technology education labs request for proposal - · pdf filetechnology education labs request...

100
L’ANSE CREUSE PUBLIC SCHOOLS Technology Education Labs Request for Proposal August 2005

Upload: phungcong

Post on 18-Mar-2018

219 views

Category:

Documents


3 download

TRANSCRIPT

L’ANSE CREUSE PUBLIC SCHOOLS

Technology Education Labs

Request for Proposal

August 2005

L’Anse Creuse Public Schools SECTION A Technology Education Labs - RFP Page 2

L’ANSE CREUSE PUBLIC SCHOOLS Technology Education Labs

Request for Proposals

TABLE OF CONTENTS

Page SECTION A - GENERAL TERMS AND CONDITIONS

1. General Requirements .......................................................................................... 4 SECTION B – VENDOR INFORMATION

2. Vendor Profile...................................................................................................... 16 3. Service Rates & Response ................................................................................. 16

SECTION C – TECHNOLOGY EDUCATION LABS

4. Technology Education Labs ................................................................................ 18 5. Documentation .................................................................................................... 22 6. Acceptance / Testing........................................................................................... 22 7. Purchase Price .................................................................................................... 23

SECTION D - APPENDICES Appendix I – Site Information .............................................................................. 25 Appendix II – Floor plans..................................................................................... 26 Appendix III – Modular Curriculum ...................................................................... 29 Appendix IV – Equipment Upgrades ................................................................... 30 Appendix V – Furniture Upgrades ....................................................................... 32 Appendix VI – Existing Modules and Equipment................................................. 38 Appendix VII - Technology Education Labs Agreement ...................................... 41 Appendix VIII – Prevailing Wages Requirements................................................ 52 Appendix IX – Engineers – Classes of Equipment List ....................................... 54 Appendix X – Prevailing Wages .......................................................................... 56 Appendix XI – Overtime Rates ............................................................................ 82

SECTION E – BIDDER RESPONSE FORM

Bidder Response Form ....................................................................................... 84

L’Anse Creuse Public Schools SECTION A Technology Education Labs - RFP Page 3

SECTION A GENERAL TERMS AND CONDITIONS

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 4

1 GENERAL REQUIREMENTS

1.1 INTENT

1.2

It is the intent of L’Anse Creuse Public Schools (here after referred to as “Owner,” also as “District”) to solicit proposals from qualified vendors for refreshing current Technology Education labs at two high schools and four middle schools with a Lab-Volt or equivalent solution. The Owner has existing Technology Education Labs in place at each of the six buildings. Appendix VI contains information on the current setup. The proposed system must be a complete solution including all hardware and software modules, workstations, management system, associated furniture and installation services. Training and any lesson plans/supplemental materials must be included at no cost to the District. The District will provide network connectivity, specifically, network drops and the network electronics necessary to activate those drops. Ideally, the proposed solution will utilize the existing fileservers (running Windows 2000). If the proposed solution cannot utilize the existing fileservers, then the successful contractor must include any fileservers, network operating system software and installation services necessary in connection with the fileserver. Bidders may partner with another provider to supply a complete, turnkey solution. If your response contains proposed services or equipment from multiple providers, all responding parties must be clearly identified and a synopsis of the partner relationship as well as the party that will serve as the prime vendor/contact for the District must be detailed. The Owner reserves the right to proceed with the provider deemed most suitable. All labs must be installed and operational by October 15, 2005. Training must be coordinated with Owner.

SCHEDULE OF EVENTS

EVENT DATE

Deadline for Submitting Clarifications August 16, 2005

Deadline for Proposals & Public Bid Opening August 24, 2005 @ 2:00 PM Local Time

1.3

1.4

VENDOR'S CONFERENCE

A Vendor's Conference will not be held.

BID CLARIFICATIONS

All inquiries regarding this proposal must be submitted no later than the date referenced in Section 1.2, Schedule of Events. Request for clarifications shall be written and should be faxed or e-mailed to:

Judy Wright Plante & Moran, PLLC P.O. Box 307 Southfield, Michigan 48037 FAX: 248.603.5953

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 5 E Mail: [email protected]

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 6

1.5 DEADLINE FOR PROPOSALS

Four (4) copies of the vendor's proposal must be submitted by 2:00 P.M., Local Time, Wednesday August 24, 2005. Copies should be submitted to: Late proposals will not be accepted. Proposals shall be submitted to:

(1) Original plus (3) copies to: Mr. Robert Burke Controller L’Anse Creuse Public Schools 36727 Jefferson Ave. Harrison Township, MI 48045

All proposals must be in a sealed envelope and contain the wording Technology Education Labs on the envelope/package. 1.6

1.7

1.8

BID BONDS

Every bid shall be accompanied by either a certified check on a solvent bank or by a bond executed by a surety company authorized to do business in the State of Michigan. A 5% Bid Bond shall be required. Such check or bond shall name Owner as recipient. The amount of such bid bond or certified check shall be forfeited as liquidated damages, costs and expenses incurred by the Owner if the vendor, after given an award as successful vendor, shall fail within thirty (30) days after the notice of such award to enter into appropriate contract with the Owner.

PERFORMANCE AND PAYMENT BONDS

The owner will require the selected vendor(s) to provide a performance bond upon award of the contract. The associated cost of the performance bond is to be included in the base bid but shown as a separate line item. This bond shall be equal in amount to the Total Price to the owner of purchased hardware, software, cabling, and services. The Surety of the bond shall remain in effect until all acceptance of purchased hardware, software, and services have been executed by the owners. In the event that the vendor(s) fails to perform its obligations under any contract between the vendor(s) and the owner, the bond shall be paid to the owner. The vendor(s) further agrees to save and hold harmless the owner and agents from all liability and damages of every description in connection with any subsequent contracts. Payment bonds shall be required under the following conditions: project award exceeds $50,000 and project involves construction, alteration, or repair to school district buildings.

INSPECTION OF WORKSITE

Before submitting bids, each bidder may inspect representative sites and review all floor plans of the proposed work to arrive at a clear understanding of the conditions under which the work is to be done. Bidders will be held to have compared the premises with the specifications, and to have satisfied themselves as to all conditions affecting the execution of the work. If building walk-throughs are necessary, a request must be made to the L’Anse Creuse Help Desk at 586.783.6565.

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 7

1.9 PROPOSAL FORMAT

1.9.1 Bidder Response Forms

Supplied with the RFP are Bidder Response Forms. These forms provide the format for the response and must be completed and submitted for your base bid proposal to be considered. Exceptions to specifications shall be noted here. Add/Alternate designs may be quoted separately as an attachment. 1.9.2 System Literature and Brochures

The bid response is to include appropriate brochures and other manufacturer documentation to help illustrate and describe the system and its capabilities. 1.9.3 Cutsheets

Technical documentation (specification sheets) shall be included for all major components part of bidder's solution. 1.9.4 Bill of Material – Modules and Furniture

Include a bill of material on a lab by lab basis, that identifies each software/hardware module and furniture item of furniture, the associated quantity and cost must be included with the bid response. All installation services, connectors, cables, etc., should be included as a lump sum item. 1.9.5 Description of Technical Solution

A brief executive overview explaining the proposed design and any unique strengths/weaknesses is to be included in bid responses. 1.9.6 Diagram of Design

For each section where requested, the bidder shall submit a diagram of their design providing a pictorial representation of their proposed solution. 1.9.7 Implementation Schedule

The anticipated implementation schedule is as follows: Release Request for Proposal August 5, 2005 Clarifications/questions due August 16, 2005 Proposals due August 24, 2005 Due diligence August 25 – September 15, 2005 Board award September 19, 2005 Installation complete October 15, 2005 Training TBD

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 8 1.9.8 Additional Information

Additional information may be provided at the vendor's discretion including Add/Alternate designs. 1.10

1.11

1.12

1.13

1.14

1.15

1.16

1.17

1.18

RFP MODIFICATION

Any modification to the terms, conditions, or specifications of this document is forbidden and will subject the bid response to rejection.

UNAUTHORIZED USE OF THE RFP

Unauthorized use of any term, condition, or specification within this document is forbidden.

CONFIDENTIAL INFORMATION

As a public entity, the owner is subject to the Michigan Freedom of Information Act (FOIA). Information contained in proposals may be subject to FOIA requests.

RIGHT TO REQUEST ADDITIONAL INFORMATION

The Owner reserves the right to request any additional information that might be deemed necessary after the completion of this document.

RIGHT OF REFUSAL

Owner reserves the right to refuse any or all proposals in their entirety, or to select certain equipment or software products from various vendor proposals, based on the best interests of the Owner. Owner reserves the right to reject any or all proposals for a specific section.

PROPOSAL PREPARATION COSTS

The vendor is responsible for any and all costs incurred by the vendor or his/her subcontractors in responding to this request for proposal.

SYSTEM DESIGN COSTS

The successful vendor shall be responsible for all design, information gathering, and required programming to achieve a successful implementation. This cost must be included in the base bid.

PRICING ELIGIBILITY PERIOD

All vendor proposal bids are required to be offered for a term not less that 120 calendar days in duration.

ADDITIONAL CHARGES

No additional charges, other than those listed on the price breakdown sheets, shall be made. Prices quoted will include verification/coordination of order, all costs for shipping, delivery to all sites, unpacking, setup, installation, operation, testing, cleanup and training.

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 9 1.19

1.20

1.21

1.22

1.23

1.24

1.25

1.26

TURNKEY SOLUTION

All prices quoted must include all the cables, connectors, etc. that will be necessary to make the system specified fully operational for the intent, function and purposes stated herein.

FEDERAL OR STATE SALES, EXCISE, OR USE TAXES

L’Anse Creuse Public Schools is tax-exempt entity for all purposes except if the project makes enhancements, and/or additions to real property.

PURCHASE QUANTITIES

The Owner reserves the right to adjust upward by two (2) times, or downward by twenty five (25%) percent, the quantities of items purchased without altering the unit purchase price upon award and throughout the contract period.

CONTRACT REQUIREMENTS

The Owner intends on using the Agreement contained in Appendix III for this project. Please review attached Agreement and indicate whether you comply with the proposed Agreement. Include all exceptions in your proposal, if any.

SURVIVAL CLAUSE

All duties and responsibilities of any party that, either expressly or by their nature, extend into the future, shall extend beyond and survive the end of the contract term or cancellation of this Agreement.

FORCE MAJEURE CLAUSE

See Agreement in Appendix VII.

INCORPORATION BY REFERENCE

The Vendor shall supply equipment, wiring, technology, training, and other related services adequate to accomplish the requirements as set forth in the Request for Proposals and the Vendor response to the Request for Proposals. Parties agree that where there is a conflict between terms of this Agreement and the information presented in the referenced documents, this Agreement shall take precedence. The parties also agree that where there is not a conflict between this Agreement and the information presented in the referenced documents, that all terms, conditions and offers presented in the Vendor's proposal shall herein be referenced to the Agreement and shall be binding upon all parties to the Agreement.

RISK DURING EQUIPMENT STORAGE AND INSTALLATION

Delivery shall be made in accordance with the implementation schedule referenced as part of this Agreement. It will be possible to allow for minor variances from this implementation schedule as

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 10 mutually agreed upon by both parties and confirmed by prior written notice. The equipment shall be installed and placed into good working order by representatives of the Vendor. During the time period where the equipment is in transit and until the equipment is fully installed in good working order, the Vendor and its insurer shall be responsible for the equipment and relieve the Owner of responsibility for all risk or loss or damage to the equipment. In addition, Vendor shall hold the Owner and agents harmless from any risk of loss or damage arising out of occurrences during the installation of the equipment. 1.27

1.28

1.29

1.30

1.31

SHIPPING OF EQUIPMENT

All shipping and insurance costs to and from the site shall be included in the Vendor's proposal. All payments to shipping agents and for insurance fees shall be made directly by the Vendor. The Owner shall make no payments to any firm concerning the shipment, installation, and delivery of equipment which is not a part of this Agreement and for which exact payments are not described. Vendor shall be responsible for all arrangements for the shipment and receipt of equipment to Owner' prepared site. The Vendor shall provide all properly trained representatives to unpack all items of equipment and place this equipment in the proper locations. The Vendor shall also be responsible for removal of all debris and packing materials from the site resulting from the installation of the equipment. The Owner, at its option, may require the Vendor to provide certificates describing, to the satisfaction of the Owner, evidence of proper (as required by the State of Michigan) worker's compensation and liability insurance for all Vendor staff and representatives involved in the installation of the computer equipment and software. The Owner shall be named as an additional insured and as the Certificate Holder for all work under this Agreement.

NON-WAIVER OF AGREEMENT RIGHTS

It is the option of any party to the Agreement to grant extensions or provide flexibilities to the other party in meeting scheduled tasks or responsibilities defined in the Agreement. Under no circumstances, however, shall any parties to the Agreement forfeit or cancel any right presented in the Agreement by delaying or failing to exercise the right or by not immediately and promptly notifying the other party in the event of a default. In the event that a party to the Agreement waives a right, this does not indicate a waiver of the ability of the party to, at a subsequent time, enforce the right. The payment of funds to the Vendor by Owner should in no way be interpreted as acceptance of the system or the waiver of performance requirements.

GENERAL INDEMNIFICATION

See Agreement in Appendix VII.

PATENTS, COPYRIGHTS, AND PROPRIETARY RIGHTS

See Agreement in Appendix VII.

NONDISCRIMINATION BY VENDORS OR AGENTS OF VENDOR

See Agreement in Appendix VII.

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 11

1.32 SUBCONTRACTORS

1.33

1.34

1.35 ASSIGNMENTS

1.36

1.37 INSURANCE

See Agreement in Appendix VII. EFFECT OF REGULATION

See Agreement in Appendix VII.

PROJECT MANAGEMENT STAFF DESIGNATION

The Vendor understands that the successful installation, testing, and operation of the system that is the subject of this document shall be accomplished by a cooperative effort. To most effectively manage this process, the Vendor shall designate a single representative to act as project manager, who shall have the authority to act on behalf of the Vendor on all matters pertaining to this Agreement. In the event that an employee of the Vendor is, in the opinion of the Owner, uncooperative, inept, incompetent, or otherwise unacceptable, the Vendor agrees to remove such person from responsibility in the project. In the event of such a removal, the Vendor shall, within fifteen (15) days, fill this representative vacancy as described above. Regardless of whom the Vendor has designated as the representative, the Vendor organization remains the ultimate responsible party for performing the tasks and responsibilities presented in this Agreement.

Owner and the Vendor each binds themselves, their partners, successors, and other legal representatives to all covenants, agreements, and obligations contained in this Agreement.

VENDOR AS INDEPENDENT CONTRACTOR

It is expressly agreed that the Vendor is not an agent of Owner but an independent contractor. The Vendor shall not pledge or attempt to pledge the credit of Owner or in any other way attempt to bind the Owner.

Workers’ Compensation Coverage: The Vendor shall procure and maintain during the life of this contract, Workers’ Compensation Insurance, including Employer’s Liability Coverage, in accordance with all applicable statutes of the State of Michigan.

Commercial General Liability Insurance: The Vendor, at the Vendor’s sole cost and expense, shall procure and maintain during the life of this contract, Commercial General Liability Insurance on an “Occurrence Basis” with limits of liability not less than one million dollars ($1,000,000) per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury, and Property Damage. Coverage shall include the following features: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent; (E) Deletion of all Explosion, Collapse and Underground (XCU) Exclusions, if applicable; (F) Per contract aggregate.

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 12 Motor Vehicle Liability: The Vendor, at the Vendor’s sole cost and expense, shall procure and maintain during the life of this contract, Motor Vehicle Liability Insurance, including applicable No-fault coverages, with limits of liability of not less than $1,000,000 per occurrence combined single limit Bodily Injury and Property Damage. Coverage shall include all owned vehicles and all hired vehicles.

Additional Insured: The following shall be named Additional Insureds: L’Anse Creuse Public Schools, and including all elected and appointed officials, all employees and volunteers, all boards, commissions and/or authorities and their board members, employees, and volunteers.

This coverage shall be primary to the Additional Insureds, and not contributing with any other insurance or similar protection available to the Additional Insured, whether other available coverage be primary, contributing or excess.

Notice of Cancellation or Change: Workers’ Compensation Insurance, Commercial General Liability Insurance and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating the following: “Sixty (60) days Advance Written Notice of Cancellation or Non-Renewal shall be sent to: Robert Burke, L’Anse Creuse Public Schools, 36727 Jefferson Avenue, Harrison Township, Michigan, 48045.

Proof of Insurance Coverage: The Vendor shall provide the District at the time the contracts are returned for execution, Certificates of Insurance and/or policies, acceptable to the District, as listed below:

a. Two (2) copies of Certificate of Insurance for Worker’s Compensation Insurance;

b. Two (2) copies of Certificate of Insurance for Commercial General Liability Insurance;

c. Two (2) copies of Certificate of Insurance for Vehicle Liability Insurance;

d. Original Policy, or binder pending issuance of policy, for Owners Contractors Protective Liability Insurance;

e. If so requested, certified copies of all policies shall be furnished.

Continuation of Coverage: If any of the above coverage’s expire during the term of this contract, the Vendor shall deliver renewal certificates and/or policies to L’Anse Creuse Public Schools at least ten (10) days prior to the expiration date.

Failure to comply: Failure to comply with the insurance requirements contained in this contract shall constitute a material violation and breach of the contract and may result in termination of the contract. 1.38 WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE

The Owner has presented detailed technical specifications of the particular purpose for which the network and technology is intended. The Owner has provided detailed descriptions and criteria of how the system can be defined to accomplish particular purpose. The Owner has also defined the exact procedures and techniques to be employed in testing whether the system has achieved the defined performance of this particular purpose. Given this advanced preparation concerning, and documentation about the Owner's particular purpose, the Vendor at the time this Agreement is in force has (1) reason and opportunity to know the particular purpose for which products are required,

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 13 and (2) that the Owner is relying on the Vendor's experience and knowledge of these products to provide those which are most suitable and appropriate. Therefore, the Vendor warrants that the system is fit for the purposes for which it is intended as described in this document. 1.39 WARRANTY

1.40

1.41

1.42

1.43 ADVERTISEMENT

1.44

The Vendor warrants that all components provided under this Agreement, whether installed initially or under subsequent purchase orders, shall be: newly manufactured equipment or assembled from newly manufactured parts; and, will be free from defects in workmanship or material for the period required in each section of this RFP from the date of final system acceptance. During this 15 year warranty period, the Vendor shall furnish all replacement new parts, shipping costs, repaired parts, service labor, travel costs, and other repair costs at no cost to the Owner.

FINAL ACCEPTANCE OF THE SYSTEM

The system proposed shall be defined to be finally accepted by Owner after the installation of the equipment, training, and successful completion of the following performance examinations: system hardware examination, performance examination, system functional competence examination, system capacity examination, full-load processing capacity examination, system availability examination, approval of as-builts, training, and system documentation. The Owner or Owner’s Representative shall be the sole judge of whether all conditions for final acceptance criteria have been met.

STANDARD FORMS AND CONTRACTS

Any forms and contracts the vendor(s) proposes to include, as part of any agreement resulting from this bid between the vendor(s) and the Owner must be submitted as part of the proposal. Any forms and contracts not submitted as part of the bid and subsequently presented for inclusion may be rejected. This requirement includes, but is not limited to, the following types of forms: subcontractor, franchise, warranty agreements, maintenance contracts, and support agreements.

NON-COLLUSION COVENANT

The Vendor hereby represents and agrees that it has in no way entered into any contingent fee arrangement with any firm or person concerning the obtaining of this Agreement. In addition, the Vendor agrees that a duly authorized Vendor representative will sign a non-collusion affidavit, in a form acceptable to Owner, that the Vendor firm has received from Owner no incentive or special payments, or considerations not related to the provision of automation systems and services described in this Agreement (see Bidder Response Form).

The laws of the State of Michigan, Owner purchasing policies and the legal advertisement for contractors and purchases, are made a part of any agreement entered into the same respect as if specifically set forth in that agreement.

SELECTION CRITERION

Owner intends to enter into a long term relationship with a well-established vendor whose products, features, design philosophy and support policies come closest to meeting the Owner's needs. The

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 14 selected vendor must be a well-established, financially stable firm committed to technology for school Owners, will have a commitment to attracting and retaining an excellent staff of technical and product support personnel, and will have a proven track record of support from installation planning through implementation and ongoing use. There should also be evidence of responsiveness to clients' suggestions for improvements. Finally, there must be a good fit between vendor staff and the Owner's staff to assure a good working relationship. The Vendors will be evaluated based on the following selection criteria: 1.44.1 Compliance to Specifications

a) Curriculum support/integration b) Technical Requirements c) Implementation Support d) Proposal Requirements

1. Bid bond 2. Submission deadline compliance 3. Proposal format 4. Bid summary 5. Completeness of information supplied

6. Complete "bill of material"

1.44.2 Availability of Quality Systems

a) Curriculum resources b) Hardware/Software c) Availability of Future Enhancements d) Warranty Period

1.44.3 Implementation Support

a) Commitment of Local Personnel b) Implementation Time Frame c) Availability of Local Off-site Development Support d) Technical Training e) User Training

1.44.4 Operations Support

1.44.5 Experience

1.44.6 Cost

1.45 PRODUCT SUBSTITUTION

The Owner reserves the right to accept the vendor's replacement of any component if it is considered equal or superior to the specifications. Such acceptance will be in writing.

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 15

1.46

1.47

1.48

1.49

1.50

1.51

PAYMENT TERMS

It is the intent of the Owner to negotiate a payment scheduled based upon the following milestones:

A. Installation/Progress B. Acceptance Testing

Retainage of 10% will be held until acceptance testing is complete.

TECHNOLOGY BOND

The District is funding the project in this RFP through a technology bond issue. In order to meet certain accounting requirements, all costs must be identified on a building-by-building basis. Failure to present costs in this manner may be cause for rejection of the vendor’s proposal.

PREVAILING WAGES

The vendor shall comply with all applicable prevailing wage and fringe benefit rates as specified in Michigan’s Prevailing Wage Act MCL 408.551 et. seq for this project.

DAMAGE TO EXISTING FACILITIES / PROPERTY

The vendor shall be responsible for all damage caused to the Owner’s facilities and property. The vendor shall restore original functionality and appearances. The Owner retains the right to select whether the vendor makes said repairs or the Owner selects a qualified contractor to make the repairs and pass the cost through to the successful vendor.

FAMILIAL RELATIONSHIP

Bidders must submit a sworn and notarized statement disclosing any familial relationship that exists between the Owner or any employee of the bidder and any member of the Board of Education or the Superintendent. Said form is included in the Bidder Response Forms. The District will not accept a bid that does not include this sworn and notarized disclosure statement. This form must be included at time of bid submission.

SPECIAL NOTES

Failure to include in the proposal all information outlined above may be cause for rejection of the proposal. The Owner reserves the right to accept the vendor's replacement of any component if it is considered equal or superior to the specifications. Such acceptance will be in writing.

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 16

SECTION B VENDOR INFORMATION

L’Anse Creuse Public Schools SECTION B Technology Education Labs - RFP Page 17

2 VENDOR PROFILE See Bidder Response Form. 3 SERVICE RATES & RESPONSE See Bidder Response Form.

L’Anse Creuse Public Schools SECTION C Technology Education Labs - RFP Page 18

SECTION C TECHNOLOGY EDUCATION LABS

L’Anse Creuse Public Schools SECTION C Technology Education Labs - RFP Page 19

4 TECHNOLOGY EDUCATION LABS

4.1 GENERAL REQUIREMENTS

4.1.1 Project Overview

This section describes the technical and operational specifications of the various components of the Technology Education Labs to be proposed. The District has one Lab-Volt lab in place at each of the four middle schools and two high schools (see Appendix VI for existing modules). The District is seeking proposals to refresh six (6) Technology Education Labs at two high schools and four middle schools with a Lab-Volt or equivalent solution. While the District does not intend to use the existing modules once the new lab is installed, they must be licensed to do so. In other words, the proposed solution must not be an upgrade but rather, new licensing. Appendix I contains site information. All existing labs have 14 existing computer workstations. Through this project, labs will be expanded to 28 student computer workstations and one teacher workstation. The District is seeking turnkey proposals including all hardware, software modules, management system, workstations, furniture, curriculum materials, and installation services and any additional components necessary for a fully functioning Technology Education lab solution. Please note that the District already has some of the furniture necessary and is seeking upgrades to that furniture. Training, curriculum resources and other consumables must be included at no charge to the District. The District will provide all cabling and network connectivity, based on needs outlined by the successful vendor. Additionally, the District’s desire is to use the existing district fileservers (running Windows 2000 and housed at Special Services) rather than purchasing a separate fileserver for this solution. If the proposed solution cannot use the existing fileserver resources, the proposed solution must include any fileservers, network operating systems and installation services for a fully functioning solution. All labs must be completed and fully operational by October 15, 2005. 4.2 CURRICULUM REQUIREMENTS

Appendix III contains the modular curriculum requirements for these courses. Vendors shall propose a solution that supports the desired modules in Appendix III, accommodating 28 students and one teacher at each site. The proposed solution shall be evaluated, in addition to the criteria listed in section 1.44, on the richness of the curriculum, integration with the curriculum, availability of curriculum materials. The proposed solution must include all components necessary for a fully functioning solution.

4.2.1 Workstation Requirements

The successful vendor must provide and install a sufficient quantity of workstations to accommodate a class of up to 28 students plus a teacher desktop and a class laptop (see Appendix IV for further details). To facilitate support and to maintain consistency within the District, the District prefers that the successful vendor propose HP computers. The successful vendor may

L’Anse Creuse Public Schools SECTION C Technology Education Labs - RFP Page 20 obtain the workstations from Sehi, the holder of the REMC bid for HP workstations. For pricing purposes, include any installation costs associated with the workstations and any overhead you will charge to obtain the workstations. In order to obtain a complete solution, payment for the workstations will be made to the Technology Education Lab vendor. Include detailed configuration requirements associated with your solution. 4.2.2 Printer Requirements

The District shall provide all printers. State any concerns or requirements based on your proposed solution. 4.2.3 Software and Additional Hardware

The proposed solution must include all software necessary for a fully functional solution. The proposed solution must include all hardware included in Appendix IV. Unless otherwise noted, the proposed solution must also include any additional hardware necessary for a complete solution (e.g., robotics arm, wind tunnel). Include a detailed description of all hardware included in the proposal. All software and hardware must include installation services. 4.2.4 Customized Classroom Management

The proposed solution must include a management solution, providing the ability to customize lessons on an individual, group or class basis. The solution must include the ability to create instructor-designed modules Please identify as such and include a description of the functionality of the proposed solution. 4.2 FLOORPLANS

Appendix II contains the floorplans for the three labs that will receive new layouts. Vendors shall note any issues with the layout in their proposal. 4.3 NETWORK ENVIRONMENT

The District has a district wide network with 10/100 Mbps to the desktop and a 1Gbps backbone. A server farm running Windows 2000 provides all fileserver and storage capacity for the District. All existing cabling in these rooms is CAT5. All network electronics are Nortel; the fileservers are HP manufactured. New workstations purchased through this RFP shall run Windows XP. 4.3.1 Existing Topology All existing labs except for the lab at Middle School East and the lab at Middle School South do not run on the existing district network. These four labs (HS, HSN, MSC and MSN) have networks contained within their respective rooms, with CAT5 patch cables connecting to a 3Com hub/switch. All existing labs have 14 student workstations. A workstation running Windows 2000 acts as a server in a peer to peer network in these rooms. Through a separate project, the District will add these rooms to the district-wide network by upgrading the network electronics within the lab and connecting these electronics to the main network (in essence, establishing a small IDF within the lab). Vendors should anticipate connectivity to the district-wide network by the time of installation.

L’Anse Creuse Public Schools SECTION C Technology Education Labs - RFP Page 21 See 4.3.2 below for Vendor cabling responsibilities. It is anticipated that the Windows 2000 server currently in these rooms will no longer be necessary. Provide a detailed description of whether your solution will run successfully in this environment. State all network and fileserver requirements. 4.3.2 Cabling and Network Connectivity

The labs are currently wired with CAT5 drops based on the current configuration, either run to a hub within the room or to the building MDF/IDF (see section 4.3.1. above). The lab layouts at Middle School East, Middle School North and Middle School Central will remain in their current configuration. New layouts will be implemented at High School, High School North and Middle School South. See Appendix II for new layouts. For the three existing layouts, Vendors shall be responsible for providing and running new patch cables from the 14 additional workstations to the network electronics located within the room at Middle School North and Middle School Central. The Vendor shall be responsible for providing 14 patch cables and connecting to existing drops within the room at Middle School East. It is anticipated that the existing patch cables can be re-used for the other 14 student workstations and teacher computer. For the three labs that will be reconfigured (HS, HSN and MS South), the successful vendor shall be responsible for providing and installing patch cables to connect all workstations to the network electronics located within the lab. Please be aware that there are some drops within the Middle School South lab that are home run to the district network already and as such, may require shorter patch cables. In summary, all cabling installed by vendors shall be patch cables within the lab environment, either running to network electronics located within the lab environment (e.g., separate room within the greater lab area) or to a drop that runs back to a building wiring closet. All drops necessary to connect the existing labs to the building network (e.g., drops from the electronics within the lab environment to the building wiring closet will be performed by others). Additional responsibilities of the Technology Education Lab vendor include all services necessary to establish full function including, but not limited to: identify any concerns with current configuration, replace the existing workstations with new ones, install new lab modules, establish network connectivity and test network connectivity from all lab workstations, upgrade/install new furniture and provide training as detailed later in this RFP. 4.3.3 Fileserver

The District would like to use existing server capacity to accommodate the Technology Education Labs. Identify requirements and any compatibility issues in your response. If the proposed solution cannot utilize the existing servers, you must include all necessary servers, software, installation and testing services necessary to accommodate your solution.

L’Anse Creuse Public Schools SECTION C Technology Education Labs - RFP Page 22

4.4 FURNITURE

Proposals shall include all Greene furniture or equivalent in Appendix V. Include a detailed layout for both rooms and a bill of materials. 4.5 TRAINING

Vendors shall include up to 40 hours of training for six individuals at no charge to the District. Training shall be coordinated in advance with the District. The vendor shall provide a proposed agenda at least 10 days before training occurs for approval by the District. Training shall occur on-site. 4.6 OPTIONS

Please include a complete list (with costs) of additional modules/islands available. Please provide a detailed description of each item. 4.7 INSTALLATION

Vendors shall include all installation services necessary including, but not limited to: patch cables (as described in section 4.4), software and hardware installation, furniture installation and fileserver installation (if necessary). Installation shall comply with all federal, state and local codes. 4.7.1 New Materials

All equipment quoted by bidder shall be new. Any exceptions must be specifically noted as “Used Equipment.” 4.7.2 Manufacturer’s Warranty/Certified Installation

Bidders shall state, on the Bidder Response Form, the terms of the warranty on all components. A minimum of a three-year warranty on all hardware is required. Vendors shall include a one year warranty that includes upgrade protection on software and equipment (non-workstation) upgrades. The one year warranty shall also include curriculum materials such that the District receives any new curriculum materials that are developed within a one year period from date of installation. 4.7.3 Facility Damage

Repair of damage to the building, walls, floors, ceilings, hardware, fixtures, doors, etc., by installation personnel associated with this project will be the responsibility of the successful contractor. Costs associated with the repair of the damage will be borne by the successful contractor to rectify in a manner approved by the owner. 4.8 INSTALLATION TIMING

Vendors shall base their installation services on the following assumptions: middle school labs can be installed during first shift during the week. Please state how long it will take to install each lab.

L’Anse Creuse Public Schools SECTION C Technology Education Labs - RFP Page 23 Assume that the high school labs must be installed beginning at 2:30 on a Friday and completed on the Saturday (include this in your base bid). State the deduct for a first shift installation at the high schools. 5 DOCUMENTATION

5.1 DOCUMENTATION

Unless specified below, the successful contractor shall provide (6) complete sets of system documentation as detailed below. 5.1.1 Project Workbooks/Curriculum Material

The successful vendor shall provide six teacher packages and student packages in sufficient quantity to accommodate 168 students simultaneously (six classes of 28 students each) at no charge to the District. Please state the quantity of student project workbooks included in your proposal. 5.1.2 OEM Manuals

The successful vendor shall provide the owner with all OEM manuals and literature for all software and hardware components. 5.1.3 Inventory Record

The successful vendor shall provide the owner with a list of all workstations, monitors, printers and other equipment, associated serial numbers and building location. This list shall be provided in electronic format. 5.1.4 Warranty Documentation

Upon acceptance by the manufacturer, the successful contractor shall provide all warranty documentation and registration information associated with the installation. 5.1.5 Documentation Turnover

The successful contractor shall provide an inventory of all documentation submitted to the Owner and shall obtain the signature of the recipient. 6 ACCEPTANCE/TESTING

6.1 ACCEPTANCE CRITERIA

The owner or their designated representative will be the sole judge as to whether the work has been completed properly. All material or equipment that is deemed not to comply with this RFP will be replaced by the successful contractor, at no charge to the owner, prior to final payment.

L’Anse Creuse Public Schools SECTION C Technology Education Labs - RFP Page 24

6.2 FINAL ACCEPTANCE

The successful contractor shall demonstrate that all work is complete, free from physical and electrical defects or deficiencies and in satisfactory operating condition. The Owner shall be allowed to inspect and test the work performed and to notify successful contractor of any deficiencies. The Owner or their designated representative will be the sole judge as to whether the work has been completed properly. All material or equipment that is deemed not to comply with this RFP will be replaced by the successful contractor, at no charge to the Owner, prior to final payment. 7 PURCHASE PRICE Complete the table in the Bidder Response Form.

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 25

SECTION D APPENDICES

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 26

APPENDIX I Site Information

General information regarding each site that is part of this project follows below.

FACILITY ADDRESS TELEPHONE

High School North 23700 Twenty-One Mile Road Macomb, MI 48042-5106

586.493.5270

High School 38495 L'Anse Creuse Road Harrison Township, MI 48045

586.783.6400

Middle School North 46201 Fairchild Macomb, MI 48042

586.493.5260

Middle School Central 38000 Reimold Harrison Township, MI 48045

586.783.6430

Middle School South 34641 Jefferson Avenue Harrison Township, MI 48045

586.493.5620

Middle School East 30300 Hickey Road Chesterfield, MI 48051

586.493.5200

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 27

APPENDIX II Floorplans

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 28

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 29

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 30

APPENDIX III

Modular Curriculum

School High

School

High School North

Middle School North

Middle School Central

Middle School South

Middle School East

Total Required

Module/Equipment

Management System 1 1 1 1 1 1 6

Space & Rocketry 1 1 1 1 4 Computer Graphic Design 1 1 1 1 4 Computer Aided Design 1 1 1 1 1 1 6 Computer Problem Solving 1 1 1 1 4 Controls and Sensors 1 1 1 1 1 1 6 Desktop Publishing 1 1 1 1 1 1 6 Exploratory Electronics 1 1 1 1 4 Flight Simulation 1 1 1 1 1 1 6 Plastics 1 1 1 1 4 CO2 Raceway 1 1 1 1 4 3D Design and Construction 1 1 1 1 4

Radio Broadcasting 1 1 1 1 4 Web Development 1 1 1 1 1 1 4 Artificial Intelligence 1 1 1 1 4 Automation and Robotics 1 1 1 1 1 1 4 Auto Exploration 1 1 1 1 4 Aerodynamics 1 1 2 Animation 1 1 2 Applied Physics 1 1 2 Intro to Computers and Servicing 1 1 2

CNC Mill 1 1 2 Engineering and Stress 1 1 2 Exploring Electricity 1 1 2 Manufacturing Processes 1 1 2 Digital Video Prod. & Editing 1 1 2

Armdroid 5100 Robot 1 1 1 1 4 Armdroid 5150 Robot 1 1 2 Emco 55 Mill 1 1 2 Emco 55 Lathe 1 1 2

Note: Each module (including third party applications) must be licensed to run on two student workstations concurrently). Proposals must include appropriate licensing. Note in your bid which modules are site licensed (can run on all 28 student stations and one teacher workstation concurrently).

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 31

APPENDIX IV

Equipment Upgrades

Upgrades for Each High School Lab

Item Quantity Per Lab Pentium 4 Class Computers with flat-panel monitor, optical mouse, and keyboard 29 Headphones 31 Pentium 4 Class Laptop 1 Laptop Case/Bag 1 PC Speaker System 1 Yoke and Rudder Pedals District to Provide DVD Burner/CD-RW Burner 1 Scanner/Color printer combo District to Provide High-end networked color printer District to Provide Dust Collector 1 Ductwork for dust collection 1 12” Drill Press - Delta Model DP300 District to Provide 9” Band Saw District to Provide Dremel MultiPro Tool w/accessories District to Provide Airbrush Kit District to Provide Air Compressor District to Provide Safety Glasses District to Provide Starting Gates & Timing System District to Provide Wind Tunnel 1 Pick and Place Robotic Arm 1 SUMO-BOT Robotics Kit 3 BOE-BOT Robotics Kit 3 Technology Textbooks (must be included at no charge) 28 Technology Textbook (Instructor Edition) (must be included at no charge) 1

Assorted Hand Tool Set District to Provide Ceiling-mounted Data Projector District to Provide Wireless "pointing device" for slide presentations (data projector) District to Provide Large Screen for projection devices 1 DVD/VHS Combo Player District to Provide 13" TV Monitor District to Provide Sony DCR HC32 MiniDV Camcorder 2 Sony DSCS90 Cyber-Shot Digital Camera 2 Digital Scale District to Provide Mini-DV/S-VHS Combo Deck District to Provide Midi-Lathe w/extension bed District to Provide Planer District to Provide Jointer District to Provide Combination Locks for Student Storage Lockers District to Provide

Replacement locks for current furniture District to Provide

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 32

Upgrades for Each Middle School Lab

Item Quantity Per Lab Pentium 4 Class Computers with flat-panel monitor, optical mouse, and keyboard 29 Headphones 31 Pentium 4 Class Laptop 1 Laptop Case/Bag 1 PC Speaker System 1 Yoke and Rudder Pedals District to Provide DVD Burner/CD-RW Burner 1 Scanner/Color printer combo District to Provide Dust Collector 1

Ductwork for dust collection 1 8” Drill Press Delta Model DP200 District to Provide 9” Band Saw District to Provide Dremel MultiPro Tool w/accessories District to Provide Airbrush Kit District to Provide Air Compressor District to Provide Safety Glasses District to Provide Starting Gates & Timing System for CO2 Dragster District to Provide

Wind Tunnel 1 Armdroid 1000 Pick and Place Robotic Arm and accompanying hardware/software/peripherals 1 Stereo Receiver 1 Audio Cassette Decks 1 CD Changer 1 Audio Mixer 1 Microphones District to Provide

Desktop Microphone Stands District to Provide Lab Volt Replacement Electronics Desktop Trainer w/additional wires 1 DVD/VHS Combo Player District to Provide Technology Textbook (for student reference) (must be included at no charge) 28 Technology Text (Instructor Edition) (must be included at no charge) 1 Sony DCR HC32 MiniDV Camcorder 2 Sony DSCS90 Cyber-Shot Digital Camera 2

Carrying Case for Sony DCR HC32 2 Carrying Case for Sony DSCS90 2 Ceiling-mounted Data Projector District to Provide Digital Scale District to Provide 13" TV Monitor District to Provide Replacement locks for current furniture District to Provide Wireless "pointing device" for slide presentations (data projector) District to Provide Large Screen for projection devices District to Provide

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 33

APPENDIX V Furniture Upgrades

High School North

Qty

Description

2 Wall Work Station – CBL-84-2.M - 84”W x 24”D x 1-3/4”H Maple Top - (2) Double Door Base Cabinets Overall Size – 84”W x 24”D x 34”H

2 Wall Work Station – CBL-84-21.M - 84”W x 24”D x 1-3/4”H Maple Top - (7) Three Door Locker Base Cabinets - - Roughly 9” x 9” Openings - - No Reveal On Top Overall Size – 84”W x 24”D x 34”H

5 Modify Existing Student Stations - 42” x 42” x 1-1/4”H Laminate Top - (2) 42”W x 30”D Laminate Wing Tops - 3MM “T” Mold Edging - 3-1/4” Hole Grommets - Low Profile Metal Divider Panels

1 Corner Station – PC-20-3636-28T - 36” x 36” x 1-1/4”H Laminate Corner Top - 3MM “T” Mold Edging - 3-1/4” Hole Grommet - Center Pedestal Base - (2) PC Leg Bases Lower Modesty Panels Wire Management Trays Overall Size – 36” x 36” x 28”H

13 Student Station – PC-10-2436-28T - 36”W x 24”D x 1-1/4”H Laminate Top - 3MM “T” Mold Edging - 3-1/4” Hole Grommet - (2) PC Leg Bases - Lower Modesty Panel - Wire Management Tray Overall Size – 36”W x 24”D x 28”H

2 Wall Mounted Cabinet – DTW-1236-2400 - Double Door Cabinet - (3) Adjustable Shelves Overall Size – 36”W x 12”D x 24”H

14 CPU Shelf Kit – PC-CPUR 1 CPU Leg Kit – PC-CPURL

14 Keyboard Platform – DTKBT-200 29 Student Task Chairs w/casters & hydraulic adjust to lab height 1 24” D x 36” W Steel Open Shelf unit 2 48 slot plastic project tray storage cabinets

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 34 High School

Qty

Description

1 Wall Work Station – DTL-5AC - 1-3/4”H Maple Top - 30” Deep Base configuration to be determined upon ordering

2 Wall Work Station – DTL-8JAC - 1-3/4”H Maple Top - 30” deep Base configuration to be determined upon ordering

2 Wall Work Station – CBL-120-18.M - 120”W x 24”D x 1-3/4”H Maple Top - (9) Double Door Locker Base Cabinets Overall Size – 120”W x 24”D x 34”H

8 Wall Mounted Cabinet - DTW-1236-2400 - Double Door Cabinet - (3) Adjustable Shelves - Colors to be determined upon ordering Overall Size – 36”W x 12”D x 24”H

1 Base Cabinet for sink installation and appropriate stainless steel sink and plumbing (see GMI catalog pg. 8 for base cabinet reference) Left side: DTL-3028-0000 Right side: DTL-3028-2000 - include storage below sink (left side) and lockable access door - right side shall include 2 drawers and door (all lockable) - No back on cabinet and include inside mounting for

attachment to wall 3 Cork Board (36” x 48”) DT-CB2448 2 Corner Station – PC-20-3636-28T

- 36” x 36” x 1-1/4”H Laminate Corner Top - 3MM “T” Mold Edging - 3-1/4” Hole Grommet - Center Pedestal Base (2) PC Leg Bases Lower Modesty Panels Wire Management Trays Overall Size – 36” x 36” x 28”H

12 Student Station – PC-10-2436-28T - 36”W x 24”D x 1-1/4”H Laminate Top - 3MM “T” Mold Edging - 3-1/4” Hole Grommet - (2) PC Leg Bases - Lower Modesty Panel - Wire Management Tray Overall Size – 36”W x 24”D x 28”H

14 CPU Shelf Kit - PC-CPUR 1 CPU Leg Kit - PC-CPURL 1 GTV-9500B (Navy)

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 35

Qty Description

Wall Mounted Tool Cabinet - 60”W x 24”D x 36”H 1 WC3-3684

General Storage Cabinet w/casters 36”W x 24”D x 84”H 14 Keyboard Platform - DTKBT-200

1 Instructor Station – SRE-200FF - 96” x 72” “L” Shaped Laminate Top - 3MM “T” Mold Edging - 3-1/4” Hole Grommets - Center Pedestal Base - Pedestal Base near end of 96” panel (in place on base

cabinet) - (1) 2 Drawer/1 File Drawer - Lower Modesty Panels - Wire Management Trays Overall Size – 96” x 72” x 28”H

5 Modify Existing Student Stations - 42” x 42” x 1-1/4”H Laminate Top - (2) 42”W x 30”D Laminate Wing Tops - 3MM “T” Mold Edging - 3-1/4” Hole Grommets - Low Profile Metal Divider Panels

5 SRD-60 5' Round Laminate Top Work Tables w/laminate to match other lab furniture

28 Student Task Chairs - No casters 1 Small Media Cart w/casters

29 Student Task Chairs w/casters & hydraulic adjust to lab height 1 Wall-Mounted Dry Erase Board (4’ x 10’) 1 DT4824-2000

Base Cabinet for existing shop workbench (2 drawers and 2 doors) 1 DT-4824-0201-W

Base Cabinet for existing shop workbench (wired outlets, drawer, 2 doors)

Middle School North

Qty

Description

14 Modify Existing Student Stations - 42” x 42” x 1-1/4”H Laminate Top - (2) 42”W x 30”D Laminate Wing Tops - 3MM “T” Mold Edging - 3-1/4” Hole Grommets - Low Profile Metal Divider Panels

29 Student Task Chairs w/casters and hydraulic adjust to desk height

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 36 Middle School Central

Qty

Description

14 Modify Existing Student Stations - 42” x 42” x 1-1/4”H Laminate Top - (2) 42”W x 30”D Laminate Wing Tops - 3MM “T” Mold Edging - 3-1/4” Hole Grommets - Low Profile Metal Divider Panels

29 Student Task Chairs w/casters and hydraulic adjust to desk height Middle School South

Qty

Description

2 Wall Work Station – CBL-96-24.M - 120”W x 24”D x 1-3/4”H Maple Top - (8) Three Door Locker Base Cabinets - - Roughly 9” x 9” Openings - - No Reveal On Top Overall Size – 96”W x 24”D x 34”H

1 WC8-4884V Storage Cabinet - Double Door Base Cabinet - (4) Adjustable Shelves - (18) 14” x 19” Plastic Tote Overall Size – 48”W x 24”D x 84”H

8 Modify Existing Student Stations - 42” x 42” x 1-1/4”H Laminate Top - (2) 42”W x 30”D Laminate Wing Tops - 3MM “T” Mold Edging - 3-1/4” Hole Grommets - Low Profile Metal Divider Panels

6 Corner Work Station – GMT-100-84 - (1) 42” x 42” x 1-1/4”H Laminate Top - (2) 42”W x 30”D Laminate Wing Tops - 3MM “T” Mold Edging - 3-1/4” Hole Grommets - Low Profile Metal Divider Panels Center Pedestal Base (2) Leg Pedestal Bases Lower Modesty Panels

1 1 Instructor Station – SRE-200-FF - 96” x 72” “L” Shaped Laminate Top - 3MM “T” Mold Edging - 3-1/4” Hole Grommets - Center Pedestal Base - (1) File Drawer Base Cabinet - Base Cabinet – 2 drawers and door - Lower Modesty Panels

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 37

Qty

Description

- Wire Management Trays Overall Size – 96” x 72” x 28”H

29 Student Task Chairs w/casters and hydraulic adjust to desk height 1 Corkboard (36” x 48”) - DT-CB2448 1 CBL-120-3.M - Wall Work Station

29 1 CBL-120-22.M – Wall Work Station 3 Wall Mounted Cabinet – DTW-1236-2400

- Double Door Cabinet - (3) Adjustable Shelves Overall Size – 36”W x 12”D x 24”H

1 1 Instructor Station – SRE-200-FF 96” x 72” “L” Shaped Laminate Top 3MM “T” Mold Edging 3-1/4” Hole Grommets Center Pedestal Base (1) File Drawer Base Cabinet Base Cabinet – 2 drawers and door Lower Modesty Panels Wire Management Trays Overall Size – 96” x 72” x 28”H

29 Student Task Chairs w/casters and hydraulic adjust to desk height 1 Corkboard (36” x 48”) - DT-CB2448 1 CBL-120-3.M - Wall Work Station

1 1 CBL-120-22.M – Wall Work Station 3 Wall Mounted Cabinet – DTW-1236-2400

Double Door Cabinet (3) Adjustable Shelves Overall Size – 36”W x 12”D x 24”H

1 1 Instructor Station – SRE-200-FF 96” x 72” “L” Shaped Laminate Top 3MM “T” Mold Edging 3-1/4” Hole Grommets Center Pedestal Base (1) File Drawer Base Cabinet Base Cabinet – 2 drawers and door Lower Modesty Panels Wire Management Trays Overall Size – 96” x 72” x 28”H

29 Student Task Chairs w/casters and hydraulic adjust to desk height 1 Corkboard (36” x 48”) - DT-CB2448 1 CBL-120-3.M - Wall Work Station

3 1 CBL-120-22.M – Wall Work Station 3 Wall Mounted Cabinet – DTW-1236-2400

Double Door Cabinet (3) Adjustable Shelves Overall Size – 36”W x 12”D x 24”H

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 38 Middle School East

Qty

Description

1 Wall Work Station – CBL-120-30.M - 120”W x 24”D x 1-3/4”H Maple Top - (10) Three Door Locker Base Cabinets - - Roughly 9” x 9” Openings - No Reveal On Top Overall Size – 120”W x 24”D x 34”H

29 Student Task Chairs w/casters and hydraulic adjust to desk height

Note: All furniture shall be manufactured by Greene Manufacturing or equivalent

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 39

APPENDIX VI

Existing Modules and Equipment

High School, High School North, Middle School South, Middle School Central:

Item # Description TD40000-1C Aerodynamics TD40005-2C Automation & Robotics TD40007-2C CAD-IBM (w/Color inkjet printers) TD40008-2C Computer Graphic Design TD40013-0C Controls & Sensors TD40014-2C Desktop Publishing TD40015-1C Exploratory Electronics TD40016-0C Engineering & Stress Analysis TD40019-0C Flight Simulation TD40020-0C Fluid Power TD40022-0C Mechanical Power TD40023-0C Radio Broadcasting TD40039-0C Video Production & Digital Video Editing TD40027-0C Auto Exploration TD40029-0C CO2 Raceway TD40031-0C Space & Rocketry TD40349-00 Wall Murals (8’8”x13’8”) 40077-TD Hon Technology Chair GMT101.CT ¼ Green Manufacturing TD41600-10 ¼ Quad Instructor Station; Metal TD41004-00 Utility Table TD42000-10 TDMan Gradebook w/Printer TD41011-20 NetOP Management Software (20) TD42001-00 Laser/Video Package C4172A Classroom Printer – HP 2100TN

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 40 Middle School North:

Item # Description TD40000-1C Aerodynamics TD40027-0C Auto Exploration TD40005-2C Automation & Robotics TD40007-1C CAD-A-IBM TD40014-2C Desktop Publishing-IBM TD40016-0C Engineering & Stress Analysis TD40015-1C Exploratory Electronics TD40018-0C Fiber Optics & lasers TD40020-0C Fluid Power TD40022-0C Mechanical Power TD40023-0C Radio Broadcasting TD40031-0C Space & Rocketry TD42000-10 TDMAN – Instructor’s Management TD42001-00 Laser/Video Package TD42004-00 Student Resource Package Computer Network ¼ Quad Station w/4 Drawer Base (14 units) TD40077-TD Hon Technology Chair

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 41 Middle School East:

Item # Description TD40000-1C Aerodynamics TD40027-0C Auto Exploration TD40005-2C Automation & Robotics TD40007-1C CAD-A-IBM TD40014-2C Desktop Publishing-IBM TD40016-0C Engineering & Stress Analysis TD40015-1C Exploratory Electronics TD40018-0C Fiber Optics & lasers TD40020-0C Fluid Power TD40022-0C Mechanical Power TD40023-0C Radio Broadcasting TD40031-0C Space & Rocketry TD42000-10 TDMAN – Instructor’s Management TD42001-00 Laser/Video Package TD42004-00 Student Resource Package Computer Network ¼ Quad Station w/4 Drawer Base (14 units) TD40077-TD Hon Technology Chair

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 42

APPENDIX VII Technology Education Labs Agreement

L’ANSE CREUSE PUBLIC SCHOOLS

TECHNOLOGY EDUCATION LABS AGREEMENT

This TECHNOLOGY EDUCATION LABS AGREEMENT ("the Agreement") is made on the Effective Date, between , (hereinafter called “the Contractor”) whose address is , MI and L’ANSE CREUSE PUBLIC SCHOOLS (hereinafter called “the Owner”) whose address is 2390 S. Milford Road, Highland, MI 48357. RECITALS A. The Contractor will provide the Owner with the necessary components, installation and testing for fully

functioning Technology Education Lab equipment (herein called “the Systems”) as contemplated in the Request for Proposal.

B. The Owner desires to obtain Technology Education Lab equipment and associated Services from the

Contractor upon the terms and conditions set forth herein and in the Request for Proposal, Contractor’s response to the RFP, and subsequent clarifications.

C. The Contractor shall supply all equipment, materials, technology, and other related Services

necessary to accomplish the requirements set forth in the Request for Proposal and the Contractor’s response to the Request for Proposal. Parties agree that where there is a conflict between terms of this Agreement and the information presented in the referenced Contract Documentation, this Agreement shall take precedence. The order of precedence has been set forth in Paragraph 1.1. The parties also agree that where there is not a conflict between this Agreement and the information presented in the referenced Contract Documentation, that all terms and conditions in the Request for Proposal and the Contractor’s response to the RFP shall be incorporated by reference into the Agreement and shall be binding upon all parties to the Agreement.

D. Owner and the Contractor each bind themselves, their partners, successors, and other legal

representatives to all covenants, agreements, and obligations contained in this Agreement.

E. It is expressly agreed that the Contractor is not an agent of Owner but an independent contractor. The Contractor shall not pledge or attempt to pledge the credit of Owner or in any other way attempt to bind the Owner.

NOW, THEREFORE, IN CONSIDERATION FOR THE FOREGOING AND THE MUTUAL COVENANTS SET FORTH HEREIN, THE PARTIES HERETO AGREE AS FOLLOWS: 1. DEFINITIONS AND EXHIBITS

1.1. Contract Documentation. “Contract Documentation” shall mean (i) this Agreement, (ii) bid bulletins and clarifications attached hereto and the Owner’s Request for Proposal (RFP) dated September ____________, (iii) the Contractor’s response to the RFP dated , 2005, and (iv) the Implementation Schedule.

1.2. Documentation. "Documentation" shall mean (i) all written materials or information relating to the

Systems or its operation, including without limitation, user-oriented and technical operation, reference and training manuals and (ii) the documentation as outlined in the Contract Documentation.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 43

1.3. Effective Date. "Effective Date" shall mean the last date on which both parties hereto have executed this Agreement.

1.4. Purchase Price. "Purchase Price" shall mean the aggregate amount payable by the Owner for (i)

the purchase of the Systems and (ii) the Services to be provided by the Contractor in accordance with the RFP and the Contractor’s response to the RFP. The Purchase Price is inclusive of all taxes, shipping, handling, material bond, payment bond, performance bonds and insurance.

1.5. Services. All installation, site work, testing, debugging, and acceptance testing activities.

1.6. Sites. Sites shall mean the locations set forth in the Contract Documentation.

1.7. Incorporation by Reference. The Contractor shall supply equipment, wiring, technology, training,

and other related services adequate to accomplish the requirements as set forth in the Request for Proposals and the Contractor response to the Request for Proposals. Parties agree that where there is a conflict between terms of this Agreement and the information presented in the referenced documents, this Agreement shall take precedence. The parties also agree that where there is not a conflict between this Agreement and the information presented in the referenced documents, of the terms, conditions and offers presented in the Contractor's proposal shall herein be included to this Agreement and shall be binding upon all parties to the Agreement.

1.8. Vendor as Independent Contractor. It is expressly agreed that the Contractor is not an agent of

the Owner but an independent contractor. The Contractor shall not pledge the credit of Owner or in any other way attempt to bind the Owner.

2. TURNKEY SOLUTION

2.1. Turnkey Solution. This Agreement and the other Contract Documentation set forth the terms and conditions upon which the Contractor will provide a "turnkey" solution for installation and operation of the Systems for use by the Owner. The Contractor agrees that it will provide a complete "Turnkey Solution" to the Owner. The Contractor shall be responsible for the successful installation, acceptance testing and Documentation of the Systems as detailed in the Contract Documentation.

2.2. The Contractor’s Obligation. In consideration of the payment of the Purchase Price, it is agreed

and understood that the Contractor shall be obligated to provide the following products and Services, subject to the terms and conditions set forth herein and in the Contract Documentation:

General Terms and Conditions (Section A of the RFP) Vendor Information (Section B of the RFP) Technology Education Labs (Section C of the RFP)

Installation and Acceptance (Section A and C of the RFP) Warranties (Sections A and C of the RFP) Compliance (Section E)

2.3. Guarantee. Contractor will guarantee its design, operation, and functionality of the Systems, in accordance with the Contract Documentation.

2.4. Walk-Through. Contractor has had an opportunity to review each Site and acknowledges that it

has no concerns with its proposed design that would prohibit Contractor from guaranteeing the installation and operation of the Systems, as contemplated in the Contract Documentation.

2.5. Complete Solution. Contractor will supply all labor, materials, Services and equipment necessary to have the Systems in accordance with the Purchase Price set forth in Section 3.1.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 44

The Contractor represents and warrants that the purchase of the Systems and installation Services provided to the Owner will constitute a fully operational solution as contemplated by the Contract Documentation.

3. PAYMENT

3.1. Purchase Price. The Contractor agrees to sell to the Owner and the Owner agrees to purchase the Systems upon the terms and conditions set forth in this Agreement at a price not to exceed:

Base bid $___________

Options $___________

TOTAL $___________

3.2. Payment Terms: Payment shall be in accordance to the following schedule:

(A) Progress billing can be submitted monthly for labor-to-date expended by the Contractor and/or equipment that is delivered, and installed, based on a mutually agreed upon percentage of completion between the Owner and the Contractor. Total progress payments and the down payment shall not exceed 90% of the total Purchase Price. Progress billings shall reflect the 10% retainage referenced below.

(C) 10% of the total Purchase Price will be held as retainage, payable within 30 days of final

acceptance of the completed Systems by the Owner or its designated representative.

3.3. Request for Payment. The Contractor shall submit to the Owner’s project coordinator the standard AIA Application for Payment forms upon completion of the payment terms referenced in Paragraph 3.2 above. Approved invoices shall be paid within forty-five (45) days from date of approval of the invoice. In the event of disputes and invoice is not approved, Owner shall notify Contractor within twenty (20) days of receipt of the invoice.

3.4. Taxes. The Purchase Price is inclusive of any applicable taxes. The Owner, however, is a tax

exempt entity except if the project makes additions and/or enhancements to real property. 3.6 Performance Bonds. The Owner will require the Contractor to provide a performance bond and a

labor and materials payment bond upon award of this Agreement in a form acceptable to the Owner. The bonds shall be equal in amount to the total Purchase Price. The Surety of the bonds shall remain in effect until all acceptances of purchased hardware, software, and Services have been accepted by the Owner. In the event that the Contractor fails to perform its obligations under any contract between the Contractor and the Owner, the bond shall be paid to the Owner. The Contractor further agrees to save and hold harmless Owner and agents from all liability and damages of every description in connection with any subsequent contracts with any third parties. The Contractor shall submit the bonds to Bob Burke, L’Anse Creuse Public Schools, within two weeks of the Effective Date of this Agreement or prior to the start of work, whichever comes first. The cost of said bonds is included in the Purchase Price referenced in Section 3.1.

3.7 Purchase Quantities. The Owner reserves the right to adjust upward by two (2) times, or

downward by twenty five (25%) percent, the quantities of items purchased without altering the unit purchase price upon award and throughout the contract period until final acceptance of the project.

3.8 Payment Disputes. Disputes regarding requests for payments will be communicated to Contractor by Owner, in writing, within ten (10) days of the receipt of invoice. Payments will not be delayed unless Contractor is unable to resolve the matter to Owner’s satisfaction ten (10) days prior to payment due date.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 45 4. INSTALLATION AND ACCEPTANCE

4.1 Installation Plan. The Contractor shall install the Systems in accordance with the implementation schedule contained in the RFP.

4.2 Project Manager. The Contractor designates ___________ as on-site Project Manager for the

duration of the project. Project Management will be within the guidelines as defined in the RFP.

4.3 Legal Compliance. The Contractor shall comply fully with all federal, state, and local laws, statutes, ordinances, rules, regulations and codes applicable to the work performed as well as all applicable provision of the Occupational Safety and Health Act. This includes, but is not limited to, prevailing wage and fringe benefit rates as specified in Michigan’s Prevailing Wage Act, MCL 408.551 et. seq., as applicable. The Contractor shall be responsible for adhering to all local and state fire codes and shall be responsible for firestopping all penetrations utilized.

4.4 Employee Qualification. All Contractor employees shall be thoroughly experienced in the

particular class of work in which they are employed In the event that an employee of the Contractor is, in the opinion of the Owner, uncooperative,

inept, incompetent, or otherwise unacceptable, the Contractor agrees to remove such person from responsibility in the project and assign a temporary replacement within 24 hours. In the event of such a removal, the Contractor shall, within ten (10) days, fill this representative vacancy with a permanent replacement. Regardless of whom the Contractor has designated as the representative, the Contractor organization remains the ultimate responsible party for performing the tasks and responsibilities presented in this Agreement.

4.5 Status Meetings. The Contractor shall coordinate regular status meetings between the Owner,

Project Coordinator and the Contractor Project Manager as identified in the RFP, at which time a list of open items with targeted responsibility and due dates will be established.

4.6 Access to Sites. The Contractor will coordinate access to the Sites per the procedures outlined

by the Owner. 4.7 Compliance with OSHA. Contractor shall comply with all applicable provisions of the

Occupational Safety and Health Act throughout the duration of the project. Contractor shall also comply with all applicable laws, statutes, regulations, ordinances, codes, orders, rules, and regulations in existence as of the date of this Agreement.

4.8 Testing. The Contractor shall perform all testing as to meet the specifications identified in the

RFP and applicable bulletins. 4.9 Documentation. The Contractor shall provide all Documentation as required in the RFP and

applicable bulletins. 4.10 Site Damage. The Contractor shall be responsible for restoring the physical Site to its original

status. The Owner shall determine whether the Contractor shall remedy the damage or a third party shall remedy the damage, to be compensated by the Contractor.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 46 5. WARRANTY

5.1 Warranties on Equipment.

(A) The Contractor shall provide all warranties as identified in the RFP and the Contractor’s response to the RFP and all applicable bulletins and clarifications. All warranties are effective from the date of final Systems Acceptance.

5.2 The Contractor Representations and Warranties. In addition to the warranties set forth above, the

Contractor represents and warrants that:

(A) The Contractor possesses full power and authority to enter into this Agreement and to fulfill its obligations hereunder; and

(B) The performance of the terms of this Agreement and of the Contractor’s obligations

hereunder shall not breach any separate agreement by which the Contractor is bound. (C) The Contractor is financially sound to perform its obligations hereunder, and agrees that

any material adverse change in such status shall be immediately communicated in writing to the Owner.

5.3 Warranty of Fitness for a Particular Purpose. The Owner has presented detailed technical

specifications of the particular purpose for which the network and technology is intended. The Owner has provided detailed descriptions and criteria of how the System can be defined to accomplish the particular purpose. The Owner has also defined the exact procedures and techniques to be employed in testing whether the Systems have achieved the defined performance of this particular purpose. Given this advanced preparation concerning, and documentation about the Owner's particular purpose, the Contractor at the time this Agreement is in force has (1) reason and opportunity to know the particular purpose for which products are required, and (2) that the Owner is relying on the Contractor’s experience and knowledge of these products to provide those which are most suitable and appropriate. Therefore, the Contractor warrants that the Systems is fit for the purposes for which it is intended as described in the Contract Documentation.

5.4 Warranty. The Contractor warrants that all components provided under this Agreement, whether

installed initially or under subsequent purchase orders, shall be: newly manufactured equipment or assembled from newly manufactured parts; approved by Underwriter's Laboratories; and, will be free from defects in workmanship or material for a for the period required in each section of this RFP from the date of final system acceptance, contractor’s response to the RFP, and all bulletins and clarifications from the date of final Systems Acceptance. The warranty period should be a minimum of 36 months, during which, the Contractor shall furnish all new replacement parts, shipping costs, repaired parts, service labor, travel costs, and other repair costs at no cost to the Owner. At the conclusion of the warranty period, the Owner will consider Contractor support under a separate maintenance agreement.

5.5 Acceptance of Installation.

(A) Within thirty (30) days of receipt of written notice from Contractor that installation, and testing of the Systems are completed, Owner shall either accept or reject such Systems by written notice to Contractor. Failure to give written notice of acceptance or rejection of Systems within thirty (30) day period shall constitute acceptance. Any rejection shall expressly state the deficiencies giving rise to the rejection. Upon rejection of the Systems by Owner, the Owner shall provide Contractor with reasonable access to correct deficiencies identified, which correction shall be completed within ten (10) days of the date

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 47

of access. Upon correction, Contractor again shall provide written notice to Owner that installation and testing is completed and the acceptance/ rejection process set forth above shall be repeated. This procedure shall continue until the installation of the Systems are accepted or finally rejected by Owner, at Owner’s discretion.

(B) The Owner may choose to defer Systems training for up to 60 days from the time of written

notification from Contractor that installation and testing of the Systems are completed. If Systems training is deferred by more than 14 days from said written notice, then Acceptance shall commence in accordance with 5.5A above. In this instance, upon final Acceptance of the Systems, retainage shall be reduced from 10% to 3% until training is completed.

(C) Upon final rejection by Owner of the Systems, Owner may without prejudice to any other

rights or remedies of Owner and after giving Contractor and Contractor’s surety seven (7) days written notice, terminate this Agreement with the Contractor and may, subject to any prior rights of the surety take possession of the materials and finish the project by whatever method Owner may deem expedient. When Owner terminates this Agreement pursuant to this section, Contractor shall not be entitled to receive further payment until the project is finished. If the unpaid balance of the contract sum exceeds costs of finishing the project, such excess shall be paid to Contractor. If such costs exceed the unpaid balance, Contractor shall pay the difference to Owner. Nothing in Section 5.5 shall be construed to limit Owner’s remedies under any warranty set forth below with respect to Systems.

5.6 Final Acceptance of the Systems. The System, or portions thereof, proposed shall be defined to

be finally accepted by Owner after the installation of the equipment, training, and successful completion of the following performance examinations: system hardware examination, performance examination, system functional competence examination, system capacity examination, full-load processing capacity examination, system availability examination, approval of as-builts, training, and system documentation. The Owner or Owner’s Representative shall be the sole judge of whether all conditions for final acceptance criteria have been met.

6. TERMINATION

6.1 Right to Terminate on Breach. Each party shall have, in addition to all other remedies available to it, the right to terminate this Agreement immediately upon written notice to the other party that the other party has committed a material breach of any of its obligations herein and such material breach shall not have been cured or corrected within ten (10) days following written notice of the same.

6.2 Events upon Termination. Upon termination of this Agreement by either party for breach or

default of the other party, each party shall be entitled to exercise any other right, remedy or privilege which may be available to it under applicable law or proceed by appropriate court action to enforce the terms of the Agreement or to recover damages for the breach of this Agreement. Upon termination of this Agreement, the Contractor shall immediately provide the Owner with all current drawings and Documentation regarding this project.

7. GENERAL

7.1 Risk of Loss. The Contractor assumes all risk of loss or damage to the Equipment prior to Acceptance. Title to the Equipment will pass at that time.

Delivery shall be made in accordance with the implementation schedule referenced as part of this Agreement. It will be possible to allow for minor variances from this implementation schedule as mutually agreed upon by both parties and confirmed by prior written notice. The equipment shall be installed and placed into good working order by representatives of the Contractor. During the time period where the equipment is in transit and until the equipment is fully installed in good

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 48

working order, the Contractor and its insurer shall be responsible for the equipment and relieve the Owner of responsibility for all risk or loss or damage to the equipment. In addition, Contractor shall hold the Owner and agents harmless from any risk of loss or damage arising out of occurrences during the installation of the equipment.

7.2 Governing Law. This Agreement shall be construed in accordance with, and its performance

governed by, the laws of the State of Michigan. 7.3 Assignment. This Agreement and any interest herein may not be assigned or transferred, in

whole or in part, by either party without the prior written consent of the other party, and any assignment or transfer without such consent shall be null and void.

7.4 Severability. If any provision of this Agreement is held invalid or unenforceable, the remainder of

this Agreement shall nevertheless remain in full force and effect. If any provision is held invalid or unenforceable with respect to particular circumstances, it shall nevertheless remain in full force and effect in all other circumstances.

7.5 Force Majeure. Timely performance is essential to the successful implementation and ongoing

operation of the project described herein. Time is of the essence. However, neither party shall be liable for any loss or damage suffered by the other party, directly or indirectly, as a result of the first party's failure to perform, or delay in performing, any of its obligations contained in this Agreement (except any obligations to make payments hereunder), where such failure or delay is caused by circumstances beyond the first party's control or which make performance commercially impracticable, including but not limited to, fire, flood, storm or other natural disaster, explosion, accident, war, riot, civil disorder, governmental regulations or restrictions of any kind or any acts of any government, judicial action, power failure, acts of God or other natural circumstances.

Force majeure shall not excuse performance unless:

(a) Within three (3) calendar days of the occurrence of force majeure, the party whose

performance is delayed thereby shall provide the other party or parties with written notice explaining the cause and extent thereof, as well as a request for a time extension equal to the estimated duration of the force majeure events.

(b) Within seven (7) calendar days after the cessation of the force majeure event, the party

whose performance was delayed shall provide the other party written notice of the time at which force majeure ceased and a complete explanation of all pertinent events pertaining to the entire force majeure situation.

Under no circumstances shall delays caused by a force majeure extend beyond one hundred-twenty (120) days from the scheduled delivery or completion date of a task, unless prior to the one hundred-twenty (120) days written notice of an extension of time is received by the other party. Failure to secure this written prior permission, even in the case of force majeure, shall constitute default by the party failing to meet the requirement.

7.5.1 Right of cancellation - either party shall have the right to cancel the agreement if force majeure suspends performance of scheduled tasks by one or more parties for a period of one hundred-twenty (120) or more days from the scheduled date of the task. If a cancellation due to a force majeure occurs before title passes to the owner, the contractor may keep any parts of the systems as it can salvage, but must remove same at its own expense. If cancellation occurs due to a force majeure after title passes to the owner, the systems shall remain with the owner and the contractor shall be entitled to any such payments as have accrued according to the payment schedule.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 49

7.6 Entire Agreement. This Agreement, including the contract documentation, constitutes the entire agreement between the parties, supersedes all previous agreements, written or oral, and there are no understandings, representations or warranties of any kind, express, implied or otherwise, not expressly set forth or referenced herein.

7.7 Non-Waiver and Modification. Waiver by either party of any default or breach of any provision of

this Agreement by the other party shall not be construed as a waiver of any subsequent default or breach. No extension of time for payment or other accommodation granted to a party shall operate as a waiver of any of its rights under this Agreement. No provision of this Agreement may be modified by a party without the prior written consent of the other party.

7.8 Insurance.

To the fullest extent permitted by law, the Contractor agrees to defend, pay on behalf of, indemnify, and hold harmless L’Anse Creuse Public Schools, its elected and appointed officials, employees and volunteers and others working on behalf of L’Anse Creuse Public Schools against any and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages which may be asserted, claimed or recovered against or from L’Anse Creuse Public Schools, its elected and appointed officials, employees, volunteers or others working on behalf of L’Anse Creuse Public Schools, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this contract.

Workers’ Compensation Coverage: The Contractor shall procure and maintain during the life of this contract, Workers’ Compensation Insurance, including Employer’s Liability Coverage, in accordance with all applicable statutes of the State of Michigan.

Commercial General Liability Insurance: The Contractor, at the Contractor’s sole cost and expense, shall procure and maintain during the life of this contract, Commercial General Liability Insurance on an “Occurrence Basis” with limits of liability not less than one million dollars ($1,000,000) per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury, and Property Damage. Coverage shall include the following features: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent; (E) Deletion of all Explosion, Collapse and Underground (XCU) Exclusions, if applicable; (F) Per contract aggregate.

Motor Vehicle Liability: The Contractor, at the Contractor’s sole cost and expense, shall procure and maintain during the life of this contract, Motor Vehicle Liability Insurance, including applicable No-fault coverages, with limits of liability of not less than $1,000,000 per occurrence combined single limit Bodily Injury and Property Damage. Coverage shall include all owned vehicles and all hired vehicles.

Additional Insured: The following shall be named Additional Insureds: L’Anse Creuse Public Schools, and including all elected and appointed officials, all employees and volunteers, all boards, commissions and/or authorities and their board members, employees, and volunteers.

This coverage shall be primary to the Additional Insureds, and not contributing with any other insurance or similar protection available to the Additional Insured, whether other available coverage be primary, contributing or excess.

Notice of Cancellation or Change: Workers’ Compensation Insurance, Commercial General Liability Insurance and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating the following: “Sixty (60) days Advance Written Notice of Cancellation or Non-Renewal shall be sent to: Robert Burke, L’Anse Creuse Public Schools, 36727 Jefferson Avenue, Harrison Township, Michigan, 48045.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 50

Proof of Insurance Coverage: The contractor shall provide the District at the time the contracts are returned for execution, Certificates of Insurance and/or policies, acceptable to the District, as listed below:

f. Two (2) copies of Certificate of Insurance for Worker’s Compensation Insurance;

g. Two (2) copies of Certificate of Insurance for Commercial General Liability Insurance;

h. Two (2) copies of Certificate of Insurance for Vehicle Liability Insurance;

i. Original Policy, or binder pending issuance of policy, for Owners Contractors Protective Liability Insurance;

j. If so requested, certified copies of all policies shall be furnished.

Continuation of Coverage: If any of the above coverage’s expire during the term of this contract, the Contractor shall deliver renewal certificates and/or policies to L’Anse Creuse Public Schools at least ten (10) days prior to the expiration date.

Failure to comply: Failure to comply with the insurance requirements contained in this contract shall constitute a material violation and breach of the contract and may result in termination of the contract. Material stored off-site shall not be covered under the Owner’s property insurance unless the payment terms specifications assume responsibility for coverage by the owner’s property insurance.

7.9 Survival. All duties and responsibilities of any party that, either expressly or by their nature,

extend into the future, shall extend beyond and survive the end of the contract term or cancellation of this Agreement.

7.10 General Indemnification. To the fullest extent permitted by law, the Contractor agrees to defend,

pay on behalf of, indemnify, and hold harmless L’Anse Creuse Public Schools, its elected and appointed officials, employees and volunteers and others working on behalf of L’Anse Creuse Public Schools against any and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages which may be asserted, claimed or recovered against or from L’Anse Creuse Public Schools, its elected and appointed officials, employees, volunteers or others working on behalf of L’Anse Creuse Public Schools, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this contract. Owner agrees to notify Contractor by certified mail, return receipt requested, immediately upon knowledge of any claim, suit, action, or proceeding for which it may be entitled to indemnification under this Agreement. Contractor shall have the right, but not the obligation, to control the defense of any such claim. Owner agrees to provide reasonable assistance to Contractor, at Contractor’s expense, in defense of same.

7.11 Shipping of Equipment. All shipping and insurance costs to and from the site shall be included in

the Contractor's proposal. All payments to shipping agents and for insurance fees shall be made directly by the Contractor. The Owner shall make no payments to any firm concerning the shipment, installation, and delivery of equipment which is not a part of this Agreement and for which exact payments are not described. Contractor shall be responsible for all arrangements for the shipment and receipt of equipment to Owner's prepared site. The Contractor shall provide all properly trained representatives to unpack all items of equipment and place this equipment in the proper locations. The Contractor shall also be responsible for removal of all debris and packing materials from the site resulting from the installation of the equipment. The Owner, at its option, may require the Contractor to provide certificates describing, to the satisfaction of the Owner, evidence of proper (as required by the State of Michigan) worker's compensation and liability

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 51

insurance for all Contractor staff and representatives involved in the installation of the computer equipment and software. The Owner shall be named as an additional insured and as the Certificate Holder for all work under this Agreement.

7.12 Non-Waiver of Agreement Rights. It is the option of any party to the Agreement to grant

extensions or provide flexibilities to the other party in meeting scheduled tasks or responsibilities defined in the Agreement. Under no circumstances, however, shall any parties to the Agreement forfeit or cancel any right presented in the Agreement by delaying or failing to exercise the right or by not immediately and promptly notifying the other party in the event of a default. In the event that a party to the Agreement waives a right, this does not indicate a waiver of the ability of the party to, at a subsequent time, enforce the right. The payment of funds to the Contractor by Owner should in no way be interpreted as acceptance of the Systems or the waiver of performance requirements.

7.13 Patents, Copyrights and Proprietary Rights Indemnification. The Contractor, at its own expense,

shall completely and entirely defend the Owner from any claim or suit brought against the Owner arising from claims of violation of United States patents or copyrights resulting from the Contractor or the Owner use of any equipment, technology, documentation, and/or data developed in connection with the services and products described in this Agreement. . The Owner will provide the Contractor with a written notice of any such claim or suit. The Owner will also assist the Contractor, in all reasonable ways, in the preparation of information helpful to the Contractor in defending the Owner against this suit.

In the event that the Owner is required to pay monies, in defending such claims, resulting from the Contractor being uncooperative or unsuccessful in representing the Owner’s interest, or in the event that the Owner is ordered to pay damages as a result of a judgment arising out of an infringement of patents and/or copyrights, Contractor agrees to fully reimburse for all monies expended in connection with these matters. The Owner retains the right to offset against any amounts owed Contractor any such monies expended by the Owner in defending itself against such claims. Should a court order be issued against the Owner restricting the Owner's use of any product, of a claim, and should the Contractor determine not to further appeal the claim issue, at the Owner’s sole option the Contractor shall provide, at the Contractor’s sole expense, the following:

(a) Purchase for the Owner the rights to continue using the contested product(s), or (b) Provide substitute products to the Owner which are, in the Owner’s sole opinion, of equal

or greater quality.

(c) Refund all monies paid to the Contractor for the product(s) subject to the court action. The Contractor shall also pay to the Owner all reasonable related losses related to the product(s) and for all reasonable expenses related to the installation and conversion to the new product(s).expenses related to the installation and conversion to the new product(s).

7.14 Nondiscrimination by Contractor or Agents of Contractor. Neither the Contractor nor anyone with

whom the Contractor shall contract shall discriminate against any person employed or applying for employment concerning the performance of the Contractor responsibilities under this Agreement. This discrimination prohibition shall apply to all matters of initial employment, tenure and terms of employment, or otherwise with respect to any matter directly or indirectly relating to employment concerning race, color, sex, religion, age, national origin, or ancestry. A breach of this covenant may be regarded as a default by the Contractor of this Agreement.

7.15 Subcontractors. When using any subcontractors not stated in the Contractor’s response to the

RFP, the Contractor must obtain written prior approval from the Owner for activities or duties to

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 52

take place at the Owner’s site. In using subcontractors, the Contractor agrees to be responsible for all their acts and omissions to the same extent as if the subcontractors were employees of the Contractor.

7.16 Effect of Regulation. Should any local, state, or national regulatory authority having jurisdiction

over the Owner enter a valid and enforceable order upon the Owner which has the effect of changing or superseding any term or condition of this Agreement, such order shall be complied with, but only so long as such order remains in effect and only to the extent actually necessary under the law. In such event, this Agreement shall remain in effect, unless the effect of the order is to deprive the Owner of a material part of its Agreement with the Contractor. In the event this order results in depriving the Owner of materials or raising their costs beyond that defined in this Agreement, the Owner shall have the right to rescind all or part of this Agreement (if such a rescission is practical) or to end the Agreement term upon thirty (30) days written prior notice to the Contractor. Should the Agreement be terminated under such circumstances, the Owner shall be absolved of all penalties and financial assessments related to cancellation of the Agreement.

7.17 Non-Collusion Covenant. The Contractor hereby represents and agrees that it has in no way

entered into any contingent fee arrangement with any firm or person concerning the obtaining of this Agreement. In addition, the Contractor agrees that a duly authorized Contractor representative will sign a non-collusion affidavit, in a form acceptable to Owner, that the Contractor firm has received from Owner no incentive or special payments, or considerations not related to the provision of Systems and Services described in this Agreement.

7.18 Venue. Any disputes shall only be heard in the Oakland County Courts in the State of Michigan.

IN WITNESS WHEREOF, the parties have executed this Agreement to be effective as of the date first set forth above. OWNER: L’ANSE CREUSE PUBLIC SCHOOLS CONTRACTOR: BY: BY: TITLE: TITLE: DATE: ____________________________ DATE:

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 53

APPENDIX VIII Prevailing Wages Requirements

4.9 REQUIREMENTS OF

MICHIGAN PUBLIC ACT 166 OF 1965, PREVAILING WAGES ON STATE PROJECTS

The Michigan Department of Labor & Economic Growth determines prevailing rates pursuant to the Prevailing Wage Law, Act 166, P.A. of 1965. The purpose of establishing prevailing rates is to provide rates of pay for workers on construction projects for which the state or a school district is the contracting agent and which is financed or financially supported by the state. By law, prevailing rates are compiled from the rates contained in collectively bargained agreements which cover the locations of the state projects. The attached prevailing rates provide an hourly rate which INCLUDES wage and fringe benefit totals for designated construction mechanic classifications. The overtime rates also include wage and fringe benefit totals. Please pay special attention to the overtime and premium pay requirements. The prevailing rate may be satisfied by payment in cash or payment in cash and credit for fringe benefits paid in cash or on behalf of a worker or fringe benefits provided to a worker.

State of Michigan responsibilities under the law: • The department establishes the prevailing rate for each classification of construction mechanic

requested by a contracting agent prior to contracts being let out for bid on a state project.

Contracting agent responsibilities under the law: • If a contract is not awarded or construction does not start within 90 days of the date of the issuance of

rates, a re-determination of rates must be requested by the contracting agent.

• Rates for classifications needed but not provided on the Prevailing Rate Schedule, including rates for registered apprentices, must be obtained prior to contracts being let out for bid on a state project.

• The contracting agent, by written notice to the contractor and the sureties of the contractor known to the contracting agent, may terminate the contractor's right to proceed with that part of the contract, for which less than the prevailing rates of wages and fringe benefits have been or will be paid, and may proceed to complete the contract by separate agreement with another contractor or otherwise, and the original contractor and his sureties shall be liable to the contracting agent for any excess costs occasioned thereby.

Contractor responsibilities under the law: • Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place,

a copy of all prevailing wage and fringe benefit rates prescribed in a contract.

• Every contractor and subcontractor shall keep an accurate record showing the name and occupation of and the actual wages and benefits paid to each construction mechanic employed by him in connection with said contract. This record shall be available for reasonable inspection by the contracting agent or the department.

• Each contractor or subcontractor is separately liable for the payment of the prevailing rate to its employees.

• The prime contractor is responsible for advising all subcontractors of the requirement to pay the prevailing rate prior to commencement of work.

• The prime contractor is secondarily liable for payment of prevailing rates that are not paid by a subcontractor.

• A construction mechanic shall only be paid the apprentice rate if registered with the United States Department of Labor, Bureau of Apprenticeship and Training and the rate is included in the contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 54 Enforcement: A person who has information of an alleged prevailing wage violation on a state project may file a complaint with the Wage and Hour Division. The department will investigate and attempt to resolve the complaint informally.

Executive Order Number 2003-001 requires that contractors doing business with the State of Michigan be in compliance with state and federal law. A violation of Act 166 of 1965, as amended, the Prevailing Wages on State Projects act or Act 390 of 1978, as amended, the Payment of Wages and Fringe Benefits Act, may result in the debarment of a contractor from being awarded a contract for the provision of goods and services to the State of Michigan for a period of up to eight (8) years.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 55

APPENDIX IX Engineers – Classes of Equipment List

UNDERGROUND ENGINEERS HAZARDOUS WASTE ABATEMENT ENGINEERS CLASS I Backfiller Tamper, Backhoe, Batch Plant Operator, Clam-Shell, Concrete Paver (2 drums or larger), Conveyor Loader (Euclid type), Crane (crawler, truck type or pile driving), Dozer, Dragline, Elevating Grader, End Loader, Gradall (and similar type machine), Grader, Power Shovel, Roller (asphalt), Scraper (self propelled or tractor drawn), Side Broom Tractor (type D-4 or larger), Slope Paver, Trencher (over 8’ digging capacity), Well Drilling Rig, Mechanic, Slip Form Paver. 4.10

4.11 CLASS II

Boom Truck (power swing type boom), Crusher, Hoist, Pump (1 or more 6" discharge or larger gas or diesel powered by generator of 300 amps or more, inclusive of generator), Side Boom Tractor (smaller than type D-4 or equivalent), Sweeper (Wayne type and similar equipment), Tractor (pneu-tired, other than backhoe or front end loader), Trencher (8’ digging capacity and smaller). 4.12

4.13 CLASS III

Air Compressors (600 cfm or larger), Air Compressors (2 or more less than 600 cfm), Boom Truck (non-swinging, non-powered type boom), Concrete Breaker (self-propelled or truck mounted, includes compressor), Concrete Paver (1 drum, ½

CLASS I

Backhoe, Batch Plant Operator, Clamshell, Concrete Breaker when attached to hoe, Concrete Cleaning Decontamination Machine Operator, Concrete Pump, Concrete Paver, Crane Crusher, Dozer, Elevating Grader, Endloader, Farm Tractor (90 h.p. and higher), Gradall, Grader, Heavy Equipment Robotics Operator, Loader, Pug Mill, Pumpcrete Machines, Pump Trucks, Roller, Scraper (self-propelled or tractor drawn), Side Boom Tractor, Slip Form Paver, Slop Paver, Trencher, Ultra High Pressure Waterjet Cutting Tool System Operator, Vactors, Vacuum Blasting Machine Operator, Vertical Lifting Hoist, Vibrating Compaction Equipment (self-propelled), and Well Drilling Rig. CLASS II

Air Compressor, Concrete Breaker when not attached to hoe, Elevator, End Dumps, Equipment Decontamination Operator, Farm Tractor (less than 90 h.p.), Forklift, Generator, Heater, Mulcher, Pigs (Portable Reagent Storage Tanks), Power Screens, Pumps (water), Stationary Compressed Air Plant, Sweeper, and Welding Machine.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 56

UNDERGROUND ENGINEERS HAZARDOUS WASTE ABATEMENT ENGINEERS yard or larger), Elevator (other than passenger), Maintenance Man, Mechanic Helper, Pump (2 or more 4" up to 6" discharge, gas or diesel powered, excluding submersible pump), Pumpcrete Machine (and similar equipment), Wagon Drill Machine, Welding Machine or Generator (2 or more 300 amp or larger, gas or diesel powered). 4.14

4.15 CLASS IV

Boiler, Concrete Saw (40HP or over), Curing Machine (self-propelled), Farm Tractor (w/attachment), Finishing Machine (concrete), Firemen, Hydraulic Pipe Pushing Machine, Mulching Equipment, Oiler (2 or more up to 4", exclude submersible), Pumps (2 or more up to 4" discharge if used 3 hrs or more a day-gas or diesel powered, excluding submersible pumps), Roller (other than asphalt), Stump Remover, Vibrating Compaction Equipment (6’ wide or over), Trencher (service).

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 57

APPENDIX X Prevailing Wages

State of Michigan Wage and Hour Division Department of Labor and Economic Growth 7150 Harris Drive PO Box 30476 Lansing, MI 48909-7976 Official Request 1032 Telephone: 517-322-1825 Requestor: L'ANSE CREUSE PUBLIC SCHOOL Fax: 517-322-6352 www.michigan.gov/wagehour Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Project Number: 6 SCHOOLS Macomb County Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 1 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Asbestos & Lead Abatement Laborer Asbestos & Lead Abatement Laborer MLDC $28.75 $38.75 $48.75 H H H X X X X D Y Asbestos & Lead Abatement, Hazardous Material Handler Asbestos and Lead Abatement, Hazardous Material Handler AS207 $27.15 $37.98 $48.80 X X X X X X X D Y Boilermaker Boilermaker BO169 $45.91 $65.26 $84.61 H H D H D D D D Y Apprentice Rates: 1st 6 months $34.31 $47.86 $61.40 2nd 6 months $35.27 $49.30 $63.32 3rd 6 months $36.23 $50.74 $65.24 4th 6 months $36.09 $51.09 $66.08 5th 6 months $38.17 $53.64 $69.12 6th 6 months $40.11 $56.56 $73.00 7th 6 months $42.04 $59.46 $76.86 8th 6 months $43.97 $62.35 $80.72 Bricklayer Bricklayer, stone mason, plasterer, pointer, cleaner, caulker BR1 $44.26 $66.39 $88.52 H H D H D D D D N Apprentice Rates: First 6 months $27.84 $41.76 $55.68

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 58 2nd 6 months $29.61 $44.42 $59.22 3rd 6 months $31.38 $47.07 $62.76 4th 6 months $33.15 $49.73 $66.30 5th 6 months $34.92 $52.38 $69.84 6th 6 months $36.68 $55.03 $73.36

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 59

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 2 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Carpenter Carpet and Resilient Floor Layer, does not include formica & CA1045 $37.72 $53.21 $68.69 H H H H D D D D N parquet flooring Apprentice Rates: 1st 6 months $19.26 $25.52 $31.77 2nd 6 months $22.24 $41.21 $52.69 3rd 6 months $23.77 $32.29 $40.79 4th 6 months $25.33 $34.62 $43.91 5th 6 months $26.87 $36.93 $46.99 6th 6 months $28.42 $39.26 $50.09 7th 6 months $29.97 $41.58 $53.19 8th 6 months $31.51 $43.89 $56.27 Carpenter, piledriver CA687Z1 $41.37 $58.97 $76.56 H H D H D D D D Y Apprentice Rates: 1st Year $25.53 $35.21 $44.88 3rd 6 months $27.30 $37.86 $48.42 4th 6 months $29.06 $40.51 $51.94 5th 6 months $30.81 $43.13 $55.44 6th 6 months $32.57 $45.77 $58.96 7th 6 months $34.34 $48.43 $62.50 8th 6 months $36.10 $51.06 $66.02 Cement Mason Cement Mason CE514 $38.42 $53.51 $69.59 H H D H H H H D N Apprentice Rates: 1st 6 months $21.66 $29.21 $37.25 2nd 6 months $23.30 $31.59 $40.43 3rd 6 months $26.60 $36.40 $46.85 4th 6 months $29.92 $41.23 $53.29 5th 6 months $31.58 $43.65 $56.51 6th 6 months $34.90 $48.48 $62.95 Drywall Drywall Taper PT-22-D $34.66 $46.51 $58.35 H H D H D D D D N Apprentice Rates:

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 60 First 3 months $22.81 $28.73 $34.65 Second 3 months $25.18 $32.29 $39.39 Second 6 months $27.55 $35.84 $44.13 Third 6 months $29.92 $39.39 $48.87 4th 6 months $31.11 $41.18 $51.25

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 61

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 3 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Electrician, Inside wireman Electrician, Inside Wireman EC-58-IW $46.88 $64.00 $81.13 H H H H H H H D N Apprentice Rates: 0-1000 hours $26.33 $33.18 $40.03 1000-2000 hours $28.04 $35.75 $43.45 2000-3500 hours $29.75 $38.31 $46.87 3500-5000 hours $31.47 $40.90 $50.31 5000-6500 hours $34.89 $46.03 $57.15 6500-8000 hours $38.32 $51.17 $64.01 Elevator Constructor Elevator Constructor EL 36 $47.71 $81.45 D D D D D D D D Y Elevator Constructor Apprentice Rates: 1st Year Apprentice $31.14 $49.70 2nd Year Apprentice $34.82 $56.75 3rd Year Apprentice $36.66 $60.28 4th Year Apprentice $40.34 $67.33 Glazier Glazier GL-357 $38.57 $51.72 H H H H H H H H Y Apprentice Rates: 1st 6 months $25.42 $31.99 2nd 6 months $26.74 $33.97 3rd 6 months $29.37 $40.90 4th 6 months $30.68 $39.89 5th 6 months $32.00 $41.87 6th 6 months $33.31 $43.83 7th 6 months $34.63 $45.81 8th 6 months $37.26 $49.75 Heat and Frost Insulator and Asbestos Worker Heat and Frost Insulators and Asbestos Workers AS25 $42.80 $56.56 $70.32 H H H H H H H D Y Apprentice Rates: 1st Year $25.05 $32.62 $40.19 2nd Year $32.83 $41.78 $50.72

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 62 3rd Year $34.54 $44.17 $53.80 4th Year $37.30 $48.31 $59.32 Ironworker Fence Erecting IR-25-F $34.70 $51.93 $69.16 H H D H H H D D Y Glazing IR-25-GZ1 $42.22 $63.21 $84.20 H H D H H H D D Y Mesh Iron Work IR-25-MR $37.29 $52.86 $68.42 H H D H D D D D N

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 63

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 4 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Pre-engineered Metal Work IR-25-PE-Z1 $35.40 $45.85 $56.29 H H H X X X X D Y Apprentice Rates: 1st Level $21.74 $27.66 $33.58 2nd Level $23.45 $30.22 $37.00 3rd Level $25.13 $32.74 $40.36 4th Level $26.82 $35.28 $43.74 5th Level $28.49 $37.78 $47.08 6th Level $30.20 $40.35 $50.50 Reinforced Iron Work IR-25-RF $42.19 $60.21 $78.22 H H D H D D D D N Rigging Work IR-25-RIG $45.76 $68.57 $91.38 H H H H H H H D N Siding & Decking IR-25-SD $39.26 $55.70 $72.14 H H D H H H D D Y Structural, ornamental, conveyor, welder and pre-cast IR-25-STR $45.86 $68.67 $91.48 H H D H H H D D Y Apprentice rates apply to structural, converyor, fence, glazing, reinforced, rigging, & siding decking Apprentice Rates: Level 1 $23.06 $34.47 $45.88 Level 2 $25.33 $37.88 $50.42 Level 3 $27.62 $41.32 $55.00 Level 4 $29.89 $44.72 $59.54 Level 5 $32.18 $48.15 $64.12 Level 6 $34.46 $51.57 $68.68 Level 7 $36.73 $54.98 $73.22 Level 8 $39.02 $58.41 $77.80 Laborer Construction Laborer, Mason Tender, Carpenter Tender, L33401-A-CC $34.06 $48.87 $63.68 H H D H D D D D Y Drywall Handler, Cement Finisher Tender, Concrete Chute and Concrete Bucket Handler Apprentice Rates: 0-1,000 work hours $28.66 $40.77 $52.88 1,001 - 2,000 work hours $29.74 $42.39 $55.04 2,001 - 3,000 work hours $30.82 $44.01 $57.20 3,001 - 4,000 work hours $32.98 $47.25 $61.52

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 64 Signal Man (on sewer & caisson work), Air, Electric or L33401-B-SB $34.32 $49.26 $64.20 H H D H D D D D Y Gasoline Tool Operator, Concrete Vibrator Operator, Acetylene Torch & Air Hammer Operator); Scaffold Builder, Caisson Worker

Lansing Burner, Blaster & Powder Man; Air, Electric or L33401-C-TO $34.81 $50.00 $65.18 H H D H D D D D Y Gasoline Tool Operator, (Blast Furnace Work or Battery Work).

Furnace Battery Heater Helper, Burning Bar & Oxy- L33401-D-HH $34.56 $49.62 $64.68 H H D H D D D D Y Acetylene Gun

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 65

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 5 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision =============================================================================================================

Expediter Man, Top Man and/or Bottom Man (Blast Furnace L33401-E-EX $35.31 $50.75 $66.18 H H D H D D D D Y Work or Battery Work)

Cleaner/Sweeper Laborer; Furniture Laborer L33401-F-CL $28.61 $40.70 $52.78 H H D H D D D D Y Plasterer Tender, Plastering Machine Operator LPT-1 $35.42 $50.92 $66.42 H H D H D D D D N Laborer - Hazardous Class A for work performed 5 feet outside the building - LHAZ-Z1-A $30.73 $43.92 $57.10 H H H H H H H D Y performing work in conjunction with site preparation and other preliminary work prior to actual removal, handling, or containment of hazardous waste substances not requiring use of personal protective equipment required by state or federal regulations; or a laborer performing work in conjunction with the removal, handling, or containment of hazardous waste substances when use of personal protective equipment level "D" is required.

Class A for work performed inside building and up to 5 feet LHAZ-Z1-A2 $34.06 $48.87 $63.68 H H H H H H H D Y outside the building - performing work in conjunction with site preparation and other preliminary work prior to actual removal, handling, or containment of hazardous waste substances not requiring use of personal protective equipment required by state or federal regulations; or a laborer performing work in conjunction with the removal, handling, or containment of hazardous waste substances when used of personal protective equipment level "D" is required.

Class B for work performed 5 feet outside the building - LHAZ-Z1-B $31.73 $45.42 $59.10 H H H H H H H D Y performing work in conjunction with the removal, handling, or containment of hazardous waste substances when the use of personal protective equipment levels "A", "B" or "C" is required.

Class B for work performed inside building and up to 5 feet LHAZ-Z1-B2 $35.06 $50.37 $65.68 H H H H H H H D Y outside the buildng - performing work in conjunction with the removal, handling, or containment of hazardous waste

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 66 substances when the use of personal protective equipment levels "A", "B" or "C" is required.

Laborer Underground - Tunnel, Shaft & Caisson Class I - Tunnel, shaft and caisson laborer, dump man, LAUCT-Z1-1 $30.54 $41.02 $51.49 H H H H H H H D Y shanty man, hog house tender, testing man (on gas), and watchman.

Class II - Manhole, headwall, catch basin builder, bricklayer LAUCT-Z1-2 $30.65 $41.18 $51.71 H H H H H H H D Y tender, mortar man, material mixer, fence erector, and guard rail builder.

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 67

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 6 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Class III - Air tool operator (jack hammer man, bush LAUCT-Z1-3 $30.71 $41.27 $51.83 H H H H H H H D Y hammer man and grinding man), first bottom man, second bottom man, cage tender, car pusher, carrier man, concrete man, concrete form man, concrete repair man, cement invert laborer, cement finisher, concrete shoveler, conveyor man, floor man, gasoline and electric tool operator, gunnite man, grout operator, welder, heading dinky man, inside lock tender, pea gravel operator, pump man, outside lock tender, scaffold man, top signal man, switch man, track man, tugger man, utility man, vibrator man, winch operator, pipe jacking man, wagon drill and air track operator and concrete saw operator (under 40 h.p.).

Class IV - Tunnel, shaft and caisson mucker, bracer man, LAUCT-Z1-4 $30.89 $41.54 $52.19 H H H H H H H D Y liner plate man, long haul dinky driver and well point man.

Class V - Tunnel, shaft and caisson miner, drill runner, LAUCT-Z1-5 $31.14 $41.92 $52.69 H H H H H H H D Y keyboard operator, power knife operator, reinforced steel or mesh man (e.g. wire mesh, steel mats, dowel bars)

Class VI - Dynamite man and powder man. LAUCT-Z1-6 $31.47 $42.41 $53.35 H H H H H H H D Y Class VII - Restoration laborer, seeding, sodding, planting, LAUCT-Z1-7 $24.75 $32.33 $39.91 H H H H H H H D Y cutting, mulching and topsoil grading and the restoration of property such as replacing mail boxes, wood chips, planter boxes and flagstones.

Landscape Laborer Landscape laborer; small power tool operator, lawn LLAN-Z1-B $17.36 $23.61 $29.85 X X H X X X H D Y sprinkler installer helper, material mover, truck driver.

Landscape Specialist Landscape specialist includes; air, gas, and diesel LLAN-Z1-A $21.58 $29.94 $38.29 X X H X X X H D Y equipment operator, lawn sprinkler installer.

Marble Finisher Marble Finisher TT32-MF $35.97 $45.60 $55.22 H H D H D D D D N Marble Mason

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 68 Marble Mason TT32-MM $41.26 $53.78 $66.30 H H D H D D D D N Operating Engineer Crane with boom & jib or leads 120' or longer EN-324-A120 $44.73 $60.50 $76.27 H H D H D D D D Y Crane with boom & jib or leads 140' or longer EN-324-A140 $45.55 $61.73 $77.91 H H D H D D D D Y Crane with boom & jib or leads 220' or longer EN-324-A220 $45.85 $62.18 $78.51 H H D H D D D D Y Crane with boom & jib or leads 300' or longer EN-324-A300 $47.35 $64.43 $81.51 H H D H D D D D Y Crane with boom & jib or leads 400' or longer EN-324-A400 $48.85 $66.68 $84.51 H H D H D D D D Y Compressor or welding machine EN-324-CW $34.08 $44.53 $54.97 H H D H D D D D Y

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 69

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 7 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Forklift, lull, extend-a-boom forklift EN-324-FL $41.19 $55.19 $69.19 H H D H D D D D Y Fireman or oiler EN-324-FO $33.05 $42.98 $52.91 H H D H D D D D Y Regular crane, job mechanic, concrete pump EN-324-RC $43.87 $59.21 $74.55 H H D H D D D D Y Regular engineer EN-324-RE $42.90 $57.76 $72.61 H H D H D D D D Y Apprentice Rates: Period 1 $33.53 $43.93 $54.32 Period 2 $35.02 $46.17 $57.30 Period 3 $36.50 $48.38 $60.26 Period 4 $37.99 $50.62 $63.24 Period 5 $39.48 $52.86 $66.22 Period 6 $40.96 $55.07 $69.18 Operating Engineer Hazardous Waste Class I Level A - Fully encapsulating chemical resistant suit w/ EN-324-HWCI-Z1A $43.52 $58.71 $73.90 H H H H H H H D Y pressure demand, full face piece SCBA or pressure demand supplied air respirator w/ escape SCBA. The highest available level of respiratory, skin and eye protection.

Level B & C protection. B - Pressure demand, full face SCBA EN-324-HWCI-Z1B $42.57 $57.29 $72.00 H H H H H H H D Y or pressure demand supplied air respirator w/ escape SCBA w/chemical resistant clothing. C - Full face piece, air purifying canister-equipped respirator w/chemical resistant clothing.

Level D - Coveralls, safety boots, glasses or chemical splash EN-324-HWCI-Z1D $41.02 $54.96 $68.90 H H H H H H H D Y goggles and hard hats.

Level D When Capping Landfill Coveralls, safety boots, EN-324-HWCI-Z1DCL $41.27 $55.34 $69.40 H H H H H H H D Y glasses or chemical splash goggles and hard hats.

Operating Engineer Hazardous Waste Class II Level A - Fully encapsulating chemical resistant suit w/ EN-324-HWCII-Z1A $39.29 $52.37 $65.44 H H H H H H H D Y pressure demand, full face piece SCBA or pressure demand supplied air respirator w/ escape SCBA. The highest available level of respiratory, skin and eye protection.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 70 Level B & C protection. B - Pressure demand, full face SCBA EN-324-HWCII-Z1B $38.34 $50.94 $63.54 H H H H H H H D Y or pressure demand supplied air respirator w/ escape SCBA w/chemical resistant clothing. C - Full face piece, air purifying canister-equipped respirator w/chemical resistant clothing.

Level D - Coveralls, safety boots, glasses or chemical splash EN-324-HWCII-Z1D $36.79 $48.62 $60.44 H H H H H H H D Y goggles and hard hats.

Level D When Capping Landfill Coveralls, safety boots, EN-324-HWCII-Z1DCL $37.04 $48.99 $60.94 H H H H H H H D Y glasses or chemical splash goggles and hard hats.

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 71

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 8 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Operating Engineer Hazardous Waste Crane w/ Boom & Jib leads 140' or longer Level A - Fully encapsulating chemical resistant suit w/ EN-324-HW140-Z1A $46.17 $62.69 $79.20 H H H H H H H D Y pressure demand, full face piece SCBA or pressure demand supplied air respirator w/ escape SCBA. The highest available level of respiratory, skin and eye protection.

Level B & C protection. B - Pressure demand, full face SCBA EN-324-HW140-Z1B $45.22 $61.26 $77.30 H H H H H H H D Y or pressure demand supplied air respirator w/ escape SCBA w/chemical resistant clothing. C - Full face piece, air purifying canister-equipped respirator w/chemical resistant clothing.

Level D Coveralls, safety boots, glasses or chemical splash EN-324-HW140-Z1D $43.67 $58.94 $74.20 H H H H H H H D Y goggles and hard hats.

Level D When Capping Landfill Coveralls, safety boots, EN-324-HW140-Z1DCL $43.92 $59.31 $74.70 H H H H H H H D Y glasses or chemical splash goggles and hard hats.

Operating Engineer Hazardous Waste Crane w/ Boom & Jib leads 220' or longer Level A - Fully encapsulating chemical resistant suit w/ EN-324-HW220-Z1A $46.47 $63.14 $79.80 H H H H H H H D Y pressure demand, full face piece SCBA or pressure demand supplied air respirator w/ escape SCBA. The highest available level of respiratory, skin and eye protection.

Level B & C protection. B - Pressure demand, full face SCBA EN-324-HW220-Z1B $45.52 $61.71 $77.90 H H H H H H H D Y or pressure demand supplied air respirator w/ escape SCBA w/chemical resistant clothing. C - Full face piece, air purifying canister-equipped respirator w/chemical resistant clothing.

Level D Coveralls, safety boots, glasses or chemical splash EN-324-HW220-Z1D $43.97 $59.39 $74.80 H H H H H H H D Y goggles and hard hats.

Level D When Capping Landfill Coveralls, safety boots, EN-324-HW220-Z1DCL $44.22 $59.76 $75.30 H H H H H H H D Y glasses or chemical splash goggles and hard hats.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 72 Operating Engineer Hazardous Waste Regular Crane, Job Mechanic, Dragline Operator, Boom Truck Operator, and Concrete Pump with Boom Operator Level A - Fully encapsulating chemical resistant suit w/ EN-324-HWRC-Z1A $44.49 $60.17 $75.84 H H H H H H H D Y pressure demand, full face piece SCBA or pressure demand supplied air respirator w/ escape SCBA. The highest available level of respiratory, skin and eye protection.

Level B & C protection. B - Pressure demand, full face SCBA EN-324-HWRC-Z1B $43.54 $58.74 $73.94 H H H H H H H D Y or pressure demand supplied air respirator w/ escape SCBA w/chemical resistant clothing. C - Full face piece, air purifying canister-equipped respirator w/chemical resistant clothing.

Level D - Coveralls, safety boots, glasses or chemical splash EN-324-HWRC-Z1D $41.37 $55.49 $69.60 H H H H H H H D Y goggles and hard hats.

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 73

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 9 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Level D When Capping Landfill Coveralls, safety boots, EN-324-HWRC-Z1DCL $42.24 $56.79 $71.34 H H H H H H H D Y glasses or chemical splash goggles and hard hats.

Operating Engineer Steel Work Crane w/ 120' boom or longer EN-324-SW120 $47.38 $64.47 $81.57 H H D H H H D D Y Crane w/ 120' boom or longer w/ Oiler EN-324-SW120-O $48.38 $65.98 $83.57 H H D H H H D D Y Crane w/ 140' boom or longer EN-324-SW140 $48.56 $66.25 $83.94 H H D H H H D D Y Crane w/ 140' boom or longer W/ Oiler EN-324-SW140-O $49.56 $67.75 $85.94 H H D H H H D D Y Boom & Jib 220' or longer EN-324-SW220 $48.83 $66.65 $84.47 H H D H H H D D Y Crane w/ 220' boom or longer w/ Oiler EN-324-SW220-O $49.83 $68.15 $86.47 H H D H H H D D Y Boom & Jib 300' or longer EN-324-SW300 $50.34 $68.91 $87.48 H H D H H H D D Y Crane w/ 300' boom or longer w/ Oiler EN-324-SW300-O $51.34 $70.41 $89.48 H H D H H H D D Y Boom & Jib 400' or longer EN-324-SW400 $51.83 $71.15 $90.47 H H D H H H D D Y Crane w/ 400' boom or longer w/ Oiler EN-324-SW400-O $52.83 $72.65 $92.47 H H D H H H D D Y Crane Operator & Job Mechanic EN-324-SWCO $47.02 $63.94 $80.86 H H D H H H D D Y Apprentice Rates: 0-999 hours $36.42 $48.26 $60.10 1,000-1,999 hours $38.11 $50.80 $63.48 2,000-2,999 hours $39.81 $53.35 $66.88 3,000-3,999 hours $41.50 $55.89 $70.26 4,000-4,999 hours $43.19 $58.42 $73.64 5,000 hours $44.88 $60.95 $77.02 Crane w/ Oiler EN-324-SWCO-O $48.02 $65.44 $82.86 H H D H H H D D Y Compressor or Welder Operator EN-324-SWCW $39.57 $52.76 $65.95 H H D H H H D D Y Hoisting Operator EN-324-SWHO $46.17 $62.66 $79.15 H H D H H H D D Y Oiler EN-324-SWO $38.16 $50.64 $63.12 H H D H H H D D Y

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 74 Tower Crane & Derrick where work is 50' or more above EN-324-SWTD50 $48.12 $65.58 $83.04 H H D H H H D D Y first level

Tower Crane & Derrick 50' or more w/ Oiler where work EN-324-SWTD50-O $49.10 $67.06 $85.02 H H D H H H D D Y station is 50' or more above first level

Operating Engineer Underground Class I Equipment EN-324A1-UC1 $41.02 $54.94 $68.85 H H H H H H H D Y Class II Equipment EN-324A1-UC2 $36.79 $48.59 $60.39 H H H H H H H D Y

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 75

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 10 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Class III Equipment EN-324A1-UC3 $36.06 $47.50 $58.93 H H H H H H H D Y Class IV Equipment EN-324A1-UC4 $35.49 $46.64 $57.79 H H H H H H H D Y Master Mechanic EN-324A1-UMM $41.27 $55.31 $69.35 H H H H H H H D Y Painter Painter (8 hours of repaint work performed on Sunday shall PT-22-P $34.42 $46.15 $57.87 H H D H D D D D N be paid time & one half rate) Apprentice Rates: First 6 months $22.69 $28.55 $34.41 Second 6 months $26.21 $33.83 $41.45 Third 6 months $27.39 $35.60 $43.81 Fourth 6 months $28.56 $37.35 $46.15 Fifth 6 months $29.73 $39.11 $48.49 Final 6 months $30.90 $40.87 $50.83 Sandblasting & spraywork performed, on highway bridges, PT-22-S $35.22 $47.35 $59.47 H H D H D D D D N overpasses, tanks or steel, OR spraywork & sandblasting done with a scaffold height of 40' above the floor level

Pipefitter Pipefitter PF-636 $51.46 $66.44 $81.41 H H D H D D D D N Apprentice Rates: 1st & 2nd periods $26.23 $33.23 $40.23 3rd period $28.23 $36.23 $44.23 4th period $29.48 $38.11 $46.73 5th period $30.73 $39.98 $49.23 6th period $31.98 $41.85 $51.73 7th period $33.23 $43.73 $54.23 8th period $34.23 $45.23 $56.23 9th period $35.23 $46.73 $58.23 10th period $36.66 $48.87 $61.09 Plasterer Plasterer PL67 $38.32 $52.78 $67.24 H H H X D D D D N Apprentice Rates:

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 76 1st 6 months $20.97 $26.76 $32.54 2nd 6 months $23.86 $31.09 $38.32 3rd 6 months $26.75 $35.42 $44.10 4th 6 months $29.64 $39.76 $49.88 5th 6 months $32.54 $44.11 $55.68 6th 6 months $35.43 $48.44 $61.46

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 77

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 11 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Plumber Plumber PL-98 $47.53 $64.55 $79.56 H H D H D D D D Y Apprentice Rates: Period 1 $18.01 $25.01 $32.01 Period 2 $19.68 $27.51 $35.35 Period 3 $29.16 $39.24 $48.22 Period 4 $29.83 $40.25 $49.56 Period 5 $31.08 $42.12 $52.06 Period 6 $32.32 $43.98 $54.54 Period 7 $33.56 $45.84 $57.02 Period 8 $34.81 $47.72 $59.52 Period 9 $36.05 $49.58 $62.00 Period 10 $37.29 $51.44 $64.48 Roofer Commercial Roofer RO-149-WOM $41.81 $54.92 $68.02 H H D H H H D D N Apprentice Rates: Apprentice 1 $30.97 $38.66 $46.34 Apprentice 2 $31.40 $39.30 $47.20 Apprentice 3 $32.66 $41.19 $49.72 Apprentice 4 $33.59 $42.58 $51.58 Apprentice 5 $34.68 $44.22 $53.76 Apprentice 6 $35.92 $46.08 $56.24 Sheet Metal Worker Sheet Metal Worker SHM-80 $49.72 $69.55 $89.38 H H D H D D D D Y Apprentice Rates: First Year $30.29 $41.22 $52.15 Second Year $31.89 $43.62 $55.35 Third Year $33.46 $45.98 $58.49 Fourth Year $36.64 $50.75 $64.85 Fifth Year $39.81 $55.50 $71.19 Siding & Decking SHM-80-SD $32.65 $43.90 $55.15 H H H H H H H D Y Sound & Communication Installer/Technician EC-58-SC $29.33 $41.30 $53.26 H H H H H H H D N

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 78 Apprentice Rates: Period 1 $17.16 $23.04 $28.93 Period 2 $18.38 $24.88 $31.37 Period 3 $19.59 $26.69 $33.79 Period 4 $20.81 $28.53 $36.23 Period 5 $22.02 $30.33 $38.65 Period 6 $23.24 $32.17 $41.09

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 79

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 12 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Sprinkler Fitter Sprinkler Fitter SP 704 $49.87 $67.56 $85.25 H H D H D D D D Y Apprentice Rates: 1st Period $20.45 $27.52 $34.60 2nd Period $30.41 $38.37 $46.33 3rd Period $32.18 $41.03 $49.87 4th Period $33.95 $43.68 $53.41 5th Period $35.72 $46.33 $56.95 6th Period $37.49 $48.99 $60.49 7th Period $39.26 $51.65 $64.03 8th Period $41.03 $54.30 $67.57 9th Period $42.79 $56.94 $71.09 10th Period $44.56 $59.59 $74.63 Terrazzo Terrazzo Finisher TT32-TRF $36.37 $46.20 $56.02 H H D H D D D D N Terrazzo Worker TT32-TRW $40.79 $53.08 $65.36 H H D H D D D D N Tile Tile Finisher TT32-TF $35.99 $45.63 $55.26 H H D H D D D D N Tile Layer TT32-TL $40.69 $52.93 $65.16 H H D H D D D D N Truck Driver of dump trucks of 8 cubic yd capacity or over, semis & fuel TM247 $29.29 $39.65 $50.00 H H H H H H H D Y trucks

Driver of all trucks except dump trucks of 8 cubic yards TM247A $29.15 $39.44 $49.72 H H H H H H H D Y capacity or over, pole trailers, semis, low boys, euclid, double bottom and fuel trucks

of low boy, euclid & double bottom TM247-lb $29.48 $39.93 $50.38 H H H H H H H D Y Underground Laborer Open Cut, Class I Construction Laborer LAUC-Z1-1 $30.39 $40.79 $51.19 H H H H H H H D Y Underground Laborer Open Cut, Class II

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 80 Mortar and material mixer, concrete form man, signal man, LAUC-Z1-2 $30.50 $40.96 $51.41 H H H H H H H D Y well point man, manhole, headwall and catch basin builder, guard rail builders, headwall, seawall, breakwall, dock builder and fence erector.

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 81

Official 2005 Prevailing Wage Rates for State Funded Projects Issue Date: 8/3/2005 Contract must be awarded by 11/1/2005 Page 13 of 13 Classification Straight Time and Double Name Description Hourly a Half Time Overtime Provision ============================================================================================================= Underground Laborer Open Cut, Class III Air, gasoline and electric tool operator, vibrator operator, LAUC-Z1-3 $30.55 $41.03 $51.51 H H H H H H H D Y drillers, pump man, tar kettle operator, bracers, rodder, reinforced steel or mesh man (e.g. wire mesh, steel mats, dowel bars, etc.), cement finisher, welder, pipe jacking and boring man, wagon drill and air track operator and concrete saw operator (under 40 h.p.), windlass and tugger man, and directional boring man.

Underground Laborer Open Cut, Class IV Trench or excavating grade man. LAUC-Z1-4 $30.63 $41.15 $51.67 H H H H H H H D Y Underground Laborer Open Cut, Class V Pipe Layer LAUC-Z1-5 $30.69 $41.24 $51.79 H H H H H H H D Y Underground Laborer Open Cut, Class VI Grouting man, top man assistant, audio visual television LAUC-Z1-6 $28.14 $37.42 $46.69 H H H H H H H D Y operations and all other operations in connection with closed circuit television inspection, pipe cleaning and pipe relining work.

Underground Laborer Open Cut, Class VII Restoration laborer, seeding, sodding, planting, cutting, LAUC-Z1-7 $24.76 $32.35 $39.93 H H H H H H H D Y mulching and topsoil grading and the restoration of property such as replacing mail boxes, wood chips, planter boxes, flagstones etc.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 82

Official Request #: 1032 Official Rate Schedule Requestor: L'ANSE CREUSE PUBLIC SCHOOL Project Description: INSTALL EQUIPMENT IN TECHNOLOGY LABS Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a Project Number: 6 SCHOOLS copy of all prevailing wage and fringe benefit rates County: Macomb prescribed in a contract.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 83

APPENDIX XI Overtime Rates

MICHIGAN DEPARTMENT OF LABOR & ECONOMIC GROWTH

4.15.4.1.1 WAGE & HOUR DIVISION

OVERTIME PROVISIONS for MICHIGAN PREVAILING WAGE RATE SCHEDULE

1. Overtime is represented as a nine character code. Each character represents a certain period of time after the first 8 hours Monday thru Friday.

Monday thru Friday Saturday Sunday & Holidays

First 8 Hours 4

9th Hour 1 5

10th Hour 2 6

Over 10 hours 3 7

8

Overtime for Monday thru Friday after 8 hours: the 1st character is for time worked in the 9th hour (8.1 - 9 hours) the 2nd character is for time worked in the 10th hour (9.1 - 10 hours) the 3rd character is for time worked beyond the 10th hour (10.1 and beyond) Overtime on Saturday: the 4th character is for time worked in the first 8 hours on Saturday (0 - 8 hours) the 5th character is for time worked in the 9th hour on Saturday (8.1 - 9 hours) the 6th character is for time worked in the 10th hour (9.1 - 10 hours) the 7th character is for time worked beyond the 10th hour (10.01 and beyond) Overtime on Sundays & Holidays The 8th character is for time worked on Sunday or on a holiday The last character indicates if an optional 4-day 10-hour per day workweek can be worked without paying overtime after 8 hours

worked.

August 2005

L’Anse Creuse Public Schools SECTION D Technology Education Labs - RFP Page 84

2. Overtime Indicators Used in the Overtime Provision:

H - means TIME AND ONE-HALF due X - means TIME AND ONE-HALF due after 40 HOURS worked D - means DOUBLE PAY due Y - means YES an optional 4-day 10-hour per day workweek can be worked without paying overtime after 8 hours worked N - means NO an optional 4-day 10-hour per day workweek can not be worked without paying overtime after 8 hours worked

3. EXAMPLES:

HHHHHHHDN - This example shows that the 1½ rate must be used for time worked after 8 hours Monday thru Friday (characters 1 - 3); for all hours worked on Saturday, 1½ rate is due (characters 4 - 7). Work done on Sundays or holidays must be paid double time (character 8). The N (character 9) indicates that 4 ten-hour days is not an acceptable workweek at regular pay.

XXXHHHHDY - This example shows that the 1½ rate must be used for time worked after 40 hours are worked Monday thru Friday

(characters 1-3); for hours worked on Saturday, 1½ rate is due (characters 4 – 7). Work done on Sundays or holidays must be paid double time (character 8). The Y (character 9) indicates that 4 ten-hour days is an acceptable alternative workweek. (REV 05/07/04)

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 85

SECTION E BIDDER’S RESPONSE FORM

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 86

RFP COMPLIANCE SUMMARY SHEET RFP Compliance Summary Sheet Bidders are to mark either the Comply, Exception, or Not Comply column. Comply indicates the bidder understands and agrees to comply fully. Exceptions must be fully explained in the Compliance Exceptions Section. The Owner reserves the right to reject any proposal for non-compliance with one or more of the specifications. SECTION REQUIREMENT COMPLY EXCEPTION NOT

COMPLY

SECTION A – GENERAL TERMS AND CONDITIONS

1.1 Intent

1.2 Schedule of Events

1.3 Vendor’s Conference

1.4 Bid Clarifications

1.5 Deadline for Proposals

1.6 Bid Bonds

1.7 Performance and Payment Bonds

1.8 Inspection of Worksite

1.9 Proposal Format

1.9.1 Bidder Response Forms

1.9.2 System Literature and Brochures

1.9.3 Cutsheets

1.9.4 Bill of Material – Modules and Furniture

1.9.5 Description of Technical Solution

1.9.6 Diagram of Design

1.9.7 Implementation Schedule

1.9.8 Additional Information

1.10 RFP Modification

1.11 Unauthorized Use of RFP

1.12 Confidential Information

1.13 Right to Request Additional Information

1.14 Right of Refusal

1.15 Proposal Preparation Costs

1.16 System Design Costs

1.17 Pricing Eligibility Period

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 87

SECTION REQUIREMENT COMPLY EXCEPTION NOT COMPLY

1.18 Additional Charges

1.19 Turnkey Solution

1.20 Federal or State Sales, Excise or Use Taxes

1.21 Purchase Quantities

1.22 Contract Requirements

1.23 Survival Clause

1.24 Force Majeure Clause

1.25 Incorporation by Reference

1.26 Risk During Equipment Storage and Installation

1.27 Shipping of Equipment

1.28 Non-Waiver of Agreement Rights

1.29 General Indemnification

1.30 Patents, Copyrights, and Proprietary Rights

1.31 Nondiscrimination by Vendors or Agents of Vendor

1.32 Subcontractors

1.33 Effect of Regulation

1.34 Project Management Staff Designation

1.35 Assignments

1.36 Vendor as Independent Contractor

1.37 Insurance

1.38 Warranty of Fitness for a Particular Purpose

1.39 Warranty

1.40 Final Acceptance of the System

1.41 Standard Forms and Contracts

1.42 Non-Collusion Covenant

1.43 Advertisement

1.44 Selection Criterion

1.44.1 Compliance to Specifications

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 88

SECTION REQUIREMENT COMPLY EXCEPTION NOT COMPLY

1.44.2 Availability of Quality Systems

1.44.3 Implementation Support

1.44.4 Operations Support

1.44.5 Experience

1.44.6 Cost

1.45 Product Substitution

1.46 Payment Terms

1.47 Technology Bond

1.48 Prevailing Wages

1.49 Damage to Existing Facilities / Property

1.50 Familial Relationship

1.51 Special Notes

SECTION C-TECHNOLOGY EDUCATION LABS

4.1 General Requirements

4.1.1 Project Overview

4.2 Curriculum Requirements

4.2.1 Workstation Requirements

4.2.2 Printer Requirements

4.2.3 Software and Additional Hardware

4.2.4 Customized Classroom Management

4.3 Network Environment

4.3.1 Network Topology

4.3.2 Cabling and Network Connectivity

4.3.3 Fileserver

4.4 Furniture

4.5 Training

4.6 Options

4.7 Installation

4.7.1 New Materials

4.7.2 Manufacturer’s Warranty/Certified Installation

4.7.3 Facility damage

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 89

SECTION REQUIREMENT COMPLY EXCEPTION NOT COMPLY

4.8 Installation Training

5.1 Documentation

5.1.1 Project Workbooks/Curriculum Material

5.1.2 OEM Manuals

5.1.3 Inventory Record

5.1.4 Warranty Documentation

5.1.5 Documentation Turnover

6.1 Acceptance Criteria

6.2 Final Acceptance

7.0 Purchase Price

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 90

OFFICIAL BID FORM Our proposal contains the following Sections:

Section A - General: Mandatory (performance bond) $____________ Section C –Technology Education Lab $____________

Total Base Bid of our Proposal: $____________ Deduct for first shift installation at HS and HSN (Base bid shall include weekend installation): $____________ I authorize that the statements in this response are accurate and true. ___________________________________________________ _______________ (Signature) (Date) ______________________________________________________________ (Print) ______________________________________________________________ (Title) Prices: All prices shall remain firm for 120 days

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 91

VENDOR PROFILE Vendor Name:

Vendor Address:

Vendor Contact:

Vendor Telephone Number:

Vendor E-Mail Address:

Vendor Fax Number:

Vendor Name

Vendor History Year in which company was founded:

Is company wholly owned? If not, state parent company:

State the gross sales of the company’s last fiscal year:

Personnel/Facilities State the number of facilities located within a 50 mile radius of the Owner:

State the location of the facility that will be responsible for this installation:

State the number of employees out of the above office:

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 92

EXCEPTIONS TO SPECIFICATIONS Note all exceptions to specifications. Include an explanation for each exception.

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 93

THE AFFIDAVIT SET FORTH BELOW MUST BE EXECUTED ON BEHALF OF THE VENDOR AND FURNISHED WITH EVERY BID

NON-COLLUSION AFFIDAVIT STATE OF: ___________________ COUNTY OF: ________________ TAX ID NUMBER: _________________ ________________, being duly sworn, deposes and says he/she is the _______________ (Name) (Title) of ____________________________________________, the bidder which has submitted, (Company) to L’Anse Creuse Public Schools a proposal for Technology Education Labs, as fully set forth in

said proposal and that except as specified below, the aforementioned bidder constitutes the only

person, firm or corporation having any interest in said bid or in any contract, benefit or profit which

may, might or could accrue as a result of said proposal, said exceptions being as follows:

____________________________________________________________________________

(If no exceptions, please state)

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 94 Affiant further states that said proposal is, in all respects, fair and is submitted without collusion or

fraud; and that no member of L’Anse Creuse Public Schools is directly or indirectly interested in

said bid.

___________________________________ (Affiant)

SWORN TO and subscribed before me, a Notary Public, in and for the above named State and

County this _________________ day of _______________, ________________.

_____________________________ (Notary Public)

NOTE: A bid bond, cashiers or certified check, in lieu thereof, MUST be executed and furnished with each bid.

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 95

THE AFFIDAVIT SET FORTH BELOW MUST BE EXECUTED ON BEHALF OF THE VENDOR AND FURNISHED WITH EVERY BID

The Board of Education will not accept this bid without this completed, signed and

notarized form

FAMILIAL RELATIONSHIP AFFIDAVIT STATE OF: ___________________ COUNTY OF: ________________ ___________________ , being duly sworn, deposes and says he/she is the

________________________________ _____________________________________

(Name) (Title) of ____________________________________________ ,the bidder which has submitted, (Company) to L’Anse Creuse Public Schools a proposal for Technology Education Labs Affiant states that

there is NO familial relationship between the owner or any employee of above Company and any

member of the Board of Education or the Superintendent of L’Anse Creuse Public Schools, said

exceptions being as follows:

____________________________________________________________________________

(If no exceptions, please state)

___________________________________ (Affiant)

SWORN TO and subscribed before me, a Notary Public, in and for the above named State and

County this _________________ day of _______________ , ________________.

___________________________________

(Notary Public)

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 96

SECTION A GENERAL TERMS AND CONDITIONS

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 97

1. GENERAL REQUIREMENTS Section 1. GENERAL must be completed in full by every respondent (proposal partnerships) proposing to provide services and/or equipment in response to this RFP. 1.9 PROPOSAL FORMAT 1.9.2 System Literature and Brochures Include with your proposal all appropriate product brochures and other manufacturer documentation. 1.9.3 Cutsheets Include with your proposal all appropriate technical documentation (specification sheets) for all major electronic components part of bidder’s solution. 1.9.7 Implementation Schedule It is the intent of the owner to follow the schedule identified in section 1.9.7. The bidders shall attach an anticipated schedule for implementation based on this timeline. 1.9.8 Additional Information Any additional information the bidder would like to submit, including any Add/Alternate designs, should be attached and submitted with the Bidder Response Forms.

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 98

SECTION C TECHNOLOGY EDUCATION LAB REQUIREMENTS

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 99

4. TECHNOLOGY EDUCATION LAB REQUIREMENTS 4.2 CURRICULUM REQUIREMENTS Solution Description: Provide an executive summary of your proposed solution. Include a detailed listing of components, modules and/or islands and associated objectives and topics. Identify all curriculum support materials that are included. Hardware and software requirements: Provide a detailed listing of all hardware and software proposed including manufacturer and model number. Identify whether you are willing to purchase workstations from Sehi, the REMC bid holder. Identify printer requirements for the District to purchase. Describe the management station solution. 4.3 FLOORPLANS

Detail any concerns you may have with the room layouts, realizing that the walls, cable, and electrical are fixed. 4.4 NETWORK State any concerns regarding the network. Identify whether your solution will utilize the existing fileserver or if you have provided your own fileserver. 4.5 FURNITURE

Include a cutsheets of the proposed solution. Include a bill of material indicating manufacturer, model number and quantities. 4.6 TRAINING

Training must be included at no cost to the District. Given your past experience, please indicate how much training you believe is necessary to effectively use your solution. Proposals may differ from the amount indicated in section 4.5 of the RFP as long as the amount provided is sufficient and at least six individuals receive the training. Identify how many hours of training are included at no charge. 4.7 OPTIONS

The District may choose to purchase additional modules/islands. Please provide a detailed list of additional options including description of the components, objectives, lesson plans, etc. and associated cost.

August 2005

L’Anse Creuse Public Schools SECTION E Technology Education Labs - RFP Page 100

7 PURCHASE PRICE Provide complete pricing including all components, materials and services (installation, shipping, handling, insurance, etc) as follows: L’Anse Creuse High School $___________ L’Anse Creuse High School North $___________ L’Anse Creuse Middle School North $___________ L’Anse Creuse Middle School Central $___________ L’Anse Creuse Middle School South $___________ L’Anse Creuse Middle School East $___________ Performance bond (for all 6 labs) $___________ TOTAL not to exceed price $____________ This number should match the cost submitted on the OFFICIAL BID FORM As indicated in 1.9.4 above, submit a bill of material for each lab such that the total of the bill of material matches the respective line item above. It is not necessary to itemize individual services – include services as a lump sum per lab. The bill of materials should reflect on a building by building basis the list of modules, hardware, furniture, and associated costs and a lump sum for services. The total for each building should equal the cost submitted on this page.

August 2005