all Routine Inspection Reports issued upon completion of inspections and testing by the Third-Party Inspectors of Record (TPIR) and any Inspections and Testing Agency utilized.

31. The Final Report of Inspection is submitted after the inspection specified has been completed for the project.

32. Submit a TPIP Certification Form to the County, Owner, and others as designated by the Owner upon acceptance of the Final Report of Inspection.

33. The report must provide a professional opinion stating that, to the best of their knowledge, information, and belief, the work observed was constructed in accordance with the County-Approved Plans and all applicable County, State, and National Codes.

IFB No. 023-15 33

34. Submits any discipline specific, standard certification forms (NFPA, UL, FM, ASCE, etc.) with the TPIP Certification Form.

35. Completes Contractor's inspection log upon completing inspection 36. Submit a final report of special tests and inspections at Substantial Completion, which includes a list of

unresolved deficiencies.

SECTION 5: COMPENSATION

A. RATE SCHEDULE

1. The Testing and Inspection agency shall attach a "not to exceed" lump sum fee worksheet attached to this solicitation to their proposal.

2. The cost of the services (including the furnishing of all materials, equipment and computers, labor and any required insurance) shall be based upon this stipulated sum for all services as outlined in this solicitation.

3. Attach a rate schedule showing laboratory costs for specific testing. If adjustments to the scope of work are made by the Board, then the added cost will be computed in accordance with the Testing/Inspection firms attached rate schedules. Indicate minimum personnel site hourly charges.

4. Unit costs for testing and inspection must include all necessary equipment, expendables and any administrative cost or profit. No other costs will be considered.

B. FEE WORK SHEET (See Attachment #1)

1. Attached with this document and for informational purposes is a sample worksheet for projected costs associated with the scope of work.

2. The provided worksheet is not all inclusive. Complete the worksheet and indicate cost where appropriate for test(s) and inspection(s) that will be required, but not indicated on the worksheet. It will be assumed that the firm submitting the proposal has used its expert judgment based on the review of the Project Manual (Plans and Specifications) and construction schedule.

3. The final tally which will include TPIP services will represent your "Not to Exceed" proposal.

SECTION 6: POST-CONSTRUCTION PHASE

A. FINAL REPORT OF THIRD-PARTY INSPECTIONS

1. Upon completion of the inspections and testing, the Third-Party Inspectors of Record (TPIR) and any Inspections and Testing Agency utilized, shall submit a Final Report of Inspection to the Owner's designee and County Quality Assurance Inspector referencing all Routine Inspection Reports issued.

2. The Final Report of Inspection is submitted after the inspection specified has been completed for the project.

B. TPIP CERTIFICATION FORM

IFB No. 023-15 34

1. Upon acceptance of the Final Report of Inspection, each Third-Party Inspector of Record (TPIR) and any Inspections and Testing Agency utilized, shall submit a TPIP Certification Form to the Building Code Official, Owner, and others as designated by the Owner.

2. The report must provide a professional opinion stating that, to the best of their knowledge, information, and belief, the work observed was constructed in accordance with the County-Approved Plans, construction documents and the Prince George's County Building Code. Submit any certification forms (NFPA, UL, FM, ASCE, etc.) with the TPIP Certification Form.

C. PERFORMANCE REVIEWS BY PRINCE GEORGE'S COUNTY

1. Prince George's County may periodically review the performance of any professionals utilized in the TPIP. If a professional is determined to not be performing satisfactorily, DPIE, Permitting & Licensing Division (PLD) will notify current and future permittees to provide a replacement that is acceptable to PLD.

D. FRAUDULENT/INCOMPETENT CERTIFICATIONS

1. PLD will utilize established Departmental guidelines for dealing with fraudulent certifications and incompetent individuals and/or agencies.

2. These guidelines include the suspension of the acceptance of ANY certifications from the party involved and/or filing of complaints with the appropriate licensing/registration board.

E. THREATS TO PUBLIC HEALTH AND SAFETY

1. If DPIE's ID determines that the subject agreement constitutes a threat to public health, safety, or welfare, or is in conflict with the County, State, or other government goals or purposes, the Permittee will be notified by PLD to withdraw the third-party inspection coverage and DPIE will assign County inspectors to monitor and inspect the permitted work until such time as the situation is resolved.

IFB No. 023-15 35

SECTION HI

SPECIAL PROVISIONS

A. PROJECT SCHEDULE

• The Construction period of the project is twenty-four (24) months and scheduled to commence on or after April 2, 2015.

• All work shall run concurrent with the construction schedule. • All proposals shall be based on a twenty-four (24) month construction schedule prepared by the Selected

General Contractor.

B. INVOICES AND PAYMENT

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 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.

C. REIMBURSABLE EXPENSES

Reimbursable expenses are to be included in the lump sum fee proposal. There will be no opportunity for adjustments once the final lump sum fee has been agreed upon, except for items specifically requested by the BOARD, which lie beyond the original Scope of Work.

IFB No. 023-15 36

Section IV

BID FORM

PROJECT: Glenarden Woods Elementary School Renovation and Addition — Third Party Construction Materials Testing and Inspection Services

BIDDER:

The firm/individual proposes to complete the Third-Party Inspection Program Services as outlined in the attached description of the project for the following amount:

Lump Sum Fee $

Vendor Name

Address

Telephone No. Fax No.

Email Address

Authorized Official Signature Date

Printed Name of Authorized Official

IFB No. 023-15 37

AFFIDAVIT This document must be completed, signed by an authorized company official & submitted with your bid response. The signature must be an original (signed in ink) or your bid will be ruled non-responsive.

Contractor Bid No.

Address

City, State and Zip

Telephone Fax Email FOR MINORITY USE ONLY

LOCALLY BASED MINORITY BUSINESS: PGC MBE P GC MVVE 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

IFB No. 023-15 38

LOCAL MBE INITIATIVE NOTICE TO 'VENDOR

Minority Business Enterprise Participation: Prince George's County is strongly committed to ensuring the maximum participation of qualified local minority business on PGCPS projects as contractors and subcontractors for the procurement of goods and services.

Notification is hereby given that qualified local minority business are encourage to participate in the bidding process by submitting bid/proposals packages for this project

Bidders/Proposers are hereby notified that qualified local minority shall have the maximum opportunity to compete for and perform such contracts and subcontracts and provide material supplies for such contracts and subcontracts in accordance with PGCPS minority initiative. Bidders/Proposers should complete the "Tabulation of Subcontractors and Material Suppliers" form (Attachment A) listing all subcontractors and material suppliers, including qualified local minority business and material suppliers that will participate on this project.

Enforcement of Initiative: Any individual or entity that engages in fraud, misrepresent, or wrongful conduct, whether by act or omission, related to its participation in, or eligibility to participate in this Local initiative, shall be in violation of the program. This determination shall be solely at the discretion of PGCPS Purchasing Department.

Violators may be subject to, on an individual and/or entity basis, debarment or suspension from participating in the Districts contracts in accordance with the County and/or State Debarment and Suspension Policy

All factors being equal, priority shall be given to Vendors in the following sequence

a. The Prince George's County Minority/ Woman Owned Business b. The Prince George's County Vendors other than Minority/ Woman Owned Business c. The Maryland vendor who is Minority/ Woman Owned Business d. The Maryland vendor, other than a Minority/ Woman Owned Business

IFB No. 023-15 39

ATTACHMENT A

The undersigned states that the following is a complete list of the proposed Subcontractors and Material Suppliers on this project and the class of work to be performed by each, and that such list will not be added to nor altered without written consent of the Purchasing Depai anent. Please add more lines if necessary.

(Check appropriate Business Type) Percentage or Price of Work/Material Local Local MD MD

Subcontractor Name Class of Work or Material to complete work MWB Other MWB Other

1. 0 0 0 0 2.

O 0 0 3.

0

O 0 0

Percentage or Price of Work/Material Local Local MD MD

Materials Supplier Name Supply/ Material

to complete work MWB Other MWB Other

1. 0 0 0 0 2.

O 0 0 0

4. O 0 0 0

5. O 0 0

By: Completion and submission of this form with the bid is

mandatory for bid to be considered responsiv

Company Name:

Date: Title:

IFB No.: 023-15 40

ADMINISTRATIVE PROCEDURE 3325

MINORITY BUSINESS ENTERPRISE Procedure No.

PROCUREMENT PROCEDURES September 30, 2008

Date

I. PURPOSE: To establish a resolution that a goal of 30% percent be attempted on all contracts with a minimum of 15 percent of the total dollar value for all Prince George's County Public Schools' contracts for materials (other than materials of instruction), supplies, equipment, services and construction, as entered into during any fiscal year, be purchased directly or indirectly from Minority Business Enterprises (MBEs).

II. POLICY: As set forth in state law and county ordinance, the Prince George's County Public Schools' Minority Business Enterprise Program must meet certain statutory and regulatory requirements. In recognition of existing state and county statutes, rules, regulations, and resolutions, and consistent with statutory provisions related to bids and awards thereon by local boards of education, the Board of Education of Prince George's County adopted a minority business Administrative Procedure on April 21, 1986. This procedure, revised on July 1, 2004, supersedes the procedure of June 30, 1998.

III. BACKGROUND: The following regulations all seek to achieve certain minimum percentages of total contract expenditures for minority business enterprises, as hereafter defined, where state or county funds are involved.

A. Annotated Code of Maryland, State Finance and Procurement, Article 14-301.

B. Annotated Code of Maryland, Education, Article Section 5-301.

C. Annotated Code of Maryland, Education, Article Section 4-125.

D. Code of Maryland Regulations, Title 21, Subtitle 11, Chapter 3.

E. Prince George's County Code, 10-A, Subdivision 10A-136, Assistance to Minority Business Enterprise.

F. Interagency Committee Rules, Regulations and Procedures for the Administration of the School Construction Program, Section 15 (approved by Board of Public Works, October 6, 1993).

IV. DEFINITIONS:

A. Minority Person: A member of a socially or economically disadvantaged minority group that for the purposes of this procedure includes African Americans, American Indians/Native Americans, Asians, Hispanics, Women, Physically or Mentally challenged individuals, and Not-for-Profit entities organized to promote the interests of physically or mentally disabled individuals.

IFB 048-12 PAGE NO.: 26

B. Minority Business Enterprise (MBE): Any legal entity, other than a joint venture, that is at least 51 percent owned and controlled by one or more minority person(s), organized to engage in commercial transactions.

C. Ownership:

1. For a sole proprietorship to be deemed a minority business enterprise, the sole proprietor must be a minority person. If the ownership interest held by a 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 minority person's ownership interest.

2. For a partnership to be deemed a minority business enterprise, at least 51 percent of the partnership's assets or interests must be owned by a minority person or minority persons. If the ownership interest held by a 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 minority person(s) ownership interest.

3. For a corporation to be deemed a minority business enterprise, legal and equitable ownership of at least 51 percent of the aggregate of all classes of stocks, bonds, or other securities issued by the corporation must be owned by a minority person(s). If an ownership interest held by a minority person is subject to formal or informal restrictions such as options, security interests, agreements, etc., held by a non-minority person(s) or business entity, the options, security interests, agreements, etc., held by the non-minority person(s) or business entity may not significantly impair the minority person(s)' ownership interest. (Note: stock held in trust is not considered as stock held by the disadvantaged business persons when computing the business person(s)' ownership).

D. Control: Minority owners shall either collectively or individually possess the working knowledge of the technical requirements needed, power to direct or cause the direction of management, policies and objectives and to make all substantive, day-to-day decisions on applicant's major and/or essential operations. In addition, the applicant must demonstrate technical knowledge of the firm's major areas of work. No formal or informal restrictions of any kind shall exist, which limit the customary discretion necessary for actual business control by the minority owners.

E. Certification: The determination that a legal entity is a minority business enterprise consistent with the provisions of Subtitle 3 (13-301b) of the State Finance and Procurement Article.

F. Certified Minority Business Enterprise: A minority business that holds a certification issued by Maryland Department of Transportation (MDOT), Washington Metropolitan Airport Transportation Authority (WMATA) and recertification issued by Prince George's County Government.

G. Race Neutral Measure: Means a method that is or can be used to assist small businesses.

IFB 048-12 PAGE NO.: 27

H. Minority Business Enterprise Coordinator: The employee designated to administer the Board of Education's Minority Business Enterprise Program.

I. Buyer: Purchasing agent-handling solicitations.

V. MINORITY BUSINESS ENTERPRISE PROGRAM RESPONSIBILITIES:

A. A roster of MBEs, listing each firm by commodity and service provided, certification, minority business code, location, and current certification status, shall be maintained in Purchasing Services.

B. The MBE Coordinator, who shall be an employee assigned to Purchasing Services, shall have the direct responsibility for maintaining said roster.

C. Any MBE on a current listing of Maryland Department of Transportation or Prince George's County Government list of certified MBEs shall, upon furnishing evidence of such, be automatically deemed eligible for placement on the roster of MBEs of Prince George's County Public Schools.

VI. CERTIFICATION: The determination that a legal entity is an MBE consistent with the intent of Subtitle 3 of the State Finance and Procurement Article.

VII. TECHNICAL ASSISTANCE-OUTREACH-TRAINING EFFORTS: The MBE Coordinator shall have the direct responsibility for implementing a "Technical Assistance-Outreach-Training Program" for small and minority vendors. Said program may cover any and all factors necessary to enable small and minority firms to do business with Prince George's County Public Schools.

VIII. SOLICITATIONS: All Requests for Bid (IFB) will be reviewed and may, at the discretion of the Board of Education's representative, require a percentage equal to 30 percent but a minimum of 15 percent participation by minority businesses as defined herein in supply, service, construction, moveable equipment, and architectural and engineering services contracts.

IX. ADVERTISING: Prior to advertising a Invitation for bid (IFB), a Prince George's County Public Schools' representative from the appropriate division responsible for the contract, a Purchasing agent, and the MBE Coordinator will jointly identify all subcontractable opportunities in the IFB. All bids will include the following information:

A. The Prince George's County Public Schools does not discriminate on the basis of race, color, sex, or national origin in consideration for award. Minority businesses are encouraged to submit bids in response to this notice.

B. Minority business fiinis will be considered as minority business contractor or subcontractor, if certified by any of the following: Prince George's County Government and the Maryland Department of Transportation.

C. The certified minority business goal for each IFB will be noted on the front cover of the IFB under "Special Note" and identified as a deliverable in the contract.

IFB 04842 PAGE NO.: 28

X. SOLICITATION PROCESS FOR PHONE AND WRITTEN QUOTES. THIS PROCESS INCLUDES PROFESSIONAL SERVICES (Architects, Engineers, Non-Instructional Services Consultants, Contractual Services, etc.)

A. For contracts less than $5,000, solicitations from more than one vendor are not required. Users and buyers are strongly encouraged to solicit from MBEs in addition to other prospective respondents.

B. If contracts are estimated to be between $5,001 - $10,000, a minimum of three (3) qualified firms shall be solicited for quotations. Two (2) firms are to be certified minority. If three (3) firms cannot be solicited, or if pricing is obtained directly from the manufacturer or its direct distributor, a note of explanation shall be made on the quotation worksheet. Current catalog prices and prior bid prices may, if confirmed by the supplier, serve in lieu of quotations. Certified minority business enterprises (MBEs) should always be contacted in addition to other prospective respondents.

C. A request for written quotations shall be solicited when the estimated dollar value of the request exceeds $10,001 but is less than $25,000.00. A written specification shall be prepared and mailed to a minimum of three (3) firms requesting written quotations of pricing. A minimum of two (2) minority firms shall be sent the solicitation.

D. Formal bids are required for procurements over $25,000.00

E. Local MBE firms within Prince George's County should be contacted first for telephone and written solicitations. If there are less than 3 MBE firms available in Prince George's County, a broader search of the MDOT MBE Central Directory at www.marylandtransportration.com (click on MBE/DBE Program and proceed to the Directory) shall be contacted.

F. In the event the buyer/user department is unable to locate a minority firm for a specific service, the MBE Coordinator shall be contacted as an additional resource.

G. Evaluation and selection of professional services - The contract process for these services will involve Purchasing Services.

XI. SOLICITATION PROCESS FOR FORMAL BIDS:

A. To be considered a responsive respondent, contractors are required, when specified in bid documents, to subcontract with MBEs for the stated percentage of the total dollar value of the contract price. (The percentage of MBE participation is based on the anticipated value of the contract.) Should MBE participation be required, MBE form 1 shall be completed and submitted as part of the bid or bid and MBE forms 2 through 5 must be completed and submitted within ten (10) working days after notification of being the lowest respondent.

B. Bonus Points: (for locally-funded projects)

Minority Business Enterprise (10%) Prince George's County Based Minority Business Enterprise (15%)

IFB 048-12 PAGE NO.: 29

1. During the evaluation process the Buyer shall determine the eligibility of any participating certified MBE to match the bid, dollar for dollar, of the lowest responsible respondent by application of bonus points.

2. In determining if a certified MBE is entitled to match the competitively bid price of the lowest responsible respondent, the Buyer shall adjust the bid price submitted by an MBE, 10% for MBEs, 15% for Prince George's County-based MBEs) (for the purpose of evaluation and offer to match only) by reducing the bid price of such firm by the product of: (1) the bid price of the apparent lowest responsible respondent; and: (2) the bonus factor applicable to the MBE (as stated above).

3. Once it has been determined through the application of the bonus points as aforementioned that the bid price submitted by an MBE, after adjustment, was lower than or equal to the bid price of the lowest responsible respondent, such MBE shall be given the opportunity to accept the bid at the lowest bid price.

4. If said lowest responsible respondent is a minority firm not located in Prince George's County or Maryland, a Prince George's County-based or Maryland-based firm will be awarded bonus points. Once the bonus points are applied, the Prince George's County-based or Maryland-based minority firm will be afforded the opportunity to match the bid of the lowest responsible respondent, if so justified.

5. The Buyer shall notify the MBEs, that by virtue of the application of the bonus points, the minority business enterprise is entitled to match the bid of the lowest responsible respondent. Qualifying MBEs will be given a period of five (5) business days from the issuance of such notifications by the Buyer the opportunity to match the bid originally submitted by the lowest responsible respondent.

6. As a result of such notifications, if more than one MBE proposes to reduce its previous bid to that of matching the bid of the original lowest responsible respondent, the contract shall be awarded with preferences given in the following order: first, Prince George's County-based MBE; and second, Maryland-based MBE.

7. If two or more MBEs qualify for the same preference contract award and are prepared to match the bid of the original lowest responsible respondent, the Buyer shall, by toss of a coin, select the party to whom the contract will be awarded.

8. If the MBE entitled to match a bid indicates to the MBE Coordinator that it can only match the bid of the otherwise lowest responsible respondent if relieved from the necessity of furnishing a bond from a recognized surety guaranteeing the total performance under any contract to be awarded, the Chief Financial Officer may, upon a finding that the MBE has demonstrated adequate performance on prior contracts with the state, county, any of its agencies, municipal corporations, or any local boards of education, waive such requirement.

9. If the MBE determines that it cannot match the lowest responsible respondent after being offered an opportunity to do so, the MBE will not be penalized.

IFB 048-12 PAGE NO.: 30

C. Composition of Minority Subcontractors:

1. It is the intent of Prince George's County Public Schools (PGCPS) that the contractor includes fair representation of all minority groups in the required percentage of MBE subcontracting participation.

2. If the successful respondent is an MBE firm, it shall be the obligation of the contractor to maintain its status as a certified MBE or to maintain the required subcontracting percentage with certified MBE firms, whichever may be applicable, throughout the term of the contract or any extension thereof. In the event that any of the representations or circumstances of the contractor change with respect to the MBE status, the contractor shall notify the Board of Education immediately. The contractor shall also report any change in minority business usage if different than information submitted at the time contract is signed.

D. Pre-Bid Conference:

1. At each Pre-Bid Conference, the Prince George's County Public Schools representative will explain the MBE subcontracting requirement, MBE provisions of the solicitation, bonus points, documentation required, and its relationship to the respondent's responsiveness.

2. Prime contractors must request price quotes from MBE subcontractors at least ten (10) working days prior to the bid opening. However, this may be adjusted at the discretion of the Board of Education.

3. Respondents may use the services offered by the MBE Program Coordinator to develop its MBE participation requirement.

4. When MBE subcontracting is required, each bid or offer submitted in response to a solicitation must be accompanied by a completed Minority Business Enterprise Utilization Affidavit (MBE Form #1) which has been duly notarized.

5. After the review of responsive bids, the successful respondent will be notified. Final approval of contract award will not be made until a list of all MBEs and other related documents from the contractor are received and reviewed.

E. Contract Award:

1. The following documentation must be furnished by the apparent low respondent within ten (10) working days from notification when subcontracting is required:

a. A completed Schedule for Participation of Minority Business Enterprise (MBE Form #5);

b. A Statement of Intent (MBE Form #4); and c. A copy of the current acceptable certification letter attached

to Schedule of Participation of MBEs (Attachment #5) d. Outreach Efforts Compliance Statement (MBE Form #6)

IFB 048-12 PAGE NO.: 31

Each document will show the agreed prices to be paid to each certified MBE for the work and identify in detail the contract items to be performed by the certified minority business and the proposed timetable for such performance. An authorized representative from both the prime and subcontracting firms must sign all documents.

The respondent will certify in writing that there is an existing subcontract for all work that has been sublet.

2. The Prince George's County Public Schools' MBE Program Coordinator will conduct a preliminary evaluation of the apparent low respondent's submission to determine whether the proposed MBE participation is in compliance with the outlined requirements.

3. Based on the evaluation of contract documents submitted, the Prince George's County Public Schools' representative will determine if the low respondent is in compliance with the MBE participation requirements and may recommend to make the final award or require additional information.

F. Request For Waiver/Exception of Minority Business Enterprise Goal:

1. A waiver/exception of the MBE contract requirement may be granted by the Board of Education only upon receipt of a written request with supporting documentation which presents a reasonable demonstration by the respondent that MBE participation was impossible to obtain or was not obtainable at a reasonable price, and that the public interest is served by a waiver. Any request for a waiver/exception should be submitted on a Request for Waiver/Exception Form (MBE Form #3) and contain the following:

a. A detailed statement of the efforts made to contact and negotiates with certified minority businesses including names, addresses, date, and telephone numbers of certified minority businesses contacted;

b. A description of the information provided to MBEs regarding plans, specifications, and anticipated time schedule for portions of the work to be performed;

c. A detailed statement of efforts made to select portions of work proposed to be performed by certified minority businesses in order to increase the likelihood of achieving the stated requirement;

d. A detailed statement of reasons for a contractor's conclusion that a certified minority business is not qualified to perform the work needed; and

e. A list of minority subcontractors found to be unavailable. (This list should be accompanied by the Minority Subcontractor Unavailability Certificate (MBE Form #2) signed by the MBE or a statement from the apparent low respondent that the certified business did not provide the Minority Subcontractor Unavailability Certificate.)

IFB 048-12 PAGE NO.: 32

2. A waiver/exception to the MBE requirement will be granted upon determination by the Prince George's County Public Schools' representative that qualified MBEs are not available to participate in a contract or at a reasonable price consistent with the stated MBE contract requirement and the total contract award. Upon consideration of all the waiver/exception documents submitted in accordance with this provision, the Prince George's County Public Schools' MBE Coordinator may approve or deny any request for a waiver/exception.

3. The low respondent's failure to participate in any of these proceedings or failure to furnish information after written request may result in rejection of the bid on the basis of non-responsiveness.

G. Contractor Responsibility and Compliance: The contractor shall perform the contract in accordance with the representations made in the Minority Business Enterprise Utilization Affidavit (MBE Form #1) submitted as part of the bid and on the Schedule for Participation of Certified Minority Business Enterprise (MBE) submitted after the bid (MBE Form #5). All compliance monitoring of certified MBE participation will be in accordance with the following:

1. The contractor shall structure operations for the performance of the contract to attempt to achieve the purpose of this procedure.

2. The contractor agrees to apply the firm's best efforts to carry out these requirements consistent with the efficient performance of the project.

3. The contractor must assure that MBEs shall have the maximum practical opportunity to compete for subcontract work under the contract, even after award of contract.

4. The contractor shall cooperate in any reviews of the contractor's procedures and practices with respect to MBEs that the Board of Education may, from time to time, conduct.

5. The contractor shall maintain such records as may be necessary to confirm compliance with its MBE utilization obligations. These records shall indicate the identity of minority subcontractors employed on the contract, type of work performed by each, dollar amount proposed, actual monies paid during the reporting period to date, and any services and procurements achieved.

6. All records concerning MBE participation must be retained by the contractor for a period of three (3) years after final completion of the contract and will be available for inspection by the Board of Education.

7. It shall be the obligation of the contractor to maintain its status as a certified MBE or to maintain the required subcontracting percentage with certified MBE firms, whichever may be applicable, throughout the term of the contract or any extension.

8. Any desired changes in the Schedule for Minority Business Enterprise Participation must be approved in advance by the Board of Education and shall indicate the contractor's efforts to substitute another MBE subcontractor to perform the work.

IFB 048-12 PAGE NO.: 33

Additionally, if changes to the contract require additional work resulting in a cost increase, the MBE participation should be adjusted to reflect this change.

9. Failure to notify the Board of Education of any changes of representations or circumstances of the contractor with respect to the MBE status of the contractor or the percentage of MBE participation, may cause the contractor to be subject to disqualification from the award of any PGCPS system contracts for a period of three (3) years. In addition, the contractor shall be subject to such other actions as may be provided under applicable county ordinances and/or state law.

10. The agreed MBE goal identified in the IFP and IFB is a deliverable. Failure to comply shall be subject to such other actions applicable to county ordinances and /or State law.

H. Amendment For Unforeseen Circumstances: If, at any time before award, an apparent low respondent believes or has reason to believe that a certified minority business listed in the Prince George's County Public Schools' Schedule of Minority Business Enterprise Participation has become unqualified or unavailable, the respondent will immediately notify the Prince George's County Public Schools' MBE Coordinator. Within ten (10) working days, the apparent low respondent must make every reasonable effort to achieve the stated requirement for the minority participation. Failure to make such efforts may result in a determination that the apparent low respondent is not eligible for award of the contract.

I. Emergency: If the Prince George's County Public Schools' Chief Financial Officer determines that a project is an emergency (e.g., hazard to the health and welfare of students), the Chief Financial Officer may waive requirements for MBE documentation.

J. Filing of Reports:

1. The Chief Executive Officer (CEO) shall report to the members of the Board of Education of Prince George's County, at least semi-annually, regarding progress being made in attainment of requirements established by the Resolution of the Board of Education revised, concerning the awarding of contracts to MBEs.

2. The Minority Business Office is required to submit to the CEO on a semi-annual basis a report of MBE participation. Each year two reports will be issued: an interim report covering the period July 1 through December 31, and an annual report detailing activity from July 1 through June 30. Each report will include:

a. Total dollar value of contracts and purchases, by category; and b. Total dollar value of contracts and purchases, by category, awarded to MBEs.

K. Records, Reports and Subcontractor Payments: The prime contractor agrees to pay subcontractors within five (5) working days of receipt of payment from Prince George's County Public Schools. If payments are not made, the Board reserves the right to withhold the amount owed to subcontractor(s) from the prime contractor's next payment requisition.

IFB 048-12 PAGE NO.: 34

L. Monitoring:

1. The Board of Education will carry out reviews as deemed necessary to monitor compliance with MBE participation requirements. Such reviews may include site visitations to ensure compliance with MBE requirements.

2. The Board of Education and contractors will maintain appropriate records and, upon request, assist in on-site or post-audit reviews.

XII. BONDING:

A. The Director of Purchasing and Supply may, upon finding that an MBE has demonstrated adequate performance on prior contracts with the state, county, or any of its agencies, municipal corporations, or any local boards of education, waive bonding requirement on certain projects.

B. At the discretion of the Buyer, unless otherwise required by state or federal law or regulations as a condition to state, federal or county assistance, no bid bond, performance or payment bonds shall be required if the contract price is less than $50,000.

C. Bonds on construction projects over $50,000 must be provided by prime. However, at the discretion of the Prince George's County Public Schools' representative, bonds may be waived. Additional documents may be required.

XIII. NON-DISCRIMINATION:

A. No contract may be awarded to any contractor or subcontractor unless the contract, subcontract or agreement contains the following non-discrimination clause:

"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."

B. If the non-discrimination clause is omitted from a contract or subcontract subject to this Section, the Board of Education may declare the contract void. In that event, the contractor is entitled to the reasonable value of work that has been performed and materials that have been provided.

C. If the contractor willfully fails to comply with the requirements of the non-discrimination clause and the contract is partially completed, the Board of Education may compel the contractor to continue to perform under the contract; however, the Board:

1. Is liable for no more than the reasonable value of work performed and materials provided after the date on which the breach of contract was or should have been discovered; and

IFB 048-12 PAGE NO.: 35

2. Shall deduct any money that has been paid under the contract from the money that became due.

D. If a subcontractor willfully fails to comply with the requirements of a non-discrimination clause, the contractor may void the subcontract. In that event, the contractor is liable for no more than the reasonable value of work performed or materials provided.

XIV. RELATED PROCEDURES: Administrative Procedure 7419, Minority Business Enterprise Procedures for State Funding Public School Construction Projects.

XV. MAINTENANCE AND UPDATE OF THESE PROCEDURES: These procedures originate with the Department of Purchasing and Supply and will be updated as necessary.

XVI. CANCELLATIONS AND SUPERSEDURES: This Administrative Procedure cancels and supersedes Administrative Procedure 3325, dated June 30, 1998.

XVII. EFFECTIVE DATE: September 30, 2008.

Attachments: 1 - Minority Business Enterprise Utilization Affidavit 2 — Minority Subcontractor Unavailability Certificate 3 — Request for Waiver/Exception 4 — Statement of Intent 5 — Schedule for Participation of Minority Business Enterprise 6— Outreach Efforts Compliance Statement

Distribution: Lists 1, 2, 3,4, 5, 6, 10, and 11

IFB 048-12 PAGE NO.: 36

Attachment 1 to A.P. 3325 MINORITY BUSINESS ENTERPRISE UTILIZATION AFFIDAVIT

The undersigned as contractor does hereby make the following Affidavit. I acknowledge the Minority Business Enterprise participation of thirty percent (30%) or as it applies and as stated in the bid documents for the contract with the Prince George's County Board of Education and commit to make a good faith effort to achieve this requirement.

In the solicitation of subcontract quotations or offers, all Minority Business Enterprise (MBE) subcontractors were provided not less than the same information and amount of time to respond to the solicitations as non-minority business enterprise subcontractors.

The solicitation process was conducted in such a manner so as to otherwise not place MBE subcontractors at a competitive disadvantage to non-MBE subcontractors.

I understand and agree, that if awarded the contract, we will implement the provisions of the above paragraph with respect to subcontracts to be let after the award of the contract, but that such subcontracts will not be let until the Board of Education has reviewed and approved the Minority Business Enterprises submittals. I understand that the failure to submit the affidavit to the Board of Education shall result in a determination that this bid is non-responsive.

I understand and agree that, if awarded the contract, I will and do hereby authorize representatives of the Board of Education and the Interagency Committee for Public School Construction to examine, from time to time, the books, records and files of this organization to the extent that such data relates and pertains to the affirmative action pursuant to this contract.

I do solemnly declare and affirm under the penalty of perjury that the contents of the foregoing document are true and correct to the best of my knowledge, information, and belief.

1

Company Name

Signature Date

Address Print Name

Sworn and subscribed before me this day of , 20 .

Notary Public

MBE Form #1 1/94

IFB 048-12 PAGE NO.: 37

Attachment 2 to A.P. 3325 MINORITY SUBCONTRACTOR UNAVAILABILITY CERTIFICATE

1. It is hereby certified that the firm of

(Name of Minority Firm) (Telephone)

(Number) (Street)

(City) (State) (Zip)

Was offered an opportunity to bid on the school

Project in

County/City

by (Name of Prime Contractor's Firm)

(Address)

2. The is either unavailable for the (Name of Minority Firm)

work/service or unable to prepare a bid for this project for the following reason(s): (check one of the following):

unavailable for the work/service for this project, is unable to prepare a bid, did not respond to a request for a price bid

Other please state

Prime Contractor Signature Date

Title MBE Form #5 1/94

1

IFB 048-12 PAGE NO.: 38

Attachment 4 to A.P. 3325

STATEMENT OF INTENT

PROJECT NAME:

PROJECT LOCATION:

A. Name of Prime Contractor:

B. Name of MBE:

C. Certified by: MDOT and Prince George's County Government (Please circle)

Cert. #

1. Work/Services to be performed by MBE:

2. Subcontract Amount: $

3. Bonds - Amount and type required of MBE, if any:

4. MBE Commencement Date: Completion Date:

5. This MBE subcontract represents the following percentage of the total project cost: %

6. The undersigned subcontractor will enter into a contract with for the work/service indicated above the prime contractor's execution of a contract for the above-referenced project with the Board of Education. The undersigned subcontractor is a certified Minority Business Enterprise, or has applied for certification. The terms and conditions stated above are consistent with our agreements.

Print Name of Subcontractor Signature of Subcontractor

7 The terms and conditions stated above are consistent with our agreements.

Print Name of Prime Contractor Signature of Prime Contractor

MBE Form #3 1/94

IFB 048-12 PAGE NO.: 39

Attachment 5 to A.P. 3325 SCHEDULE FOR PARTICIPATION OF MINORITY BUSINESS ENTERPRISE

1. PRIME CONTRACTOR - NAME OF FIRM & ADDRESS: (Number, Street, City, State, Zip Code)

Telephone: Fax

2. PROJECT LOCATION: (Number, Street, City, State, Zip)

3. PROJECT NUMBER:

4. TOTAL CONTRACT DOLLAR AMOUNT: $

PROJECT NAME:

5. LIST THE DATA REQUESTED FOR EACH MINORITY FIRM INVOLVED IN THIS PROJECT:

a. MINORITY FIRM & ADDRESS: (Number, Street, City, State, Zip)

Work or Service to be performed:

Project Commencement Date: Project Completion Date: Agreed Dollar Amount: $ Percentage of Total Contract: %

Certified by: MDOT and/or Prince George's County Government Cert. No.

b. MINORITY FIRM: (Number, Street, City, State, Zip)

Work or Service to be performed:

Project Commencement Date: Project Completion Date: Agreed Dollar Amount: $ Percentage of Total Contract: %

Certified by: MDOT and/or Prince George's County Government Cert. No.

6. MINORITY FIRMS TOTAL DOLLAR AMOUNT: $ MINORITY FIRMS TOTAL PERCENTAGE:

MBE Form #2 5/2004

i

%

IFB 048-12 PAGE NO.: 40

RENOVATION AND ADDITION OF GLENARDEN WOODS ELEMENTARY SCHOOL 7801 Glenarden Parkway, Glenarden, Maryland 20706.

MATERIAL TESTING AND CODE COMPLIANCE INSPECTION SERVICE

ATTACHMENT #1- FEE WORKSHEET SCHEDULE NOTE: This provided worksheet is not all inclusive. Indicate cost where appropriate for test(s)and inspection(s) that will be required but not indicated on the worksheet. See Technical Specification Section 3 for additional information. Adjust scope of work quantity and/or units where deemed appropriate. PGCPS will not be responsible for failure to verify or confirm quantity estimation

A-1 LABORATORY TESTING SERVICES QUANTITY UNIT UNIT RATE AMOUNT Laboratory testing as described below

1 PRECONSTRUCTION MASONRY UNIT TEST -( ASTM C 140) 1 TESTS

2

PRECONSTRUCTION MORTAR TEST-ASTM C 109/C 109M-COMPRESSIVE STRENGTH, ASTM C 1506-WATER RETENTION & ASTM C 91-AIR CONTENT) 1 TESTS

3 PRECONSTRUCTION MORTAR TEST - (ASTM C 780 COMPRESSIVE STRENGTH) 1 TESTS

4 PRECONSTRUCTION GROUT TEST- (ASTM C 1019 COMPRESSIVE STRENGTH) 1 TESTS

5 PRECONSTRUCTION PRISM TEST - (ASTM C 1314) 1 TESTS

6 MASONRY PRISM COMPRESSIVE STRENGTH (ASTM C1314, 1 SET OF 3) 1 TESTS

7 CONCRETE BLOCK COMPRESSIVE STRENGTH (ASTM C1314, 1 SET OF 3) 1 TESTS

EARTHWORK (SOIL & FOUNDATION) SERVICE - SEE ATTACHMENT #2 A-2 STRUCTURAL FILL ANALYSIS QUANTITY UNIT UNIT RATE AMOUNT

Laboratory testing of fill materials proposed for using as structural fill 1 MOISTURE CONTENT (ASTM D 2216) 1 TESTS 2 GRADATION ANALYSIS (ASTM D 422) 1 TESTS 3 SIEVE ANALYSIS (ASTM D 1140) 1 TESTS 4 ATTERBERG LIMITS (ASTM D 4318) 1 TESTS 5 PERMEABILITY TESTING (ASTM D 2434) 1 TESTS 6 STANDARD PROCTOR (ASTM D 698) 2 TESTS 7 MODIFIED PROCTOR (ASTM D1557) 0 TESTS

8 UNIFIED SOIL CLASSIFICATION (USCS) OF FILL (ASTM D 2487) 2 TESTS

9 SPECIFIC GRAVITY (ASTM D 854) 1 TESTS

10 FILL MEETS ENGINEERING CRITERIA FOR STRUCTURAL FILL 1 LUMP SUM

11 TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

12

A-3 BULK EARTHWORK OBSERVATION AND COMPACTION TESTING SERVICE QUANTITY UNIT UNIT RATE AMOUNT Field observation of earthwork operations and in place density testing of structural fill and backfill

1

I FIELD ENGINEER 20 HOURS 2 ENGINEERING REPORT & REVIEW 1 LUMP SUM

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

A-4 UTILITY TRENCH BACKFILL OBSERVATION AND COMPACTION TESTING SERVICE QUANTITY UNIT UNIT RATE AMOUNT Field observation of utility trench excavation operations and in place density testing of structural fill and backfill

1 FIELD ENGINEER 20 HOURS 2 ENGINEERING REPORT & REVIEW 1 LUMP SUM

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

A-5 PAVEMENT SUBGRADE OBSERVATION AND TESTING SERVICE QUANTITY UNIT UNIT RATE AMOUNT Field observation of proofrolling and in-place density testing at pavement sub grades

1 FIELD ENGINEER 8 HOURS

2 ENGINEERING REPORT & REVIEW 1 LUMP SUM

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

A-6 PAVEMENT AGGREGATE BASE OBSERVATION AND TESTING SERVICE QUANTITY UNIT UNIT RATE AMOUNT Field observation of proofrolling and in-place density testing of aggregate base pavement

1 FIELD ENGINEER OBSERVATION & IN-PLACE DENSITY TESTING 10 HOURS

2 ENGINEERING REPORT & REVIEW 1 LUMP SUM

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

A-7 ASHPALT PAVING OBSERVATION AND TESTING SERVICE QUANTITY UNIT UNIT RATE AMOUNT Field observation of construction and in-place density testing of bituminous pavement

1 FIELD ENGINEER OBSERVATION & IN-PLACE DENSITY TEST 10 HOURS

2 ENGINEERING REPORT & REVIEW 1 LUMP SUM

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

A-8 FOUNDATIONS SUB-GRADE OBSERVATION & TESTING SERVICE QUANTITY UNIT UNIT RATE AMOUNT Field observation of Foundation Subgrade and in-place density testing prior to concrete placement pavement

1 INSPECTION OF SUB-GRADE AT PROPOSED FOUNDATION ELEVATIONS 2 HOURS

2 SHORING AND UNDERPINNING AT EXIST. BLDG. INTERFACES 4 HOURS

2

3 COMPACTION RESULTS AT SLAB AND FOOTING LOCATIONS 8 HOURS

4 PLACEMENT AND COMPACTION OF STONE SUB-BASE AT SLAB ON GRADE LOCATIONS 8 HOURS

5

INSPECTION OF REINFORCING STEEL WELDING FOR QUALITY, INTEGRITY,AND CONFORMANCE (AWS D1.4 & ACI 318) 0 HOURS

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

A-9 SLAB ON GRADE SUB-GRADE OBSERVATION TESTING SERVICE QUANTITY UNIT UNIT RATE AMOUNT Field observation of subgrade placement and in-place density testing prior to aggregate base placement

1 FIELD ENGINEER OBSERVATION & IN-PLACE DENSITY TESTING 20 HOURS

2 ENGINEERING REPORT & REVIEW 'I LUMP SUM

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

A-10 SLAB ON GRADE AGGREGATE BASE OBSERVATION TESTING SERVICE QUANTITY UNIT UNIT RATE AMOUNT Field observation of Aggregate base placement prior to concrete placement

1 FIELD ENGINEER OBSERVATION & IN-PLACE DENSITY TESTING 10 HOURS

2 ENGINEERING REPORT & REVIEW 1 LUMP SUM TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

A-11 CONCRETE TESTING - FOOTINGS, SLABS ON GRADE & ELEVATED SLABS QUANTITY UNIT UNIT RATE AMOUNT Field observation of Concrete placement including on site testing of fresh Portland cement concrete. (Testing to include taking of cylinders, slump testing, entrained air testing & temperature testing)

1 FIELD ENGINEER 200 HOURS

2 REVIEW PLACEMENT & WELDING OF CONCRETE REINFORCEMENT 10 HOURS

3 VERIFY DESIGN MIXTURE, CURING & PLACEMENT PROCEDURES 10 HOURS

4 SLUMP TESTING (ASTM C 143/C 143M) 20 TESTS

5 AIR CONTENT TESTING (ASTM C 231) 20 TESTS

6 CONCRETE TEMPERATURE TESTING (ASTM C 1064/C 1064M) 20 TESTS

7 CAST & FIELD CURE STANDARD CONCRETE CYLINDERS (ASTM C 31/C 31M) 0 SETS OF 4

8 CAST & LAB CURE STANDARD CONCRETE CYLINDERS (ASTM C 31/C 31M) 20 SETS OF 4

9 COMPRESSIVE-STRENGTH LABORATORY TESTING (ASTM C 39/C 39M) 20 SETS OF 4

3

10 MEASURE FLOOR & SLAB FLATNESS & LEVELNESS (ASTM E 1155/E 1155M) 4 HOURS

11 PROFESSIONAL ENGINEERING CERT. OF CAST-IN-PLACE CONCRETE 1 LUMP SUM

12 ENGINEERING REPORT & REVIEW 1 LUMP SUM

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

CONCRETE SERVICE - SEE ATTACHMENT #3

A-12 CONCRETE WORK QUANTITY UNIT UNIT RATE AMOUNT

1 VERIFY SIZE LAYOUT OF ELEMENTS 8 HOURS 2 SLUMP TESTING (ASTM C 143/C 143M) 0 TESTS 3 AIR CONTENT TESTING (ASTM C 231) 0 TESTS

4 CONCRETE TEMPERATURE TESTING (ASTM C 1064/C 1064M) 0 TESTS

5 CAST & FIELD CURE STANDARD CONCRETE CYLINDERS (ASTM C 31/C 31M) 0 SETS OF 4

6 CAST & LAB CURE STANDARD CONCRETE CYLINDERS (ASTM C 31/C 31M) 0 SETS 0F4

7 COMPRESSIVE-STRENGTH LABORATORY TESTING (ASTM C 39/C 39M) 0 SETS OF 4

8 MEASURE FLOOR & SLAB FLATNESS & LEVELNESS (ASTM E 1155/E 1155M) 2 HOURS

9 VERIFY SIZE, SHAPE & LOCATION OF FORMWORK (ACI 318) 2 HOURS

10 VERIFY SIZE AND PLACEMENT OF REINFORCING (ACI 318 & AWS D1.4) 20 HOURS

11

INSPECT ELEVATED SLAB PLACEMENT CURING METHOD AND DURATION, PLACEMENT OF CONTROL JOINTS AND CONSTRUCTION JOINTS 2 HOURS

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

TOTAL COST OF ATTACHMENT #2 FOR THIS SECTION 1 LUMP SUM

MASONRY SERVICE - SEE ATTACHMENT #4 & #5 A-13 MASONRY WORK - INSPECTION QUANTITY UNIT UNIT RATE AMOUNT

1 VERIFY BLOCK MATERIAL STRENGTH AND SIZE (ACI 530.1/ASCE 6/TMS 602) 1 HOURS

2

PERIODICALLY INSPECT REINFORCING SIZE AND PLACEMENT (ACI 530/ASCE 5/TMS 402 -ACI 530.1/ASCE 6/TMS 602) 16 HOURS

3

VERIFY MORTAR MIX AND JOINT WORKMANSHIP AND CONSTRUCTION OF BOND BEAMS AND PIERS (ACI 530.1/ASCE 6/TMS 602) 4 HOURS

4 PERIODICALLY INSPECT BLOCK GROUTING (ACI 530.1/ASCE 6/TMS 602) 16 HOURS

5

VERIFY PROPER ATTACHMENTS TO SUPPORTING OR BRACING ELEMENTS (ACI 530/ASCE 5/TMS 402 - ACI 530.1/ASCE 6/TMS 602) 8 HOURS

6 VERIFY PROPER ANCHORAGE OF VENEER 4 HOURS

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

4

I t./1 AL t..1/ I Ur HI 1 AtornvimN 1 g.5 & 11,4 l'AJK I HIS

SECTION 1 LUMP SUM

A-14 MASONRY TESTING SERVICE QUANTITY UNIT UNIT RATE AMOUNT Field observation of masonry mortar mixing. Field observation of grout mixing & placement. Laboratory testing of mortar and grout specimens (compressive strength)

1 FIELD ENGINEER 20 HOURS

2 MORTAR CUBE TESTING (Compressive Strength ASTM C 780, 1 SET OF 3) 5 SETS

3 GROUT CYLINDER (Compressive Strength ASTM C 1019, 1 SET OF 3) 5 SETS

4 BRICK TESTS - (ASTM C 67) 1 TEST 5 CONCRETE MASONRY UNIT TEST - (ASTM C 140) 1 TEST

6 COMPRESSIVE STRENGTH OF MASONRY PRISMS TEST - (ASTM C 1314) 1 TEST

7 ENGINEERING REPORT & REVIEW 1 LUMP SUM

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

STRUCTURAL STEEL SERVICE - SEE ATTACHMENTS #6 & #7

A-15 STEEL JOIST MEMBERS AND ACCESSORIES SERVICE QUANTITY UNIT UNIT RATE AMOUNT

1

PERIODIC INSPECTION OF THE CONDITION, SIZE AND SPACING AND PLACEMENT OF VARIOUS MEMBERS AT SITE 8 HOURS

2 PERIODIC VERIFICATION OF JOIST ATTACHMENTS TO SUPPORTING ELEMENTS 16 HOURS

3 PERIODIC INSPECTION OF BRIDGING PLACEMENT AND ANCHORAGE 4 HOURS

4 PERIODIC INSPECTION OF BEARING PLATE SIZE AND ANCHORAGE 4 HOURS

5 PERIODIC INSPECT FRAMING FOR ROOFTOP MECH. UNITS 8 HOURS

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

A-16 STRUCTURAL STEEL! LINTELS SERVICE QUANTITY UNIT UNIT RATE AMOUNT

1 VERIFY MEMBER SIZES, PLACEMENT AND CONDITION AT SITE (ASTM MATERIAL SPECIFICATIONS & AISC 360) 4 HOURS

2

liNork.., I ILAN ot I I I IINL, or rim...0 VVCLAJCLJ UllININCU I 101\10

FOR QUALITY, INTEGRITY, AND CONFORMANCE (AWS D1.1) 4 HOURS

3 INSPECTION OF STEEL FRAME DETAILS FOR COMPLIANCE WITH THE APPROVED CONSTRUCTION DOCUMENTS 4 HOURS

4 INSPECTION OF HIGH-STRENGTH BOLTS IN ACCORDANCE WITH AISC SPECIFICATIONS (AISC 360) 4 HOURS

5 CHECK PLUMB NESS AND LEVELNESS OF ERECTED STEEL 2 HOURS

6 CHECK COLUMN BASES FOR ELEVATION AND PLAN LOCATION TOLERANCES PRIOR TO ERECTION OF STEEL 2 HOURS

5

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

A-17 STEEL FLOOR AND ROOF DECKING SERVICE QUANTITY UNIT UNIT RATE AMOUNT

1 VERIFY SIZE, CONDITION, AND TYPE OF DECK AT SITE 1 HOUR

2 VERIFY PLACEMENT DECK AND ACCESSORIES IN ACCORDANCE WITH SHOP DRAWINGS 1 HOUR

3 INSPECT ROOF DECK ATTACHMENTS TO SUPPORTING ELEMENTS FOR CONFORMANCE WITH SHOP DRAWINGS. 1 HOUR

4 INSPECTION OF FLOOR & ROOF DECK WELDS FOR QUALITY, INTEGRITY AND CONFORMANCE 2 HOURS

TOTAL COST OF TPIP SERVICE (if any) FOR THIS SECTION 1 LUMP SUM

A-18 STRUCTURAL WELDING & BOLTING TESTING SERVICE QUANTITY UNIT UNIT RATE AMOUNT

Field observation and testing of welds & bolted connections 1 FIELD ENGINEER 10 HOURS

2 VISUAL INSPECTION OF WELDS FOR QUALITY, INTEGRITY, AND CONFORMANCE (AWS D1.3) 8 HOURS

3

TESTING OF WELDS ACCORDING TO AWS D1.3 AND AS APPLICABLE ASTM E 94, ASTM E 709, ASTM E 164 ASTM E 165 8 HOURS

4 VISUAL INSPECTION OF BOLTED CONNECTIONS 4 HOURS

5 TEST AND VERIFY HIGH-STRENGTH, FIELD BOLTED CONNECTIONS USING ASTM A 325 OR ASTM A 490 8 HOURS

6 ENGINEERING REPORT & REVIEW 1 LUMP

A-19 STRUCTURAL WELDING & BOLTING TESTING SERVICE CONTIGENCY QUANTITY UNIT UNIT RATE AMOUNT Additional Inspection and Testing Services listed above which are beyond the control of the Testing & Inspection Consultant

1 FIELD ENGINEER ON SITE INSPECTION AND! OR TESTING 10 HOURS

2 ENGINEERING REPORT & REVIEW 1 LUMP SUM

3 ADDITIONAL LABORATORY TESTING 1 TESTS

TPIP FIRE PROTECTION SERVICE

B-1 A. FIRE PROTECTION INSPECTION QUANTITY UNIT UNIT RATE AMOUNT Field observation and testing of welds & bolted connections

1 FIELD ENGINEER 10 HOURS

2 VISUAL INSPECTION OF SYSTEM FOR QUALITY, INTEGRITY, AND CONFORMANCE 4 HOURS

TPIP FIRE PROTECTION SYSTEM SERVICE

B-2 QUANTITY UNIT UNIT RATE AMOUNT

6

Field observation and testing of fire protection 1 FIELD ENGINEER 10 HOURS

2 VISUAL INSPECTION OF SYSTEMS FOR QUALITY, INTEGRITY, AND CONFORMANCE 8 HOURS

TPIP ELECTRICAL SYSTEM

C-1 QUANTITY UNIT UNIT RATE AMOUNT Field observation and testing of

1 FIELD ENGINEER 20 HOURS VISUAL INSPECTION FOR QUALITY, INTEGRITY, AND CONFORMANCE 10 HOURS

2

TPIP MECHANICAL SYSTEM SERVICE D-1 QUANTITY UNIT UNIT RATE AMOUNT

Field observation and testing 1 FIELD ENGINEER 20 HOURS

2 VISUAL INSPECTION FOR QUALITY, INTEGRITY, AND CONFORMANCE 10 HOURS

E-1 CONTINGENCY QUANTITY UNIT UNIT RATE AMOUNT Additional Inspection and Testing Services listed above which are beyond the control of the Testing & Inspection Consultant

1 FIELD ENGINEER - ON SITE INSPECTION AND / OR TESTING 40 HOURS

2 ENGINEERING REPORT & REVIEW 5 HOURS

3 MORTAR CUBE TESTING (Compressive Strength ASTM C 780, 1 SET OF 3) 1 SETS

4 GROUT CYLINDER (Compressive Strength ASTM C 1019, 1 SET OF 3) 1 SETS

5 ADDITIONAL LABORATORY TESTING 1 SETS

E-2 REIMBURSABLE EXPENSES QUANTITY UNIT UNIT RATE AMOUNT

1 PROJECT MANAGER/ENGINEER 1 LUMP

2 PREPARE REPORTS, CORRESPONDENCE, RFI'S, REVIEW PHOTO AND DOCUMENTATION 1 LUMP

3 TRAVEL TIME AND EXPENSES HOURS 4 MILAGE EXPENSES MILES 5 MISCELLANEOUS EXPENSES 1 LUMP

7

ATTACHMENT # 2 (3 PAGES)

STATEMENT OF THIRD-PARTY INSPECTORS OF RECORD

ELECTRICAL INSPECTOR OF RECORD (EIR)

Full Legal Name of Inspector (Printed) MD Registration Number

Company's Legal Name

Address:

Company Officer's Name (if different from above) Officer' s' Signature

Telephone Number Date

STRUCTURAL INSPECTOR OF RECORD (SIR)

Full Legal Name of Inspector (Printed) MD Registration Number

Company's Legal Name

Address:

Company Officer's Name (if different from above) Officer's Signature

Telephone Number Date

1

GEOTECHNICAL INSPECTOR OF RECORD (GIR)

Full Legal Name of Inspector (Printed) MD Registration Number

Company's Legal Name

Address:

Company Officer's Name (if different from above) Officer's Signature

Telephone Number Date

MECHANICAL INSPECTOR OF RECORD (MIR)

Full Legal Name of Inspector (Printed) MID Registration Number

Company's Legal Name

Address:

Company Officer's Name (if different from above) Officer's Signature

Telephone Number Date

2

FIRE PROTECTION INSPECTOR OF RECORD (FPIR)

0 GENERAL FIRE INSPECTION

0 FIRE SUPRESSION SYSTEMS INSPECTION & TESTING

El FIRE ALARM SYSTEMS

Full Legal Name of Inspector (Printed) MD Registration Number

Company's Legal Name

Address:

Company Officer's Name (if different from above) Officer's Signature

Telephone Number Date

CONCRETE/MASONRY INSPECTOR OF RECORD

Full Legal Name of Inspector (Printed) MD Registration Number

Company's Legal Name

Address:

Company Officer's Name (if different from above) Officer's Signature

Telephone Number Date

3

ATTACHMENT # 3

REQUIREDS VERIFICATION AND INSPECTION OF SOILS

VERIFICATION AND INSPECTION TASK

CONTINOUS DURING TASK LISTED

PERIODICALLY DURING TASK LISTED

1. Verify materials below shallow

foundations are adequate to

achieve the design bearing

capacity.

X

2. Verify excavations are extended

to proper depth and have

reached proper material.

X

3. Perform classification and testing

of compacted fill materials. X

4. Verify use of proper materials,

densities and lift thicknesses

during placement and

compaction of compacted fill.

X

5. Prior to placement of compacted

fill, observe subgrade and verify

that site has been prepared

properly.

X

ATTACHMENT # 4

REQUIRED VERIFICATION AND INSPECTION OF CONCRETE CONSTRUCTION

VERIFICATION AND INSPECTION 0 4 E-, z C c.)

PE

RIO

DI C

REFERENCED STANDARD

2012 IBC REFERENCE

1. Inspection of reinforcing steel, including prestressing tendons, and placement.

X ACI 318.3.5,7.1-7.7

1910.4

2. Inspection of reinforcing steel welding in accordance with approved plans and documents.

AWS D1.4 ACT 318:3.5.2

3. Inspection bolts and anchors to be installed in concrete prior to and during placement of concrete where allowable loads have been increased.

ACI 318: 8.1.3,21.2.8

1908.5, 1909.1

4. Verifying use of required design mix. X ACT 18: Ch.4,5.2- 5.4

1904.2, 1910.2, 1910.3

5. Perform slump and air content test, and determine the temperature of the concrete.

X ASTM C 172 ASTM C 31 ACT

318: 5.6,5.8 1910.10

6. Inspection of concrete and shotcrete placement for proper application techniques.

X ACI 318:5.9,5.10 1910.6,1910.7, 1910.8

7. Inspection for maintenance of specified curing temperature and techniques X

ACI 318:5.9,5.10 1910.9

8. Inspection of prestressed concrete: a. Application of prestressing forces. b. Grouting of bonded prestressing tendons

in the seismic force-resisting system.

X X

ACT 318: 18.20 ACT 318: 18.18.4

9. Erection of precast concrete members. X ACI 318: Ch.16

10. Inspect formwork for shape, location and dimensions of the concrete member being formed.

X ACT 318:6.1.1

ATTACHMENT # 5

MASONRY - INSPECTION LEVEL I

INSPECTION TASK (LEVEL 1)

FREQUENCY OF

INSPECTION

REFERENCE FOR CTRITERIA

CO

NT

INO

US1

Z.) 1—i A P

P4 P.4

ACT 530/ ASCE 5/ TMS 402

ACT 530.1/ ASCE 6/ TMS 602

1. As masonry construction begins, the following shall be verified to ensure compliance: a. Proportions of site prepared mortar. b. Construction of mortar joints. c. Location of reinforcement and connectors.

X X X

Art 2.6A Art 3.3B Art 3.4

2. The inspection program shall verify: a. Size and location of structural elements. b. Type, size and location of anchors, including other

details of anchorage of masonry to structural members, frames of other construction.

c. Specified size, grade, and type of reinforcement. d. Welding of reinforcing bars. e. Protection of masom-y during cold weather

(temperature below 40F) or hot weather (temperature above 90F).

X

X X

X

X

Sec. 1.15.4,2.1.2

Sec. 1.12 Sec. 8.5.7 and Sec. 8.5.7.2

3.3G

Art 2.4,3.4

Art 1.8

3. Prior to grouting, the following shall be verified to ensure compliance: a. Grout space is clean. b. Placement of reinforcement and connectors. c. Proportions of site-prepared grout. d. Construction of mortar joints.

X X X X

Sec. 1.12 Art 3.2D Art 3.4 Art 2.6B Art 3.3B

4. Grout placement shall be verified to ensure compliance with code and construction document provisions. X Art 3.5

5. Preparation of any required grout specimens, mortar specimens, and/or prisms shall be observed. X Art 1.4

6. Compliance with required inspection provisions of the construction documents and the approved submittals shall be verified.

X Art 1.5

1 Continuous means inspections accomplished during the placement of the work

Periodic means an inspection accomplished prior to placement of work

ATTACHMENT # 6

MASONRY - INSPECTION LEVEL 2

INSPECTION TASK (LEVEL 2)

FREQUENCY OF

INSPECTION

REFERENCE FOR CTRITERIA

CO

NT

INO

US

1

PE

RIO

DIC

2 ACT 530/ ASCE 5/ TMS 402

ACT 530.1/ ASCE 6/ TMS 602

1. From the beginning of masonry construction, the following shall be verified to ensure compliance: a. Proportions of site-mixed mortar and grout. b. Placement of masonry units and construction of

mortar joints. c. Placement of reinforcement and connectors. d. Grout space prior to grouting. e. Placement of grout.

X X

X X

X

Art 2.6A Art 3.3B Art 3.4

2. The inspection program shall verify: a. Size and location of structural elements. b. Type, size and location of anchors, including other

details of anchorage of masonry to structural members, frames, or other construction.

c. Specified size, grade, and type of reinforcement d. Welding of reinforcing bars e. Protection of masonry during cold weather

(temperature below 40 F) or hot weather (temperature above 90F).

X

X

X

X

X

Sec. 1.15.4,2.1.2

Sec. 1.12 Sec. 8.5.7 and Sec. 8.5.7.2

3 .3G

Art 2.4,3.4

Art 1.8

3. Preparation of any required grout specimens, mortar specimens, and/or prisms shall be observed. X Sec. 1.12 Art 1.4

4. Preparation of any required grout specimens, mortar specimens and/or prisms shall be observed. X Art 3.5

1 Continuous means inspections accomplished during the placement of the work

Periodic means an inspection accomplished prior to placement of work

ATTACHMENT # 7

SPECIAL INSPECTION FOR STEEL MATERIALS

VERIFICATION AND INSPECTION

CO

NT

INO

US1

PER

IOD

IC2

REFERENCED STANDARD

1. Material verification of high-strength bolts, nuts, and

washers:

a. Identification markings to conform to ASTM standards

specified in the approved construction documents.

b. Manufacturer's certificate of compliance required.

x Applicable ASTM material

specifications; AISC ASD,

Section A3.4, AISC LRFD,

Section A 3.3

2. Inspection of high-strength bolting:

a. Bearing-type connections.

b. Slip-critical connections. X

X

X

AISC LRFD Section M2.5

3. Material verification of structural steel:

a. Identification markings to conform to ASTM standards

specified in the approved construction documents.

b. Manufacturers' certified mill test reports required.

X

X

ASTM A6 or

ASTM A568

ASTM A6 or

ASTM A568

4. Material verification of weld filler materials:

a. Identification markings to conform to AWS specification

in the approved construction documents. b. Manufacturer's certificate of compliance required.

X

X

AISC, ASD, Section A3.6;

AISC LRFD Section A3.5

5. Inspection of welding:

a. Structural steel:

1. Complete and partial penetration groove welds

2. Multi-pass fillet welds

3. Single-pass fillet welds>5/16" (7.9mm)

4. Single-pass fillet welds<5/16" (7.9mm)

5. Floor and deck welds

b. Reinforcing steel:

1. Verification of weldability of reinforcing steel other

than ASTM A706.

2. Reinforcing steel-resisting flexural and axial forces in

intermediate and special moment frames, and

boundary elements of special reinforced concrete

shear walls, and shear reinforcement.

3. Shear reinforcement.

4. Other reinforcing steel.

X

X

X

X

X

X X

X

X

AWS D1.1

AWS D1.3

AWS D1.4

ACI 318.3.5.2

6. Inspection of steel frame joint details for compliance with

approved construction documents:

a. Details such as bracing and stiffening.

b. Member locations.

b. c. Application of joint details at each connection.

X

'Continuous means inspections accomplished during the placement of the work

2 Periodic means an inspection accomplished prior to placement of work

ATTACHMENT # 8

REQUIRED VERIFICATION AND INSPECTION OF STEEL CONSTRUCTION OTHER THAN STRUCTURAL STEEL

VERIFICATION AND INSPECTION

CO

NT

INO

US

1

PE

RIO

DIC

2 REFERENCED STANDARD

1. Material verification of cold-formed steel deck:

a. Identification markings to conform to ASRM standards specified

b. Manufacturer's certified test reports.

X

X

Applicable ASTM material standards

2. Inspection of welding:

a. Cold-formed steel deck: 1) Floor and roof deck welds X AWS D1.3

b. Reinforcing steel:

. Verification of weldability of reinforcing steel other than ASTM A 706.

2. Reinforcing steel resisting flexural and axial forces in intermediate and special moment frames, and boundary elements of special structural walls of concrete and shear reinforcement.

3. Shear reinforcement

4. Other reinforcing steel

X

X

X

X

AWS Dl. D ACI 318: Section 3.5.2

X

1 Continuous means inspections accomplished during the placement of the work

2 Periodic means an inspection accomplished prior to placement of work

ATTACHMENT # 9

ROUTINE INSPECTION REPORT #

Building Permit Number: Date:

Other Permit Number(s):

Building Address:

City, State Zip Code

Project Name: Company

Inspector: Signature:

Discipline: Architect Structural Testing Mechanical Electrical Fire General Fire System (Circle all that apply)

Inspection/Test:

Type

Location Result

Results:

PASSED — The work I inspected meets the Prince George's County Code and the approved construction documents.

FAILED — The work I inspected does not meet the Prince George's County Code or the approved construction documents.

Noncompliance Items — Narrative (Required for failed inspection):

ATTACHMENT #10

INSPECTION LOG

The inspection log is intended to readily show the stage of inspections and their status. This log is expected to be kept with the contractor and available during normal business hours to Third-Party Inspectors and County Quality Assurance Inspectors. The log shall be maintained in a bound, hard-covered book. The first page of the log shall identify the project and the Third-Party agents, including company name, address and phone number. The remainder of the log shall be for recording inspections. Each inspection shall be on a separate line and clearly indicate what was inspected, who inspected and if the inspection passed or failed. All entries shall be made legibly and in ink.

Example:

Date Inspector Type of Inspection Result

Logs that contain the minimum information may be arranged differently. Logs may also be used by the contractor to keep other infoimation, including inspection scheduling, partial results, or construction phasing information. The information kept should be related to the Third-Party Inspection Program.

The log and the County-approved construction documents shall be turned over to the Owner upon issuance of the final Use and Occupancy permit.

It is recommended that these items be stored in a waterproof canister or container, within three feet (3') of the floor, in the main electric room, fire pump room or other room of fire-rated construction where they will not be disturbed.