INSTRUCTIONS TO ALL BIDDERS B0003529

advertisement
INSTRUCTIONS TO ALL BIDDERS
B0003529
St. Louis Community College (“College”) welcomes all interested parties to participate in its competitive bid process. Bidders will be expected to
submit bids that are in compliance with the terms and conditions as outlined below:
1.
All awards are subject to final approval by St. Louis Community College’s Board of Trustees, or their designated representative(s).
2.
SEALED Bids will be delivered (sealed), to the Department of Purchasing, 300 S. Broadway, St. Louis, MO 63102, on or before the time
and date stipulated in the Invitation for Bid document. All late bids will be rejected.
3.
All bids must be signed by a duly authorized representative of the person, partnership or corporation offering the bid. Failure to sign the
College Invitation for Bid document will result in automatic disqualification of that bid. The College reserves the right to request written
confirmation of persons authorized to sign all bids on behalf of a company.
4.
Vendors may submit more than one bid proposal. No penalty or credit will be given for submitting multiple proposals.
5.
“Brand Name” product identification will occasionally be used to identify quality and characteristics of an item. Bids will be accepted on
alternate items unless designated a “no substitute” as long as complete written specifications are enclosed with the bid. The College will not
be obligated to consider alternate proposals submitted without this documentation.
6.
Bidders are responsible for reviewing their proposals prior to submission to be certain they can honor all prices, terms and conditions offered
in bid. Bidders may submit written amendments or withdraw their bid proposals up until the date and time of the scheduled bid opening.
Once bids have been opened, all bidders will be expected to honor all prices and terms offered in total. Unit price will prevail in cases of
extension errors. Bid defaults will result in either temporary or permanent removal from the College’s list of vendors in good standing.
7.
If this bid is accepted by the College, in whole or in part, it becomes a binding contract for the item(s) or section(s) designated when signed
by an authorized representative of the College and returned to the Bidder. By signing and submitting this bid, you are offering to sell the
goods and/or services to the College on the terms and conditions contained in this Invitation for Bid. All purchases are subject to the terms
and conditions contained in and attached to this Invitation for Bid. By submitting a bid, bidder agrees to these terms and conditions. Any
additional or different terms proposed by bidder are hereby objected to. The College may issue one or more “Purchase Orders” in connection
with the contract formed by acceptance of this bid. Any such Purchase Order shall be governed by this contract and shall not be deemed a
proposal for change or amendment, unless specifically so designated by the College.
8.
The College retains the right to make an award on an “item by item” or “all or nothing” basis and to determine what constitutes the lowest bid
meeting all specifications.
9.
Requests for clarification on bid specifications should be addressed to the buyer identified in the bid document. Any changes in specifications
will be sent to all bidders in the form of a written addendum. All addenda become a part of the Invitation for Bid.
10.
Bidders may obtain Invitation for Bid results by either attending the bid opening or by appointment with the assigned buyer.
DELIVERY AND INVOICING INFORMATION
1.
Delivery of all products and services must be completed by the date offered in this Invitation for Bid. Unless otherwise stated, partial
deliveries will be accepted, provided the College is invoiced only for the portion shipped. Failure to comply will delay payment as the
College pays all invoices only in full.
2.
Invoices must be submitted in duplicate to:
Accounts Payable
St. Louis Community College
300 S. Broadway
St. Louis, MO 63102
Invoices must reference the purchase order number, show unit and extended price on each item and list the “ship to” address.
3.
On bids offered as F.O.B. Origin, freight not allowed, all freight charges must be prepaid and added to the invoice. St. Louis Community
College will accept no collect shipments. All collect shipments will be returned to the shipper at his/her expense without penalty or restocking charge to the College. All F.O.B. origin shipments must be fully insured for replacement cost.
4.
All shipments must contain a packing list referencing the College’s purchase order number.
5.
All shipments should be addressed to the College Receiving Department at the location or locations specified. Failure to comply may cause
substantial delay in payment. The College renders payment only when delivery of goods and services has been certified by the Receiving
Department. The seller bears complete responsibility in complying with this requirement.
6.
St. Louis Community College is a tax exempt public institution. The College’s tax exempt Missouri I.D. is 11166584.
PAGE __1____ of _21_ PAGES
INVITATION FOR BID # B0003529
COORDINATOR/BUYER: _ _
DATE ISSUED:
Irma Wittendorfer
_TEL NO.: (314) 539 -5226_
_
_ April 13, 2016
ITEM/SERVICE REQUESTED:
CONTRACT FOR TWO-WAY RADIO COMMUNICATIONS EQUIPMENT
AND SERVICE
NOTE: Sealed Bids will be received by mail or courier at the DEPARTMENT OF PURCHASING, ST. LOUIS COMMUNITY
COLLEGE, ADMINISTRATIVE CENTER, 300 S. BROADWAY, ST. LOUIS, MO 63102, until the time and date given herein and
then publicly opened for reading and evaluation: Please note that the College retains the right to make an award on an item by item or
all or nothing basis.
DATE AND TIME OF BID OPENING:
Friday, May 13, 2016_@ 3:00 PM ( Local Time)
If this bid is accepted by St. Louis Community College (“College”), in whole or in part, it becomes a binding contract for the items or
sections designated below when signed by an authorized representative of the College and returned to the Bidder. By signing and
submitting this bid, you are offering to sell the goods and/or services to the College on the terms and conditions contained in this
Invitation for Bid. All purchases are subject to the terms and conditions contained in and attached to this Invitation for Bid. By
submitting a bid, bidder agrees to these terms and conditions. Any additional or different terms proposed by bidder are hereby
objected to. The College may issue one or more “Purchase Orders” in connection with the contract formed by acceptance of this bid.
Any such Purchase Order shall be governed by this contract and shall not be deemed a proposal for change or amendment, unless
specifically so designated by the College.
Requested deliveries should be made to St. Louis Community College Receiving Department at the following location(s):
__ _ X__ College Center
300 South Broadway
St. Louis MO 63102
___x __ Forest Park
5600 Oakland Avenue
St. Louis MO 63110
__ _X ___Meramec
1333 Big Bend Blvd.
Kirkwood MO 63122
____X_ Wildwood
2645 Generations Drive
Wildwood MO 63040
____X_ _ Other: Harrison
3140 Cass Ave.
St. Louis, MO 633106
____X__
X _ Florissant Valley
3400 Pershall Road
St. Louis MO 63135
_ _ _X__SCEUC
4115 Meramec Bottom Road
St. Louis MO 63129
Corporate Center
3221 McKelvy Road
Bridgeton, MO 63033
Requested Delivery: __As Needed_______
Delivery Offered: ____________________
Payment Terms:
_____________________
(unless otherwise stated, terms will be Net 30)
F.O.B.: Origin ________ Destination ________
Est. Freight Charge: _____________________
Telephone: ____________________ Fax: _____________________
Prices quoted are guaranteed for ______ calendar days from the date of the bid opening under the terms and conditions offered in bid
herein. (60 days unless otherwise specified)
In compliance with the above, the undersigned offers and agrees, if this bid is accepted, to furnish any and all of the goods and/or
services at the price quoted, delivered to the designated point(s) within the time specified in this Invitation for Bid document. IF NOT
SIGNED BELOW, BID WILL BE DISQUALIFIED.
_____________________________________________
(SELLER – Company Name)
FEDERAL TAX ID: __________________________
EMAIL: ______________________________________
Bid is accepted for the College by:
__________________________________________
(Signature)
______________________________________________
(Print Name and Title)
__________________________________________
(Title)
_____________________________________________
(Authorized Signature)
______________________________________________
(Company Address)
______________________________________________
(City/State/Zip Code)
Items/Sections Accepted:
PAGE 2 of 21 PAGES
B0003529
CONTRACT OR BLANKET ORDER AGREEMENTS
The purpose of this Request for Bid is to solicit quotations from qualified vendors to establish a contract or
blanket order for the routine purchase of goods and/or services on an “as or when needed” basis.
The quantity and dollar estimates provided represent the purchasing history of the College and/or a reasonable
estimate of future activity in the area specified. While the College strives to make these estimates as realistic as
possible, they do not constitute a guarantee of volume.
The College reserves the right to inspect the bidder’s facility prior to award to assure that they meet the
requirements and can provide the necessary support for the contract goods and services specified.
The College may cancel a contract at any time by giving the seller thirty (30) days written notice of failure to
comply in part or total with the prices, terms and conditions offered in bid.
The College retains the right to take extensions to the contract agreement of up to twelve (12) months, provided
said extension is mutually agreeable to both the seller and the College.
_______________________________________________________________________________________________
Contract Period: One (1) Full Year with option to renew for a second, third, fourth and fifth year
Requested Contract Start Date:
December 17, 2017
Estimate of Contract Quantity or Dollar Expenditure: To be Determined
Contract Liaison Person (to be completed by bidder):
___________________________________________________
(Name/Title)
_____________________________________
E-mail address
(Telephone)
FOR INFORMATIONAL PURPOSES ONLY:
Is your Company Union______ Non Union ______________________
Minority Owned _____________ Woman Owned ________________
B0003529
Page 3 of 21 PAGES
SPECIFICATIONS AND PRICING
St. Louis Community College is soliciting a Request for Proposal for the following:
2-Way Radio
Communications Equipment/Service Contract
GENERAL REQUIREMENTS
1.1
INTENT
It is the intent of these specifications to set forth the minimum performance standards for the products
and services listed in this RFP. St. Louis Community College is seeking to make several enhancements to
their existing communications systems. These enhancements shall be capable of providing all of the
necessary functions to control two-way radio repeaters, base stations, mobile and portable radios,
wireless call boxes, and related accessories. The supplier must be able to provide proper support that
will meet the communications requirements of a large and very active college, and be sufficiently
flexible to meet future needs for many years. The purchase of equipment and services shall be from a
single vendor with the responsibility of turnkey installation and support of all requested
enhancements, systems and components.
Vendors must supply all of the components specified in the Request for Proposals (RFP). Failure to do
so may eliminate vendors from the process. Please read all specifications carefully. In responding to
this RFP it will be assumed that Vendor is providing all of the components required to meet the full
intent of these specifications. St. Louis Community College is seeking to purchase the sections noted
below, including:
___ Radio Communications Repeaters, Base Stations and Installation (See Sections II A & B)
___ Radio Communications Portable Radios (See Section IIC)
___ Radio Communications Call Box Radios and Accessories (See Section IID)
___VHF Portable Radios (See Section IIE)
___ Radio Communications reprogramming of existing radios (See Section IIG)
B0003529
SPECIFICATIONS AND PRICING
PAGE 4 OF 21 PAGES
Please refer to the individual SECTIONS herein for complete specifications on each of the above listed
system components. Vendors shall provide an itemized RESPONSE to each specification herein.
Responses shall follow the outline of this RFP to eliminate interpretation errors. Response compliance
shall be noted using the following format:
Fully Comply – meets the full intent of the specification.
Comply with modifications – meets the intent of the specification by providing
modifications to the software or hardware.
Comply with exceptions – meets the intent of the specification but in a different form.
Describe proposed solution in detail.
Does Not Comply – does not meet the intent of the specifications.
NOTE: In compliance with Sections 285.525 thru 285.550 RSMO, effective January 1, 2009, the
successful vendor must return a fully executed copy of the “Affidavit” as outlined in Attachment
A-Affidavit, before the award can be made.
1.2
EVALUATION CRITERIA
The evaluation of this bid will be based upon a 100 point system. The breakdown for the points is as
follows:
Price
Bidder’s ability to perform and meet specifications
Performance history/References
Total Points Possible
50 Points
40 Points
10 Points
100 Points
The College reserves the right to make the sole determination of whether any bid proposal meets the
requirements and specifications of the College.
1.3
COPIES OF BID
The bidder shall provide four (4) copies of the complete bid and mark one as the original. The original
shall contain original signatures on required documentation. All copies shall be securely bound.
1.4
PROPOSAL PACKAGE
Bidder shall submit a detailed proposal package that includes a plan view of the equipment being
offered, a complete description of equipment features, a manufacturer's data sheet for each major
system component and a complete list of options available. Each proposal must contain a price
summary section (Section I & Section IIH) with all required items listed by part number and
product description including all labor and any other costs required to provide a complete, fully
operational solution. No additional costs will be allowed after acceptance of proposal.
B0003429
SPECIFICATIONS AND PRICING
1.5
PAGE 5 OF 21 PAGES
CONTRACT PERIOD
The contract period for this award will be for a period of up to five, one year contracts. The first year
contract will begin from the date that the contract is awarded. There will be an option to extend the
contract for a second, third, fourth and fifth year based on the approval of St. Louis Community College
and chosen vendor. The pricing quoted is subject to an increase for the additional years of the contract.
Please include a not to exceed percentage for each year in section G of the RFP.
1.6.1
INSURANCE REQUIREMENTS
Successful vendor must meet and submit proof of the Insurance Requirements (Certificate of
Insurance) along with this bid, as described on Page 25 of 25 Pages, under “Terms and Conditions of
Purchase”, Item No. 19.
A) WORKER’S COMPENSATION & EMPLOYER’S LIABILITY INSURANCE: The Bidder shall procure and
maintain during the life of this contract, Worker’s Compensation Insurance, including
Employer’s Liability Coverage, in accordance with all applicable statutes of the State wherein
installation is performed. The coverage limits shall include $1,000,000 each accident for Bodily
Injury by Accident, $1,000,000 each employee for Bodily Injury by Disease, and $1,000,000
policy limit for Bodily Injury by Disease.
B) COMMERCIAL GENERAL LIABILITY INSURANCE: The Bidder shall procure and maintain, during
the life of this contract, Commercial General Liability insurance on a per occurrence basis with
limits of liability not less than $2,000,000 per occurrence and $5,000,000 aggregate combined
single limit, Personal Injury, Bodily Injury and Property Damage. Coverage shall include the
following extensions: (a) Contractual Liability, (b) Premises and Operations, (c) Products and
Completed Operations, (d) Independent Contractors Coverage, and (e) Personal and Advertising
Injury.
Coverage shall be no less comprehensive and no more restrictive than the coverage provided by
a standard for Commercial General Liability Policy (ISO CG 0001, Ed 07/98 with standard
exclusions “a” through “o”, or any subsequent ISO equivalent form or a non-ISO equivalent
form). Any additional exclusions shall be clearly identified on the Certificate of Insurance and
shall be subject to the review and approval of the DEPARTMENT.
The policy shall be endorsed to provide an Aggregate Per Location Endorsement. In addition,
any Fellow Employee Exclusion shall be deleted as it applies to managerial and supervisory
employees.
C) AUTOMOBILE LIABILITY INSURANCE: The VENDOR shall procure and maintain during the life of
this contract, Automobile Liability Insurance with limits of liability of not less than $2,000,000
per occurrence combined single limit including Bodily Injury and Property Damage. Coverage
shall include all owned vehicles, all non-owned vehicles, and all hired vehicles.
B0003529
SPECIFICATIONS AND PRICING
PAGE 6 OF 21 PAGES
1.6.1 INSURANCE REQUIREMENTS (cont.)
If the VENDOR’S business does not own any vehicles, coverage is required on non-owned and
hired vehicles. In addition, any Fellow Employee Exclusion shall be deleted as it applies to
managerial and supervisory employees.
D) UMBRELLA/EXCESS INSURANCE: The General Liability and Automobile Liability Insurance
requirements above may be satisfied with a combination of primary and Umbrella/Excess
Insurance. The Umbrella/Excess Insurance shall also be written on a per occurrence basis and
shall include the same endorsements and deletion of exclusions as required of the primary
policy(ies).
E) AGENTS AND SUBCONTRACTORS: The VENDOR shall require that any of its agents and
subcontractors who perform work and/or services pursuant to the provisions of this contract to
meet the same insurance requirements as are required of the VENDOR. Agents and
Subcontractors shall be approved by St. Louis Community College prior to any work being done
in relation to this RFP.
2.0
QUALITY
All equipment shall be of the highest professional quality and reliability. All radio equipment and
accessories shall be new and shall be the best of their respective kinds, free of corrosion, scratches or
other such defects. Design and construction shall be consistent with good engineering practice and shall
be performed in a neat and craftsman like manner. All installations and repairs shall meet applicable
building codes and licenses.
2.1
STANDARDS
All equipment shall meet or exceed the current applicable standards of the FCC, EIA, TIA, NENA, ADA,
ANSI, OSHA and IEEE as applicable. Vendor shall certify that the equipment being offered meets or
exceeds all of the requirements specified.
2.2
EMISSIONS CERTIFICATION
All equipment proposed in which microprocessors or switching power supplies are used shall have
undergone comprehensive Electromagnetic Emissions Testing and shall be certified as compliant with
Part 15, Subpart "J" of the FCC rules for Class "A" computing devices. The test report shall be submitted
for review, upon request without charge.
B0003529
SPECIFICATIONS AND PRICING
2.3
PAGE 7 OF 21 PAGES
STATE-OF-THE-ART DESIGN
The equipment being proposed shall reflect the "State-Of-The-Art" in design. All electronic systems shall
utilize distributed microprocessor technology, and digital audio processing where applicable. The
offering shall only include items which are currently in production. Prototype or sunset designs will not
be considered.
2.4
SYSTEM HISTORY
The manufacturer of equipment being proposed for these communications solutions shall have been
producing high quality system equipment for a period of not less than five (5) years.
2.5
VENDOR QUALIFICATIONS
Include a synopsis of the bidder’s history. List three (3) or more customer references where similar
equipment has been installed and serviced within the past 3- 4 years. Include telephone number,
contact and customer name.
--Provide a contact list of the Vendor’s key managers.
--Vendor must have experience and sell Call24 emergency call boxes.
--Vendor must have experience with Hytera repeaters, including phone patches, IP networked
repeaters, and trunked Hytera repeaters.
--Vendor must have experience with Hytera VHF and UHF Radios.
In addition, in order to ensure that Vendor is capable of servicing the proposed systems promptly and
efficiently, the Vendor must employ a service manager plus a minimum of two (2) fully qualified full time
bench technicians and three (3) fully qualified full time field service technicians with company supplied
service vehicles. These employees must be available on a 24/7 basis to provide scheduled (one business
day) or emergency (four hour response) service as required by the Department. The Vendor must have
its service facility located within St. Louis City or St. Louis County in order to provide prompt response
to requests for service. The service staff must be full time employees of the Vendor employed at the
service facility located within St. Louis City or St. Louis County. A list of the service employees, and
their years of experience with the company must be included as a part of the Vendor qualifications.
B0003529
SPECIFICATIONS AND PRICING
3.0
PAGE 8 OF 21 PAGES
WARRANTY
The Bidder shall provide at least one (1) year parts and labor warranty from date of installation. The
warranty shall include both on-site labor and local service facility labor. Defective parts or boards shall
be repaired or replaced within 4 working days from the time of initial service. Service response shall be
within 24 hours for non-critical repairs, and within 4 hours for emergency or critical failures.
3.1
ON-SITE VISIT
To ensure an understanding of the RFP requirements, a qualified technical representative of the
bidder may conduct an on-site visit to all locations at least one week prior to proposal submission.
Failure to conduct an on-site visit shall not be cause for the proposal to be rejected as non-responsive.
To schedule an on-site visit, please contact JoAnn Barban at the Purchasing Department, phone
number is 314 539 5230 or e-mail: jbarban@stlcc.edu, to coordinate a date and time.
Questions arising with regard to this bid, have to be presented via e-mail to iwittendorfer@stlcc.edu
and an Addendum will be issued answering these questions to all vendors that have received a bid
and also posted on the Purchasing Web Site: www.STLCC.edu/Purchasing.
3.2
PROPOSAL PACKAGE
The Bidder shall certify that the Equipment List included with the proposal is complete, suitable for the
solution requested and is compliant with the intent of the RFP specifications.
3.3
TRAINING
The Bidder shall provide on-site training for dispatch operators, supervisory and technical personnel as
needed. This training must include a general description of the installed system equipment. Detailed
training on the operation of all two-way radio equipment is required.
4
ANTICIPATED COMMUNICATION PROJECTS
It is the intent of these specifications to provide a description of several two-way projects that St. Louis
Community College anticipates implementing during the course of the contract period described in this
RFP. St. Louis Community College does not guarantee that any or all projects will be completed during
the contract period. Specifications of all communications equipment and services required for St. Louis
Community College are listed below. The equipment and services listed are provided as a minimum
guide to assist in the understanding of the required projects. However, it is the bidder’s responsibility to
verify the equipment and services needed, and to provide any additional items and services necessary to
fully meet the needs described next.
B0003529
SPECIFICATIONS AND PRICING
PAGE 9 OF 21 PAGES
SECTION I - PROJECT PRICING
Project 1: Network the IT Repeaters
Locations: Forest Park Campus, Florissant Valley Campus, Meramec Campus
Requirements:
•
Acquire additional VHF narrowband frequency and applicable FCC license, if necessary.
•
Coordinate and License existing frequencies, if necessary.
•
Replace or upgrade the current three repeaters with Hytera DMR IP Networked repeaters (must
be narrowband) See Section IIA for Specifications.
•
Reprogram all portable Hyteras. Currently there are approximately 12 radios at the Forest Park
IT Department, 14 radios at Meramec IT Department, and 14 radios at the Florissant Valley IT
Department.
RESPONSE: _______________________________________
COST OF COORDINATION & LICENSING, REPEATER, BATTERY, ANTENNA, LIGHTNING ARRESTER
& GROUNDING, AND COAX: $_____________________
HOURLY COST TO PROGRAM RADIOS: $_____________________
B0003529
SPECIFICATIONS AND PRICING
PAGE 10 OF 21 PAGES
Project 2: Network the Maintenance/Facilities Repeaters
Locations: Forest Park Campus, Florissant Valley Campus, Meramec Campus
Requirements:
•
•
•
Coordinate and License additional UHF narrowband frequency and applicable FCC license, if
necessary.
The Meramec repeater is currently a Hytera (IP network capable) repeater. This repeater must
be reprogrammed for the networking. Replace or upgrade the other two repeaters with Hytera
DMR IP Networked repeaters (must be narrowband) See Section IIA for Specifications.
Reprogram all existing portable Hyteras. Currently there are approximately 65 radios at the
Forest Park Maintenance/Facilities Department, 35 radios at Meramec Maintenance/Facilities
Department, and 52 radios at the Florissant Valley Maintenance/Facilities Department.
RESPONSE: _______________________________________
COST OF COORDINATION & LICENSING, REPEATER, BATTERY, ANTENNA, LIGHTNING ARRESTER
& GROUNDING, AND COAX: $_____________________
HOURLY COST TO PROGRAM RADIOS: $_____________________
Project 3: Emergency Repeater
Location: Forest Park Campus
Requirements:
•
•
•
•
Coordinate and Acquire additional UHF narrowband frequency pair for the St. Louis
Metropolitan area.
Provide a repeater that is narrowband compliant. See Section IIA for Specifications. The
repeater must be programmed to the new narrowband frequency.
Provide 48 hours of battery backup, antenna, lightning protection/grounding, and coax cable for
Emergency Repeater, per Section IIA.
Program the new frequencies to twelve portable with the Emergency Repeater frequencies. The
programming cost should be shown as an hourly rate.
RESPONSE: _______________________________________
COST OF COORDINATION & LICENSING, REPEATER, BATTERY, ANTENNA, LIGHTNING ARRESTER
& GROUNDING, AND COAX: $_____________________
HOURLY COST TO PROGRAM RADIOS: $_____________________
B0003529
SPECIFICATIONS AND PRICING
PAGE 11 OF 21 PAGES
SECTION I - PROJECT PRICING
Project 4: Emergency Repeater
Location: Meramec Campus
Requirements:
•
Provide a repeater that is narrowband compliant.
•
Program using the above (Project 5) UHF narrowband frequency pair for the St. Louis
Metropolitan area.
•
Provide 48 hours of battery backup, antenna, lightning protection/grounding, and coax cable for
Emergency Repeater, per Section IIA.
•
Program the new frequencies to twelve portable with the Emergency Repeater frequencies. The
programming cost should be shown as an hourly rate.
RESPONSE: __________________________________________
COST OF COORDINATION & LICENSING, REPEATER, BATTERY, ANTENNA, LIGHTNING ARRESTER
& GROUNDING, AND COAX: $____________________________
HOURLY COST TO PROGRAM RADIOS: $_____________________
B00023529
SPECIFICATIONS AND PRICING
PAGE 12 OF 21 PAGES
SECTION IIA - Hytera D982 UHF REPEATER or Equivalent
Vendor must provide repeaters that meet the specifications listed below as a minimum.
SPECIFICATIONS FOR UHF REPEATERS
General:
Frequency
Channels
Channel Spacing
Power Requirements
Channel Guard
Applicable Mil Std.
Duty Cycle
LED system status indicators
Duplexer
Telephone Interconnect
2. Transmitter:
Frequency Stability
Power output
Modulation
Spurious & Harmonics
Audio Response
FM Hum Noise
3. Receiver:
Sensitivity
Selectivity (EIA)
Inter-modulation
Spurious Rejection
Image Rejection
Frequency Stability
4. Antenna:
Type
Gain
Mounting
Lightning protection/grounding
5. Feed line:
Type
Connectors
Length
Sealing
6. Battery Backup:
Type
Protection
Capacity
Fusing
450-470 MHz
1
12.5 KHz narrow
+13.65 VDC, +/- 15% 12 A Max
CTCSS, DCS encode & decode, DMR Color Code
810 C-D-E for dust, vibration & shock
100% Continuous
Yes
4 cavity
required
+/- 0.5 PPM (-22◦F to +140◦F)
20-40 watts after the duplexer
11K2F3E or 12.5 KHz analog
<60 dBc
50-3000 Hz. (+/-3 dB)
-40 dB @12.5 KHz
Digital: 0.3 uV/BER 5%, Analog: 0.3 uV (12dB SINAD), .35uV through
duplexer
-65 dB @ 12.5 KHz
-75 dB @ 12.5 KHz
-80 dB @ 12.5 KHz
-75 dB
+/- 0.5 PPM (-22◦F to +140◦F)
DB201
Unity
To be determined by bidder
Provide and properly connect per code
Times LMR400 or equivalent
UHF or Type N
To be determined by bidder (approx 60’-80’)
All outdoor connectors will be sealed against
moisture penetration
12 VDC Sealed Lead Acid or similar type construction
Battery to be within a vented leak proof battery box
Shall power the repeater for 48 hours with a
duty cycle of 12 minutes of transmission per hour
All wiring shall be fused
B0003529
SPECIFICATIONS AND PRICING
PAGE 13 OF 21 PAGES
SECTION IIB - Hytera RD 982 VHF REPEATER or Equivalent
SPECIFICATIONS FOR VHF REPEATERS
General:
Frequency
Channels
Channel Spacing
Power Requirements
Channel Guard
Applicable Mil Std.
Duty Cycle
LED system status indicators
Duplexer
Telephone Interconnect
Transmitter:
Frequency Stability
Power output
Modulation
Spurious & Harmonics
Audio Response
FM Hum Noise
Receiver:
Sensitivity (12dB SINAD)
Selectivity (EIA)
Inter-modulation
Spurious Rejection
Audio Output
Frequency Stability
Antenna:
Type
Gain
Mounting
Lightning protection/grounding
Feed line:
Type
Connectors
Length
Sealing
Battery Backup:
Type
Protection
Capacity
Fusing
146-174 MHz
1
12.5 KHz narrow
+13.65 VDC, +/- 15% 12 A Max
CTCSS, DCS encode & decode, DMR Color Code
810 C-D-E for dust, vibration & shock
100% Continuous
Yes
4 cavity
required
+/- 0.5 PPM (-22◦F to +140◦F)
25-50 watts
11K2F3E or 12.5 KHz analog
80 dB
50-3000 Hz. (+/-3 dB)
-40 dB @12.5 KHz
Digital: 0.3 uV/BER 5%, Analog: 0.3 uV (12dB SINAD), .35uV through
duplexer
-65 dB @ 12.5 KHz
-75 dB @ 12.5 KHz
-80 dB @ 12.5 KHz
0.5 Watts
+/- 0.5 PPM (-22◦F to +140◦F)
DB201
Unity
To be determined by bidder
Provided and properly connected per code
Times LMR400 or equivalent
UHF or Type N
To be determined by bidder (approx 60’-80’)
All outdoor connectors will be sealed against
water/moisture penetration
12 VDC Sealed Lead Acid or similar type construction
Battery to be within a vented leak proof battery box
Shall power the repeater for 48 hours with a
duty cycle of 12 minutes of transmission per hour
All wiring shall be fused
B0003529
SPECIFICATIONS AND PRICING
PAGE 14 OF 21 PAGES
SECTION IIC – Hytera PD-782 (U) UHF PORTABLE RADIOS or Equivalent
PORTABLE RADIOS
The vendor shall provide a portable radio package including radio, rapid rate charger, battery (Li-ion, Hicap 2000mAh), antenna, belt clip and programming.
Portables must have a digital signaling system that includes PTT ID digital ANI, and selective calling.
SPECIFICATIONS FOR UHF PORTABLES
General:
Frequency
Channels
Zones
Operating Temperature
Scan
PF Keys
Channel Spacing
Channel Guard
Applicable Mil Std.
Signaling
Orange Emergency/Aux Key
Transmitter :
Power output
Modulation
Spurious Response
FM Noise
Channel Band Spread
Audio Distortion
Receiver:
Sensitivity (12dB SINAD)
Selectivity
Inter-modulation
Spurious Response
Audio Output
450-490 MHz
1024
64
-22◦F to +140◦F
Single Priority/Normal Scan
3 minimum
12.5 KHz narrow
CTCSS, DCS encode & decode, DMR Color Code
(Selectable by channel)
810 C/D/E/F/G for dust, vibration & shock
IP-67 Water & Dust Intrusion
PTT ID Digital ANI, Selective call
Emergency Status
4/1 Watts
11K2F3E or 12.5 KHz analog
70 dB
-40 dB @12.5 KHz
40 MHz minimum
less than 3%
Digital: 0.22 uV/BER 5%, Analog: 0.22 uV (12dB SINAD)
-60 dB @ 12.5 KHz
70 dB @ 12.5 KHz
70 dB @ 12.5 KHz
500 mW with less than 3% distortion
Misc. Hardware:
Additional/replacement battery packs portable radios
Drop in chargers portable radio
Additional/replacement belt clips for portable radio
Handheld Microphones for portable radios
B0003529
SPECIFICATIONS AND PRICING
PAGE 15 OF 21 PAGES
SECTION IID - VHF Emergency Call Boxes
CALL24 CALL BOX REPLACEMENT RADIO PACKAGE
The vendor shall provide a Call24 Callbox model C24-14A. The Callbox shall be wired for 110-480 VAC,
High Visibility Emergency Assistance. The Callbox shall include a Call24 C24-000568 High Intensity Blue
Strobe and Blue Star LED Locator. The call box programing shall be included. Our Staff will mount and
wire the AC power source the Callbox. The Callbox must include a Hytera PD-702 VHF DMR portable
radio package including radio, interface cable, power supply, mounting plate, VHF antenna, antenna
cover, weather sealer and programming. All labor must be included for switching out the radio package.
Portables must have a digital signaling system that includes PTT ID digital ANI, and selective calling.
SPECIFICATIONS FOR VHF PORTABLES
General:
Frequency
Channels
Zones
Operating Temperature
Scan
PF Keys
Channel Spacing
Channel Guard
Applicable Mil Std.
Signaling
Orange Emergency/Aux Key
Transmitter:
Power output
Modulation
Spurious Response
FM Noise
Channel Band Spread
Audio Distortion
Receiver:
Sensitivity (12dB SINAD)
Selectivity
Inter-modulation
Spurious Response
Audio Output
Antenna:
Call 24 VHF antenna
Antenna Cover
Misc. Hardware:
Call 24 power supply for portable radio
Call 24 Interface cable for portable radio
Call 24 mounting plate for portable radio
Required silicone weather sealer to prevent leakage
136-174 MHz
32
3
-22◦F to +140◦F
Single Priority/Normal Scan
3 minimum
12.5 KHz narrow
CTCSS, DCS encode & decode, DMR Color Code
(Selectable by channel)
810 C/D/E/F/G for dust, vibration & shock
IP-67 Water & Dust Intrusion
PTT ID Digital ANI, Selective call
Emergency Status
5/1 Watts
11K2F3E or 12.5 KHz analog
70 dB
-40 dB @12.5 KHz
38 MHz minimum
less than 3%
Digital: 0.22 uV/BER 5%, Analog: 0.22 uV (12dB SINAD)
-60 dB @ 12.5 KHz
70 dB @ 12.5 KHz
70 dB @ 12.5 KHz
500 mW with less than 3% distortion
B0003529
SPECIFICATIONS AND PRICING
PAGE 16 OF 21 PAGES
SECTION IIE – Hytera PD-782 VHF PORTABLE RADIOS or Equivalent
Portables must have a digital signaling system that includes PTT ID digital ANI, and selective calling.
SPECIFICATIONS FOR VHF PORTABLES
General:
Frequency
Channels
Zones
Operating Temperature
Scan
PF Keys
Channel Spacing
Channel Guard
Applicable Mil Std.
Signaling
Orange Emergency/Aux Key
Transmitter:
Power output
Modulation
Spurious Response
FM Noise
Channel Band Spread
Audio Distortion
Receiver:
Sensitivity (12dB SINAD)
Selectivity
Inter-modulation
Spurious Response
Audio Output
136-174 MHz
1024
64
-22◦F to +140◦F
Single Priority/Normal Scan
3 minimum
12.5 KHz narrow
CTCSS, DCS encode & decode, DMR Color Code
(Selectable by channel)
810 C/D/E/F/G for dust, vibration & shock
IP-67 Water & Dust Intrusion
PTT ID Digital ANI, Selective call
Emergency Status
5/1 Watts
11K2F3E or 12.5 KHz analog
70 dB
-40 dB @12.5 KHz
38 MHz minimum
less than 3%
Digital: 0.22 uV/BER 5%, Analog: 0.22 uV (12dB SINAD)
-60 dB @ 12.5 KHz
70 dB @ 12.5 KHz
70 dB @ 12.5 KHz
500 mW with less than 3% distortion
Misc. Hardware:
Additional/replacement battery packs portable radios
Drop in chargers portable radio
Additional/replacement belt clips for portable radio
Handheld Microphones for portable radios
B0003529
SPECIFICATIONS AND PRICING
PAGE 17 OF 21 PAGES
SECTION II F - PRICING
1. UHF REPEATER PACKAGE: Including Hytera repeater, duplexer, antenna, lightning
protection/grounding, coax cable, connecters, power supply, 48 hour battery backup, and all
necessary hardware/materials, labor/installation, and licensing costs (See specifications in
Section IIA).
$___________________________
(Please include models and specifications brochures for above items quoted)
2. VHF REPEATER PACKAGE: Including Hytera repeater, duplexer, antenna, lightning
protection/grounding, coax cable, connecters, power supply, 48 hour battery backup, and all
necessary hardware/materials, labor/installation, and licensing costs (See specifications in
Section IIB).
$___________________________
(Please include models and specifications brochures for above items quoted)
3. CALL24 CALL BOX REPLACEMENT RADIO PACKAGE: Including Call24 Callbox, Strobe and LED
Indicator, radio, antenna, backup battery, and all necessary hardware/materials
labor/installation and licensing costs (See specifications in Section IID).
$___________________________
(Please include models and specifications brochures for above items quoted)
B0003529
SPECIFICATIONS AND PRICING
PAGE 18 OF 21 PAGES
SECTION II H – Pricing (cont.)
4. UHF RADIO PACKAGE: Including one each of the following: radio, rapid rate charger, battery (Liion, Hi-cap 2000 mAh), antenna, belt clip and programming. Portables must have a digital
signaling system that includes PTT ID digital ANI, and selective calling. (See specifications in
Section IIC). Please list and available accessories with part numbers, description, and prices.
Please also indicate any available discounts for equipment and/or services for this radio
package.
Price per UHF Radio Package:
$___________________________
5. VHF RADIO PACKAGE: Including one each of the following: radio, rapid rate charger, battery (Liion, Hi-cap 2000 mAh), antenna, belt clip and programming. Portables must have a digital
signaling system that includes PTT ID digital ANI, and selective calling. (See specifications in
Section IIE).
Price per VHF Radio Package:
$___________________________
6. EMERGENCY UHF REPEATER PACKAGE: Including a total of 2 systems. Each systems consists of:
repeater, duplexer, power supply and 48 hour battery backup, portable rack, DB201 antennas,
coax cable, connecters, hardware and all necessary labor/installation costs (See specifications in
Section IIA). This repeater systems will be installed at two different locations.
$___________________________
(Please include models and specifications brochures for above items quoted)
7. FCC LICENSING: Includes all FCC license and coordination Fees for any new FCC licenses
required, and or modifications required (See specifications in Section IIE).
$___________________________
B0003529
SPECIFICATIONS AND PRICING
PAGE 19 OF 21 PAGES
SECTION II H – Pricing (cont.)
8. REPROGRAMMING FEES: Includes per unit/radio cost to reprogram a narrowband capable
portable or mobile radio (See specifications in Section IIF).
$___________________________ Programming Fee each
$___________________________ Travel Fee for Programming
9. REPROGRAMMING FEES: Hourly rate per unit/radio cost to reprogram a narrowband capable
portable or mobile radio (See specifications in Section IIF).
$___________________________ Programming Fee each
$___________________________ Travel Fee for Programming
10. TRAINING FEES: Includes all required training plus any available options (See specifications in
Paragraph/Item 3.3).
$___________________________
11. Other radios and accessories. Please list or provide catalogs with prices and any discounts off
list price. Please include any applicable labor rates that would apply.
$___________________________
(Please include models and specifications brochures for above items quoted)
B0003529
SPECIFICATIONS AND PRICING
PAGE 20 OF 21 PAGES
SECTION III – ESCALATION
CONTRACT EXTENSION/PRICE ESCALATION: This contract may be extended for a second, third, fourth
and fifth year. Please list the not to exceed percentage for equipment and service during additional
years of this contract (See specifications in Paragraph/Item 1.4).
First year of contract price to be firm
--What % maximum increase, if any, for year two, Section I _______ Section IIH______
--What % maximum increase, if any, for year three, Section I ______ Section IIH______
--What % maximum increase, if any, for year four, Section I _______ Section IIH______
--What % maximum increase, if any, for year five, Section I ______ Section IIH______
SECTION IV – BILLING AND INVOICING
State your Company’s requirements to establish an account. ______________________________
_________________________________________________________________________________
_________________________________________________________________________________
The College’s preferred method of Payment is with a Purchase Order and Vendor Invoice.
Is a purchase order acceptable? Yes ______ NO______ If No, please explain what method of payment
your company will accept.____________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
SECTION V – DELIVERY/MISCELLANEOUS CHARGES
1 Hourly Bench Charge $______________, Hourly Field Charge $_____________
2. Normal Delivery/Response Charges, if any:_____________________________
__________________________________________________________________
3. Emergency/Rush Order Delivery/Response Charges, If any:_________________
__________________________________________________________________
B0003529
SPECIFICATIONS AND PRICING
PAGE 21 OF 21 PAGES
SECTION V – DELIVERY/MISCELLANEOUS CHARGES (cont.)
4. Sur Charges (Fuel, Traveling), if any:___________________________________
__________________________________________________________________
5. Minimum Orders Charges, if any:_____________________________________
__________________________________________________________________
6. Lead time required:________________________________________________
__________________________________________________________________
7. Explain in detail your Company’s return policy:__________________________
__________________________________________________________________
B0003529 TERMS AND CONDITIONS OF PURCHASE
Page 21 of 21 Pages
1. CONTRACT TERMS The performance of this Contract shall be governed solely by the terms and conditions set forth in this Contract not withstanding any language contained in any
invoice, shipping order, bill of lading or other document furnished by the Supplier at any time. The acceptance by the College of any goods furnished hereunder accompanied by any such
document shall not be construed as an acceptance by the College of any terms or conditions contained in such document which are inconsistent with the terms and conditions set forth in this
Contract. Any different or additional terms, other than those contained in this Contract, which are contained in any acceptance, acknowledgement, invoice or other document transmitted by
Supplier to the College are hereby objected to.
2. TRANSPORTATION CHARGES The College will not accept “Collect” shipments. Unless agreed to otherwise all delivery terms shall be F.O.B. Destination with Supplier bearing all freight
charges and risk of rejection. When terms agreed to by the College are F.O.B. Origin, Supplier shall prepay and fully insure all items for replacement cost and include changes on invoice with
bill of lading attached.
3. TIME OF DELIVERY Time is of the essence of this Contract. If deliveries are not made at the time agreed upon in this Contract, the College reserves the right to cancel and to purchase
elsewhere and hold Supplier accountable for any additional cost or expense incurred by the College.
4. INSPECTION AND ACCEPTANCE No material or service received by the College pursuant to this Contract shall be deemed accepted until the College has had reasonable opportunity to
inspect same. Material or service which is defective or does not conform to any Warranty of the Supplier herein upon initial inspection, or at any later time if the defects contained in the
material were not reasonably ascertainable upon the initial inspection, may be returned at the Supplier’s expense, for full credit or replacement. No goods returned as defective shall be
replaced without Buyer’s written authorization. Such return shall in no way affect College’s discount privileges. Such right to return offered to the College arising from the College’s receipt of
defective goods shall not exclude any other legal, equitable or contractual remedies the College may have therefore.
5. COMPLIANCE WITH SPECIFICATIONS No payment will be rendered for materials or services delivered that fail to meet specifications as offered in bid.
6. PACKAGING the College will not be liable for any charges for drayage, packing, boxing, crating, or storage in excess of the purchase price of this order unless stated otherwise herein.
7. SUPPLIERS WARRANTIES Supplier expressly warrants that all articles, material, and work, covered by this contract will conform to each and every specification, drawing, sample or
other description which is furnished to or is adopted by the College and that they will be fit and sufficient for the purpose intended, merchantable, of good material and workmanship, and free
from defect. Seller warrants that College shall have good and marketable title to all articles, materials and work supplied, free and clear of all liens and encumbrances. Such warranty shall
survive delivery and shall not be deemed waived either by reason of the College’s acceptance of said materials or goods, or by payment for them.
8. QUANTITIES The College assumes no obligation for materials or services delivered in excess of the quantities ordered hereunder.
9. INVOICES Delivery of all materials and services must be completed by the date specified. Unless otherwise stated, partial deliveries will be accepted, provided the College is invoiced
only for the portion shipped. Failure to comply will delay payment as the College pays all invoices only in full. Delay in receiving invoices, also errors and omissions on statements or invoices
will be considered just cause for withholding settlement without losing discount privileges.
10. INTELLECTUAL PROPERTY Supplier guarantees that the articles described herein and the sale or use the will not infringe upon a U.S. or foreign patent, trademark other form of
intellectual property and covenants that he will, at his own expense, defend every claim or suit which may be brought against the College, or those using the College’s product (provided
Supplier is promptly notified of claim or suit and papers therein are delivered to Supplier) for any alleged infringement of any patent, copyright, trademark or other form of intellectual property
by reason of sale or use of such articles and Supplier agrees that he will pay all costs, damages and profits recoverable in such claim or suit.
11. FORCE MAJEURE Neither party shall be liable for delays, or defaults in the performance of this Contract due to Acts of God or the public enemy, riots, strikes, fires, explosions,
accidents, Governmental action, or any other causes of a similar character beyond its control and without its fault or negligence.
12. BANKRUPTCY OR INSOLVENCY In the event of proceedings by or against either party, voluntary or involuntary, in bankruptcy or insolvency, or for the appointment of a receiver or
trustee or an assignee for the benefit of creditors, of the property of Supplier, the College may cancel this Contract or affirm the Contract and hold Supplier responsible in damages.
13. ASSIGNMENT OR SUBCONTRACT This Contract, or any rights, obligations, or duties may not be assigned by Supplier without College’s written consent and any attempted assignment
without such consent shall be void. No person, firm, or party may be awarded a subcontract under this Contract without the express written approval of the College.
14. TERMINATION OF CONTRACT The College reserves the right to terminate the Contract at any time if any of the provisions of this Contract, including Supplier’s Warranties, are violated
by the Supplier or by any of his sub-suppliers, in the sole judgment and discretion of the College. In the event of such termination the Supplier shall be liable for any excess costs incurred by
the College.
15. LAW GOVERNING THIS CONTRACT This contract shall be construed according to Missouri law, which is interpreted without regard to its conflicts of laws principles.
16. COMPLIANCE WITH APPLICABLE LAWS The Supplier warrants it has complied with all applicable laws, rules and ordinances of the United States, or any state, municipal
governmental authority or agency in the manufacture or sale of the items or services covered by this Contract, including, but not limited to, Fair Labor Standards Act of 1938 as amended.
17. NON-DISCRIMINATION IN EMPLOYMENT In connection with the furnishing of supplies or performance of work under this Contract, the Supplier agrees to comply with the Fair Labor
Standard Act, Fair Employment Practices Act, Equal Opportunity Employment Act, Americans With Disabilities Act, and all other applicable Federal and State laws and further agrees to insert
the foregoing provision in all subcontracts awarded hereunder.
18. NOTICE AND SERVICE THEREOF Any notice to Supplier from the College relative to any part of this Contract will be in writing and considered delivered and the service thereof
completed when said notice is posted, by certified, or regular mail, to the Supplier at his last given address, or delivered in person to Supplier or his authorized representative.
19. INSURANCE (a) Insurance Requirements The Supplier shall secure at his/her own expense, with insurance carriers acceptable to the College, before commencement of work, a
certificate evidencing comprehensive general liability insurance from a company having a policyholder rating of “A” or better and a financial rating of “AA” or better in the latest edition of Best’s
Insurance Reports. Said insurance shall provide maximum limit of liability for injuries and death existing under applicable Workmen’s Compensation statutes, ordinances or regulations.
Furthermore, said insurance shall provide comprehensive general liability insurance with minimum bodily injury limits of $2,000,000.00 aggregate and property damage limit of $300,000.00
each occurrence and in the aggregate, specifically naming the College as an insured and protecting the College and holding it harmless from any and all liability of whatever kind or character
occasioned on account of the negligent acts or omissions of the Supplier or its agents, Subsuppliers or employees. In addition, the Supplier shall have in force at all times insurance covering
the full value of the goods of the College in the possession of the Supplier. The Supplier shall provide comprehensive automobile liability policies with property damage limits of $2,000,000.00
and minimum bodily injury limits of $2,000,000.00 each person and $2,000,000.00 each occurrence. (b) Rental/Lease Agreements The Supplier will maintain comprehensive general public
liability and property damage insurance with respect to its use, operation, possession, and maintenance of equipment. Loss or damage from any cause, whatsoever, to the equipment or
devices supplied by the Supplier shall be the responsibility of the Supplier. This is construed to mean loss or damage while enroute as well as while equipment is located on the College
premises.
20. INDEMNIFICATION The Supplier shall indemnity, protect, defend and hold harmless the College and its directors, officers, employees and agents from and against any and all claims,
liabilities, losses, damages, injuries, demands, actions, causes of action, suits, proceedings, judgments and expenses, including, without limitation, attorneys’ fees and court costs, arising from
or connected with any damages for personal injury or to property damage to the extend that the damages are caused by any act or omission of the Supplier or its agents, subsuppliers or
employees.
21. Changes The Manager of Purchasing may at any time, by written order, make changes or additions, within general scope of the Contract or to drawings, designs, specifications,
instructions for work, method of shipment or packing or place or delivery. If any such change causes an increase or decrease in the cost of or in the time required for performance of this
Contract, the Supplier shall notify the Manager of Purchasing in writing immediately and an appropriate equitable adjustment will be made in the price or time of performance, or both, by
written modification of this Contract. Any claim by the Supplier for adjustment must be asserted within 30 days of receipt of written order. Nothing herein contained shall excuse the Supplier
from proceeding with the contract as changed.
22. COMPLETE AGREEMENT The Contract expresses the complete agreement of the parties. Any changes, additions or modifications hereto including changes under paragraph 20
above, must be in writing and signed by the Manager of Purchasing. No other individual is authorized to modify the Contract in any manner.
23. YEAR 2000 COMPLIANCE The Supplier warrants that each hardware, software and firmware product delivered under this Contract, without limitation, shall be able to accurately process
data, including, but not limited to, calculating, recording, reporting and sequencing, from, into and between the twentieth and twenty-first centuries, including leap year calculations, when used
in accordance with product documentation provided by the manufacturer, provided that all listed or unlisted product (e.g., hardware, software, firmware) used in combination with such listed
product properly exchange data with it. If the Contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply
to those listed products of a system. The Supplier shall demonstrate to the satisfaction of the College the product to perform the aforementioned date functions. The College may, prior to
acceptance, require the Supplier to demonstrate to the satisfaction of the College the capability of a product to perform the aforementioned date functions. Failure to meet this requirement is
a defect and the College may decline to accept the product or service. In that event, the Contract shall be terminated automatically and the vendor shall return any sums the College may
have paid to the seller. This Year 2000 warranty and remedy shall be in addition to any other which may be provided with respects to defects other than Year 2000 performance. It shall not
be limited by any disclaimers or limitations elsewhere contained in the Contract.
B0003529
ATTACHMENT A
Page 1 of 3 Pages
NOTICE AND INSTRUCTIONS TO BIDDERS/VENDORS
REGARDING SECTIONS 285.525 THROUGH 285.550 RSMO, EFFECTIVE JANUARY 1, 2009
Effective January 1, 2009 and pursuant to the state of Missouri’s RSMO 285.530 (1), No business entity or
employer shall knowingly employ, hire for employment, or continue to employ an unauthorized alien to
perform work within the state of Missouri.
As a condition for the award of any contract or grant in excess of five thousand dollars by the state or by any
political subdivision of the state (e. g., St. Louis Community College) to a business entity, the business entity
shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal
work authorization program with respect to the employees working in connection with the contracted
services. Every such business entity shall sign an affidavit affirming that it does not knowingly employ any
person who is an unauthorized alien in connection with the contracted services. [RSMO 285.530 (2)]
St. Louis Community College, in order to comply with sections 285.525 through 285.550 RSMO, requires
the following bid and contract documents:
Required Affidavit for Contracts Over $5,000.00 (US) – Effective 1-1-2009. Company shall comply
with the provisions of Section 285.525 through 285.550 R.S.Mo. Contract award is contingent on
Company providing an acceptable notarized affidavit stating:
1.
that Company is enrolled in and participates in a federal work authorization program with
respect to the employees working in connection with the contracted services: and
2.
that Company does not knowingly employ any person who is an unauthorized alien in
connection with the contracted services.
St. Louis Community College encourages companies that are not already enrolled and participating in a
federal work authorization program to do so. E-Verify is an example of this type of program and the service
is free. Information regarding E-Verify is available at www.uscis.gov scroll to the bottom of the page and
select the E-verify link
or by calling 888-464-4218. You may also access the
website to begin the registration process at https://e-verify.uscis.gov/enroll/StartPage.aspx?JS=YES.
If you have any questions, please contact St. Louis Community College, Purchasing Department at 314-5395227.
B0003529
ATTACHMENT A
Page 2 of 3 Pages
AFFIDAVIT
The undersigned, being duly sworn upon oath, deposes and states as follows:
1.
I am authorized to execute this affidavit and to enter into contracts on behalf of the
following business entity or employer authorized to conduct business in the State of
Missouri (hereinafter referred to as “Contractor”): ______________________________.
2.
I am the ____________________________ for Contractor and I have personal knowledge
of the facts stated herein.
3.
On or about _____________________, Contractor entered into a contract for two-way radio
communications equipment and supplies as described in Bid NO. B0003529 (hereinafter
referred to as “Contract”).
4.
Contractor affirms that it does not knowingly employ any person who is an unauthorized
alien in connection with the Contract.
5.
On or about ______________________, Contractor enrolled and began participating in EVerify, a federal work authorization program managed by the Department of Homeland
Security (“DHS”) and the Social Security Administration (“SSA”), as referred to in the
Revised Statutes of the State of Missouri, § 285.530.
6.
Pursuant to a Memorandum of Understanding between Contractor, DHS, and SSA
(hereinafter referred to as the “Memorandum of Understanding”), Contractor is obligated to
verify each employee hired after _____________________ (hereinafter referred to as the
“Enrollment Date”), and Contractor hereby affirms its compliance with all obligations
contained in the Memorandum of Understanding.
7.
Contractor affirms that it is now and shall remain registered in E-Verify up to and including
the term of the Contract and that, in addition to the Memorandum of Understanding,
Contractor has provided Political Subdivision with supporting documentation regarding all
employees hired after the Enrollment Date who are working in connection with the Contract.
8.
Contractor affirms that if it is determined that an employee is not eligible to work on the
Contract, Contractor shall immediately remove the employee from the Contract, pending
resolution of the matter with the appropriate state and federal authorities.
9.
Contractor affirms its understanding of the requirements of the Revised Statutes of the State
of Missouri, §§ 285.525 to 285.550, including the right of the State to terminate the Contract
and permanently suspend or debar Contractor from doing business with the State under
certain circumstances.
Signed by________________________________
Date______________________
B0003529
ATTACHMENT A
Page 3 of 3 Page
AFFIDAVIT
Dated this _____ day of _______________, 2016
)
STATE OF
COUNTY OF
___________
On
this____day
) SS.
)
of
______________
in
the
year
2016,
before
me,
__________________________, a Notary Public in and for said State, personally appeared
__________________________, known to me to be the person who executed the within Affidavit,
and acknowledged to me that _________________ executed the same for the purposes therein
stated.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal in the
County of___________ and State aforesaid, the day and year first above written.
Notary Public
My Commission Expires:
Download