Purchassing Departm ment 525 Buena B Vista SE Albuqueerque, NM 877106 R REQUEST FO OR PROPOSAL LS NO.: P-331 R RFP DUE DAT TE: Wednesda ay, March 6, 20 013 R RFP DUE TIM ME: 4:00 PM lo ocal time (MST)) TITL LE: Enterprise Access Controll & Installation N NON-MANDAT TORY PRE-PR ROPOSAL MEE ETING NOT TE: Attendancce at this non n-mandatory m meeting is STR RONGLY recom mmended. D DATE: Frid day, February 15 from 10:00 AM – noon L Location: CNM M’s Main Camp pus 835 5 Buena Vista SE Stu udent Resource Center, C Rooms SRC111H/SRC C111J hhttp://www.cnm m.edu/maps-and--directory/mainccampus/map/maainccampus-map-09 9-12 B BUYER: Gil Rivera R P Phone: 505-224 4-4546 Fax x: 505-224-454 48 E E-mail address: griv [email protected] N NUMBER OF RESPONSES R REQUIRED: R One O (1) Originall and F Five (5) Copies FRE EIGHT TERMS S: FOB Destinaation Freight Inccluded YMENT TERM MS: Net 30 Dayys PAY T TABLE OF CO ONTENTS: SECTION A: SECTION C: SECTION D: SECTION E: SECTION F: SECTION G: EXHIBIT A: EXHIBIT B: EXHIBIT C: EXHIBIT D: Proposal Su ubmission Requ uirements, Form mat and Content Submittal Instructions, Ten ntative Sequencee of events Standard Prroposal Terms and a Conditions CNM Geneeral Terms and Conditions C Scope of Seervices, Specificcations, and Evaaluation Criteriaa Signature of o Firm’s Authorrized Representtative Debarment//Suspension Staatus & Non-Colllusion Affidavitt Form Resident Veterans Preferen nce Certification n Insurance Requirements R Campaign Contribution C Diisclosure Form Sample Non-Disclosure Ag greement Sample Serrvices Agreemen nt for Solution R RFP # P-331, Advertised Thursday, T Feb bruary 14, 2013 C Copyright CNM 2013. All rights r reserve ed. PA AGE #: 2–3 4–5 6 – 15 16 117 – 32 33 34 35 36 337 – 38 339 – 43 444 – 56 P Page 1 of 56 PROPOSAL SUBMISSION REQUIREMENTS, FORMAT AND CONTENT: Central New Mexico Community College (CNM) invites you to submit a proposal for the services specified in this Request for Proposals. Please read carefully all instructions, specifications, terms and conditions. Failure to comply with the instructions, specifications, terms and conditions of this Request for Proposals may result in your proposal being declared non-responsive. The purchase of materials and or services awarded under this Request is subject to CNM's General Terms and Conditions as well as all statements contained in this Request for Proposals. All terms and conditions of the Request for Proposals shall remain unchanged for the duration of any resultant agreement(s) and shall supersede and take precedence over any vendor agreement forms. Additional or different terms proposed by the vendor are hereby rejected unless agreed to in writing by CNM. The New Mexico criminal law prohibits bribes, gratuities and kickbacks (13-1-28 through 13-1-199, NMSA 1978). Any and all clarifications of instructions, specifications, scope, requirements, terms and conditions, insurance, bonds, or proposal preparation, etc. shall be made only by the Buyer listed above. All requests for clarification or exception to instructions, terms and conditions, specifications, requirements, scope, insurance, bonds, or proposal preparation, etc. must be made in writing, addressed to the Buyer listed above, and submitted no later than five (5) days prior to the proposal due date. Technical questions concerning scope of work, CNM's requirements, needs or expectations and the vendor's requirements, needs or expectations must be directed to the technical clarification contact listed above. If a technical clarification contact is not listed above, then all such questions must be directed to the Buyer listed above. If appropriate in CNM's sole judgment, CNM Purchasing may issue a written Amendment or addendum which shall thereafter become part of this Request for Proposals. No oral interpretations shall be binding upon CNM unless reduced to a written amendment issued by CNM Purchasing prior to the proposal due date and time. Your reliance on any such oral interpretations shall be deemed to be unreasonable. Each respondent, by submitting a response, represents that the respondent has read and completely understands the request for qualifications documents and agrees to abide by the terms of this RFP and any resulting agreement. Failure of the selected contractor to fulfill the provisions of this request for qualifications shall in no way relieve the obligation of the Contractor to furnish all services necessary to carry out the provisions of the agreement. The contents of this RFP, as revised and/or supplemented, and the successful Offeror’s proposal will be incorporated into and become part of the awarded Price Agreement. Should an Offeror object to any of the terms and conditions of this RFP, the Offeror must expressly identify any and all exceptions to this proposal’s scope of work, terms and conditions in their proposal response to receive consideration, and propose specific alternative language. Proposers must provide a brief discussion of the purpose and impact, if any, of each proposed change, followed by the specific proposed alternate wording.CNM may or may not accept the alternative language. General references to the Offeror’s terms and conditions or attempts at complete substitutions are not acceptable to CNM and will result in disqualification of the Offeror’s proposal. The final terms and conditions of any resultant contract may differ from those provided herein. Proposer’s Terms and Conditions – Proposers must submit with the proposal a complete set of any additional terms and conditions which they wish to have included in a contract negotiated with CNM including any license agreements, maintenance agreement, or warranties associated with the proposed solution. Contract Deviations – Any additional terms and conditions, which may be the subject of negotiation, will be discussed only between CNM and the selected proposer and shall not be deemed an opportunity to amend the substance proposer’s proposal. CNM is not responsible for representations made by any of its officers or employees prior to the execution of the Agreement(s) unless such understanding or representation is included in the RFP or in subsequent written addenda or responses provided to all proposers by CNM’s Purchasing Department. CNM is responsible only for that which is expressly stated in the solicitation document and any authorized addenda thereto. Any cost incurred by the RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 2 of 56 PROPOSAL SUBMISSION REQUIREMENTS, FORMAT AND CONTENT: Respondent in preparation, transmittal or presentation of any proposal or material submitted in response to the RFP shall be borne solely by the Respondent. Contractor shall not be an employee of CNM and is responsible for federal and state payroll and service taxes such as social security, unemployment and gross receipts taxes. Service required by this RFP for which the Successful Offeror does not identify cost will be borne at the Offeror’s expense and will not be charged to CNM. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 3 of 56 PROPOSAL SUBMISSION REQUIREMENTS, FORMAT AND CONTENT: SUBMITTAL INSTRUCTIONS: To submit a proposal, provide a type written document responding to the scope of work/services, specifications, and evaluation criteria contained herein. Complete the forms labeled “SECTION E: Signature of Firm’s Authorized Representative,” “SECTION F: Debarment/Suspension Status & Non-Collusion Affidavit Form,” “EXHIBIT B: Campaign Contribution Disclosure Form,” signed by the firm’s authorized representative, and submit these forms with your proposal’s response to Section D, Evaluation Criteria. Responses shall be signed by a legally authorized representative of the Respondent. Unsigned responses to SECTION E: Signature of Firm’s Authorized Representative and Section F: Debarment/Suspension Status & Non-Collusion Affidavit Form will be rejected as a material failure. CNM does not desire responses with fancy binders, binding, or sales literature. Instead, vendors' proposals should be organized in a format that promotes the easy and clear evaluation of your proposal. To this end, the organization of your proposal should generally follow the Request for Proposals' organization so that the Request and your proposal can be cross-referenced during the evaluation process. Likewise, information in your proposal should be presented in same order as the pertinent provisions of the Request for Proposals, referencing sections of the Request on any and all attachments that you include with your proposal. Each original proposal must be signed in ink by an authorized representative of your firm; all corrections shall be initialed in ink by person signing the proposal. The contents of the selected proposal may become part of any resultant award. If you wish to offer more than one proposal, clearly label the top as an alternate proposal and submit all responses in the same envelope as the original proposal. Submit the number of copies of your proposal as specified above. Each copy shall include all supporting documentation. Failure to submit the required number of copies may result in your proposal being considered non-responsive. 1. REQUIRED SUBMITTAL DOCUMENTS NEEDED WITH YOUR SEALED RESPONSE: a. OFFEROR’S point-by-point response to SECTION D, EVALUATION CRITERIA, paragraphs 3.3.1 THROUGH 3.3.4. b. SECTION E: Signature of Firm’s Authorized Representative c. SECTION F: Debarment/Suspension Status & Non-Collusion Affidavit Form d. EXHIBIT B: Campaign Contribution Disclosure Form e. Table of Contents to include section names, section numbers and page numbers f. Letter of Transmittal. The letter of transmittal will fairly and briefly depict the respondent’s proficiency, experience and capability to serve CNM and why the respondent believes they should be selected. g. Response length and font size: Proposal responses should be limited to 20 double spaced pages no smaller than 10 point font. h. Submit one (1) original and five (5) copies of your response to this RFP with your SEALED response. NOTE: Failure to submit items 1.a – 1.d. noted above will render the offer as being non-responsive. Non-responsive offers CANNOT be considered for award. Items 1.b., 1.c., and 1.d. MUST be signed by a legally authorized representative of the Respondent. 2. SUBMITTAL DEADLINE AND LOCATION All responses must be received in a SEALED envelope by CNM no later than 4:00 PM MST, Wednesday, March 6, 2013. Responses are to be submitted via MAIL, COURIER, or HAND DELIVERED to: Central New Mexico Community College Purchasing Department 525 Buena Vista Drive SE Albuquerque, NM 87106 RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 4 of 56 PROPOSAL SUBMISSION REQUIREMENTS, FORMAT AND CONTENT: Attn: RFP # P-331, Due on or before 4:00 PM MST, Wednesday March 6, 2013 PLEASE ENSURE THAT YOUR SEALED ENVELOPE IS LABELED WITH YOUR FIRM’S NAME, ADDRESS, RFP NUMBER, AND OPENING DATE AND TIME. Failure to properly identify this RFP #, Due Date and Time on the lower left outside corner of your sealed proposal envelope may result in either premature opening of your proposal or failure to open it upon the correct closing date and time. a. Faxed or electronically mailed responses will NOT be accepted and CANNOT be considered for award. b. Late submissions of proposals will not be considered unless it is determined by CNM that the late receipt was due solely to mishandling by CNM or if the proposal is the only one received. All other late submissions will be returned unopened. c. Responses will not be publicly opened. d. Responses may be withdrawn at any time prior to the time and date set for RFP closing. e. CNM reserves the right to accept or reject any or all responses and to waive technical irregularities. 3. TENTATIVE SEQUENCE OF EVENTS a. Pre-Proposal Meeting Date: Friday, February 15, 2013 Time: 10:00 AM – 12:00 noon, Walk-through 1:00 PM – 5:00 PM CNM Main Campus 835 Buena Vista SE SRC Building, Room SCR111H/111J b. Questions/Clarifications c. RFP Amendments d. Submission of Proposal Accepted through Friday, February 22, 2013 Issued by Wednesday, February 27, 2013 PROPOSALS MUST BE SEALED AND DATE STAMPED RECEIVED BY CNM PURCHASING DEPARTMENT SUBMISSION DEADLINE, ON OR BEFORE: Due Date: March 6, 2013 Due Time: 4:00 PM, Mountain Standard Time Location: CNM Purchasing Office Building A, Room 109 525 Buena Vista SE Albuquerque, NM 87106 e. f. g. h. Shortlist Finalists Finalist Interviews Begin Contract Negotiations Notice of Award Thursday, March 14, 2013 (If deemed necessary) Friday, March 22, 2013 (If deemed necessary) Monday, March 25, 2013 Friday, April 12, 2013 RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 5 of 56 SECTION A: STANDARD PROPOSAL TERMS AND CONDITIONS FOR RFP # P-331 1. ACCEPTANCE. Equipment and/or Services - Right to reject; specifications. (I) All equipment and/or services furnished will be subject to inspection and testing by buyer and buyer's agents upon arrival and after installation. Any equipment and/or services found by buyer in its sole discretion to be not in accordance with the specifications, drawings, plans, instructions, performance criteria, samples or other description furnished or adopted by buyer for the order or otherwise not in conformance with the terms of the order shall be subject to rejection, return and back charge as appropriate, together with the necessary costs of handling and shipping. Buyer's payment of all or any part of the purchase price prior to such inspection, testing and nonacceptance of the equipment and/or services involved shall not constitute a waiver of any of buyer's rights hereunder. (II) When supplier believes that the work and equipment are "finally completed", it shall notify buyer in writing and upon receipt of said notice, buyer shall inspect the work and either accept such work as being "finally completed" or identify in writing to supplier that the work is not finally completed in the opinion of buyer and state specifically why buyer believes the work is not finally completed. The work and equipment shall be considered finally completed following successful start-up of the equipment and full operation of such equipment for a reasonable number of days or for such period of time set forth in the applicable Purchase Order, and at that time supplier shall submit a final payment application for all amounts remaining due and owing to supplier under the applicable Purchase Order. 2. 3. 4. 5. ACKNOWLEDGMENT OF AMENDMENT / ADDENDUM. Vendors shall acknowledge receipt of any amendments/addenda to this Request for Proposals by identifying the amendment/addendum number and date in the space provided on the form labeled “Signature of Firm’s Authorized Representative”. ADDRESSES FOR NOTICES. Any notice required to be given or which may be given under this Request for Proposals or the resultant price agreement shall be in writing and delivered in person or via first class mail to Central New Mexico Community College, Purchasing Department, 525 Buena Vista, SE, Albuquerque, NM 87106. AWARD OF PROPOSALS. CNM reserves the right to award this proposal based on price and any other evaluation criteria contained herein; to reject any and all proposals or any part thereof, and to accept the proposal that is most advantageous to CNM, taking into consideration the evaluation factors set forth in this Request for Proposals. CANCELLATION. CNM reserves the right to cancel without penalty this Request for Proposals, the resultant price agreement or any portion thereof for unsatisfactory performance, unavailability of funds, or when it is in the best interest of CNM. 6. CHANGE IN CONTRACTOR REPRESENTATIVES. CNM reserves the right to request a change in contractor representatives if the assigned representatives are not, in the opinion of CNM, meeting its needs adequately. 7. CHANGES/ALTERATIONS AFTER AWARD. Changes or alterations after the award can only be made if agreed to in writing by CNM. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. 8. CLAIMS FOR ADDITIONAL TIME. If the Contractor wishes to make Claim for an increase in the Contract Time, written notice as provided herein shall be given. The Contractor's Claim shall include an estimate of cost and of probable effect of delay on progress of the Work. In the case of a continuing delay only one Claim is necessary. 8.1 If adverse weather conditions are the basis for a Claim for additional time, such Claim shall be documented by data substantiating that weather conditions were abnormal for the period of time, could not have been reasonably anticipated and had an adverse effect on the scheduled construction. 8.2 Injury or Damage to Person or Property. If either party to the Contract suffers injury or damage to person or property because of an act or omission of the other party, or of others for whose acts such party is legally responsible, written notice of such injury or damage, whether or not insured, shall be given to the other party within a reasonable time not exceeding 21 days after discovery. The notice shall provide sufficient detail to enable the other party to investigate the matter. 9. CLEAN UP. It is the contractor's responsibility that the job site be kept clean and free of rubble while work is performed under the resultant price agreement. Upon completion of the work, all areas shall be cleared of all contractor's equipment, excess materials and rubble, and the site shall be left broom clean. Disposal of any debris shall be to an appropriate disposal site in accordance with any laws applicable to the type of material being disposed. 10. CNM’S RIGHTS TO ACCEPT/REJECT PROPOSALS. CNM reserves the right to accept and/or reject, at its sole discretion, any or all proposals, or parts thereof, to waive technicalities, or to re-advertise the project, when the best interests of CNM will be realized thereby. 11. CONFIDENTIALITY. Any information provided to or developed by the successful vendor in the performance of the resultant agreement shall be kept confidential and shall not be made available to any other individual or organization by the successful vendor without prior written approval of CNM. 12. CONSTRUCTION RECORD DRAWINGS. The successful contractor will be required to provide CNM, upon completion of the work, three (3) sets of record drawing(s) showing any changes from the contract drawings (especially electrical, plumbing, utility lines, etc.) added or affected by the work the contractor has performed, unless provisions for pre-approval of drawings is contained elsewhere in this Request for Proposals (RFP). 13. CONTRACT. CNM’s purchase order shall be considered the binding agreement/contract. In the event of any inconsistent or incompatible provisions, the purchase order (excluding contractor’s bid) shall take precedence, followed by the provisions of the Request for Bids, and then lastly, the terms of the Vendor’s/Contractor’s bid response. Page 6 of 56 SECTION A: STANDARD PROPOSAL TERMS AND CONDITIONS FOR RFP # P-331 14. CONTRACTOR GUARANTEE. The contractor shall guarantee all materials, equipment and workmanship furnished and or installed to be free of defects and shall agree to replace solely at his/her expense any and all defective equipment, parts, etc. within a one year period after the date of acceptance of the items and or installation by CNM, unless otherwise agreed to in writing at the time of award. 15. CONTRACTOR SCHEDULE REQUIRED. The contractor shall include a proposed schedule for completion of work under this RFP. It should contain an itemized break down of all items and projects, including testing dates if applicable. 16. CORRECTION OF WORK 16.1 BEFORE OR AFTER SUBSTANTIAL COMPLETION. The Contractor shall promptly correct Work rejected by CNM or failing to conform to the requirements of the Contract Documents, whether discovered before or after Substantial Completion and whether or not fabricated, installed or completed. Costs of correcting such rejected Work, including additional testing and inspections and compensation for CNM's services and expenses made necessary thereby, shall be at the Contractor's expense. 16.2 AFTER SUBSTANTIAL COMPLETION. In addition to the Contractor’s obligation under Warranty, if within one (1) year after the date of acceptance and approval of the Final Application for Payment of the work, or after the date for commencement of warranties established under partial use, or by terms of an applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall correct it promptly after receipt of written notice from CNM to do so, unless CNM has previously given the Contractor a written acceptance of such condition. 16.3 The one-year period for correction of Work shall be extended with respect to portions of Work first performed after Substantial Completion by the period of time between Substantial Completion and the actual performance of the Work. This obligation under this Subparagraph 16.3 shall survive acceptance of the Work under the Contract and termination of the Work under the Contract and termination of the contract. 16.4 The Contractor shall bear the cost of correcting destroyed or damaged construction, whether completed or partially completed, of CNM or separate contractors caused by the Contractor's correction or removal of Work which is not in accordance with the requirements of the Contract Documents. 16.5 Nothing contained in this Section 16.5 shall be construed to establish a period of limitation with respect to other obligations which the Contractor might have under the Contract Documents. Establishment of the one-year period for correction of Work as described in Section 16.2 relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to the Contractor's obligations other than specifically to correct the Work. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. 17. DAMAGE AND SECURITY OF CNM PROPERTY. The successful offeror shall be responsible for all damage to persons or property that occurs as a result of his/her fault or negligence, or that of any of his/her employees, agents and or subcontractors. He/she shall save and keep harmless CNM against all loss, cost, damage, claims, expense or liability in connection with the performance of the resultant price agreement. Any equipment or facilities damaged by the successful vendor's operations shall be repaired and or restored to their original condition at the vendor's expense, including but not limited to cleaning and painting. The successful vendor shall be responsible for security of all his/her equipment and for the protection of work done under the resultant price agreement until final acceptance of the work. 18. DELIVERY. Delivery is an important consideration and may be a factor in determining the award. Please state your earliest delivery date in the space provided on the response form. Delivery to be made to Receiving/Warehousing, Central New Mexico Community College, 901 Buena Vista SE, Albuquerque, NM 87106, unless otherwise specified. 19. DELIVERY DELAYS. If after award, the contractor becomes aware of possible problems that could result in delay in the agreed-to delivery schedule, the contractor must immediately notify the Buyer or the designated representative. The initial notification of the delay may be verbal with a written confirmation, giving the probable cause and effect, with recommendations for alternate action. Nothing in this paragraph will be interpreted as relieving the vendor of his/her contractual obligations. However, failure to notify CNM promptly will be a basis for determining vendor responsibility in an otherwise excusable delay. 20. DISCREPANCIES. Should any interested vendor find discrepancies in any part of the listed specifications or the terms and conditions, or find any part of the listed specification or the terms and conditions to be incomplete or otherwise questionable in any respect, such vendor shall immediately call such matters to the attention of the Buyer, in writing, prior to the established opening date. 21. DISRUPTION OF NORMAL ACTIVITY. All work shall be performed so as not to interfere with normal CNM activities. When it is necessary to disrupt normal activities, the schedule of work and the areas to be affected must be approved by CNM's authorized representative prior to commencement of the work. 22. EMPLOYEE CERTIFICATION. The vendor and all vendor's employees utilized on the work to be performed under this Request for Proposals must have the proper certification(s) and license(s) to comply with State and local requirements connected to this Request for Proposals. The contractor shall use only fully qualified and approved service technicians to perform inspections, service and or repairs under this Request for Proposals. 23. EQUIPMENT REQUIRED. The vendor shall be responsible for supplying and maintaining all equipment and materials necessary to complete the work under this Request for Proposals except as otherwise noted in the Specifications. Page 7 of 56 SECTION A: STANDARD PROPOSAL TERMS AND CONDITIONS FOR RFP # P-331 24. ERRORS. CNM is not liable for any errors or misinterpretations made by the vendor responding to this Request for Proposals. No advantage shall be taken by Vendors in the omission of any details. Any misstatements of fact, misrepresentations or errors in the Vendor’s proposal may, at the sole discretion of CNM, be cause for disqualification. Each vendor is responsible for ensuring that all information provided in its proposal is accurate and complete in its entirety. 25. EXCLUSIVE RIGHTS. Under no circumstances shall this Agreement be construed or deemed to be a contract whereby CNM grants Contractor exclusive right to furnish CNM its needs or requirements for services described herein. 26. FINANCIAL STATEMENTS. If requested, all bidders may be required to submit their most recent Income Statement, Balance Sheet, and Statement of Cash Flows. 27. FORCE MAJEURE. Neither party to the resultant agreement will be liable to the other for any failure or delay in performance under the resultant agreement due to circumstances beyond its reasonable control including, but not limited to, acts of God, accidents, labor disputes, acts or omissions and defaults of third parties, and official, government or judicial action not the result of negligence of the party failing or late in performing. 28. GENERAL TERMS AND CONDITIONS. CNM's General Terms and Conditions are an equal and integral part of this Request for Proposals. 29. GOVERNING LAW. This Request for Proposals and all resultant price agreements shall be interpreted and governed by the Laws of the State of New Mexico. 30. INDEMNIFICATION. To the fullest extent permitted by law, the Contractor shall indemnity and hold harmless the Owner (CNM), Architect, Architect’s consultants, and agents, officers, and employees of any of them, against liability, claims, damages, losses, and expenses, including but not limited to attorney’s fees, arising out of or resulting from performance of the Work , provided that such claim, damage, loss, or expenses is attributable to bodily injury, sickness, disease, or death, or to physical injury to real or personal property, including the loss of use resulting therefrom, but only to the extent that the liability, damages, losses, or costs are caused by, or arise out of, the acts or omissions of the Contractor or its officers, employees, or agents. Both parties to this Contract represent and agree that this indemnity provision is valid and enforceable and meets the requirements of N.M. Stat. Ann. § 56-7-1 (1978 as amended). In claims against any person or entity indemnified under this Section 32 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 32 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. 31. INSPECTIONS. The contractor shall be responsible for securing at his/her expense, all required inspections to comply with Federal, State, and or local regulations governing the work performed under this RFP. CNM will inspect all work done under this RFP to verify compliance with specifications contained herein. The contractor shall call for all required inspections and have a representative present at all inspections. 32. INSURANCE REQUIREMENTS. The successful vendors are required to carry insurance meeting the requirements in the Exhibit labeled "INSURANCE REQUIREMENTS" or as noted in the specifications. The successful vendors must submit the Certificate of Insurance to the appropriate Buyer prior to commencing work under the resultant price agreement. Insurance must remain in effect for the entire term of the resultant price agreement and must be extended to coincide with any future price agreement extension. This Request for Proposals Number must appear on the Certificate of Insurance. Note: The successful vendor shall agree to comply with state laws and rules pertaining to workers’ compensation insurance for its employees. If the successful vendor fails to comply with the Workers’ Compensation Act and applicable rules when required to do so, the resultant contract may be canceled effective immediately. The insurance required shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption from date of commencement of the Work until date of final payment and termination of any coverage required to be maintained after final payment. General Requirements: Contractor shall not commence nor continue to perform any Work unless he, at his own expense, has in full force and effect all insurance required by the Contract Documents. The Contractor shall not permit any Sub contractor to perform Work on the Project unless the Worker's Compensation Insurance requirement have been complied with by such Subcontractor. The types of insurance the Contractor shall obtain and maintain are set forth herein. Worker's Compensation Insurance and Liability Insurance shall be maintained in full force and effect for the full warranty period provided for in the Contract Documents. Insurers must be authorized to do business (and have an agent for service of process) in New Mexico and either (1) have an "A" policyholder's rating and a financial rating of at least Class XI in accordance with the most current Best's Rating; or (2) be acceptable to Owner as evidenced by Owner's written approval of such Insurer. If by the terms of any insurance to be provided herein, any mandatory deductibles are required, or if Contractor should so elect, with the written concurrence of Owner, to increase the mandatory deductible amounts or purchase insurance with voluntary deductible amounts, the Contractor shall be responsible (without entitlement to any reimbursement from Owner) for payment of the amount of the deductible in the event of a paid claim. Page 8 of 56 SECTION A: STANDARD PROPOSAL TERMS AND CONDITIONS FOR RFP # P-331 Certificates of insurance (and endorsements) must be on forms acceptable to Owner delivered to Owner prior to commencement of the Work. The Contractor shall furnish a Certificate of Insurance under either AIA Document G705 or ACORD 25 S (11/85) Form. The Certificate shall include a 30 day cancellation clause. The Certificate must include the provision the insurance company will mail 30 day written notice to Owner 33. RFP TERMS PART OF CONTRACT. This Request for Proposals along with its attachments will be considered to be part of the resultant price agreement and or purchase order and is to be incorporated by reference. 34. LATE SUBMISSIONS. Late submissions of proposals will not be considered unless it is determined by CNM that the late receipt was due solely to mishandling by CNM or if the proposal is the only one received. All other late submissions will be returned unopened. 35. LICENSES/PERMITS/EASEMENTS. The contractor shall be responsible for obtaining, at his/her expense, all easements, right-of-ways, accesses, licenses, permits, and utility locations required to perform the work under this RFP. 36. MEDIATION. Notwithstanding any provision of any Contract Document to the contrary, any claim, dispute or other matter in question between the Contractor and the CNM and except to those which have been waived by the making or acceptance of final payment shall be subject to mediation pursuant to and under the provisions of the New Mexico Public Works Mediation Act, NMSA 1978 § 13 4C 1 et seq. as amended. A party seeking to resolve a dispute under this Agreement or any of the Contract Documents shall proceed under the procedures and provisions of the Public Works Mediation Act. 37. MODIFICATIONS. Only modifications received prior to the time specified for the closing will be accepted. No modifications will be accepted following the opening. The Buyer may request technical clarifications of the proposal following the opening. 38. NEW MATERIALS REQUIRED. All materials and equipment delivered and or installed under this RFP shall be new and be the standard products of a manufacturer regularly engaged in the production of the materials and equipment (unless otherwise specified in the supplementary bid terms and conditions). Where two or more units of the same class of materials and or equipment are required, the units shall be the products of the same manufacturer. Any manufacturer's data supplied with the items shall be submitted to CNM's authorized representative. 39. NUMBER FOR PROPOSAL CLARIFICATION. The Vendor should include a local or toll-free number for proposal clarifications. Failure to do so may result in the proposal being declared non-responsive. 40. OFFEROR’S TERMS AND CONDITIONS. Offerors must submit with the proposal a complete set of any additional terms and conditions they expect to have included in a contract negotiated with the agency. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. 41. OPTION TO RENEW. CNM reserves the option to renew the resultant agreement, contingent upon fiscal funding, as provided for within Section 13-1-150 NMSA 1978, if such renewal is found to be in the best interests of CNM. Renewal options will be exercised in increments of one-year terms unless otherwise agreed to by both parties. 42. OWNERSHIP OF MATERIAL. During the term of the resultant agreement, ownership of all data, material, and documentation originated and prepared by the successful vendor for CNM shall belong exclusively to CNM. 43. PAYMENT DISCOUNTS. CNM will take advantage of payment discounts offered whenever possible; however, payment discounts will not be used as a means to determine the highest evaluated offer. 44. PAYMENTS AND COMPLETION. 44.1 CONTRACT SUM. The Contract Sum is stated in the Agreement and, including authorized adjustments, is the total amount payable by CNM to the Contractor for performance of the Work under the Contract Documents. 44.2 SCHEDULE OF VALUES. Before the first Application for Payment, the Contractor shall submit to CNM a schedule of values allocated to various portions of the Work, prepared in such form and supported by such data to substantiate its accuracy as CNM may require. This schedule shall be used as a basis for reviewing the Contractor's Applications for Payment. The schedule provided by Contractor under Subparagraph 60. shall not be effective unless also submitted to CNM and not objected to within a reasonable time. 44.3 CERTIFICATES FOR PAYMENT. CNM will, within Seven days after receipt of the Contractor's Application for Payment, either issue a Certificate for Payment, with a copy to the Contractor, for such amount as CNM determines is properly due, or notify the Contractor in writing of CNM's reasons for withholding certification in whole or in part provided in Section 44.3.1 The issuance of a Certificate for Payment will constitute a representation by CNM based on CNM's evaluation of the Work and the data comprising the Application for Payment, that the Work has progressed to the point indicated and that, to the best of CNM's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing representations are subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial Completion, to results of subsequent tests and inspections, to correction of minor deviations from the Contract Documents prior to completion and to specific qualifications expressed by CNM. The issuance of a Certificate for Payment will further constitute a representation that the Contractor is entitled to payment in the amount certified. However, the issuance of a Certificate for Payment will not be a representation that CNM has (1) made exhaustive or continuous onsite inspections to check the quality or quantity of the Work, (2) reviewed construction means, methods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by CNM to substantiate the Contractor's right to payment, or (4) made examination to ascertain how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. Page 9 of 56 SECTION A: STANDARD PROPOSAL TERMS AND CONDITIONS FOR RFP # P-331 44.3.2 DECISIONS TO WITHHOLD CERTIFICATION. CNM may withhold a Certificate for Payment in whole or in part, if in CNM's opinion the representations required by Section 44.3.1 cannot be made. If CNM is unable to certify payment in the amount of the Application, CNM will notify the Contractor as provided in Section 44.3. If the Contractor and CNM cannot agree on a revised amount, CNM will promptly issue a Certificate for Payment for the amount for which CNM is able to make. CNM may also withhold a Certificate for Payment or, because of subsequently discovered evidence, may nullify the whole or a part of a Certificate for Payment previously issued, to such extent as may be necessary in CNM's opinion to protect CNM from loss for which the Contractor is responsible, including loss resulting from acts and omissions, because of: a) defective Work not remedied; b) third party claims filed or reasonable evidence indicating probable filing of such claims unless security acceptable to CNM is provided by the Contractor; c) failure of the Contractor to make payments properly to Subcontractors or for labor, materials or equipment; d) reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; e) damage to CNM or another contractor; f) reasonable evidence that the Work will not be completed within the Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; or g) persistent failure to carry out the Work in accordance with the Contract Documents. 44.3.2.1 When the above reasons for withholding certification are removed or satisfied, certification will be made for amounts previously withheld. 44.4 PROGRESS PAYMENTS. After CNM has issued a Certificate for Payment, CNM shall make payment in the manner and within the time provided in the Contract Documents. 44.4.1 The Contractor shall promptly pay each Subcontractor, upon receipt of payment from CNM, out of the amount paid to the Contractor on account of such Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled, reflecting percentages actually retained from payments to the Contractor on account of such Subcontractor's portion of the Work. The Contractor shall, by appropriate agreement with each Subcontractor, require each Subcontractor to make payments to Sub-subcontractors in a similar manner. 44.5 FAILURE OF PAYMENT. If CNM does not issue a Certificate for Payment, through no fault of the Contractor, within the time allowed by law and provided in the Contract Documents after receipt of the Contractor’s Application for Payment, or if CNM does not pay the Contractor within seven (7) days after the date established in the Contract Documents the amount certified by CNM or awarded by a final judgment of a court of competent jurisdiction, then the Contractor may, upon seven (7) additional days written notice to CNM, stop the Work until payment for the amount owing has been received. The Contract Time shall be extended appropriately and the Contract Sum shall be increased by the amount of the Contractor’s reasonable cost of shutdown, delay and start up. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. 44.6 SUBSTANTIAL COMPLETION. The date of Substantial Completion of the work or designated portion thereof shall be determined by CNM's Representatives signing the AIA Document #G704 Certificate of Substantial Completion or agreed to document. This date shall commence on or before a date to be specified in a written "Notice to Proceed" of CNM; and the construction is to be sufficiently complete, in accordance with the Contract Documents, so CNM can occupy or utilize the area or designated portion thereof for the use for which it is intended. For new construction, the Certificate of Substantial Completion shall not issue before the final Certificate of Occupancy is issued by the appropriate code authority. 44.6.1 When the Contractor considers that the Work, or a portion thereof which CNM agrees to accept separately, is substantially complete, the Contractor shall prepare and submit to CNM a comprehensive list of items to be completed or corrected prior to final payment. Failure to include an item on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. 44.6.2 Upon receipt of the Contractor's list, CNM will make an inspection to determine whether the Work or designated portion thereof is substantially complete. If CNM's inspection discloses any item, whether or not included on the Contractor's list, which is not sufficiently complete in accordance with the Contract Documents so that CNM can occupy or utilize the Work or designated portion thereof for its intended use, the Contractor shall, before issuance of the Certificate of Substantial Completion, complete or correct such item upon notification by CNM. In such case, the Contractor shall then submit a request for another inspection by CNM to determine Substantial Completion. 44.6.3 When the Work or designated portion thereof is substantially complete, CNM will prepare a Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall establish responsibilities of CNM and Contractor for security, maintenance, heat, utilities, damage to the Work and insurance, and shall fix the time within which the Contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. 44.7 FINAL COMPLETION AND FINAL PAYMENT. Upon receipt of written notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment, CNM will promptly make such inspection and, when CNM finds the Work acceptable under the Contract Documents and the Contract fully performed, CNM will promptly issue a final Certificate for Payment stating that to the best of CNM's knowledge, information and belief, and on the basis of CNM's on-site visits and inspections, the Work has been completed in accordance with terms and conditions of the Contract Documents and that the entire balance found to be due the Contractor and noted in the final Certificate is due and payable. Page 10 of 56 SECTION A: STANDARD PROPOSAL TERMS AND CONDITIONS FOR RFP # P-331 45. PERFORMANCE AND PAYMENT BONDS. A performance bond and a payment bond, covering materials and labor, each in the amount of 100% of the resultant price agreement cost is required. The bond must be executed by the bidder with a surety company authorized to do business in New Mexico or other suitable sureties approved by the State Board of Finance. The performance and payment bonds must be received by the buyer issuing the award prior to the commencement of work, or within 14 days of the award, whichever is soonest, and must reference this Request for Bids Number on the face of the documents. Performance and Payment bonds must meet the requirements of 13-4-18 NMSA, 1978. 52. PROTECTION OF PERSONS AND PROPERTY. 52.1 SAFETY PRECAUTIONS AND PROGRAMS. The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. 46. PERIOD FOR PROPOSAL ACCEPTANCE. The Vendor agrees, if its proposal is accepted within ninety (90) calendar days of the closing date, to furnish the goods and services at the prices set forth in its proposal, delivered to the designated point(s) within the specified time in the delivery schedule. Failure to comply may result in removal from the bid list. An additional time period may be requested elsewhere in this Request for Proposals. 52.2.2 the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Subsubcontractors; and 47. POTENTIAL COSTS UNSPECIFIED. The Vendor shall include in its proposal all goods, material and labor costs that it knows or should know will be required to complete the work under this Request for Proposals including any goods, materials, labor or other costs that are not specifically identified in the specifications of this Request for Proposals. All such costs shall be identified in the proposal and separately stated in the price or pricing proposed in the proposal. 48. POTENTIAL COSTS-UNSPECIFIED, RENTAL. The contractor shall include as a separate item any unspecified additional cost which may be incurred by CNM as a result of a rental under this RFP. This may include but should not be limited to responsibility for damages to equipment, excessive wear charges, insurance, etc. Please note that no additional costs will be paid by CNM on rentals under this RFP unless these potential additional costs have been identified in the original offer. 49. PROPOSAL NEGOTIATION. Vendors submitting proposals may be afforded an opportunity for discussion and revision of proposals. Revisions may be permitted after opening and prior to award for the purpose of obtaining best and final offer. Negotiations may be conducted with responsible vendors who submit offers found reasonably likely to be selected for award. 50. PROPOSAL OPENING. Proposals will be opened on the due date and time specified on the proposal cover sheet in the Purchasing Department Office. This is not a public opening and contractors are not invited to attend. 51. PROPOSER QUALIFICATIONS. The selection committee may make such investigations as necessary to determine the ability of the proposer to adhere to the requirements specified within this RFP. The selection committee will reject the proposal of any proposer who is not a responsible proposer or fails to submit a responsive offer, as defined in § 13-1-83 and 13-1-85 NMSA 1978. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. 52.2 SAFETY OF PERSONS AND PROPERTY. The Contractor shall be responsible for taking reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to: 52.2.1 employees on the Work and other persons who may be affected thereby; 52.2.3 other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction and the Contractor shall be responsible for paying for the repair or replacement of any such lost, or stolen, or damaged Work, materials, equipment or property. 52.3 The Work and materials and equipment to be incorporated therein, stored on site, under care, custody or control of the Contractor or Contractor's Subcontractors or Sub subcontractors; and 52.4 The Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. 52.5 The Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent sites and utilities. 52.6 When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. 52.7 The Contractor shall promptly remedy damage and loss (other than damage or loss insured under property insurance required by the Contract Documents) to property referred to in Section 52.3 caused in whole or in part by the Contractor, a Subcontractor, a Sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible under Section 52.3, except damage or loss attributable to acts or omissions of CNM or anyone directly or indirectly employed by them, or by anyone for whose acts may be liable, and not attributable to the fault or negligence of the Contractor. Page 11 of 56 SECTION A: STANDARD PROPOSAL TERMS AND CONDITIONS FOR RFP # P-331 52.8 The Contractor shall designate a responsible member of the Contractor's organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated by the Contractor in writing to CNM. 52.9 The Contractor shall not load or permit any part of the construction or site to be loaded so as to endanger its safety. 52.10 HAZARDOUS MATERIALS. If reasonable precautions will be inadequate to prevent foreseeable bodily injury or death to persons resulting from a material or substance, including but not limited to asbestos or polychlorinated biphenyl (PCB), encountered on the site by the Contractor, the Contractor shall, upon recognizing the condition, immediately stop Work in the affected area and report the condition to CNM in writing. 52.10.1 CNM shall obtain the services of a licensed laboratory to verify the presence or absence of the material or substance reported by the Contractor and, in the event such material or substance is found to be present, to verify that it has been rendered harmless. Unless otherwise required by the Contract Documents, CNM shall furnish in writing to the Contractor the names and qualifications of persons or entities who are to perform tests verifying the presence or absence of such material or substance or who are to perform the task of removal or safe containment of such material or substance. The Contractor will promptly reply to CNM in writing stating whether or not either has reasonable objection to the persons or entities proposed. If the Contractor has an objection to a person or entity proposed by CNM, CNM shall propose another to whom the Contractor has no reasonable objection. When the Material or substance has been rendered harmless, Work in the affected area shall resume upon written agreement of CNM and Contractor. The Contract Time shall be extended appropriately and the Contract Sum shall be increased in the amount of the Contractor’s reasonable additional costs of shut-down, delay and start-up, which adjustments shall be accomplished via a Change Request as agreed between the Parties. 52.10.2 EMERGENCIES. In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury or loss. Additional compensation or extension of time claimed by the Contractor on account of an emergency shall be determined via a Change Request as agreed between the Parties. 53. PUBLIC INFORMATION. All information, except that marked as confidential, will become public information at the time that the Proposal is awarded. Confidential information must be marked "CONFIDENTIAL" in red letters in the upper right hand corner of the sheets containing the confidential information. Price and information concerning the specifications cannot be considered confidential. 54. PUBLIC WORKS BONDS. Performance bonds must meet the requirements of 13-4-18 NMSA, 1978 55. REFERENCES REQUIRED. Vendor must furnish the minimum number of reference requested herein. Failure to submit the information may result in your proposal being considered non-responsive. Vendor, by furnishing these references, agrees to allow CNM to contact any person or organization listed, and to utilize information obtained in the evaluation of the offer. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. 56. RELEASES. Upon final payment of the amount due under the terms of the resultant agreement, the successful vendor shall release CNM, its Governing Board, officers and employees from all liabilities, claims and obligations arising from or under the terms of the resultant agreement. The successful vendor agrees not to purport to bind CNM to any obligation not assumed herein by CNM unless CNM has expressly authorized the successful vendor to do so and then only within the strict limits of that authority. 57. REPORTS AND INFORMATION. At such times and in such forms as CNM may require, there shall be furnished to CNM such statements, records, reports, data and information, as CNM may request pertaining to matters covered by all resultant agreements to this Request for Proposals. 58. RESPONSIBLE VENDOR. CNM reserves the right to conduct any investigations deemed necessary to determine the responsibility of a vendor (i.e., prove that its financial resources, production or service facilities, personnel, service reputation and experience are adequate to make satisfactory delivery of the services, construction or items of tangible personal property described in the Request for Proposals). Vendor shall provide audited financial statements if requested by CNM. 59. RESPONSIVENESS OF PROPOSALS. Vendors are hereby expressly instructed that all proposals in response to this solicitation shall meet all specifications and requirements of this solicitation. 60. SCHEDULE DELAYS. If after award, the contractor becomes aware of possible problems that could result in delay in completion of the work on the agreed-to schedule, the contractor must immediately notify the Buyer or the designated representative. The initial notification of the delay may be verbal with a written confirmation per Section 7, giving the probable cause and effect, with recommendations for alternate action. Nothing in this paragraph will be interpreted as relieving the contractor of his/her contractual obligations. However, failure to notify CNM promptly will be a basis for determining the contractor responsibility in an otherwise excusable delay 61. SEVERABILITY. If any provision of the resultant agreement is found invalid or unenforceable, the remainder of the resultant price agreement will be enforced to the maximum extent permissible and the legality and enforceability of the other provisions of the resultant agreement will not be affected. 62. SIGNATURE. The response must be signed by an authorized representative in order for proposal to be considered responsive. Compete and return the form labeled “Signature of Firm’s Authorized Representative” with proposal response. 63. SITE FAMILIARITY. The contractor shall be responsible for thoroughly inspecting the site and work to be done prior to submitting an offer. The contractor warrants by this submission that he/she has had the opportunity to inspect the site and work to be done and that his/her offer includes all costs required to complete the work. The failure of the contractor to be fully informed regarding the requirements of this RFP will not constitute grounds for any claim, demand for adjustment or the withdrawal of a bid after the opening. Page 12 of 56 SECTION A: STANDARD PROPOSAL TERMS AND CONDITIONS FOR RFP # P-331 64. SITE INSPECTION. The site(s) referenced in this document are available for inspection. Arrangements can be made by calling the contact for Technical Clarification shown on the cover page. Note, bidders shall not consider any comments made by employees of CNM to be modifications to the bid specifications unless distributed as a written amendment to this bid by CNM’s Purchasing Department. All requests for clarification must be submitted in writing to CNM’s Purchasing Department to receive consideration. Such requests must be submitted no later than five (5) days prior to the bid due date 65. STATE AND LOCAL ORDINANCES. The successful vendor shall perform work under the resultant price agreement in strict accordance with the latest version of all State and local codes, ordinances, and regulations governing the work involved. All materials and labor necessary to comply with the rules, regulations and ordinances shall be provided by the vendor. Where the drawings and or specifications indicate materials or construction in excess of the code requirements, the drawings and or specifications shall govern. The vendor shall be responsible for the final execution of the work to meet these requirements. In the event of a conflict between various codes and standards, the more stringent shall apply. 66. STATUS OF VENDOR. The successful vendor is an independent contractor performing services for CNM and neither he/she nor his/her agents or employees shall, as a result of the resultant agreement, accrue leave, retirement, insurance, bonding authority, use of CNM vehicles, or any other benefits, prerequisites or allowances normally afforded only to employees of CNM. The successful vendor acknowledges that all sums received under the resultant agreement are personally reportable by him/her/her for income, self-employment and other applicable taxes. 67. SUBCONTRACTORS. Any work subcontracted by the successful vendor shall require the prior written approval of the subcontractor by CNM. 67.1 DEFINITIONS. A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the Work at the site. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a separate contractor or subcontractors of a separate contractor. 67.2 A Sub-subcontractor is a person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work at the site. The term "Subsubcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subsubcontractor or an authorized representative of the Subsubcontractor. 67.3 AWARD OF SUBCONTRACTORS. All awards of subcontracts shall be in accordance with the New Mexico Subcontractors Fair Practices Act as applicable. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. 68. SUBCONTRACTUAL RELATIONS. By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities, including the responsibility for safety of the Subcontractor's Work, which the Contractor, by these Documents, assumes toward CNM. Each subcontract agreement shall preserve and protect the rights of CNM under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against CNM. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors will similarly make copies of applicable portions of such documents available to their respective proposed Sub-subcontractors. 69. SUBMISSIONS OF SAMPLES/DRAWINGS / LITERATURE. It may be necessary to test samples or have demonstrations to make an award. All samples, when required, shall be furnished free of expense to CNM. Returns shall only be made at the Bidder’s request and expense. Bid samples or descriptive literature should not be submitted unless expressly requested; and, regardless of any attempt by a bidder to condition the bid, unsolicited bid samples or descriptive literature shall be submitted at the Bidder’s risk 70. SUBMITTALS. To submit an offer on the goods or services specified, provide a type written proposal responding to the scope of work/services, specifications, and evaluation criteria contained herein. Vendors are to submit responses as required for easy and clear evaluation with information presented in the order it appears herein referencing sections on all attachments. Each original proposal must be signed in ink by an authorized representative; all corrections shall be initialed in ink by person signing the proposal. Note, if you wish to offer more than one proposal, clearly label each additional offer as an alternate proposal and submit all responses in the same envelope/package as the original proposal. 71. SUCCESSORS AND ASSIGNS. CNM and Contractor respectively bind themselves, their partners, successors, assigns and legal representatives to the other party hereto and to partners, successors, assigns and legal representatives of such other party in respect to covenants, agreements and obligations contained in the Contract Documents. Neither party to the Contract shall assign the Contract as a whole without written consent of the other. If either party attempts to make such an assignment without such consent, that party shall nevertheless remain legally responsible for all obligations under the Contract. Page 13 of 56 SECTION A: STANDARD PROPOSAL TERMS AND CONDITIONS FOR RFP # P-331 72. TAXES. CNM is exempt from Federal excise taxes and from New Mexico gross receipts taxes on materials, except construction materials used by a contractor. Services are not exempt from gross receipts taxes. Taxes, if any, on services must be included as a separate line item and not included in your base price proposed. Applicable taxes are excluded from the evaluation of the proposal. 73. TECHNICALITIES. CNM reserves the right to waive minor irregularities. Also UNM reserves the right to waive mandatory requirements provided that all of the otherwise responsive proposals failed to meet the mandatory requirements and/or doing so does not otherwise materially affect the procurement. This right is at the sole discretion of CNM. 74. TELEGRAPHIC/FACSIMILE SUBMITTALS. Telegraphic / Facsimile proposal submittals will not be considered. However, proposals may be modified by telegraphic/facsimile notice, provided that the notice is received by the time and date specified for the closing. 75. TERMINATION. Termination for cause. If the contractor, for any cause, fails or omits to carry out the work in an acceptable manner, CNM may give notice in writing of such failure or omission and of a reasonable time within which to cure the deficiency. Contractor shall be required to take corrective measures within such time. Contractor's failure to comply with such notice and to cure the deficiency as provided in the notice shall subject the Agreement to immediate termination by CNM. In the event of a for-cause termination, CNM shall terminate the Agreement by delivering to the Contractor a written notice of termination. The effective date of termination shall be the date stated in the notice or, if no date is stated, then the date of delivery of the notice. Upon delivery of such notice, Contractor shall have the right to receive payment for services performed prior to termination date, including reimbursement then due. Termination for convenience of CNM. On fifteen (15) business days written notice to Contractor, CNM may terminate the Agreement in whole or in part for its own convenience in the absence of any default by Contractor. In the event of a no-cause termination, CNM shall terminate the Agreement by delivering to Contractor notice of termination without cause specifying the extent to which performance of work under the Agreement is terminated and the date upon which such termination becomes effective. The effective date of ter5mination shall be the date stated in the notice or, if no date is stated, then the fifteenth (15) business day after delivery of the notice. Within ten (10) calendar days of the effective date of termination, Contractor shall deliver to CNM all documents and any other materials developed under the Agreement. Upon delivery of such notice, the Contractor shall have the right to receive payment for services performed to termination date, including reimbursement then due. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. 76. TESTS AND INSPECTIONS. Tests, inspections and approvals of portions of the Work required by the Contract Documents or by laws, ordinances, rules, regulations or orders of public authorities having jurisdiction shall be made at an appropriate time. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to CNM, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give CNM timely notice of when and where tests and inspections are to be made so that CNM may be present for such procedures. 76.1 The Contractor shall notify CNM 48 hours in advance before covering up any concealed work, or conducting any tests by any trade on the Work. 76.2 Tests and inspections not explicitly assigned to CNM are Contractor’s responsibility. Unless otherwise indicated, Contractor shall provide quality-control services specified and those required by authorities having jurisdiction, whether specified or not. 76.3 If such procedures for testing, inspection or approval under Sections 76 reveal failure of the portions of the Work to comply with requirements established by the Contract Documents, all costs made necessary by such failure including those of repeated procedures shall be at the Contractor's expense. 76.4 Required certificates of testing, inspection or approval shall, unless otherwise required by the Contract Documents, be secured by the Contractor and promptly delivered to CNM. 77. TIME. Unless otherwise provided, Contract Time is the period of time, including authorized adjustments, allotted in the Contract Documents for Substantial Completion of the Work. Time limits stated in the Contract Documents are of the essence of the Contract. By executing the Agreement the Contractor confirms that the Contract Time is a reasonable period for performing the Work. 77.1 The date of commencement of the Work is the date established in the Agreement. The date shall not be postponed by the failure to act of the Contractor or persons or entities for whom the Contractor is responsible. 77.2 The date of Substantial Completion is the date certified by CNM in accordance with Section 44.6. 77.3 The term "day" as used in the Contract Documents shall mean calendar day unless otherwise specifically defined. 77.4 Work required to be performed after regular working hours shall be done without additional cost to CNM. The Contractor shall include the cost of all overtime work necessary to complete the Contract in his original Bid. After substantial completion, the Contractor and his Subcontractors shall employ all of the measures prescribed for safeguarding the continuous and satisfactory operation of the building, as interruption of such service will be considered a breach of contract. Page 14 of 56 SECTION A: STANDARD PROPOSAL TERMS AND CONDITIONS FOR RFP # P-331 78. VENDOR GUARANTEE. The vendor shall guarantee all materials, equipment and workmanship furnished and or installed to be free of defects and shall agree to replace solely at his/her expense any and all defective equipment, parts, etc. within a one year period after the date of acceptance of the items and or installation by CNM, unless otherwise agreed to in writing at the time of award. 79. VENDOR SCHEDULE REQUIRED. The vendor shall include a proposed schedule for completion of work under this Request for Proposals. It should contain an itemized break down of all items and projects, including testing dates if applicable. 80. WAGE RATES. Jobs with an estimated cost greater than $60,000 done under this RFP will be subject to the Public Works Minimum Wage ACT (13-4-11 through 14-4-17, NMSA 1978) and per exhibit labeled "MINIMUM WAGE RATES". Minimum wages will be supplied at time of award or may be obtained from the Labor and Industrial Commission, 1596 Pacheco Street, Santa Fe, NM 87501. 81. WARRANTY. Bidder warrants the materials, supplies or services furnished to be exactly as specified in the order, free from defects in bidder's design, labor, materials and manufacture, and to be in compliance with any drawings or specifications incorporated herein and with any samples furnished by bidder. All applicable UCC warranties, express and implied, are incorporated herein 82. WITHDRAWAL OF PROPOSALS. Proposals may be withdrawn by written notice, telegram or in person by an vendor or an authorized representative any time prior to the award. Proposals requiring proposal security may result in forfeiture of the security if the proposal is withdrawn following the opening. 83. WORKMANSHIP/COOPERATION. All work shall be done in a neat, workman-like manner using acceptable equipment and methods. The successful vendor will cooperate with CNM and other contractors and coordinate his/her work involving other contractors through CNM's authorized representative. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 15 of 56 SECTION C: GENERAL TERMS AND CONDITIONS 1. Inspection and Audit. a. CNM may inspect, at any reasonable time, any part of Seller's plant or place of business which is related to performance of this Purchase Order. Acceptance of delivery shall not be considered acceptance of the materials, supplies or services furnished. Final inspection of product and services will be made at the destination. Any testing or inspection procedures required by the specification are in addition to CNM's rights under this paragraph. b. The Contractor shall maintain detailed time records which indicate the date, time and nature of services rendered. Contractor shall maintain detailed records of all materials or supplies delivered to CNM under this Purchase Order, including serial numbers and other appropriate identifiers. These records shall be subject to internal and external audit. CNM shall have the right to audit billings both before and after payment. Payment under the resultant Agreement shall not preclude CNM from recovering excessive, erroneous or illegal payments previously made to the Contractor. 2 Warranties. Seller warrants the materials, supplies or services furnished to be exactly as specified in this order, free from defects in Seller's design, labor, materials and manufacture, and to be in compliance with any drawings or specifications incorporated herein and with any samples furnished by Seller. All applicable UCC warranties, express and implied, are incorporated herein. 3. Acceptance and Rejection. If prior to final acceptance, any materials, supplies or service are found to be defective or not as specified, or, if CNM is entitled to revoke acceptance of them, CNM may reject or revoke acceptance, require Seller to correct without charge within a reasonable time, or require delivery at an equitable reduction in price at CNM's option. Seller shall reimburse CNM for all incidental and consequential costs related to unaccepted materials, supplies or service. Notwithstanding final acceptance and payment. Seller shall be liable for latent defects, fraud, or such gross mistakes as amount to fraud. Acceptance of performance shall not waive CNM's right to claim damages for breach. 4. Assignment. This order is assignable by CNM. Except as to any payment due hereunder, this order is not assignable by Seller without written approval of CNM. 5. Changes. CNM may make changes within the general scope of this order by giving notice to Seller and subsequently confirming such changes in writing. If such changes affect the cost of, or the time required for performance of this order, an appropriate equitable adjustment shall be made. No change by Seller shall be recognized without written approval of CNM. Any claim of Seller for an adjustment under this paragraph must be made in writing within thirty (30) days from the date of receipt of Seller of notification of such change, unless CNM waives this condition. Nothing in this paragraph shall excuse Seller from proceeding with performance of the order as changed hereunder. 6. Termination and Delays. CNM, by written notice stating the extent and effective date may terminate this order for convenience in whole or in part, at any time. CNM shall pay Seller as full compensation for performance until such termination: (1) the unit or pro rata order price for the delivered and accepted portion; and (2) a reasonable amount to be approved by CNM, and not otherwise recoverable from other sources by Seller, with respect to the undelivered or unaccepted portion of this order. Provided, however, compensation hereunder shall in no event exceed the total order price. Such amount will be limited to Seller's actual cost and may not include anticipated profits. CNM may terminate this order by written notice in whole or in part for Seller's default if Seller refuses or fails to comply with the provision of this order, or fails to make progress so as to endanger performance and does not cure such failure within a reasonable period of time. In such event, CNM may otherwise secure the materials, supplies or services ordered, and Seller shall be liable for damages suffered by CNM, including incidental and consequential damages. If, after notice of termination, CNM determines Seller was not in default, or if Seller's default is due to failure of CNM, termination shall be deemed for the convenience of CNM. The rights and remedies of CNM provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under this order. As used in this paragraph, the word "Seller" includes Seller and its subsuppliers at any tier. 9. Patent and Copyright Indemnity. Seller shall pay all royalty and license fees relating to deliverables and other items covered hereby. In the event any third party shall claim that the reproduction, manufacture, use, or sale of goods or items covered hereby infringes any copyright, trademark, patent, or other intellectual property rights, Seller shall indemnify and hold CNM harmless from any cost, expense, damage, or loss resulting therefrom. 10. Discounts. Any discount time will not begin until the materials, supplies, or services have been received and accepted and correct invoice received by CNM's Purchasing Department. In the event testing is required, the discount time shall begin upon the completion of the tests. 11. Penalties. The Procurement Code, Section 13-1-28 et seq., imposes civil and criminal penalties for its violation. In addition, the New Mexico criminal statutes impose felony penalties for bribes, gratuities and kickbacks. 12. Title and Delivery. Title to the materials and supplies passed hereunder shall pass to CNM at the F.O.B. point specified subject to the right of CNM to reject upon inspection. For any exception to the delivery date specified, Seller shall give prior notification and obtain approval from CNM's Purchasing Department. Time is of the essence and the order is subject to termination for failure to deliver on time. 13. Payment Charges. Late payment charges shall be paid in the amount and under the conditions stated in Section 13-1-158, NMSA 1978. 14. Other Applicable Laws. Any provision required to be included in a contract of this type by any applicable and valid Executive order, federal, state or local law, ordinance, rule or regulation shall be deemed to be incorporated herein. 15. OSHA Regulations. The contractor shall abide by Federal Occupational Safety and Health Administration (OSHA) regulations and the State of New Mexico Environmental Improvement Board occupational health and safety regulations that apply to the work performed under this Invitation. ALL PRODUCTS CONTAINING HAZARDOUS SUBSTANCES MUST BE PROPERLY LABELED AND ACCOMPANIED BY MATERIAL SAFETY DATA SHEETS. The contractor shall defend, indemnify and hold CNM free and harmless against any and all claims, loss, liability and expense resulting from any alleged violations of said regulations including but not limited to fines, penalties, judgments, court costs and attorney fees. 16. Debarment/Suspension. In performing the services and/or furnishing the goods specified within this purchase order, the vendor/contractor certifies that it is not suspended, debarred or declared ineligible from entering into contracts with the Executive Branch of the Federal Government, any State agency or local public body; nor is in receipt of a notice of proposed debarment or suspension from the Executive Branch of the federal Government, any State agency or local public body. 17. Applicable Law. Each party acknowledges that the New Mexico Procurement Code, NMSA 1978 13-1-28 through -199, as amended, applies to every CNM purchase or contract agreement of tangible personal property, services and construction, including participation made pursuant to this purchase order. Further, each party acknowledges that it will be responsible for claims or damages arising from personal injury or damage to persons or property to the extent they result from negligence of its employees or agents and that the liability of CNM shall be subject in all cases to the immunities and limitation of the New Mexico Tort Claims Act, NMSA 1978 41-4-1 through -2 7, as amended. SECTION 2 GOVERNMENT SUBCONTRACT PROVISIONS 7. Affirmative Action. Seller shall not discriminate with regard to hiring, termination or other incidents of employment on the basis of race, sex, national origin, religion, age or handicap. Seller agrees to: a) adhere to the principles set forth in Executive Order 11246 and 11375, and to undertake specifically to maintain employment policies and practices that affirmatively promote equality of opportunity for handicapped persons, minority group persons and women; b) take affirmative steps to hire and promote women and minority group persons at all job levels and in all aspects of employment; c) communicate this policy in both English and Spanish to all persons concerned within the company, with outside recruiting services and the minority community at large; d) provide CNM on request a breakdown of labor force by ethnic group, sex, and job category; and e) discuss with CNM its policies and practices relating to its affirmative action program. If this order is subcontract under a U.S. Government Prime Contract, the applicable clauses listed below are incorporated into, and form a part of, the terms and conditions of this order. In the event of any conflict between the terms and condition of Section 2 and any other provisions of this order the terms and conditions of Section 2 shall prevail. The clauses contained in the following paragraphs of the Federal Acquisition Regulations are incorporated herein by reference. For purposes of this Purchase Order, in the following clauses, the term "contract" shall mean "this order", the term "contractor" shall mean "Seller" and the term "Government" and "Contracting Officer" shall mean "Albuquerque CNM" and the "Director of Purchasing," respectively. The following provisions of the Federal Acquisition Regulations (FAR) apply regardless of the amount of this order: 8. Indemnification and Insurance Seller assumes the entire responsibility and liability for losses, expenses, damages, demands and claims in connection with or arising out of any actual or alleged personal injury (including death) and/or damage or destruction to property sustained or alleged to have been sustained in connection with or arising out of the performance of the work by Seller, its agents, employees, subcontractors or consultants, except to the extent of liability arising out of the negligent performance of the work by or willful misconduct of CNM. In any event, CNM's liability shall be subject to the limitations of the New Mexico Tort Claims Act. Seller shall indemnify and hold harmless CNM, its officers, agents, and employees from any and all liability for such losses, expenses, damages, demands, and claims and shall defend any suit or action brought against any or all of them based on any actual or alleged personal injury or damage and shall pay any damage costs and expenses including attorneys fees, in connection with or resulting from such suit or action. Seller agrees that it and its subcontractors will maintain public liability and property damage insurance in reasonable amounts covering the above obligation and will maintain workers' compensation coverage covering all employees performing this order. * Anti-kickback Procedures: 52.203-7 Buy American Act and Balance of Payments Program 52.225-7001 * Contract Work Hours and Safety Standards Act-Overtime Comp. 52.222-4 * Equal Employment Opportunity 52.222-26 Integrity of Unit Prices 52.215-26(a)(b) Notice to the Government of Labor Disputes 52.222-1 Preference for U.S. Flag Air Carriers (For internal air travel) 52.247-63 Restriction on Subcontractor Sales to the Government 52.203-6 Service Contract Act of 1965 (Reserved) 52.222-41 * Termination for Convenience of Government (Education and other Nonprofit Institutions) 52.249-5(a)(f) RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. CNM reserves all administrative, contractual, and legal remedies against Seller in case of any breaches of the contract. * On contracts funded by federal grants, only the Special Terms and Conditions clauses identified by the asterisk (*) are incorporated into this contract. Page 16 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 1. SCOPE OF REQUEST: Central New Mexico Community College (CNM) is seeking proposals from qualified, industry leading experienced firms with expertise and resources to provide and assist with the implementation of a scalable Commercial-off- the -shelf (COTS), Enterprise Access Control (Lock-down) System. The scope of the initial project (Project # 1) is to implement the proposed Enterprise Access Control system on sixty-seven (67) exterior doors at six (6) buildings on multiple CNM campuses by August 1, 2013. This due date is FIRM. Vendors unable to provide the services needed in this time frame may not be considered for award. The main purpose for Project # 1 is to lock-down the exterior “customer doors” of these buildings during an emergency situation. Follow-on projects are anticipated to incorporate all CNM buildings at all campuses to have lock-down capability. The awarded vendor may be contracted to perform the follow-on work directly by CNM or through a General Contractor on an as-needed basis in the case of building renovations or new construction projects. Firms wishing to provide solutions must have an active, EE98 license with this State of New Mexico be able to provide a “turn-key” system based on the scope of work described above. It is issued under, and all proposals submitted in response hereto shall be subject to, New Mexico Procurement Code, §13-1-21 through 13-1-199, NMSA 1978. All potential proposers are to read, understand and accept the requirements of this RFP. It is preferred that the solution offered may be scalable to accommodate additional controls traditionally available from a Building Automation/Management System. For example, in addition to the Enterprise Access Control System that will be used to lock-down the exterior doors, the proposed solution should be capable of being expanded to add Security Management System elements (e.g., Emergency Broadcast System (EBD), Intrusion, Surveillance, etc.) and other Building Management System related system elements such as HVAC and Fire Alarms. CNM wishes to qualify and award the highest ranked respondent to this RFP for Enterprise Building Access Control & Installation services. It is CNM’s intent to award the highest qualified vendor with indefinite quantity Price Agreement to perform the work for project #1 with the intent of standardizing this solution for access control in all current and future buildings. The initial term of the resultant Price Agreement arising from this Request for Proposals shall be for a one (1) year term. CNM reserves the option to renew the resultant Price Agreement in accordance with New Mexico Statutes Annotated (NMSA), Section 13-1-150, 1978, contingent upon fiscal funding, contractor performance, if such renewal is found to be in the best interests of CNM. Renewal options, if exercised, shall be exercised in one (1) year increments. Any contract awarded as a result of this RFP process may be terminated if sufficient appropriations or authorizations do not exist. Such termination will be effected by sending written notice to the contractor. CNM’s decision as to whether sufficient appropriations and authorizations are available will be accepted by the contractor as final. Project #1 and future projects in additional to the award of price agreements are also contingent upon the approval of internal and external governmental entities. The contract between CNM and the successful proposer shall follow the format specified by CNM and contain the terms and conditions set forth in “RFP Standard Terms and Conditions. CNM reserves the right to negotiate with a successful proposer provisions in addition to those contained in this RFP. The contents of this RFP, as revised and/or supplemented, and the successful proposer’s proposal will be incorporated into and become part of the contract. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 17 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 Any resultant Price Agreement may be made available for use by other Institutions of Higher Education and Central Purchasing Offices within the State of New Mexico. An Awardee of an Indefinite Quantity Price Agreement established with CNM has the opportunity to market the resultant Price Agreement to other local public bodies and state agencies under the State of New Mexico Public Purchases and Property Act, NMSA 1978, Article 1, Procurement, Section 13-1-129, “Procurement under existing contracts.” Any purchases and transactions that take place under this allowance shall be between the Awardee and the respective Agency and in no way shall be the responsibility of CNM. Any institution of higher education and central purchasing office within the state of New Mexico other than Central New Mexico Community College utilizing this price Agreement will be required to administer its own contract documents. 1.1 CNM INSTITUTIONAL INFORMATION: CNM is the largest community college in the State of New Mexico providing year round instruction. CNM has an enrollment of approximately 27,000 students in both the fall and spring semesters with approximately 15,000 students enrolled in the summer term. CNM serves its students at multiple campuses and locations as well as through online distance learning and hybrid instruction. The college offers associate degrees and certificates in a variety of subject areas. CNM Campus information is noted below and can be downloaded from CNM’s website at http://cnm.edu/campus/index.php. Main Campus (Main) 525 Buena Vista Drive SE Albuquerque, NM 87106 Joseph M. Montoya (JMMC) 4700 Morris Avenue, NE Albuquerque, NM 87111-3704 South Valley Campus (SVC) 5816 Isleta SW Albuquerque, NM 87105 Westside Campus (Westside) 10549 Universe Blvd, NW Albuquerque, NM 87114 Workforce Training Center (WTC) 5600 Eagle Rock Avenue, NE Albuquerque, NM 87113 Rio Rancho Campus (RR) 2601 Campus Blvd, NE Rio Rancho, NM 87144 Advanced Technology Center (ATC) 4700 Alameda Blvd, NE Albuquerque, NM 87113 1.2 Buildings by Campus: Building Number Building Name Year Built Total Building Gross Square Feet (GSF) Campus A0004 Administration Building (A Building) 1972 39,422 Main J00T1 Basehart Temporary (BT) 1980 1,693 Main R00R1 Basehart Temporary 1 (BT1) 1991 2,100 Main R00R2 Basehart Temporary 2 (BT2) 1991 2,100 Main Basehart Temporary 3 (BT3) 2006 1,810 Main Basehart Temporary 4 (BT4) 2006 1,810 Main 1973/2012 33,660 Main Culinary Arts / Bookstore Building E0002 CNM Greenhouse 2000 600 Main East Building (E Building) 1967 15,653 Main C0014 Jeanette Stromberg Hall (JS) 1985 134,808 Main P0009 Ken Chappy (KC) 1978 38,100 Main M0000 Louis E. Saavedra Administration Building (LSA) 1926 10,959 Main U0018 Max Salazar Hall (MS) 1991 89,696 Main RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 18 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 Building Number Building Name Year Built Total Building Gross Square Feet (GSF) Campus North Building (N Building) 1970 53,249 Main W0002 Paint Storage 1978 353 Main Public Safety Building (PS) 1979 5,516 Main Roosevelt Temporary 1 Main Roosevelt Temporary 2 Main B0013 Smith Brasher Hall (SB) 1984 67,757 Main S0007 South Building (S Building) 1975 24,980 Main SOT10 South Temporary 10 (ST10) 1980 1,756 Main SOT15 South Temporary 11 (ST11) 1980 1,778 Main SOT18 South Temporary 12 (ST12) 1980 1,709 Main SOT21 South Temporary 13 (ST13) 1980 1,810 Main BOV22 South Temporary 14 (ST14) 1990 1,769 Main BOV21 South Temporary 15 (ST15) 1990 1,769 Main SOT25 South Temporary 16 (ST16) 1981 1,769 Main SOT27 South Temporary 17 (ST17) 1981 1,769 Main BOV25 South Temporary 180-181 (ST180-ST181) 1990 500 Main TO145 South Temporary 101 (ST101) - Located south of Ted Chavez Temporaries 1980 1,809 Main Student Resource Center (SRC) 2010 106,748 Main Student Services Building (SSC) 1995 105,056 Main Support Services / Physical Plant (PPD) 1998 52,258 Main T0010 Ted Chavez Hall East (TC-E) 1978 24,210 Main Ted Chavez Hall West (TC-W) 1973 86,933 Main BOV24 Ted Chavez Temporary 140-141 (TC-T 140-141) 1990 1,656 Main BOV23 Ted Chavez Temporary 142 (TC-T 142) 1990 1,777 Main BOV20 Ted Chavez Temporary 145 (TC-T 145) 1990 1,797 Main V0019 TO139 Ted Chavez Temporary 146 (TC-T 146) 1981 1,793 Main BV026 Ted Chavez Temporary 148-149 (TC-T 148-149) 1981 1,809 Main TO140 Ted Chavez Temporary 150-151 (TC-T 150-151) 1980 1,816 Main TO147 Ted Chavez Temporary 152 (TC-T 152) 1981 900 Main TO149 Ted Chavez Temporary 153 (TC-T 153) 1981 900 Main BV155 Maintenance/Operations Temporary (TC-T ____) 1983 2,256 Main W0001 West Building (W Building) 1966 23,258 Main G Building 2008 24,220 JMMC H Building 1979 55,569 JMMC H0011 I Building 2003 41,630 JMMC J0012 J Building 1980 37,337 JMMC K0015 K Building 1987 31,674 JMMC L0016 L Building 1988 33,010 JMMC BV616 P Building 1981 5,089 JMMC G0017 Tom Wiley Hall (TW) 1990 26,880 JMMC JMMC Portable (Tax Help) 2011 1,800 JMMC Michael J. Glennon Building (MJG) 2003/2010 85,718 Westside Westside I (WSI) 2012 67,500 Westside Westside II (WSII) 2008 53,773 Westside R00R3 Westside Temporary 1 (WT001) 1991 2,021 Westside R00R4 Westside Temporary 2 (WT002) 1980 1,778 Westside RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 19 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 Building Number Building Name Year Built Total Building Gross Square Feet (GSF) S00V1 South Valley Building 1 (SV1) 1995 35,379 SVC South Valley Building 2 (SV2) 2003 22,000 SVC Rio Rancho Phase I (RRI) 2010 53,000 RR Advanced Technology Center (ATC - 4700 Alameda) 2011 82,500 ATC Alameda Phase I (4800 Alameda) 1991 81,600 ATC Workforce Training Center (WTC) 2000 70,087 WTC South Valley Temporary 1.3 Campus SVC EXISTING SOFTWARE AND SYSTEMS: 1.3.1 1.3.2 1.3.3 1.3.4 1.3.5 1.3.6 CNM’s Enterprise Resource Planning (ERP) system, Ellucian Banner system’s LDAP Microsoft Active Directory. Video Surveillance (Security Camera) system “Ocularis” “Millennium System” Access Control Software at CNM’s Rio Rancho Campus KABA 850 card reader locks at various CNM campus locations CNM’s Wide Area Network (WAN) consists of scalable, Gigabit capable Metro Optical Ethernet (MOE) circuits provided by Century Link. Connection speeds vary by campus ranging from 100Mbps for smaller campuses to 700Mbps for Main Campus. 1.3.7 CNM’s horizontal distribution system comprises Category 6 cabling. 1.3.8 Honeywell Intrusion Alarm Panels, Vista Series, VISTA-4110XM, VISTA-40, VISTA-20SE REV.1,2, VISTA-50P REV.1,2,3,4,5,6, VISTA-100 REV.3, Vista-20P rev.9, Vista50P rev,7,8,9, Vista-128 all rev. 1.3.9 Fire Alarm Panels including: 1.3.9.1 Edwards Systems Technology, Inc., Model EST-2 1.3.9.2 Fenwal Protection Systems 1.3.9.3 Fike, Model Cheetah 1.3.9.4 Ademco by Honeywell, Model 5110XM 1.3.9.5 Fire Lite by Honeywell, Models: a. MP-2 b. MP-12 c. MP-24 d. MS-9600 ALL NEW AND RENOVATED BUILDING WILL USE THIS PANEL e. Annunciator 1.3.9.6 Gamewell by Honeywell, Model Flex 404 1.3.9.7 Notifier by Honeywell, Models: a. APF 200 b. SFP 400B c. DRB 3 d. CRL-24 1.3.9.8 Silent Knight by Honeywell 1.3.9.9 Harrington Signal Inc., Model HS 3000 1.3.9.10 Microm Model FX2000 1.3.9.11 Mirtone Models Quickstart & Annunciator 1.3.9.12 Simplex Grinnel Models: a. 4001 b. 4002 c. 4010 1.3.9.13 Siemens Models: d. Cerberus Pyrotronics, CR-35 System 3 e. FS-250 RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 20 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 2. SCOPE OF WORK 2.1 The scope of the initial project (Project # 1) is to implement the proposed Enterprise Access Control system on sixty-seven (67) exterior doors at six (6) buildings on multiple CNM campuses by August 1, 2013. These buildings are identified in the below table, and highlighted in the above table. These buildings are under construction, recently constructed or were recently renovated. By responding to this RFP, your firm is acknowledging that you have had the opportunity to review the requirements in this scope of work and have all necessary requirements required by local, state and federal jurisdictions to perform this work. Any limitations or discrepancies must be fully disclosed to CNM in your response. CNM CAMPUS Joseph M. Montoya (JMMC) Joseph M. Montoya (JMMC) Main Main Main Westside BUILDING Tom Wiley (TW) H Culinary Arts / Bookstore Building Jeannette Stromberg (JS) Student Resource Center (SRC) WS1 NUMBER OF DOORS Four (4) Sixteen (16) Four (4) Twenty-one (21) Ten (10) Twelve (12) The types of doors at the six (6) locations noted above include Store Front, Metal, and Sliding Glass. Again, Offerors are STRONGLY recommended to attend the pre-proposal meeting and Walk-through. The proposed Enterprise Access Control system shall be capable of providing centralized lock management with the ability to provide limited distributed management of building and room access across all of CNM campuses across Central New Mexico. The proposed solution (all software applications, equipment and associated computer hardware) shall perform all proposed functions on CNM’s existing enterprise data network infrastructure. The implementation of (Project # 1) must be fully functional and completely operational, delivered on a “turnkey basis” by August 1, 2013. The proposed solution shall be scalable. CNM’s intent is to perform a college-wide implementation on all remaining identified exterior doors and identified buildings in a multi-year phased approach. The proposed solution will become CNM’s standard for all CNM buildings internal and external doors as CNM performs building renovations and upgrades. In addition, CNM desires to implement a solution that is scalable in terms of functionality incorporating functionality of a robust Enterprise Building/Security Management System. CNM desires the proposed solution to integrate with existing technologies such as CNM’s Enterprise Resource Planning (ERP) system “Ellucian Banner” (LDAP) / Microsoft Active Directory; Video Surveillance (Security Camera) system “Ocularis”, various manufacturer’s Fire Alarm panels, and Honeywell Intrusion Alarm Panels. Offerors shall describe the feasibility of leveraging existing “Millenium System” Access Control software and existing KABA 850 card reader locks. The awarded vendor may be responsible for the development of standards and requirements manual for an institutional Building Automation/Management System that includes integration of energy management systems, mechanical systems, access control systems, emergency management/notification, and emergency broadcast and display systems for all CNM facilities and locations. The comprehensive standards manual shall be formatted to CSI Master Format 2004 and based on relevant codes, ordinances, industry best practices and CNM requirements including construction documents and bid specifications for access control installation. 2.1.1 GENERAL REQUIREMENTS 2.1.1.1 The Enterprise Access Control system shall be Commercial-Off-The-Shelf (COTS) solution. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 21 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 2.1.1.2 The System shall be capable of full centralized management and administration with controls and alerts with the ability to provide limited distributed management capabilities at remote sites 2.1.1.3 The System shall be capable of performing remote locking and unlocking of building entrances on any CNM campus from single central location. 2.1.1.4 The system shall be Enterprise Class and scalable in single door increments using only single door controllers without incurring additional costs once the initial software is purchased. 2.1.1.5 Access Cards shall be capable of storing ERP information such as Employee ID. 2.1.1.6 It is highly desirable that the System should be compliant with Common Alert Protocol (CAP). 2.1.2 INTEGRATION 2.1.2.1 The proposed solution should be capable of integrating with CNM’s Enterprise Resource Planning (ERP) system, Ellucian Banner system’s LDAP. 2.1.2.2 The proposed solution should be capable of integrating with CNM’s Microsoft Active Directory. 2.1.2.3 The System shall have the ability to operate on CNM’s existing enterprise data network infrastructure, all software applications, equipment and associated computer hardware must be able to perform all proposed functions on CNM’s existing technology infrastructure. 2.1.2.4 The proposed solution should be capable of integrating with CNM’s current Video Surveillance “Ocularis” system. 2.1.2.5 The proposed solution should be capable of integrating with CNM’s current Honeywell Intrusion Alarm System. 2.1.3 ACCESS CONTROL AND LOCK MANAGEMENT 2.1.3.1 The System shall provide robust tools for door access management. The system must provide multiple configurations for door access management. Accommodation of compound access privileges and multiple facility code use are required. Real time updates for access along with event changes such as timed door control, programmable holidays, lock/unlock, group or global lockout, and emergency system lockdown. Desirable functionality is integrated surveillance video components, temperature surveillance, virtual door support and elevator support. 2.1.3.2 The System must be configured to maintain continuous operational performance ensuring maximum availability. 2.1.3.3 The System must also include sufficient disaster recovery provisions to preclude the loss of data under nearly any circumstance. 2.1.3.4 Data Security and Integrity shall meet industry standard security best practices. 2.1.3.5 It is desirable that the proposed solution is capable of functioning using both a wired and wireless connectivity. 2.1.3.6 It is highly desirable that the hardware be deployed in a fashion in which a single IP address will be used to control multiple devices (door latches, alarm sensors, lighting, temperature, etc.). RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 22 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 2.1.3.7 In the event of a network failure, each door controller must be capable of running autonomously without relying on the server or head-end controller to operate. At no time shall the controller resort to a degraded mode or to simply lock the door until communications is re-established. 2.1.3.8 The system shall be capable of using proximity cards. CNM desires tri-technology card capable of involving HID Proximity, Hi-Co Mag-Stripe, and a read/writeable mifare smart-card. 2.1.3.9 It is desirable that the system be capable of two (2) Factor Authentication. 2.1.3.10 The System shall be capable of providing robust reporting such that the end user is able to retrieve and print system related activity and transactions. 2.1.3.11 The System should be capable of providing real-time monitoring and tracking of cardholder and alarm transactions. The system shall have the ability to display graphical floor plans with alarm activations on a separate alarm monitoring screen for on campus security personnel. 2.1.3.12 The System software shall have the capability to provide an unlimited number of partitions in the database to segregate the individual tenants on campus. Each tenant group must have the ability to be completely isolated from another group. 2.1.3.13 It is desirable for the Contractor to provide a test system in order for CNM to load test data and evaluate features prior to moving into production. Please include an optional line item in the Cost Proposal. 2.1.4 INSTALLER QUALIFICATIONS 2.1.4.1 The Contractor’s cable and lock installers shall; 2.1.4.1.1 Be factory trained and certified in the installation of both the hardware and software for a period not less than 5 years. 2.1.4.1.2 Adhere to wiring standards outlined in CNM’s Cable Infrastructure Standards Manual (CISM). CNM’s CISM is located at: http://www.cnm.edu/depts/its/aboutcit/InfrastuctureCISMdownload.html 2.1.4.1.3 Be licensed and bonded by State of New Mexico. EE-98 licensing shall be required for installation all electrical components. Installer shall be responsible for determining and obtaining all applicable permits for installation. 2.1.4.1.4 All Vendors conducting work for CNM shall be required to maintain a State of New Mexico approved discipline licensing dictated by the project which could involve electrical and or low voltage construction. All Vendors conducting work at CNM shall also maintain proper state taxation CSR number for tax purposes. The Vendor performance of the work shall comply with applicable federal, state, and local laws, rules, and regulations. The Vendor shall give required notices, shall procure necessary governmental licenses, permits and inspections, and shall pay without burden to CNM, all fees and charges in connection therewith unless specifically provided otherwise. In the event of violation, The Vendor shall pay all fines and penalties, including attorney’s fees, and other defense costs and expenses in connection therewith. 2.1.4.1.5 Contractor shall utilize BICSI certified technicians for all cable installations. Cable installations shall be performed under the supervision of a BICSI certified RCDD. 2.1.4.1.6 Provide cut sheet specifications. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 23 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 2.1.4.2 Installing company must demonstrate that they have previous experience with similar sized installations using the same or similar equipment as specified in this RFP. 2.1.4.3 The Contractor should be able to support a phased implementation approach. The initial phase is to address core requirements. 2.1.4.4 The System must be capable of utilizing CNM’s existing technology infrastructure. 2.1.5 TRAINING 2.1.5.1 The awarded vendor shall include comprehensive training on the supplied System. Training shall be onsite at CNM facilities for: 2.1.5.1.1 Hardware Training for technical personnel in the use of hardware. Provide training and documentation step-by-step instruction in operation, troubleshooting, backup and recovery procedure. 2.1.5.1.2 Functional (Software) Training for appropriate technical and functional personnel in use of the software. Provide training, documentation and step-by-step instructions for each operational area, i.e. (but not limited to) Residence Life procedures (change building assignment, add additional areas of authorized entry, etc.), Campus Police (silence alarms, test for manually unlocked doors, etc.), facilities, ID Card Center (make new cards, replacement cards, lost cards, etc.). Reporting, pre-written reports as requested by CNM after award, at least 10 reports. Include the code, launching instructions, modification instructions, how to schedule reports. 2.1.5.1.3 System Level Training for technical personnel system configuration, data integration, data population, system monitoring, database schema, and other appropriate training to system level technical personnel as identified by CNM. Database training in searching the database, both for locating information at the field level and for extraction and reporting. 2.1.6 SUPPORT AND MAINTENANCE 2.1.6.1 The awarded vendor shall be required to enter a multiple year Maintenance and Support Agreement with renewals. 2.1.6.2 The support and maintenance contract shall include software updates for all System elements. 2.1.6.3 The Maintenance and Support Agreement shall include unlimited user support toll-free phone support on a 7x24x365 basis including holidays. 2.1.6.4 The Maintenance and Support Agreement shall include unlimited user support via email and internet on a 7x24x365 basis including holidays. 2.1.6.5 Onsite Support - If on-site technical assistance is required, the qualified technician(s) should arrive on site within two (2) hours of initial call unless CNM chooses a later arrival. 2.1.6.6 All necessary repairs or corrections should be completed within eight (8) hours of initial notification. 2.1.6.7 The awarded Contractor shall maintain an office and system spare parts inventory within 80-miles from CNM’s Main Campus located at 525 Buena Vista Drive SE, Albuquerque, NM 87106 2.1.6.8 The Contractor must provide an adequate number of spare parts on site to minimize equipment failure down time. The Contractor will work with CNM to determine an appropriate list of parts and create a spare parts RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 24 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 inventory. As parts are used from the spare parts inventory, they should be replenished within one week by the Contractor. 2.1.6.9 Upon completion of any service/maintenance call, the Contractor shall provide the agency with a signed service report (hard copy or email) that includes at least: a general statement of the problem, action taken, materials or parts used, number of hours required to complete the repairs, and the technicians’ names performing the services. 2.1.6.10 End of Life (EOL) System elements and/or software no longer supported shall be replaced by the awarded vendor with current form, fit, and functional products at no cost to CNM. If this service is not provided as part of the offeror’s standard Support and Maintenance Contract, please identify any additional cost required for meeting this OPTIONAL request in 3.3.4. 2.1.6.11 The awarded vendor and staff shall be required to sign a Non-Disclosure Agreement as required for maintenance and support requiring external access to CNM’s technology resources. 2.2 MINIMUM QUALIFICATIONS 2.2.1 Offerors shall provide proof of demonstrated experience with the design, integration, and implementation of similar Lock-down (Enterprise Access Control) systems. 3 EVALUATION CRITERIA 3.1 STEP 1: Written proposals shall be reviewed and evaluated in accordance with the evaluation criteria established below per 3.5.3.1 Section I. through 3.5.3.4 Section IV. CNM reserves the right to reject all offers and issue a new RFP if necessary. An evaluation committee shall evaluate written proposals based on the weighted evaluation criteria. Rankings will be based upon an average tabulation of all individual committee member scores. If interviews are not conducted, then the score based ranking shall be the basis for awarding the top scored Offeror. 3.2 STEP 2 (optional): If interviews are to be conducted, then the score based rankings of the written offers shall be used as the basis to create a short list of those top ranked firms. Interviews shall be scored in accordance with the evaluation criteria taking into account the information provided in the written response and any additional questions related to the scope of the RFP. Additional questions related to the scope of this RFP may be submitted to shortlist in advance or during interviews. Information and/or factors gathered during interviews, negotiations, and any reference checks, in addition to the evaluation criteria rankings, may be utilized in the final award decisions. References may or may not be reviewed at the discretion of CNM. CNM reserves the right to contact references other than, or in addition to, those furnished by a Respondent. Final rankings will be based upon an average tabulation of all individual committee member scores after interviews and will not be averaged with STEP 1 scores. 3.3 CRITERIA 3.3.1 SECTION I. CAPACITY, CAPABILITY, KNOWLEDGE, BACKGROUND AND EXPERIENCE - 25 POINTS POSSIBLE RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 25 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 A) Confirm your firm’s ability to guarantee Project # 1 completion by August 1, 2013. Disclose any limitation or requirements of CNM in order to achieve this deadline. B) Provide a brief narrative describing the history of your firm. Identify the number of employees in your firm, the ownership and if the company has ever filed bankruptcy, been in loan default, or if there are any pending liens, claims or lawsuits against the firm. C) Provide demonstrated experience that supports your firms’ ability to perform the services identified in the goals and intent of this RFP. INSTALLER QUALIFICATIONS a. Identify the factory trained and certified hardware and software team resumes showing at least 5 years’ experience for the type of product being installed. b. Confirm that the installation work performed shall adhere to wiring standards outlined in CNM’s Cable Infrastructure Standards Manual (CISM). c. Confirm that your firm is licensed and bonded by State of New Mexico. Identify the license type(s) and license numbers held by your firm. d. Confirm your firm’s State of New Mexico approved discipline licensing dictated by the project, adherence to applicable federal, state, and local laws, rules, and regulations, and that your firm shall procure necessary governmental licenses, permits and inspections, and shall pay without burden to CNM, all fees and charges in connection therewith unless specifically provided otherwise. Confirm that in the event of a violation, your firm shall pay all fines and penalties, including attorney’s fees, and other defense costs and expenses in connection therewith. e. Confirm your firm’s adherence using BICSI certified technicians for all cable installations and that installations shall be performed under the supervision of a BICSI certified RCDD. Include BISCI certificates for all installers and your firm’s RCDD. f. Describe your firm’s ability to support phased implementation with the initial phase (Project # 1) to address core requirements. SUPPORT AND MAINTENANCE a. Confirm your firm’s ability to enter a multiple year Maintenance and Support Agreement with renewals. Clarify your relationship for support and maintenance with all hardware and software manufacturer(s) of your solution. b. Confirm that the support and maintenance contract includes software updates for all System elements. c. Describe whether Maintenance and Support Agreement includes unlimited user support via tollfree phone support on a 7x24x365 basis including holidays. d. Describe whether Maintenance and Support Agreement includes unlimited user support via email and internet on a 7x24x365 basis including holidays. e. Describe the Onsite Support that is provided. Identify whether on-site technical assistance provided by the qualified technician(s) includes arrival on site within two (2) hours of initial call from CNM (unless CNM chooses a later arrival). If not, what is the guaranteed response time provided? f. Confirm whether all necessary repairs or corrections are completed within eight (8) hours of initial notification. If not, what is the guaranteed response time provided? g. Confirm the office address where system spare parts inventory are held within 80-miles from CNM’s Main Campus located at 525 Buena Vista Drive SE, Albuquerque, NM 87106. h. Identify how the total number of spare parts are calculated, and confirm that an adequate number of spare parts are retained by the Contractor at the local facility (within 80 miles of CNM) shall be maintained on a continual basis when a maintenance agreement is in effect. Confirm that as parts are used from the spare parts inventory, they will be replenished within one week by the Contractor i. Confirm that upon completion of any service/maintenance call, the Contractor shall provide the agency with a signed service report (hard copy or email) that includes at least: a general statement of the problem, action taken, materials or parts used, number of hours required to complete the RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 26 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 repairs, and the technicians’ names performing the services. Submit a sample report with your response. j. Identify whether End of Life (EOL) System elements and/or software no longer supported will be replaced by the awarded vendor with current form, fit, and functional products at no cost to CNM. If this service is not provided as part of the offeror’s standard Support and Maintenance Contract, then please identify any additional cost required for meeting this OPTIONAL request in 3.3.4. k. Confirm your firm’s agreement that all Contractor’s assigned staff requiring access to CNM’s technology resources will sign a Non-Disclosure Agreement (NDA). Contractor’s staff that will not require access to CNM’s technology resources will not be required to sign the NDA. D) Identify all engineering or other disciplines needed to fulfill the services. a. Identify the number of resources within your firm for each discipline E) State the name, title or position, telephone number and e-mail address of the individual who would have primary responsibility for the potential project services resulting from this RFP. F) Identify names, responsibilities, qualifications and location(s) of staff who will be assigned to the projects. CNM may at CNM’s sole discretion request removal and replacement of any of the Contractor’s staff not meeting performance requirements. Changes to staff assigned to projects made by the Contractor must be mutually agreed to by the Parties. G) Identify names, responsibilities, qualifications and location(s) of subcontractors and/or consultants who will be assigned to the projects. All changes to personnel assigned to projects must be mutually agreed to by the parties. The project requires the firm submitting the proposal to have an EE-98 or any subcontracted construction work must include the name and division of work to be provided. Any subcontracted work not listed above the listing threshold of $5000.00 must be self-performed and proof of licensure. H) Identify your current project load, and maximum project capacity. I) Provide an organizational chart of your firm indicating lines of authority for personnel involved in performance of this potential contract and relationships of this staff to other programs or functions of the firm. This chart must also show lines of authority to the next senior level management. J) Describe the internal controls to be used during the course of the project services. K) Describe if your firm has had a contract terminated for default in the last five (5) years. Termination for default is defined as notice to stop performance due to the Offeror's non-performance or poor performance or if the issue of performance was either (a) not litigated due to inaction on the part of the Proposer, or (b) litigated and such litigation determined that the proposer was in default. Submit full details of their terms for default including the other parties’ name, address, and telephone number. Present the Offeror’s position on the matter. CNM will evaluate the facts and may, at its sole discretion, reject the proposal on the grounds of the past experience. Indicate if no such termination for default has been experienced by the Offeror in the past five (5) years. 3.3.2 SECTION II. PROPOSED IMPLEMENTATION PLAN - 35 POINTS POSSIBLE A) Submit a detailed proposal identifying your approach for developing an implementation plan that will allow CNM to deploy a lock-down system (Enterprise Access Control) at the specified CNM buildings and campuses identified for Project # 1 meeting the requirements stated in paragraphs 2. through 2.2.1, including the deadline of August 1, 2013. The information provided must be in sufficient detail to convey to the evaluation committee the Offeror’s knowledge of the subjects and skills necessary to perform the services as described in the RFP. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 27 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 B) Describe whether your firm’s experience is limited to working with a specific manufacturer’s brand/product or whether your firm’s experience is with any/all brand/product types of hardware and software products currently available. Provide detailed information on Lock-Down software type(s), proximity locks, cabling, control devices, etc. GENERAL REQUIREMENTS: C) Identify the Commercial-Off-The-Shelf (COTS) Enterprise Access Control system solution being offered and clarify any proprietary components such as cabling, locks, etc., that are required for use with the offered system D) Describe the System’s capabilities in providing full centralized management and administration with controls and alerts with the ability to provide limited distributed management capabilities at remote sites. E) Confirm that the System is capable of performing remote locking and unlocking of building entrances on any CNM campus from single central location. Clarify all user access to the system that is available other than via the master control workstation. For example, can the system be accessed by laptop computer via a wireless connection? If so, is this done via a browser interface or must specific software be installed on the laptop. Can other devices such as iPads be used for interface with the System. If so, how? F) Describe the System’s scalability. Identify whether the software solution offered includes connection to all doors, any limitation to the number of doors that may be connected to the system, and whether the addition of doors to the system will incur a per door fee. Per door fees shall be disclosed in Section 3.3.4. G) Describe the proposed proximity door locks being offered. Confirm all data that can be stored within the card, any limitations to what data can be stored, how the card is programmed, and whether Access Cards are capable of storing ERP information such as Employee ID. H) Explain the necessary interface needed to connect the Enterprise Access Control system across ALL CNM campuses and buildings. Identify any limitations or restrictions that may apply. I) Describe whether the System is compliant with Common Alert Protocol (CAP), and if so, to what extent. INTEGRATION J) Describe whether the proposed solution is capable of integrating with CNM’s Enterprise Resource Planning (ERP) system, Ellucian Banner system’s LDAP. Identify how this is achieved, how data is transferred between the Lock-down system and Banner’s LDAP, and any limitations. Identify the total number of successful integrations performed with previous customers. K) Describe whether the proposed solution is capable of integrating with CNM’s Microsoft Active Directory. Identify the total number of successful integrations performed with previous customers. L) Confirm that the System has the ability to operate on CNM’s existing enterprise data network infrastructure. Equipment and associated computer hardware will be provided by CNM; however, Offeror shall provide optimal system specifications for the PC Workstation(s), Servers, and Data Storage. M) Describe whether the proposed solution is capable of integrating with CNM’s current Video Surveillance “Ocularis” system. If so, describe what may be integrated and any limitations. N) Describe whether the proposed solution is capable of integrating with CNM’s current Honeywell Intrusion Alarm system. If so, describe what may be integrated and any limitations RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 28 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 O) Describe the whether the proposed solution is scalable to include Security Management Capabilities. If so: a. Is the system capable of providing and recording facility intrusion alerts and alarms? b. Is the system capable of providing alerts and notifications through a variety of communications including but not limited to, i. Central management console alerts and notification alarms. ii. Email notifications via CNM’s Microsoft Exchange email environment. iii. Phone/Voice Notifications via CNM’s “Avaya” Enterprise voice system. iv. Individual callouts to pagers or cell phones c. Is the System capable of recording and storing facility and room access history? d. Is the System capable of providing and recording facility monitoring alerts? P) Describe the whether the proposed solution is scalable to include Building Management Capabilities. If so: a. Is the System capable of managing disparate HVAC Systems? b. Is the System capable of providing utilization report for disparate HVAC Systems? Q) Describe the whether the proposed solution is scalable to include Environmental Alerts and Notifications. If so, can this be provided for: a. Water and/or Leak detection? b. Smoke detection? c. Heat and Cooling (temperature) alerts? ACCESS CONTROL AND LOCK MANAGEMENT R) Describe the robust tools for available for door access management, including multiple configurations for door access management, accommodation of compound access privileges, multiple facility codes, real time updates for access along with event changes such as timed door control, programmable holidays, lock/unlock, group or global lockout, and emergency system lockdown. Identify whether the software includes or may be upgraded to include additional functionality such as integrated surveillance video components, emergency broadcast, temperature surveillance, virtual door support and elevator support. S) Confirm that the System is designed for continuous operation and describe what the maximum system availability is and how this is achieved (hardware, software, etc.) T) Describe the System’s disaster recovery provisions and how it precludes the loss of data under nearly any circumstance. U) Describe how the System meets industry standards and security best practices for Data Security and Integrity. V) Identify whether the System is capable of functioning using both a wired and wireless connectivity. Identify the wireless products needed and whether brand specific products are needed or not. W) Describe whether the hardware can be deployed in a fashion in which a single IP address will be used to control multiple devices (door latches, alarm sensors, lighting, temperature, etc.). X) In the event of a network failure, describe whether each door controller is be capable of running autonomously without relying on the server or head-end controller to operate. Identify whether the controller resorts to a degraded mode or to simply lock the door until communications is re-established. Y) Describe whether the proposed solution can leverage CNM existing investments of the “Millennium System” Access Control at CNM’s Rio Rancho Building and the KABA 850 card reader locks. For example, can the proposed Lock-down system integrate with either of these existing products? If so, what RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 29 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 are the limitations? Z) Describe the type of proximity cards being offered. Confirm whether they are tri-technology card capable of involving HID Proximity, Hi-Co Mag-Stripe, and a read/writeable mifare smart-card. AA) Clarify if the System is capable of two (2) Factor Authentication. BB) Describe the System’s robust reporting capabilities such that the end user is able to retrieve and print system related activity and transactions. Identify the report formats that are available (e.g., Excel, CSV, PDF, Word, etc.) CC) Describe the System’s real-time monitoring and tracking of cardholder and alarm transactions. Identify whether the system has the ability to display graphical floor plans with alarm activations on a separate alarm monitoring screen for on campus security personnel. DD) Describe the System’s software capability to provide an unlimited number of partitions in the database to segregate the individual tenants on campus and whether each tenant group has the ability to be completely isolated from another group. EE) Describe whether your firm will provide a test system in order for CNM to load test data and evaluate features prior to moving into production. If so, identify whether this is available free of charge or whether it is an option at additional cost. If optional add additional cost, identify this cost in Section 3.3.4. TRAINING FF) Describe the comprehensive training provided to CNM on the supplied System. a. GG) Confirm that training shall be onsite at CNM facilities for: i. Hardware Training for technical personnel in the use of hardware. Identify whether training and documentation includes step-by-step instruction in operation, troubleshooting, backup and recovery procedure. ii. Functional (Software) Training for appropriate technical and functional personnel in use of the software. Confirm that training, documentation and step-by-step instructions are provided for each operational area. Identify all operational areas included and confirm the following; 1. Residence Life procedures (change building assignment, add additional areas of authorized entry, etc.) 2. Campus Police (silence alarms, test for manually unlocked doors, etc.) 3. Facilities 4. ID Card Center (make new cards, replacement cards, lost cards, etc.). 5. Reporting, pre-written reports as requested by CNM after award, at least 10 reports. Include the code, launching instructions, modification instructions, how to schedule reports. 6. All other areas (please specify all available/provided) iii. System Level Training for technical personnel system configuration, data integration, data population, system monitoring, database schema, and other appropriate training to system level technical personnel as identified by CNM. Database training in searching the database, both for locating information at the field level and for extraction and reporting. Describe what your firm considers major challenges that will be faced in this project and your firm’s approach to overcoming those challenges. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 30 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 HH) Describe the types of services that would be provided during the project. Explain how your services will enhance the service of performing projects. II) Discuss the information and support that would be required from CNM. JJ) Identify any subcontractors which would be used during this project and describe their role(s). KK) Provide a time frame, breaking the project into tasks, milestones, and deliverables. LL) Describe any other related services offered by your firm that CNM may wish to consider. 3.3.3 SECTION III. REFERENCES - 10 POINTS POSSIBLE List up to five (5) contracts the Offeror may have had with institutes of higher education or businesses of similar size and Lock-down (Enterprise Access Control) complexity during the last five (5) years that relate to the Offeror’s ability to perform the service(s) as requested in this RFP. List by company all elements of the integrated components implemented by that company (e.g., Lock-down/access control systems, energy management systems, mechanical systems, emergency management/notification, and emergency broadcast and display systems, etc.), contract reference numbers, project name/title, contract amount, contract period of performance, date of completion, contact person’s name, title, address, E-mail address and web address. By responding to this RFP, the Offeror grants permission to CNM to contact the references. NOTE: ALL REFERENCES WILL BE CONTACTED BY EMAIL, SO PLEASE BE SURE TO INCLUDE THE CONTACT’S EMAIL ADDRESS. Do not include CNM as a reference. 3.3.4 SECTION IV. ECONOMY AND PRICE - 30 POINTS POSSIBLE Proposals should include all charges associated for services requested. Provide rates of all individuals who may work on the services identified in this proposal. Additional charges, if required, for various types of help (telephone support, on-site-support) should also be included. The proposal to perform all work associated with Project # 1 shall be offered with Not-to-Exceed (NTE) pricing for each phase of the project plan, broken down into specific hours at fixed hourly rates for each milestone event, and shall identify all costs including, if required, travel and associated travel expenses (per CNM’s Travel Policy – see Exhibit C) to perform the services to accomplish the work as described in the scope of work. In addition to this, the Contractor shall include pricing for the following: A. Proposed Software License(s). Identify ALL software licenses and types needed (e.g., Enterprise SW license, Workstation license, Door license, etc. Identify any limits on number of doors that can be connected. B. Connection fee (if any) per door. Identify if this is a one-time fee, or a recurring fee. If recurring, provide details. C. Yearly software maintenance fee express in dollars and as a percentage of the software price. Confirm whether yearly maintenance is based on the total software price or if this is determined in some other fashion. D. All major hardware necessary to install the system including but not limited to: a. Proximity Door Locks i. Aluminum & Glass Store Front ii. Metal Door iii. Solid Wood Door iv. Sliding Glass Door b. IP based Controller at door (if applicable) c. IP based Controller at central location (if applicable) d. Proximity Cards RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 31 of 56 SECTION D: SCOPE OF SERVICES & EVALUATION CRITERIA FOR RFP # P-331 e. Cabling per roll E. Minimum percent discount from list pricing on the above software, licensing and hardware for future purchases made as required on follow-on Projects. F. Optional cost to replace EOL equipment, if not covered under the Maintenance Agreeement. G. Cost (if applicable) for test system for CNM to perform load testing prior to Go Live or Systems Upgrades. If the price or hourly rates are to change in subsequent yearly contract renewals, indicate the maximum annual increase per year, expressed as a percentage. Cost increase/adjustments will only be reviewed once a year at time of renewal. If contractor requests a price adjustment/increase supporting documentation must accompany the request. The quoted hourly rates offered in response to this RFP may be decreased for future projects on a project-byproject basis upon written mutual agreement between the awarded Price Agreement holder and CNM. Costs for Services required for which the successful Offeror does not identify shall be borne by the Offeror and will shall not be charged to CNM. Indicate for what period of time these costs will be effective. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 32 of 56 SECTION E: SIGNATURE OF FIRM'S AUTHORIZED REPRESENTATIVE By signing below, contractor acknowledges that it is a competent firm capable of providing the items and/or services requested, is properly licensed for providing the items or services specified, has read this Request for Proposals (RFP), understands it, and agrees to be bound by its terms and conditions. Contractor hereby agrees to furnish items and/or services, at the prices quoted, pursuant to all requirements and specifications contained in this document, upon receipt of an authorized purchase order from the purchasing department, and further agree that the language of this document shall govern in the event of a conflict with its bid. The undersigned, being duly authorized to sign bidding documents and act on behalf of the contractor in an official capacity, certifies that the items and/or services offered on this RFP meets or exceeds all specifications, terms and conditions as described in this RFP without exceptions. I understand that items and/or services not meeting all specifications, terms and conditions will be rejected and all costs shall be borne by the contractor. Please fill in all spaces below: Legal Company Name Address City, State, Zip Phone Number FAX Number Email Contact Person for Clarification of Bid Response NM Tax ID Federal Tax ID Applicable NM License Numbers ALL NEW MEXICO LICENSE NUMBERS LISTED HEREIN OR PURPORTED BY THE VENDOR MUST BE ISSUED IN THE OFFERING FIRM’S LEGAL COMPANY NAME. LICENSE NUMBERS LISTED UNDER A NAME OTHER THAN THE LEGAL COMPANY NAME MAY RENDER THE OFFER AS BEING NONRESPONSIVE. NON-RESPONSIVE OFFERS WILL NOT BE CONSIDERED FOR AWARD. OFFERORS WISHING TO RECEIVE THE RESIDENTIAL PREFERENCE AS APPLICABLE PER NMSA 131-21 MUST SUBMIT A VALID RESIDENTIAL PREFERENCE CERTIFICATE WITH THEIR SEALED RESPONSE. OFFERORS WISHING TO RECEIVE THE VETERAN RESIDENT BUSINESS PREFERENCE AS APPLICABLE PER NMSA 13-1-22 MUST SUBMIT A VALID RESIDENT VETERAN’S PREFERENCE CERTIFICATE WITH THEIR SEALED RESPONSE. Acknowledgment of Amendment/Addendum Specify Number(s) and Date(s) # date # date # date # date # date Signature of Member Authorized to Sign for Firm Printed/Typed Name and Title of Individual Signing RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 33 of 56 SECTION F: DEBARMENT/SUSPENSION STATUS & NON-COLLUSION AFFIDAVIT FORM DEBARMENT/SUSPENSION STATUS 1. The vendor/contractor certifies that it is not suspended, debarred or ineligible from entering into contracts with the Executive Branch of the Federal Government, or in receipt of a notice of proposed debarment from any State agency or local public body. 2. The vendor/contractor agrees to provide immediate notice to CNM's Purchasing Department in the event of being suspended, debarred or declared ineligible by any State or Federal department or agency, or upon receipt of a notice of proposed debarment that is received after the submission of this bid but prior to the award of the purchase order/contract. NON-COLLUSION AFFIDAVIT The undersigned, duly authorized to represent the persons, firm and/or corporation joining and participating in the submission of the foregoing bid (such persons, firm and/or corporation hereinafter being referred to as the vendor/contractor), being duly sworn, on his/her oath, states that to the best of his/her belief and knowledge no person, firm, or corporation, nor any person duly representing the same joining and participating in the submission or the foregoing bid/proposal, has directly or indirectly entered into any agreement or arrangement with any other vendor/contractors, or with any employee of CNM, or any person, firm or corporation under contract with CNM whereby the contractor, in order to induce the acceptance of the foregoing bid by CNM has paid or is to pay any other vendor/contractor or to the aforementioned persons anything of value whatsoever, and that the vendor/contractor has not directly or indirectly entered into any agreement or arrangement with any other vendor/contractor which tends to or does lessen or destroy free competition in the letting of the contract sought for by the foregoing bid. CERTIFICATION The undersigned hereby certifies that he/she has read the above Non-Collusion Affidavit and Debarment/Suspension Disclosure Statement and that he/she understands and will comply with these requirements. The undersigned further certifies that he/she have the authority to certify compliance for the vendor/contractor named below. Signature Printed/Typed Name Title Date Legal Company Name Address City/State/Zip RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 34 of 56 SECTION G: RESIDENT VETERANS PREFERENCE CERTIFICATION __________________________________________ (NAME OF CONTRACTOR) hereby certifies the following in regard to application of the resident veterans' preference to this procurement: PLEASE CHECK ONLY ONE BOX FROM THE FOUR (4) CHECK BOXES LISTED BELOW: I declare that my firm is ineligible to receive New Mexico Resident Veterans Preference. The following three (3) checkboxes are applicable to ONLY those vendors eligible to receive New Mexico Resident Veterans Preference AND who have included a valid New Mexico Resident Veterans Preference certificate with their sealed response. No preference will be extended unless a valid certificate is included in your sealed response. Submitted certificates shall be validated by CNM with New Mexico Tax & Revenue. I declare under penalty of perjury that my business prior year revenue starting January 1 ending December 31 is less than $1M allowing me the 10% preference discount on this solicitation. I understand that knowingly giving false or misleading information about this fact constitutes a crime. I declare under penalty of perjury that my business prior year revenue starting January 1 ending December 31 is more than $1M but less than $5M allowing me the 8% preference discount on this bid or proposal. I understand that knowingly giving false or misleading information about this fact constitutes a crime. I declare under penalty of perjury that my business prior year revenue starting January 1 ending December 31 is more than $5M allowing me the 7% preference discount on this bid or proposal. I understand that knowingly giving false or misleading information about this fact constitutes a crime. "I agree to submit a report, or reports, to the State Purchasing Division of the General Services Department declaring under penalty of perjury that during the last calendar year starting January 1 and ending on December 31, the following to be true and accurate: "In conjunction with this procurement and the requirements of this business' application for a Resident Veteran Business Preference/Resident Veteran Contractor Preference under Sections 13-1-21 or 13-1-22 NMSA 1978, when awarded a contract which was on the basis of having such veterans preference, I agree to report to the State Purchasing Division of the General Services Department the awarded amount involved. I will indicate in the report the award amount as a purchase from a public body or as a public works contract from a public body as the case may be. "I understand that knowingly giving false or misleading information on this report constitutes a crime." I declare under penalty of perjury that this statement is true to the best of my knowledge. I understand that giving false or misleading statements about material fact regarding this matter constitutes a crime. ______________________________________________________________________________ (Signature of Business Representative)* (Date) *Must be an authorized signatory for the Business. The representations made in checking the boxes constitutes a material representation by the business that is subject to protest and may result in denial of an award or unaward of the procurement involved if the statements are proven to be incorrect. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 35 of 56 EXHIBIT A: INSURANCE REQUIREMENTS CERTIFICATES OF INSURANCE The AWARDED Contractor shall furnish UPON REQUEST, one copy each of Certificates of insurance herein required for each copy of the resultant Agreement, showing the coverage, limits of liability, covered operation, effective dates of expiration of policies of Insurance carried by the Contractor. The Contractor shall furnish to the Owner copies of limits. The Certificates of Insurance shall be in the form of AIA Document G-705 or similar format acceptable to the Owner. Such certificates shall be filed with the Owner and shall also contain the following statements: 1. The Governing Board of Central New Mexico Community College, Central New Mexico Community College, its agents, servants and employees are held as additional insured. 2. "The insurance coverage certified herein shall not be canceled or materially changed except after forty five (45) days written notice has been provided to the Owner." COMPENSATION INSURANCE: The Contractor shall procure and shall maintain during the life of any resultant agreement Worker's Compensation insurance as required by applicable State law for all of the Contractor's employees to be engaged at the site referred to in this solicitation in case of any such work sublet, the Contractor's Worker's Compensation insurance. In case any class of employee engaged in work on the project under this contract is not protected under a Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor or sub-subcontractor to provide Employer's Insurance in an amount of not less than $500,000. CONTRACTOR'S PUBLIC LIABILITY INSURANCE: The Contractor shall maintain insurance coverage "equal to the maximum liability amounts set forth in the New Mexico Tort Claims Act Section 41-4-1 et.seq. NMSA 1978". The insurance must remain in force for the life of the contract including all contract extension or renewals. The limits effective July 1, 1992 are: $400,000 per person/$750,000 per occurrence plus $300,000 for medical and $100,000 for property damage for a total maximum liability of $1,150,000 per occurrence. CONTRACTOR'S VEHICLE LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contact Vehicle Liability Insurance coverage "equal to the maximum liability amounts set forth in the New Mexico Tort Claims Act Section 41-1-1 et. seq. NMSA 1978". The insurance must remain in force for the life of the contract including all contract extensions or renewals. The limits effective July 1, 1992 are: Bodily Injury: Property Damage: $750,000. Each Occurrence $100,000. Each Occurrence SUBCONTRACTOR'S AND SUB-SUBCONTRACTOR'S PUBLIC AND VEHICLE LIABILITY INSURANCE: The Contractor shall either: (1) Require each subcontractor or sub-subcontractor to procure and maintain during the life of the subcontract or sub- subcontract Public Liability Insurance of the types and amounts specified above or, (2) Insure the activities of the subcontractors or sub-subcontractors in the Contractor's policy as required under this Article. GENERAL: All insurance policies are to be issued by companies authorized to do business under the laws of the state in which the work is to be done and acceptable to Owner. The Contractor shall not violate, or permit to be violated, any conditions of any said policies, and shall at all times satisfy the requirements of the insurance companies writing said policies. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 36 of 56 EXHIBIT B: CAMPAIGN CONTRIBUTION DISCLOSURE FORM Pursuant to the Procurement Code, Sections 13-1-28, et seq., NMSA 1978 and NMSA 1978, § 13-1-191.1 (2006), as amended by Laws of 2007, Chapter 234, any prospective contractor seeking to enter into a contract with any state agency or local public body for professional services, a design and build project delivery system, or the design and installation of measures the primary purpose of which is to conserve natural resources must file this form with that state agency or local public body. This form must be filed even if the contract qualifies as a small purchase or a sole source contract. The prospective contractor must disclose whether they, a family member or a representative of the prospective contractor has made a campaign contribution to an applicable public official of the state or a local public body during the two years prior to the date on which the contractor submits a proposal or, in the case of a sole source or small purchase contract, the two years prior to the date the contractor signs the contract, if the aggregate total of contributions given by the prospective contractor, a family member or a representative of the prospective contractor to the public official exceeds two hundred and fifty dollars ($250) over the two year period. Furthermore, the state agency or local public body may cancel a solicitation or proposed award for a proposed contract pursuant to Section 13-1-181 NMSA 1978 or a contract that is executed may be ratified or terminated pursuant to Section 13-1-182 NMSA 1978 of the Procurement Code if: 1) a prospective contractor, a family member of the prospective contractor, or a representative of the prospective contractor gives a campaign contribution or other thing of value to an applicable public official or the applicable public official’s employees during the pendency of the procurement process or 2) a prospective contractor fails to submit a fully completed disclosure statement pursuant to the law. The state agency or local public body that procures the services or items of tangible personal property shall indicate on the form the name or names of every applicable public official, if any, for which disclosure is required by a prospective contractor. THIS FORM MUST BE INCLUDED IN THE REQUEST FOR PROPOSALS AND MUST BE FILED BY ANY PROSPECTIVE CONTRACTOR WHETHER OR NOT THEY, THEIR FAMILY MEMBER, OR THEIR REPRESENTATIVE HAS MADE ANY CONTRIBUTIONS SUBJECT TO DISCLOSURE. The following definitions apply: “Applicable public official” means a person elected to an office or a person appointed to complete a term of an elected office, who has the authority to award or influence the award of the contract for which the prospective contractor is submitting a competitive sealed proposal or who has the authority to negotiate a sole source or small purchase contract that may be awarded without submission of a sealed competitive proposal. “Campaign Contribution” means a gift, subscription, loan, advance or deposit of money or other thing of value, including the estimated value of an in-kind contribution, that is made to or received by an applicable public official or any person authorized to raise, collect or expend contributions on that official’s behalf for the purpose of electing the official to either statewide or local office. “Campaign Contribution” includes the payment of a debt incurred in an election campaign, but does not include the value of services provided without compensation or unreimbursed travel or other personal expenses of individuals who volunteer a portion or all of their time on behalf of a candidate or political committee, nor does it include the administrative or solicitation expenses of a political committee that are paid by an organization that sponsors the committee. “Family member” means spouse, father, mother, hild, father-in-law, mother-in-law, daughter-in-law or son-in-law. “Pendency of the procurement process” means the time period commencing with the public notice of the request for proposals and ending with the award of the contract or the cancellation of the request for proposals. “Person” means any corporation, partnership, individual, joint venture, association or any other private legal entity. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 37 of 56 EXHIBIT B: CAMPAIGN CONTRIBUTION DISCLOSURE FORM “Prospective contractor” means a person who is subject to the competitive sealed proposal process set forth in the Procurement Code or is not required to submit a competitive sealed proposal because that person qualifies for a sole source or a small purchase contract. “Representative of a prospective contractor” means an officer or director of a corporation, a member or manager of a limited liability corporation, a partner of a partnership or a trustee of a trust of the prospective contractor. Name(s) of Applicable Public Official(s) if any: CNM's Governing Board including, District 1 Mr. Robert P. Matteucci, District 2 Ms. Janet W. Saiers, District 3 Ms. Deborah Moore, District 4 Mr. Mark Armijo, District 5 Mr. Blair L. Kaufman, District 6 Ms. Penelope S. Holbrook, and District 7 Mr. Michael DeWitte. DISCLOSURE OF CONTRIBUTIONS BY PROSPECTIVE CONTRACTOR: Contribution Made By: ______________________________________________________ Relation to Prospective Contractor: ______________________________________________________ Date Contribution(s) Made: ______________________________________________________ Amount(s) of Contribution(s) ______________________________________________________ Nature of Contribution(s) ______________________________________________________ Purpose of Contribution(s) ______________________________________________________ ____________________________ Signature _______________________ Date ____________________________ Title (position) --OR— NO CONTRIBUTIONS IN THE AGGREGATE TOTAL OVER TWO HUNDRED FIFTY DOLLARS ($250) WERE MADE to an applicable public official by me, a family member or representative. ______________________________ Signature _______________________ Date ______________________________ Title (Position) (Attach extra pages if necessary) RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 38 of 56 EXHIIBIT C: SA AMPLE NO ON-DISCLO OSURE AG GREEMEN NT Non-Dissclosure Ag greement – ffor Contracctors A between b Cen ntral New M Mexico Comm munity Colle ege (“CNM”)) and This is an Agreement ctor/Vendor name] (“Co ontractor”) concerning c tthe confiden ntiality and nondisclosure of [Contrac informatio on relating to o CNM, its students s and employees. Referencess in this Agrreement to “C CNM” mean CN NM together with w its stude ents and emp ployees. WIT TNESSETH: WHEREAS, W Contractor C has contracte ed with CNM M to provide e _________ ___________ _____ services, as described d in Requestt for Proposa al(s) No. ____ __ and relate ed documentts (the “Contrract”), the terms s and conditio ons of which Contract are e incorporate ed herein by rreference; an nd WHEREAS, W Contractor C ac cknowledges and recogniizes that in p performing th he Contract itt may have access to data and a information contained d within or ab bout CNM’s rresources an nd systems; a and WHEREAS, W Contractor C ac cknowledges and recogniizes that in p performing th he Contract itt may have acc cess to sensiitive and/or proprietary p and/or nonpu blic data and d information n which is orr may be subjec ct to state an nd/or federal laws and regulations, inccluding but n not limited to o privacy lawss and regulation ns, which mu ust be kept co onfidential pu ursuant to tho ose laws and d/or regulatio ons; and WHEREAS, W Contractor recognizes that CNM has a co ompelling ne eed to ma aintain confidenttiality and pro ohibit disclos sure of data and a informatiion contained d within CNM M’s resources and systems, and further recognizes r th hat its Contra act with CNM M places Con ntractor in a p position of sp pecial trust and confidence with w respect to t data and information cconcerning C CNM and its o operations; and RFP # P-3 331, Advertised Thursday,, February 14, 2013 Copyrightt CNM 2013. All rights reserved. Page 39 of 56 5 EXHIBIT C: SAMPLE NON-DISCLOSURE AGREEMENT WHEREAS, Contractor recognizes and acknowledges that a breach of this Agreement would cause substantial, grave and irreparable harm to CNM and its interests; and WHEREAS, Contractor agrees to the terms and conditions set forth below. NOW, THEREFORE, for the reasons stated above, Contractor, as a precondition to its Contract with CNM and in partial consideration thereof, agrees and covenants with CNM as follows: 1. Contractor agrees to perform services under the Contract pursuant to any and all privacy and confidentiality requirements contained in state and federal laws and regulations applicable to CNM, as well as those state and federal laws and regulations applicable to Contractor. 2. Contractor agrees that it will keep in strictest confidence all CNM data and information to which it may have access in performing its duties under the Contract, in computerized form or otherwise, and that neither it nor anyone operating on its behalf will disclose or use, in any manner, CNM data and information, except to the extent necessary to carry out the Scope of Work in the Contract. No other use of the data and information by Contractor is permissible. 3. Contractor agrees to indemnify and hold harmless CNM from any and all liability, injury and damages resulting or arising from any intentional or unintentional disclosure of data and/or information stored on or contained within CNM resources and systems by Contractor, its agents and representatives. 4. Contractor agrees and acknowledges that at all times during the Contract it is operating and shall operate as an independent contractor and not as an agent or employee of CNM. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 40 of 56 EXHIBIT C: SAMPLE NON-DISCLOSURE AGREEMENT 5. Contractor agrees that information contained within CNM resources and systems shall be accessed, if at all, only as may be necessary to carry out the Contract. Contractor agrees to reasonably limit access to information contained within CNM resources and systems to those among its employees, officers or directors for whom disclosure is necessary to further the purpose of the Contract. 6. Contractor agrees that, upon the termination or conclusion of the Contract, it will deliver promptly to CNM all data, information, documentary and other materials relating to CNM, and any and all copies of electronic records thereof, within its custody or control or within the custody or control of its agents or representatives, that it or anyone operating on its behalf created, produced or obtained in the course of Contractor’s Contract with CNM. 7. Contractor agrees that if any person or entity requests, subpoenas, or otherwise attempts to obtain any data, information or material relating to CNM within Contractor’s custody or control, or within the custody or control of anyone operating on its behalf, it will notify CNM immediately and will cooperate fully in any legal action by CNM seeking protection against disclosure of such data, information or material. 8. If Contractor knows or has reason to believe that there has been an improper use or any disclosure of CNM’s data or information, Contractor shall orally notify CNM as soon as practicable and shall send written notice within five RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 41 of 56 EXHIBIT C: SAMPLE NON-DISCLOSURE AGREEMENT (5) business days of discovery. Such notification shall set forth in detail the known or suspected use or disclosure. 9. Contractor acknowledges and agrees that if it breaches this Agreement, CNM, in addition to terminating the Contract and taking other action available to it, may obtain preliminary and permanent court injunctions to stop the breach, and may also sue to recover from Contractor an amount equal to the damages caused by the breach and the revenues Contractor or anyone operating on its behalf derived from the breach, together with all costs and expenses, including attorneys’ fees, incurred by CNM in taking such actions. 10. Contractor agrees that the terms of this Confidentiality Agreement will survive the expiration or termination of the Contract. 11. This Agreement and obligations hereunder shall be binding on the representatives, assigns, and successors of the Contractor and shall inure to the benefit of the assigns and successors of CNM. 12. If any of the provisions of this Agreement are not enforceable, in whole or in part, the remaining provisions set forth in this Agreement shall nonetheless remain in full force and effect. 13. This Agreement constitutes the entire understanding of the parties about the subject matter hereof and may not be amended or modified except in writing signed by each of the parties to the Agreement. IN WITNESS WHEREOF, each of the undersigned has caused this Confidentiality Agreement to be executed by their duly authorized representatives. RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 42 of 56 EXHIBIT C: SAMPLE NON-DISCLOSURE AGREEMENT Central New Mexico Community College [Contractor/Vendor Name] Print Name: _________________________ Pint Name: ____________________ Signature: __________________________ Signature: _____________________ Title: ______________________________ Title: _________________________ Date: ______________________________ Date: _________________________ Contractor Employees who will have access: Print Name: _____________________ Signature: _______________________ Title: ___________________________ Date: ____________________________ Print Name: ______________________ Signature: _______________________ Title: ___________________________ Date: ____________________________ Print Name: ______________________ Signature: _______________________ Title: ___________________________ Date: ____________________________ RFP # P-331, Advertised Thursday, February 14, 2013 Copyright CNM 2013. All rights reserved. Page 43 of 56 EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION ENTER DESCRIPTION OF SERVICES THIS AGREEMENT, including all exhibits thereto (“Agreement”), made this ENTER DAY of ENTER MONTH, ENTER YEAR, by and between Central New Mexico Community College ("CNM" or “Owner”) and ENTER NAME ("Vendor"). Recitals: WHEREAS with CNM’s Request for certain related services in connection with ENTER TYPE OF SERVICES, “ENTER TYPE OF SERVICES” Services (the “Project” or “Services”); WHEREAS CNM selected Vendor’s proposal as being the most advantageous and awarded the work to Vendor; WHEREAS CNM and Vendor desire to enter into a written agreement for ENTER TYPE OF SERVICES related services; NOW, THEREFORE, the parties agree as follows: ARTICLE ONE STATEMENT OF WORK 1.0 ENTER DESCRIPTION SERVICES SCOPE OF WORK 1.1 ENTER DESCRIPTION SERVICES Provide expertise, resources and services to ENTER DESCRIPTION. 1.2 SCOPE OF WORK ENTER SCOPE OF SERVFICES ARTICLE TWO CNM’S RESPONSIBILITIES 2.0 CNM agrees to contract with and does hereby contract with the Vendor, under the terms and conditions of this Agreement, to perform for CNM ENTER DESCRIPTION and related services as described in this Agreement. 2.1 CNM shall designate a representative (“ITS Representative”) and/or a Facilities representative to act on its behalf in accordance with the limited authority described in this Section 2.1. The ITS Representative shall have limited authority to give general direction to the Vendor, to answer questions with respect to the Project, to approve pay applications subject to other required approvals, and to initiate the change order process. CNM shall administer this Agreement and shall have the authority to 1) modify or interpret this Agreement, 2) to approve change orders; all of which are decisions which are reserved to be made by CNM’s ITS Department, Business Office, and Purchasing Department. No action, representation, or conduct by the ITS Representative shall relieve the Vendor of its responsibilities to carry out its duties and obligations under this Agreement. Any notice given or modification may only be issued as a signed change order or amendment to this agreement issued by the Purchasing Department. 2.2 CNM shall provide reasonable assistance to Vendor as Vendor may reasonably request for the purpose of rendering the Services, including but not limited to the following: (a) access, on an as-needed basis, to CNM personnel, and to data processing, hardware and software systems utilized by CNM, all provided and maintained at CNM’s expense in good working order and CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 44 of 56 EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION in actual operation at all times at which Vendor reasonably requests operation for the purpose of rendering the Services; (b) reasonable use of office equipment and services such as desks, chairs, word processors, telephone, copying and other equipment and services reasonably appropriate to accommodate Vendor’s personnel; and (c) a reasonable amount of space on CNM’s premises, including parking spaces, for Vendor’s personnel. ARTICLE THREE VENDOR’S SERVICES 3.0 Vendor shall, 1) have staff capable of performing the Scope of Work; 2) A project Manager who will be assigned responsible charge for each project; 2) have experience in all phases of ENTER DESCRIPTION; 3.1 Vendor shall render all Services to fulfill the Statement of Work as defined in Article One in a professional and workmanlike manner and will use reasonable commercial efforts to render such Services in a manner that will not unreasonably interfere with CNM’s normal business operations. Any Services to be provided by Vendor hereunder shall be subject to the then-current availability of appropriate Vendor’s resources. 3.2 When providing Services under this Agreement, Vendor shall comply with all applicable federal, state and local laws. Vendor shall be qualified to conduct the business necessary to the performance of this Agreement in the State of New Mexico throughout the term of this Agreement. Vendor shall obtain (or has obtained), at its own cost and expense, all necessary licenses, professional certifications and permits and shall assume the responsibility for and pay all applicable fees and all applicable taxes, which are now or may be imposed upon Vendor in the future by any governmental authority arising out of such qualification to do business in the State of New Mexico. 3.3 Upon prior written agreement by CNM, Vendor may subcontract Services to be performed under this Agreement, provided that, in all such cases, Vendor shall be fully responsible for the acts and omissions of its subcontractors, and shall be responsible for their performance in accordance with the terms this Agreement. No contractual relationship shall exist between any subcontractor and CNM, unless it is evidenced in a separate contract independent of this Agreement. 3.4 Vendor shall retain and maintain records reasonably related to the Services provided to CNM hereunder, sufficient to support and verify Vendor’s performance of such Services and the fees charged to CNM therefor. Such records shall be available for examination by CNM or its authorized representative(s) during Vendor’s regular business hours, within a reasonable period of time following a written request by CNM to examine such records. ARTICLE FOUR SPECIAL SERVICES 4.0 CNM has the right to require, and Vendor agrees to perform, services related to the Project other than [ENTER DESCRIPTION]described in Article Three of this Agreement (“Special Services”). For services required by CNM, other than those described and required by Article Three, Vendor will be compensated per the terms set forth in Exhibit B, Section II of this Agreement. 4.1 Vendor shall submit a detailed written proposal for performing the Special Services and a “not to exceed” fee proposal for such Special Services to CNM for its review and written approval incorporating a declaration as to the suitability of performing work. The “not to exceed” fee proposal shall be broken down into specific hours and shall identify all subcontractor costs to CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 45 of 56 EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION perform the services and accomplish the work. CNM’s approval of such proposal shall be in writing and communicated through the issuance of an approved purchase order revision. No payment for Special Services in connection with such Special Services shall be made except for such Special Services performed in accordance with CNM’s advance written approval. ARTICLE FIVE TERM 5.0 The term of this Agreement begins immediately upon delivery to Vendor of a CNM purchase order incorporating this Agreement, extends through approval of the final Services performed by Vendor, and continues until both parties have fulfilled their respective obligations under this Agreement. ARTICLE SIX EMPLOYMENT OF CONSULTANTS 6.0 Vendor agrees to employ competent staff (New Mexico licensed and registered, if applicable) not otherwise employed by CNM for the Project, as might be necessary for the proper design and construction of the Project. Vendor shall furnish to CNM a list of the staff including resumes for prior approval before engaging them for the Project. Vendor represents that services performed by the Vendor’s staff under this Agreement will be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under the same or similar conditions. Vendor represents that the performance of any staff assigned by Vendor to work on the Project shall be in accordance with sound professional standards, and the requirements of this Agreement. ARTICLE SEVEN PROFESSIONAL LIABILITY INSURANCE 7.0 At its own expense, Vendor shall procure and maintain during the life of this Agreement professional liability insurance in an amount not less than One Million Dollars ($1,000,000) for each claim and in the aggregate. Insurance coverage shall not be canceled or materially changed except after thirty (30) days written notice has been provided to CNM. Vendor shall furnish CNM copies of certificates of insurance showing the coverage, limits of liability, covered operations, effective dates and dates of expiration of policies of insurance carried by Vendor. ARTICLE EIGHT INDEMNIFICATION AND INSURANCE 8.0 Vendor shall indemnify, defend and hold harmless CNM, its officers and employees against all liability, claims, damages, losses or expenses (including attorney's fees) arising out of bodily injury to persons or damage to property caused by, or resulting from, Vendor's and/or its employees' acts or omissions. This hold-harmless and indemnification clause is subject to the immunities, provisions and limitations of the New Mexico Tort Claims Act (Sections 41-4-1 et seq. N.M.S.A. 1972) and Section 56-7-1, N.M.S.A. 1978 and any amendments thereto. 8.1 Vendor shall comply with all requirements of Exhibit C hereto. Copies of Insurance certificates are required prior to release of CNM’s Purchase Order and signed Services Agreement. ARTICLE NINE ASSIGNMENT AND SUCCESSORS 9.0 Vendor agrees not to sublet, sell or assign this Agreement or any portion of the Work included herein, and not to enter into a partnership for the performance of the services and work contemplated by this Agreement with any person or persons without the prior written permission of CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 46 of 56 EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION CNM. Any approved successors or assignees shall be bound to and by the same terms and conditions as Vendor, and shall accept in writing the delegation of Vendor’s duties and responsibilities under this Agreement. Vendor remains responsible for completion of the Project and warranties. Vendor remains responsible for design integrity. The following shall not be considered “Assignment” for purposes of this Agreement: Vendor Firm’s Assignment of this Agreement or of any Vendor rights under this Agreement to Vendor’s successor by merger or consolidation or to any person or entity that acquires all or substantially all of its share capital or assets. ARTICLE TEN TIMELINESS OF PERFORMANCE 10.0 Vendor shall perform its duties and services under this Agreement with all reasonable diligence and continuous effort, and shall not delay this Work in order to perform work under other contracts entered into after this Agreement. 10.1 Vendor shall continue to perform the Work under this Agreement through all disputes, with the Owner and/or the Contractor, including but not limited to payment disputes and disputes regarding the scope of the Vendor’s obligations under the Agreement. ARTICLE ELEVEN OWNERSHIP OF INSTRUMENTS OF SERVICE 11.0 Drawings and specifications become the property of CNM. Before receiving final payment, Contractor shall deliver to CNM original Final documents and an electronic version of the Final documents. CNM shall have use and ownership rights to all electronic documents during all phases of the work. . ARTICLE TWELVE RECORDS AND AUDIT 13.0 Vendor shall maintain detailed time records that show the date, time and nature of services rendered. These records shall be subject to inspection by the CNM, its representatives, and the State Auditor. CNM, its representatives, and the State Auditor shall have the right to audit billings both before and after payment. Payment under this Agreement shall not foreclose the right of CNM to recover excessive and/or illegal payments. CNM, its representatives and the State Auditor shall have access to and the right to examine and/or audit any directly pertinent records, books, documents and papers of Vendor involving transactions related to this Agreement for a period of three (3) years after final payment. ARTICLE THIRTEEN APPLICABLE LAWS 13.0 Vendor shall endeavor to comply with all federal, state, and local laws and ordinances applicable to the Work called for herein. Vendor further agrees to operate under and be controlled by the Civil Rights Act of 1964, Title VI, and Executive Order No. 11246. 13.1 Vendor shall adhere to all State, Federal, local and CNM rules, laws, regulations, guidelines, the New Mexico Procurement Code, CNM’s Procurement Regulations, New Mexico’s Public Works Act (N.M. Stat. Ann. § 13-4-1, et. seq.), the New Mexico Prompt Payment Act, and all other applicable laws, statutes, codes, regulations, and the like, the policies and procedures associated with the Work to be performed. ARTICLE FOURTEEN CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 47 of 56 EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION TERMINATION 14.0 Termination for Cause. If Vendor, for any cause, fails or omits to carry out the Work in an acceptable manner CNM may give notice in writing of such failure or omission and of a reasonable time within which to cure the deficiency. Vendor shall take corrective measures within such time. Vendor's failure to comply with such notice and to cure the deficiency as provided in the notice shall subject this Agreement to immediate termination by CNM. 14.1 In the event of a for-cause termination, CNM shall terminate this Agreement by delivering to Vendor a written notice of termination. The effective date of termination shall be the date stated in the notice or, if no date is stated, then the date of delivery of the notice. Upon such termination, the Vendor shall deliver to CNM all design plans, drawings, documents, and all other materials developed under this Agreement. CNM shall then have the right to retain the services of other design professionals to complete the Vendor’s Work under this Agreement, and shall have no obligation to seek bids for that replacement design professional(s). The cost of completing the Vendor’s Work under this Agreement shall be paid for by applying the balance of the contract amount remaining on this Agreement at the time of termination. If the cost to complete the Work under this Agreement is less than the remaining contract amount, the remaining contract amount shall be paid to the Vendor. If the cost of completing the Work under this Agreement exceeds the original or amended contract amount, then the Vendor shall pay CNM for the difference between the contract amount and the cost to complete the Vendor’s Work. 14.2 Termination for convenience of CNM. On fifteen (15) business days written notice to Vendor, CNM may terminate this Agreement in whole or in part for its own convenience in the absence of any default of Vendor. 14.3 In the event of a termination for convenience, CNM shall terminate this Agreement by delivering to Vendor notice of termination without cause specifying the extent to which performance of Work under this Agreement is terminated and the date upon which such termination becomes effective. The effective date of termination shall be the date stated in the notice or, if no date is stated, then the sixteenth (16th) business day after delivery of the notice. Within ten (10) calendar days of the effective date of termination, Vendor shall deliver to CNM all design plans, construction estimates, drawings, documents, survey books and any or all other materials developed under this Agreement. Upon delivery of such notice, the Vendor shall have the right to receive payment for services satisfactorily performed to termination date, including reimbursement then due. ARTICLE FIFTEEN APPROPRIATIONS 15.0 The terms of this Agreement are contingent upon sufficient appropriations and authorizations being made by the Legislature of the State of New Mexico and/or CNM for the performance of this Agreement. If sufficient appropriations and authorizations are not made by the Legislature and/or CNM, this Agreement shall terminate upon written notice being given by CNM to Vendor. CNM's decision as to whether sufficient appropriations are available shall be accepted by Vendor and shall be final. ARTICLE SIXTEEN RELEASE 16.0 Vendor, upon final payment to it of the amounts due for the Project, releases CNM, its governors, officers and employees, and the State of New Mexico from all liabilities, claims and obligations whatsoever arising from or under this Agreement as pertains to the Project. CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 48 of 56 EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION 16.1 Vendor agrees not to purport to bind CNM or the state of New Mexico to any obligation not assumed herein by CNM or the State of New Mexico, unless Vendor has express written authority to do so, and then only within the strict limits of that authority. ARTICLE SEVENTEEN CONFIDENTIALITY 17.0 Any confidential information provided to or developed by Vendor in the performance of this Agreement shall be kept confidential and shall not be made available to any individual or organization by Vendor without prior written approval of CNM. ARTICLE EIGHTEEN CONFLICT OF INTEREST 18.0 Vendor warrants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required under this Agreement. Vendor shall comply with the provisions of Section 10-16-12 N.M.S.A. 1978 which requires disclosure in writing to the office of the Secretary of State of the State of New Mexico amounts received under state contracts when and if such provisions become applicable. With regard to performance under this Agreement, Vendor is an independent contractor, and not an officer, agent, partner, joint venturer or employee of CNM. Neither party shall, at any time or in any manner, represent that it or any of its agents or employees is in any manner agents or employees of the other party. ARTICLE NINETEEN GOVERNING LAW/INTERPRETATION 19.0 The laws of the State of New Mexico shall govern this Agreement. In no event shall any portion of this Agreement be interpreted against a party on the grounds that such party drafted the provision in question. Both parties acknowledge having had ample opportunity for review and comment by their attorneys and both parties having participated in drafting this Agreement as a whole. ARTICLE TWENTY AMENDMENT 20.0 This Agreement shall not be altered, changed, or amended except by an instrument in writing executed by the parties. Only CNM’s Purchasing Director or Buyer is authorized to modify this Agreement. ARTICLE TWENTY-ONE MERGER 21.0 This Agreement with its exhibits and schedules incorporates all of the agreements, covenants and understandings between the parties thereto concerning the subject matter thereof. No prior agreements or understanding, verbal or otherwise, of the parties or their agents shall be valid or enforceable unless embodied in this Agreement. ARTICLE TWENTY-TWO CERTAIN PENALTIES 22.0 The State of New Mexico Procurement Code, Sections 13-128 through 13-1-199 N.M.S.A. 1978, imposes civil and criminal penalties for its violation. In addition the New Mexico criminal statutes impose felony penalties for illegal bribes, gratuities and kickbacks. CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 49 of 56 EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION ARTICLE TWENTY-THREE FORCE MAJEURE 23.0 Neither party will be liable to the other for any failure or delay in performance under this Agreement due to circumstances beyond its reasonable control, including Acts of God, acts of war, accident, labor disruption, acts, omissions and defaults of third parties and official, governmental and judicial action not the fault of the party failing or delaying in performance.: ARTICLE TWENTY-FOUR NOTICES 23.0 Any notice required to be given under this Agreement shall be deemed sufficient, if given in writing and hand delivered to the following address or sent by first class mail, properly franked and addressed as follows: If to CNM: Central New Mexico Community College 525 Buena Vista, SE Albuquerque, NM 87106-4096 Attn: Gil Rivera, Buyer, Purchasing If to Vendor: ENTER VENDOR NAME ENTER VENDOR ADDRESS ENTER VENDOR CONTACT ARTICLE TWENTY-FIVE MISCELLANEOUS 25.0 Attorney’s Fees. In the event of litigation with respect to or related to this Agreement or the Project, such action shall be brought in the County of Bernalillo, State of New Mexico. The prevailing party shall be entitled to recover reasonable attorney’s fees. The law of the State of New Mexico shall govern these matters. 25.2 Insurance Requirements. The Vendor shall be required to carry insurance meeting the requirements in the Exhibit C hereto labeled "INSURANCE REQUIREMENTS" and as noted in the specifications. The Vendor will be required to submit the Certificates of Insurance to CNM’s Purchasing Director prior to commencing Work under the Agreement. Insurance must remain in effect for the entire term of the Agreement. 25.3 The General Conditions attached hereto as Exhibit A are hereby incorporated to the extent they are not inconsistent with other provisions of this Agreement. In Exhibit A, “Seller” and “Contractor” mean “Vendor.” CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 50 of 56 EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION IN WITNESS THEREOF, the parties hereto have executed this Agreement the day and year last set forth below. CENTRAL NEW MEXICO COMMUNITY COLLEGE ENTER FIRM’S LEGAL NAME OWNER (Signature) FIRM (Signature) GILBERT M. RIVERA, BUYER (Printed name and title) ENTER AUTHORIZED PERSON’S NAME (Printed name and title) Date: _____________________________________ Date: ______________________________________ CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 51 of 56 EXHIBIT E: SAMPLE SERVICES AGREEMENT EXHIBIT A, GENERAL TERMS AND CONDITIONS 1. Inspection and Audit. a. CNM may inspect, at any reasonable time, any part of Seller's plant or place of business which is related to performance of this Purchase Order. Acceptance of delivery shall not be considered acceptance of the materials, supplies or services furnished. Final inspection of product and services will be made at the destination. Any testing or inspection procedures required by the specification are in addition to CNM's rights under this paragraph. b. The Contractor shall maintain detailed time records which indicate the date, time and nature of services rendered. Contractor shall maintain detailed records of all materials or supplies delivered to CNM under this Purchase Order, including serial numbers and other appropriate identifiers. These records shall be subject to internal and external audit. CNM shall have the right to audit billings both before and after payment. Payment under the resultant Agreement shall not preclude CNM from recovering excessive, erroneous or illegal payments previously made to the Contractor. 2 Warranties. Seller warrants the materials, supplies or services furnished to be exactly as specified in this order, free from defects in Seller's design, labor, materials and manufacture, and to be in compliance with any drawings or specifications incorporated herein and with any samples furnished by Seller. All applicable UCC warranties, express and implied, are incorporated herein. 3. Acceptance and Rejection. If prior to final acceptance, any materials, supplies or service are found to be defective or not as specified, or, if CNM is entitled to revoke acceptance of them, CNM may reject or revoke acceptance, require Seller to correct without charge within a reasonable time, or require delivery at an equitable reduction in price at CNM's option. Seller shall reimburse CNM for all incidental and consequential costs related to unaccepted materials, supplies or service. Notwithstanding final acceptance and payment. Seller shall be liable for latent defects, fraud, or such gross mistakes as amount to fraud. Acceptance of performance shall not waive CNM's right to claim damages for breach. 4. Assignment. This order is assignable by CNM. Except as to any payment due hereunder, this order is not assignable by Seller without written approval of CNM. 5. Changes. CNM may make changes within the general scope of this order by giving notice to Seller and subsequently confirming such changes in writing. If such changes affect the cost of, or the time required for performance of this order, an appropriate equitable adjustment shall be made. No change by Seller shall be recognized without written approval of CNM. Any claim of Seller for an adjustment under this paragraph must be made in writing within thirty (30) days from the date of receipt of Seller of notification of such change, unless CNM waives this condition. Nothing in this paragraph shall excuse Seller from proceeding with performance of the order as changed hereunder. 6. Termination and Delays. CNM, by written notice stating the extent and effective date may terminate this order for convenience in whole or in part, at any time. CNM shall pay Seller as full compensation for performance until such termination: (1) the unit or pro rata order price for the delivered and accepted portion; and (2) a reasonable amount to be approved by CNM, and not otherwise recoverable from other sources by Seller, with respect to the undelivered or unaccepted portion of this order. Provided, however, compensation hereunder shall in no event exceed the total order price. Such amount will be limited to Seller's actual cost and may not include anticipated profits. CNM may terminate this order by written notice in whole or in part for Seller's default if Seller refuses or fails to comply with the provision of this order, or fails to make progress so as to endanger performance and does not cure such failure within a reasonable period of time. In such event, CNM may otherwise secure the materials, supplies or services ordered, and Seller shall be liable for damages suffered by CNM, including incidental and consequential damages. If, after notice of termination, CNM determines Seller was not in default, or if Seller's default is due to failure of CNM, termination shall be deemed for the convenience of CNM. The rights and remedies of CNM provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under this order. As used in this paragraph, the word "Seller" includes Seller and its subsuppliers at any tier. 7. Affirmative Action. Seller shall not discriminate with regard to hiring, termination or other incidents of employment on the basis of race, sex, national origin, religion, age or handicap. Seller agrees to: a) adhere to the principles set forth in Executive Order 11246 and 11375, and to undertake specifically to maintain employment policies and practices that affirmatively promote equality of opportunity for handicapped persons, minority group persons and women; b) take affirmative steps to hire and promote women and minority group persons at all job levels and in all aspects of employment; c) communicate this policy in both English and Spanish to all persons concerned within the company, with outside recruiting services and the minority community at large; d) provide CNM on request a breakdown of labor force by ethnic group, sex, and job category; and e) discuss with CNM its policies and practices relating to its affirmative action program. 8. Indemnification and Insurance Seller assumes the entire responsibility and liability for losses, expenses, damages, demands and claims in connection with or arising out of any actual or alleged personal injury (including death) and/or damage or destruction to property sustained or alleged to have been sustained in connection with or arising out of the performance of the work by Seller, its agents, employees, subcontractors or consultants, except to the extent of liability arising out of the negligent performance of the work by or willful misconduct of CNM. In any event, CNM's liability shall be subject to the limitations of the New Mexico Tort Claims Act. Seller shall indemnify and hold harmless CNM, its officers, agents, and employees from any and all liability for such losses, expenses, damages, demands, and claims and shall defend any suit or action brought against any or all of them based on any actual or alleged personal injury or damage and shall pay any damage costs and expenses including attorneys fees, in connection with or resulting from such suit or action. Seller agrees that it and its subcontractors will maintain public liability and property damage insurance in reasonable amounts covering the above obligation and will maintain workers' compensation coverage covering all employees performing this order. CNM PO # TBD Copyright CNM, 2012. All rights reserved. 9. Patent and Copyright Indemnity. Seller shall pay all royalty and license fees relating to deliverables and other items covered hereby. In the event any third party shall claim that the reproduction, manufacture, use, or sale of goods or items covered hereby infringes any copyright, trademark, patent, or other intellectual property rights, Seller shall indemnify and hold CNM harmless from any cost, expense, damage, or loss resulting therefrom. 10. Discounts. Any discount time will not begin until the materials, supplies, or services have been received and accepted and correct invoice received by CNM's Purchasing Department. In the event testing is required, the discount time shall begin upon the completion of the tests. 11. Penalties. The Procurement Code, Section 13-1-28 et seq., imposes civil and criminal penalties for its violation. In addition, the New Mexico criminal statutes impose felony penalties for bribes, gratuities and kickbacks. 12. Title and Delivery. Title to the materials and supplies passed hereunder shall pass to CNM at the F.O.B. point specified subject to the right of CNM to reject upon inspection. For any exception to the delivery date specified, Seller shall give prior notification and obtain approval from CNM's Purchasing Department. Time is of the essence and the order is subject to termination for failure to deliver on time. 13. Payment Charges. Late payment charges shall be paid in the amount and under the conditions stated in Section 13-1-158, NMSA 1978. 14. Other Applicable Laws. Any provision required to be included in a contract of this type by any applicable and valid Executive order, federal, state or local law, ordinance, rule or regulation shall be deemed to be incorporated herein. 15. OSHA Regulations. The contractor shall abide by Federal Occupational Safety and Health Administration (OSHA) regulations and the State of New Mexico Environmental Improvement Board occupational health and safety regulations that apply to the work performed under this Invitation. ALL PRODUCTS CONTAINING HAZARDOUS SUBSTANCES MUST BE PROPERLY LABELED AND ACCOMPANIED BY MATERIAL SAFETY DATA SHEETS. The contractor shall defend, indemnify and hold CNM free and harmless against any and all claims, loss, liability and expense resulting from any alleged violations of said regulations including but not limited to fines, penalties, judgments, court costs and attorney fees. 16. Debarment/Suspension. In performing the services and/or furnishing the goods specified within this purchase order, the vendor/contractor certifies that it is not suspended, debarred or declared ineligible from entering into contracts with the Executive Branch of the Federal Government, any State agency or local public body; nor is in receipt of a notice of proposed debarment or suspension from the Executive Branch of the federal Government, any State agency or local public body. 17. Applicable Law. Each party acknowledges that the New Mexico Procurement Code, NMSA 1978 13-1-28 through -199, as amended, applies to every CNM purchase or contract agreement of tangible personal property, services and construction, including participation made pursuant to this purchase order. Further, each party acknowledges that it will be responsible for claims or damages arising from personal injury or damage to persons or property to the extent they result from negligence of its employees or agents and that the liability of CNM shall be subject in all cases to the immunities and limitation of the New Mexico Tort Claims Act, NMSA 1978 41-4-1 through -2 7, as amended. SECTION 2 GOVERNMENT SUBCONTRACT PROVISIONS If this order is subcontract under a U.S. Government Prime Contract, the applicable clauses listed below are incorporated into, and form a part of, the terms and conditions of this order. In the event of any conflict between the terms and condition of Section 2 and any other provisions of this order the terms and conditions of Section 2 shall prevail. The clauses contained in the following paragraphs of the Federal Acquisition Regulations are incorporated herein by reference. For purposes of this Purchase Order, in the following clauses, the term "contract" shall mean "this order", the term "contractor" shall mean "Seller" and the term "Government" and "Contracting Officer" shall mean "Albuquerque CNM" and the "Director of Purchasing," respectively. The following provisions of the Federal Acquisition Regulations (FAR) apply regardless of the amount of this order: * Anti-kickback Procedures: 52.203-7 Buy American Act and Balance of Payments Program 52.225-7001 * Contract Work Hours and Safety Standards Act-Overtime Comp. 52.222-4 * Equal Employment Opportunity 52.222-26 Integrity of Unit Prices 52.215-26(a)(b) Notice to the Government of Labor Disputes 52.222-1 Preference for U.S. Flag Air Carriers (For internal air travel) 52.247-63 Restriction on Subcontractor Sales to the Government 52.203-6 Service Contract Act of 1965 (Reserved) 52.222-41 * Termination for Convenience of Government (Education and other Nonprofit Institutions) 52.249-5(a)(f) CNM reserves all administrative, contractual, and legal remedies against Seller in case of any breaches of the contract. * On contracts funded by federal grants, only the Special Terms and Conditions clauses identified by the asterisk (*) are incorporated into this contract. Page 52 of 56 EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION EXHIBIT B VENDOR’S COMPENSATION SECTION I For Services for the Scope of Work identified in Article Three of this Agreement, compensation shall be based on a fixed, Not-to-Exceed fee. This fee as used in this Agreement, shall mean the actual total amount paid by CNM to the Vendor for work prepared pursuant to this Agreement, minus gross receipts taxes and other taxes, Costs are fixed fee amounts. Labor rate Hours Not-to-Exceed Amount Labor Subtotal: NMGRT at 7%: Grand Total including NMGRT: A. Firm may add any applicable gross receipts tax to the fees and other payments payable hereunder. Firm shall use and require the use of nontaxable transaction certificates by all other parties with whom it does business in connection with performing its services under this Agreement whenever allowed by law. In all events, Firm shall not include gross receipts taxes paid to others as a part of the base dollar amount upon which Firm calculates gross receipts taxes when billing its fees and expenses to CNM. B. Firm shall present detailed invoices and statement of the services rendered. Firm's invoices shall reference the CNM purchase order number and be submitted in a format that has been reviewed and approved in writing by CNM. Payments shall be made subject to CNM's approval of the statement of the services rendered. For compensation, Firm shall issue monthly invoices for services rendered and CNM shall make payments NET 30 days upon approved invoice per NMSA 13-1-158, based on the percent completion for milestones completed. CNM may or may not request 100% fulfillment of a final milestone prior to payment. Firm shall issue a monthly status report detailing the estimated percent completion for work performed on a milestone basis. The report shall include details of all work performed during the invoice period, the estimated percentage of work performed during the invoice period and a total percent of all work performed to date. Refer the below sample table shown below. CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 53 of 56 EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION SAMPLE MONTHLY REPORT Milestone Description Milestone Amount NMGRT at 7.00% 1 XXXX $3,600.00 $252.00 Milestone Total including NMGRT $3,852.00 2 YYYYY $7,200.00 $504.00 $7,704.00 3 ZZZZZZZ $5,400.00 $378.00 $5,778.00 4 WWWWWWWWWW $3,600.00 $252.00 $3,852.00 Travel $4,000.00 N/A $4,000.00 Invoice Period 1/1/20111/31/2011 1/1/20111/31/2011 1/1/20111/31/2011 1/1/20111/31/2011 1/1/20111/31/2011 $25,186.00 CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 54 of 56 Invoice Amount this billing period Total billed to date $385.20 Total Percent complete to date 50% $1,926.00 20% $1,540.80 40% $3,081.60 0% $0.00 0% $0.00 0% $0.00 0% $0.00 50% $2,000.00 50% $2,000.00 Percent completion this invoice period 10% EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION SECTION II Hourly Rates by Personnel Type for Special Services (NMGRT is not included.) OFFICE/FIELD PERSONNEL TITLE HOURLY RATE The following provisions are applicable to both Sections I and II Compensation set forth above: A. Vendor may add any applicable gross receipts tax to the fees and other payments payable hereunder. Vendor shall use and require the use of nontaxable transaction certificates by all other parties with whom it does business in connection with performing its services under this Agreement whenever allowed by law. In all events, Vendor shall not include gross receipts taxes paid to others as a part of the base dollar amount upon which Vendor calculates gross receipts taxes when billing its fees and expenses to CNM. B. Vendor shall present a monthly detailed invoice and statement of the services rendered. Vendor's invoices shall reference the CNM purchase order number and be submitted in a format that has been reviewed and approved in writing by CNM. Payments shall be made subject to CNM's approval of the statement of the services rendered. For compensation under Section I or Section II hereof, CNM shall make payments NET 30 days following the completion of each phase. CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 55 of 56 EXHIBIT D: SAMPLE SERVICES AGREEMENT FOR SOLUTION EXHIBIT C, INSURANCE REQUIREMENTS CERTIFICATES OF INSURANCE: The Vendor shall furnish the Owner one copy each Certificates of Insurance herein required for each copy of the resultant Agreement, showing the coverage, limits of liability, covered operation, effective dates of expiration of policies of insurance carried by the Vendor. The Vendor shall furnish to the Owner copies of limits. The Certificates of Insurance shall be in the form of AIA Document G-705 or similar format acceptable to the Owner. Such certificates shall be filed with the Owner and shall also contain the following statements: 1. The Governing Board of Central New Mexico Community College, Central New Mexico Community College, its agents, servants and employees are held as additional insured. 2. "The insurance coverage certified herein shall not be canceled or materially changed except after forty five (45) days written notice has been provided to the Owner." COMPENSATION INSURANCE: The Vendor shall procure and shall maintain during the life of this Agreement Worker's Compensation insurance as required by applicable State law for all of the Vendor’s employees , and in case of any such work being sublet, shall require the subcontractors to maintain such Worker's Compensation insurance. In case any class of employee engaged in work on the Project under this Agreement is not protected under a Worker's Compensation Statute, the Vendor shall provide and shall cause each subcontractor or sub-subcontractor to provide Employer's Insurance in an amount of not less than $500,000. VENDOR’S PROFESSIONAL LIABILITY INSURANCE: The Vendor shall maintain professional liability insurance in the amount of at least $1,000,000. VENDOR'S PUBLIC LIABILITY INSURANCE: The Vendor shall maintain insurance coverage "equal to the maximum liability amounts set forth in the New Mexico Tort Claims Act Section 41-4-1 et.seq. NMSA 1978". The insurance must remain in force for the life of the Agreement including all extension or renewals. The limits effective July 1, 1992 are: $400,000 per person/$750,000 per occurrence plus $300,000 for medical and $100,000 for property damage for a total maximum liability of $1,150,000 per occurrence. VENDOR'S VEHICLE LIABILITY INSURANCE: The Vendor shall procure and shall maintain during the life of this contact Vehicle Liability Insurance coverage "equal to the maximum liability amounts set forth in the New Mexico Tort Claims Act Section 41-1-1 et. seq. NMSA 1978". The insurance must remain in force for the life of the Agreement including all extensions or renewals. The limits effective July 1, 1992 are: Bodily Injury Property Damage $750,000 Each Occurrence $100,000 Each Occurrence SUBCONTRACTORS’ AND SUB-SUBCONTRACTORS’ PUBLIC AND VEHICLE LIABILITY INSURANCE: The Vendor shall either: (1) Require each subcontractor or sub-subcontractor to procure and maintain during the life of the subcontract or subsubcontract Public Liability Insurance of the types and amounts specified above or, (2) Insure the activities of the subcontractors or sub-subcontractors in the Vendor's policy as required under this Article. GENERAL: All insurance policies are to be issued by companies authorized to do business under the laws of the state in which the Work is to be done and acceptable to Owner. The Vendor shall not violate, or permit to be violated, any conditions of any said policies, and shall at all times satisfy the requirements of the insurance companies writing said policies. CNM PO # TBD Copyright CNM, 2012. All rights reserved. Page 56 of 56
© Copyright 2026 Paperzz