State of California Bid 6794 5 Solicitation 6794 Fire Protection Maintenance, Inspection and Repairs Bid designation: Public State of California 6 5/19/2015 12:46 PM p. 1 State of California Bid 6794 Fire Protection Maintenance, Inspection and Repairs Bid Number 6794 Bid Title Fire Protection Maintenance, Inspection and Repairs Bid 6794 5 Expected Expenditure $250,000.00 (This price is expected - not guaranteed) Bid Start Date May 16, 2015 12:39:01 PM PDT Bid End Date Jun 2, 2015 3:00:00 PM PDT Question & Answer End Date May 28, 2015 12:00:00 PM PDT Bid Contact Jeff Fratt Buyer III 619-594-3965 jfratt@mail.sdsu.edu Pre-Bid Conference May 26, 2015 10:00:00 AM PDT Attendance is mandatory Location: SDSU Campus Administration Building Room 116 5500 Campanile Drive San Diego, CA 92182-1616 Standard Disclaimer The State of California advises that prospective bidders periodically check the websites, including but not limited to Bidsync, and/or other state department links for modifications to bid documents. The State of California is not responsible for a prospective bidder's misunderstanding of the bid solicitation or nonresponsive bid due to failure to check these websites for updates or amendments to bid documents, and/or other information regarding the bid solicitations. Failure to periodically check these websites will be at the bidder's sole risk. The information published and/or responded to on these websites is public information. Confidential questions/issues/concerns should be directed to the contact on the ad. Description San Diego State University is looking for a single well qualified Contractor to provide all labor, materials, tools, equipment, transportation and supervision necessary for complete preventive maintenance, inspection, testing and service agreement for all water-based fire protection systems and system components for the Facilities Services department at San Diego State University, including extinguishers, fire sprinkler systems, standpipe systems and fire pumps. Term is expected to be three years with an option to renew for an additional two one year periods. Added on May 19, 2015: Add Addendum #1 6 5/19/2015 12:46 PM p. 2 State of California Bid 6794 INVITATION FOR BID BID DATA Bid Number: Description: License Requirement: Contact: 6794, May 16, 2015 Fire Protection – (All water-based systems) Maintenance, Inspection and Repairs “C-16” and “C-10” or other appropriate Contractor License Jeff Fratt, C.P.M.. Interim Assistant Director 619-594-3965 Fax: 619-594-5919 Email: jfratt@mail.sdsu.edu PROJECT MANAGER: Al Martin 619-594-1707 E-mail: amartin@mail.sdsu.edu BID REQUIREMENTS Pre-Bid Conference: Mandatory Date: Tuesday, May 26, 2015 at 10:00 am Location: Contract and Procurement Management Office, AD 116 5500 Campanile Drive, San Diego, CA 9218-1616 (Obtain $5 All Day Business Parking Permit) (Visit website : https://sunspot.sdsu.edu/map/ ) Purpose: Address questions or concerns regarding any part of this bid package; assistance in completing the DVBE Participation requirement and walk-through the job site. Question Deadline: Thursday, May 28, 2015 at 12:00 p.m. Submit all questions in writing by posting them to www.bidsync.com BID DUE DATE Date: Time: Location: Tuesday June 2, 2015 3:00 p.m. Contract and Procurement Management Office Administration Bldg. Room 116 5500 Campanile Drive San Diego, CA 92128-1616 (Visit website for mapped location http://sdsu.edu/map) (Trolley Green Line http://www.police.sdsu.edu/parkinginfo.htm ) ►NOTE: When returning your bid please clearly mark your envelope or package with the bid number and bid due date. BID CONTENTS *http://www.bidsync.com/ (*Bidders must register with BidSync. Notifications will be transmitted and forms must be downloaded from this site.) Exhibit A: Exhibit A-1: Exhibit B: Exhibit B-1: Exhibit C: Exhibit D: Exhibit E: Exhibit F: Exhibit X: Invitation for Bid No. 6678 / Specifications/ Scope of Work Sample Agreement & General Provisions Solicitation Provisions Bidder Certifications Supplemental Solicitation Provisions Bid Proposal/Bidder’s Qualification and Bid Bond Equipment List/Monthly Cost (D-1 through D9) Performance Bond Small Business Certification DVBE Participation Incentive Pages 1 - 19 Pages 1 - 12 Pages 1 - 9 Pages 1 - 6 Pages 1 - 6 9 Sheets Page 1 Page 1 Pages 1 – 3 Sealed bids must be received by the Contract and Procurement Management Office no later than the date, time and location indicated above for Bid Due Date. Submittal of responses by fax or other electronic means is not acceptable. Failure to submit original, signed documents shall be cause for rejection. NOTE: This bid does not constitute an order for the goods or services specified. IMPORTANT This Bid shall be in accordance with the procedures prescribed by law for the California State University. Access Policies and Procedures for the CSU General Provisions for Service Acquisitions on our web site: http://bfa.sdsu.edu/prosrvcs/genterms.htm also attached as Exhibit A-1. Your signature on Page 1 of your bid proposal form certifies acceptance. 5/19/2015 12:46 PM p. 3 State of California IFB 6794 Exhibit A Page 1 of 19 Bid 6794 PART 1 - GENERAL 1 SCOPE A. 2 5/19/2015 12:46 PM It is the intent of this contract to obtain a complete preventive maintenance, inspection, testing and service agreement for all water-based fire protection systems and system components for the facilities at San Diego State University, including fire sprinkler systems, standpipe systems, and fire pumps. The facilities covered are listed herein on Exhibit D-1 through D-8 (Exhibit(s) D) of this Specification are included, but do not limit the entire scope of this contract. Contractor’s Qualifications A. The importance of maintaining, testing and inspecting the equipment listed, in a safe and efficient operating condition at all times, demands that the service be performed by a fire protection contractor who has satisfactorily maintained equipment of similar grade, at facilities of similar size, to the degree specified herein. B. In order to demonstrate that all of the testing, maintenance, repairs, services and conditions of these specifications can be properly fulfilled, the Contractor shall furnish proof to the University that meet the following qualifications: 1. The contractor is (1) a qualified State of California Contractors State Licensing Board Licensed Fire Protection Contractor (C-16) as defined in subsection (b) of Section 7058 of the Business and Professions Code, or (2) a qualified California State Fire Marshal Licensed A (Type 1, Type 2, or Type 3 or Type L) Concern. 2. As part of this agreement also includes the maintenance of fire pumps, the contractor shall have an Electrical Contractors license (C-10), or utilize a qualified and licensed sub-contractor. 3. AWWA Certification. 4. The requisite organization of skilled and experienced fire protection system technicians, installers and repair personnel. All personnel must have a minimum of three years of experience under the Contractor’s direct employment and supervision. All work shall be performed by journey level technicians. Helpers or apprentices may be used to assist the journey level technicians, they may not work alone for any reason. 5. Satisfactorily performed other contracts of similar nature and magnitude. 6. Adequate capital and satisfactory business standing as required by the work. Bidders shall submit an annual company report covering the preceding year or a certified financial statement. 7. Radio or communication facilities on a 24 hour per day, 365 day per year basis so the Contractor’s staff can be reached and assurance that they will initiate a telephone response within thirty (30) minutes, and be on site within two (2) hours, in an emergency situation. Home phone numbers and cell phone/personal pager numbers will be required of supervisory staff. 8. All contractors are notified that most of the campus fire alarm interface devices are manufactured by Simplex. Simplex will provide training on the testing methods and procedures for disabling the devices to contractor personnel. This training will be done once. Should the contractor require additional training, then p. 4 State of California IFB 6794 Exhibit A Page 2 of 19 Bid 6794 the contractor shall reimburse Simplex for costs associated with training. C. 3 Certification that a member of their supervisory personnel regularly engaged in inspection, testing, and supervision will visit each system at least once per year to observe the quality of maintenance and to make certain that the quality of all tasks required by this contract meet the specified intent and standards. The Contractor’s supervisor shall schedule each visit with the Project Manager. SURVEY A. It is required that the Contractor examine all of the listed sites and equipment and make a thorough survey of the equipment designated herein and so certify. All deficiencies that need to be corrected must be identified and a list with pricing provided to the Project Manager for approval of repairs to be performed prior to the start of contract so that systems and equipment are in good working order at start of maintenance contract. Failure to examine the equipment constitutes complete acceptance by the Contractor. The University may, at its discretion, obtain competitive quotes for the work to effect repairs prior to issuing the required certification (see Part 2, paragraph 1. D). B. All facilities and buildings, and associated equipment, systems and components, are shown on the attached Exhibit(s) D. The Contractor is to use this exhibit for reference, and to show costs for individually maintaining each facility. Should any discrepancy exits between the equipment listed on Exhibit(s) D and actual field conditions, contact the Project Manger immediately. The Contractor and the Project Manager will determine the extent of the discrepancy, and if an amendment to the contract is warranted. It is the desire of the University that the Contractor list the information on all systems (fire pump, sprinkler, fire hose, back-flow preventers, fire water storage systems, fire hydrants, etc.) that is not currently shown and noted on Exhibit(s) D within the first month of the contract period. The actual bid documents (shown and noted on Exhibit(s) D) will need to be modified after the Contractor survey. The University is requesting “line item” costs for some of the systems listed in Exhibit(s) D to accommodate the modification. 4 5/19/2015 12:46 PM INSURANCE A. The Contractor shall be responsible for the safety of the Contractor’s employees, and shall save and keep harmless the University and University employees against any or all loss, cost , damage, claim, expense or liability whatsoever, because of accident or injury to the Contractor’s employees occurring in connection with the operations under the contract, and shall, at the Contractor’s expense, secure, pay the premiums for and keep in force Worker’s Compensation insurance as required by the laws of the State of California. B. Contractor shall furnish to the University prior to the commencement of work an underwriter's endorsement with a certificate of insurance stating that there is liability insurance presently in effect in accordance with the following minimum requirements: 1. General Liability: comprehensive or commercial form minimum limits each Occurrence $2,000,000, General Aggregate $15,000,000. 2. Employer Liability: $5,000,000. p. 5 State of California C. D. IFB 6794 Exhibit A Page 3 of 19 3. Business Automobile Liability: minimum limits for Owned, Scheduled, NonOwned, or Hired Automobiles with a combined single limit of not less than $1,000,000 per occurrence. 4. Workers' Compensation: as required under California State Law. 5. Errors and Omission insurance is required for professional service consultants and professional service design architects/engineers. 6. Hold Harmless Provision: reference CSU General Provisions for Service Agreements as maintained in the Contract Resource Library. Bid 6794 The certificate of insurance shall provide: 1. That the insurer will not cancel the insured's coverage without thirty (30) days prior notice to the University; 2. That the State of California, the Trustees of the California State University, the University, and the employees, officers, and agents of each of them, are included as additional insureds, but only insofar as the operations under this contract are concerned; 3. That the State, the Trustees, and the University, and the employees, officers, and agents of each of them, will not be responsible for any premiums or assessments on the policy. 4. Acceptability of Insurers Rating, AM Best – AVII or equivalent. Contractor agrees that the bodily injury liability insurance herein provided shall be in effect at all times during the term of this contract. In the event said insurance coverage expires at any time or times during the term of this contract, contractor agrees to provide at least thirty (30) days prior to said expiration date, a new certificate of insurance evidencing insurance coverage as provided herein for not less than the remainder of the term of the contract, or for a period of not less than one (1) year. New certificates of insurance are subject to the approval of the University, and the contractor agrees that no work or services shall be performed prior to the giving of such approval. In the event contractor fails to keep in effect at all times insurance coverage as herein provided, the University may, in addition to any other remedies it may have, terminate this contract upon the occurrence of such event. 5. CODES, RULES AND REGULATIONS A. All equipment/ materials, installations, repairs, testing and maintenance shall comply with CAL/OSHA requirements and with all applicable codes, rules, and regulations. Where conflicting requirements occur, the more stringent shall govern. Particular regulations are listed but are not limited to: 1. National Fire Protection Association (NFPA) a. 25, Standard for the Inspection, Testing, and Maintenance of Water-Based Fire Protection Systems, 2006 California Edition. 2. California Administrative Codes a. Title 19, Chapter 5, Articles 1 through 5 5/19/2015 12:46 PM p. 6 State of California IFB 6794 Exhibit A Page 4 of 19 Bid 6794 b. California Health and Safety Code, Section 13195-13199 3. California State Fire Marshal, Approved Materials and Equipment List. 4. AWWA Standards 5. All contractors must adhere and follow all safety rules and regulations, specifically Federal and California Occupational Safety and Health (FedOSHA and CalOSHA) requirements. A copy of the contractors Injury and Illness Prevention Program (IIPP) must be submitted to the University on an annual basis. 6. All testing of campus fire hydrants shall be done according to “City of San Diego Storm Water Pollution” standards. 7. The Contractor shall provide documentation that demonstrates “in-house” capabilities as an ICC Hydrostatic Test Facility; carbon dioxide charging capabilities; dry chemical servicing facilities, hose re-coupling facilities and repair facilities for all types of extinguishers. (sub-contractor documentation is acceptable). 8. The Contractor shall have current EPA Registration for Hazardous Material disposal. 9. A current “Portable Fire Extinguisher Servicing Concern License”, issued by the California Department of Forestry and Fire Protection Office of the State Fire Marshal. 10. THE SUCCESSFUL BIDDER SHALL PROVIDE THE UNIVERSITY WITH THE COMPANY “INJURY AND ILLNESS PREVENTION PROGRAM (IIPP)” DOCUMENTS WITH PRIOR TO AWARD. FAILURE TO SUBMIT THIS DOCUMENT SHALL BE CAUSE FOR CANCELLING THE AWARD. PART 2 - EXTENT OF WORK 1.0 5/19/2015 12:46 PM CONTRACTOR’S DUTIES – WET SYSTEMS A. The work to be performed by the Contractor, under this Specification shall consist of furnishing all materials, labor, tools, equipment, supplies, transportation and supervision necessary to provide full preventive maintenance, testing and repair service on the equipment specified. B. Any work not specifically mentioned but which is needed to make the maintenance complete and meet all California State Fire Marshal inspection and testing requirements within the intent of this Specification shall be performed without additional cost to the University. C. Provide routine testing, inspection, repairs and maintenance on the equipment indicated on Exhibit(s) D. Time extended for regular work shall consist of testing, inspection, examination, adjustment, troubleshooting and whatever travel is incurred from these tasks. D. Contractor to provide 5-year Certifications on all systems at the initiation of contract. E. Drawings: The contractor shall provide the University with the locations of pertinent items p. 7 IFB 6794 Exhibit A Page 5 of 19 State of California Bid 6794 found on campus (fire hydrants, backflow devices, valves, fire hose cabinets, etc). This information shall be transferred to the Facility Information System, for archive purposes. Drawings / database requirements for fire extinguishers are located in Paragraph 2.1 – Survey, of these specifications. F. Provide ongoing inspections, testing and maintenance in accordance with the intervals indicated in the following tables: Table 5.1 Summary of Sprinkler System Inspection, Testing, and Maintenance Item 5/19/2015 12:46 PM Activity Frequency Reference Control valves Inspection Quarterly Table 12.1 Alarm devices Inspection Quarterly 5.2.6 Gauges (wet pipe systems) Inspection Quarterly 5.2.4.1 Hydraulic nameplate Inspection Quarterly 5.2.7 Buildings Inspection Annually (prior to freezing weather) 5.2.5 Hanger/seismic bracing Inspection Annually 5.2.3 Hanger/seismic bracing in accessible concealed spaces Inspection 5 Years 5.2.3.3 Pipe and fittings Inspection Annually 5.2.2 Pipe and fittings in accessible concealed spaces Inspection 5 Years 5.2.2.3 Sprinklers Inspection Quarterly 5.2.1 Sprinklers in accessible concealed spaces Inspection 5 Years 5.2.1 .1.4 Spare sprinklers Inspection Quarterly 5.2.1.3 Fire department connections Inspection Quarterly Table 12.1 Valves (all types) Inspection Table 12.1 Alarm devices Test Annually 5.3.3 Main drain Test Annually Table 12.1 Antifreeze solution Test Annually 5.3.4 Gauges Test 5 years 5.3.2 p. 8 IFB 6794 Exhibit A Page 6 of 19 State of California G. Sprinklers — extra-high temperature Test 5 years 5.3.1.1.1.3 Sprinklers — fast response Test At 20 years and every 10 years thereafter 5.3.1.1.1.2 Sprinklers Test At 50 years and every 10 years thereafter 5.3.1.1.1 Valves (all types) Maintenance Annually or as needed Table 12.1 Obstruction investigation Maintenance 5 years or as needed 13.2.1, 13.2.2 Bid 6794 Prior to performing any maintenance or inspection tasks for fire hose systems, the Contractor shall replace “all” hoses in each facility, or a portion of the hoses, while the remaining hoses are being tested. Any hose not passing the requisite tests shall be removed from service at the University, and replaced by the contractor. Table 6.1 Summary of Standpipe and Hose Systems Inspection, Testing, and Maintenance Item Activity Frequency Reference 5/19/2015 12:46 PM Control valves Inspection Quarterly Table 12.1 Pressure regulating devices Inspection Quarterly Table 12.1 Piping Inspection Semi-Annually 6.2.1 Hose connections Inspection Semi-Annually Table 12.1 Cabinet Inspection Semi-Annually NFPA 1962 Hose Inspection Semi-Annually NFPA 1962 Hose storage device Inspection Semi-Annually NFPA 1962 Alarm device Test Annually Table 12.1 Hose nozzle Test Annually NFPA 1962 Hose storage device Test 5 years NFPA 1962 Hose Test 5 years/3 years NFPA 1962 Pressure control valve Test 5 years Table 12.1 Pressure reducing valve Test 5 years Table 12.1 Hydrostatic test Test 5 years 6.3.2 Flow test Test 5 years 6.3.1 Main drain test Test Annually Table 12.1 Hose connections Maintenance Annually Table 6.2.2 Valves (all types) Maintenance Annually/as needed Table 12.1 p. 9 IFB 6794 Exhibit A Page 7 of 19 State of California Bid 6794 Table 7.1 Summary of Private Fire Service Main Inspection, Testing, and Maintenance Item Activity Frequency Reference Hose houses Inspection Hydrants (dry barrel and wall) Inspection Monitor nozzles Inspection Hydrants (wet barrel) Inspection Mainline strainers Inspection Piping (exposed) Inspection Piping (underground) Inspection See 7.2.2.2 7.2.2.2 Monitor nozzles Test 7.3.3 Hydrants Test Flow annually (range and operation) Flow Annually Flow Test 5 years 7.3.1 Piping (exposed and underground) Quarterly Annually and after each operation Semi-Annually Annually and after each operation Annually and after each significant flow Annually Annually and after each operation Annually 7.2.2.7 7.2.2.4 7.2.2.6 7.2.2.5 7.2.2.3 7.2.2.1 7.3.2 Mainline strainers Maintenance 7.4.2 Hose houses Maintenance Hydrants Maintenance Annually 7.4.3 Monitor nozzles Maintenance Annually 7.4.4 7.4.5 Table 8.1 Summary of Fire Pump Inspection, Testing, and Maintenance Item Activity Frequency Reference Pump house, heating ventilating louvers Inspection Weekly 8.2.2(1) Fire pump system Inspection Weekly 8.2.2(2) No-flow condition Test Weekly 8.3.1 Flow condition Test Annually 8.3.3.1 Hydraulic Maintenance Annually 8.5 Mechanical transmission Maintenance Annually 8.5 Electrical system Maintenance Varies 8.5 Pump operation 5/19/2015 12:46 PM p. 10 IFB 6794 Exhibit A Page 8 of 19 State of California Controller, various components Maintenance Varies 8.5 Motor Maintenance Annually 8.5 Diesel engine system, various components Maintenance Varies 8.5 Bid 6794 Table 9.1 Summary of Water Storage Tank Inspection, Testing, and Maintenance Item Activity Frequency Reference 5/19/2015 12:46 PM Control valves Inspection Quarterly Table 12.1 Water – level Inspection Monthly/Quarterly 9.2.1 Air pressure Inspection Monthly/Quarterly 9.2.2 Tank – exterior Inspection Quarterly 9.2.5.1 Support Structure Inspection Quarterly 9.2.5.1 Catwalks and ladder Inspection Quarterly 9.2.5.2 Hoops and grillage Inspection Annually 9.2.5.4 Painted/coated surfaces Inspection Annually 9.2.5.5 Expansion joints Inspection Annually 9.2.5.3 Interior Inspection 5 years/3 years 9.2.6 Check valves Inspection 5 years Table 12.1 Water level alarms Test Semiannually 9.3.5 Level indicators Test 5 years 9.3.1 Pressure gauges Test 5 years 9.3.6 Automatic filling devices Test 5 years 9.3.7 Water level Maintenance ______ 9.4.1 Drain silt Maintenance Semiannually 9.4.5 Control valves Maintenance Annually Table 12.1 Embankment-supported coated fabric (ESCF) Maintenance _______ 9.4.6 Check valves Maintenance _______ 12.4.2.2 p. 11 IFB 6794 Exhibit A Page 9 of 19 State of California H. Bid 6794 Table 12.1 is below. The contractor shall provide the University with information on each item found during regular inspections, and assist the University with making an inventory that can be compiled and verified. The bid sheets for this section contain information on the backflow devices associated with the respective fire sprinkler system. The contractor is to bid the maintenance / testing / repairs as needed, for these devices. The University “may” elect to add the other equipment into the contract at a later date. Table 12.1 Summary of Valves, Valve Components, and Trim Inspection, Testing, and Maintenance Item Activity Frequency Reference Sealed Inspection Quarterly 12.3.2.1 Locked Inspection Quarterly 12.3.2.1.1 Exterior Inspection Quarterly 12.4.1.1 Interior Inspection 5 years 12.4.1.2 Strainers, filters, orifices Inspection 5 years 12.4.1.2 Inspection 5 years 12.4.2.1 Control Valves Alarm Valves Check Valves Interior Pressure Reducing and Relief Valves Sprinkler systems Inspection Quarterly 12.5.1.1 Hose connections Inspection Semi-Annually 12.5.2.1 Hose racks Inspection Quarterly 12.5.3.1 Casing relief valves Inspection Weekly 12.5.6.1, 12.5.6.1.1 Pressure relief valves Inspection Weekly 12.5.6.2, 12.5.6.2.1 Reduced pressure Inspection Quarterly 12.6.1 Reduced pressure detectors Inspection Quarterly 12.6.1 Fire Department Connections Inspection Quarterly 12.7.1 Main Drains Test Annually Water-Flow Alarms Test Annually 12.2.6, 12.2.6.1, 12.3.3.4 12.2.7 Position Test Annually 12.3.3.1 Operation Test Annually 12.3.3.1 Fire pumps Backflow Prevention Assemblies Control Valves 5/19/2015 12:46 PM p. 12 IFB 6794 Exhibit A Page 10 of 19 State of California Supervisory Test Annually 12.3.3.5 Sprinkler systems Test 5 years 12.5.1.2 Circulation relief Test Annually 12.5.6.1.2 Pressure relief valves Test Annually 12.5.6.2.2 Hose connections Test 5 years 12.5.2.2 Hose racks Test 5 years 12.5.3.2 Backflow Prevention Assemblies Test Annually 12.6.2 Fire Department Connection Test 5 years 12.7.4 Maintenance Annually Bid 6794 Pressure Reducing and Relief Valves Control Valves 2.0 12.3.4 CONTRACTOR DUTIES A. Fire Extinguishers 1. SCOPE: It is the intent of this portion of the specifications to obtain complete inspection, maintenance, re-charging and replacement for fire extinguishers, as listed in Exhibit D-7, at San Diego State University. The work to be performed by the Contractor shall consist of furnishing all material, labor, tools and equipment necessary to provide full maintenance service on the equipment described. Any work not specifically mentioned but which is needed to make the maintenance complete within the intent of these specifications shall be performed without additional cost to the University. 2. Inventory The following is an estimated inventory of the sizes and types of fire extinguishers on campus. This data is APPROXIMATE. The University does not guarantee the actual quantities of devices on campus: a. b. c. d. e. f. g. h. i. 5/19/2015 12:46 PM 5# Dry Chemical (ABC, BC, etc) – 950 10# Dry Chemical (ABC, BC, etc) – 715 30# Dry Chemical (ABC, BC, etc) – 5 5# CO2 – 260 10# CO2 – 110 15# CO2 – 30 5# Clean Agent – 30 13# Clean Agent – 15 2 ½ Gallon Water - 10 3. The importance of maintaining the equipment herein covered in a safe and efficient operating condition at all times demands that service be performed by a fire extinguisher Contractor who has satisfactorily maintained equipment of similar grade to the degree specified herein. 4. Bidders shall certify that a member of their supervisory personnel, with a minimum of 10 years’ experience, regularly engaged in inspection and supervision will visit the University, and each building listed least semi-annually, p. 13 State of California IFB 6794 Exhibit A Page 11 of 19 Bid 6794 to observe the quality of maintenance and to make certain that the quality of maintenance meets the specified and intended standards. The Supervisor shall schedule each visit with the Project Manager. 5/19/2015 12:46 PM 5. The University reserves the right to investigate the quality of maintenance performed by the bidder on equipment similar to those included and to refuse consideration of the bid if the report is unsatisfactory or, if the bidder's organization and qualifications are inadequate to undertake the work specified. Bidder must provide, with the bid, a current list of companies they have serviced during the last three years. 6. SURVEY - As part of this agreement, and as the first task assigned the Contractor, the Contractor will receive printed copies of the campus building plans, showing the locations of each fire extinguisher. The Contractor shall field verify the type and size of each fire extinguisher. An Excel spreadsheet will be provided, listing pertinent information for each extinguisher, as well as the approximate location. The Contractor will also note any additional areas that have fire extinguishers (if any) and note the size and type of those, for inclusion into this agreement. a. Each fire extinguisher shall be surveyed and inventoried. Each fire extinguisher shall have a “bar code” sticker installed by the Contractor (or the existing “bar code” sticker shall be utilized), at the Contractor’s expense, and shall be scanned into a database. The Contractor is responsible for the purchase and maintenance of the scanner(s) used for this contract and any bar code stickers needed for the duration of this agreement (new, or replacement). The Contractor shall implement the database and, with the advice and direction of the Project Manager, maintain the database. The type of bar code equipment shall have the decoding capability for: Code 128, Code 39, UPC and EAN/JAN, Interleaved 2 or 5, Code 93, codebar, D2 of 5, MSI/Plessey, Code 11 and Webcode. Final encode/decode parameters will be determined by the University. The existing bar code scanner used is a Unitech PT-630. b. Subsequent to the survey and the initiation of the database, the Contractor shall provide the University with AutoCAD drawings (or an acceptable alternate), showing the locations of each fire extinguisher in each building. The Contractor may utilize the existing drawings for reference (a printed sheet showing the locations of the existing fire extinguishers), and data provided in an Excel spreadsheet. The Contractor shall “link” each fire extinguisher shown and noted on the drawing back to the fire extinguisher database. By “clicking” on the link object, the data for that particular extinguisher shall “pop up” in a separate window within the AutoCAD program. Additional methods of accomplishing this task may be considered by the Project Manager. c. All databases, drawings, backgrounds, and other items associated with this contract will become the property of the University after award of this contract. All software work done by the Contractor, or any subcontractor shall not be construed as proprietary. d. The successful bidder may chose to utilize the existing database, drawings, backgrounds and other items associated with this contract, with the understanding that all such items remain the property of the University at all times. p. 14 State of California 7. Should any of the equipment require repairs to place them in an acceptable condition so that the Contractor can undertake to perform full maintenance at the contract price quoted, the Contractor shall submit a detailed description of the extra work and its cost with the Contractor's bid. No extra charge under the service contract will be allowed for these or any other repairs, after the regular contract service is inaugurated. The cost of these initial repairs (if any) will not be an award factor in this bid. 8. CONDITIONS OF SERVICE: If conditions warrant, or as part of requirements set forth by this agreement, the Contractor shall repair, replace or re-charge any or all, but not limited to, the following: a. 4) 5) 9. 10. Bid 6794 Service 1) 2) 3) Pressurized Water type extinguishers. Various sizes Carbon dioxide type extinguishers. Various sizes. Dry chemical type extinguishers. Various sizes and compositions. Halon type extinguishers. Various sizes. If, during the terms of this agreement, halon type extinguishers or the halon gas is no longer available, due to discharge or a malfunction of the extinguisher, the Contractor shall substitute an appropriate type fire extinguisher for the application, and make the appropriate modification to the list of devices (Exhibit E). New fire extinguishers, of a halon type, shall be provided at a cost per unit as shown and noted on the Bid Form. Other types of fire extinguishers and fire extinguishing devices not specifically listed herein. Testing a.. All fire extinguisher vessels shall be hydrostatically tested pursuant to NFPA 10, Standard for Portable Fire Extinguishers, latest adopted Edition. The results of each test shall be recorded by the Contractor. The cost(s) for hydrostatic testing is to be recorded on the Bid Form. Escalation is not applicable for this service under this contract. The cost of hydrostatic testing may be considered as an award factor for this contract. b. All fire extinguishers shall be inspected and certified pursuant to NFPA 10, Standard for Portable Fire Extinguishers, latest adopted Edition. No additional costs shall be incurred by the University for this service. Training a. 5/19/2015 12:46 PM IFB 6794 Exhibit A Page 12 of 19 At least twice per calendar year, the Contractor shall provide campus personnel with four (4) each, two (2) hour training sessions on the care, use and applications of fire extinguishers. The training shall consist of a lecture / video presentation and actual demonstrations of various types of fires, using various types of extinguishers. The campus will provide a suitable site for the training. The Contractor will contact and coordinate the training with the local City Fire Department battalion chief. This training will be done at no additional cost to the University. p. 15 State of California IFB 6794 Exhibit A Page 13 of 19 10. The Contractor shall maintain the original fire extinguisher specifications, as closely as possible, and within the limits of the jurisdictional agency. 11. Records: The Contractor shall maintain all record documents, required by any and all jurisdictional agencies, at the Contractor’s Office, and at a location specified by the Project Manager. Record all fire extinguisher data, for each building and each location along with other pertinent data (certification dates, testing dates and results, replacement dates, etc). Bid 6794 12. Monthly Tasks: The following tasks are the minimum requirements, to be performed on a monthly basis: a. b. c. d. Scan the unit. Remove the extinguisher from its hanger. Check the gauge pressure. Check the tag (Verification of Service) on the extinguisher for potential hydrostatic testing, or other inspection/testing information. Replace / modify as needed or required. e. Check that the operating instructions on the nameplate is legible and facing outward. f. Check the weight of the extinguisher by weighing or “hefting”. g. Examine the extinguisher for physical damage, corrosion, leakage, or clogged nozzle. h. Replace the extinguisher on its hanger. i. Check for any obstruction that would interfere with accessibility to the extinguisher. j. During the inspection, note changes in the building layout; function; and room(s) configuration, that may affect the placement, type or quantity of the portable fire extinguisher required. k. Compile a complete report of the inspection, in an electronic format (pursuant to Paragraph 1.03 A. 1.). The report must be e-mailed to the Project Manager. The report shall also include any deficiencies and recommendations for corrective actions. 2.1 SPECIAL TESTS: A. 2.2 HOUSEKEEPING: A. 2.3 The Contractor shall thoroughly clean all fire extinguishers; ensure that the areas surrounding the fire extinguishers are clear of obstructions and are clearly identified. Report to the Project Manager any discrepancies, in writing, during regular inspections. STOCK OF MATERIALS: A. 5/19/2015 12:46 PM All fire extinguishers shall by hydrostatically tested pursuant to Table 7.2 of NFPA 10, and to the extent of Chapter 7 in its entirety. Records of the testing shall be kept and forwarded to the Project Manager. The Contractor shall provide the University with a base cost for this service, and shall perform the service as needed, pursuant to the survey conducted by paragraph 1.03 of this Exhibit. Additional costs shall be acknowledged by an amendment to this Agreement or by the formation of a separate agreement for this service. The Contractor shall keep in stock replacement parts as needed for complete maintenance and repair of the fire extinguisher sets covered by this agreement; chemicals, carbon dioxide, hoses, fittings, and any other materials needed for complete maintenance, re-charging, testing and repair of campus fire extinguishers. p. 16 State of California B. In addition, keep on the premises or in a warehouse within fifty (25) miles of the University: portable fire extinguishers, of the correct size and type, to provide replacements for those extinguishers places out of service, or while being tested. Additionally, keep on the premise, or in a warehouse, additional fire extinguishers, for installation at campus facilities where directed or needed, as requested by the Project Manager. A room has been allocated in Parking Structure II for the storage of University fire extinguishers and spare parts. B. Fire Suppression Systems (Gas / Halon / Clean Agent / FM) C. 2.4 IFB 6794 Exhibit A Page 14 of 19 1. The Contractor is responsible for the inspection, testing, repair, and replacement of gas suppression systems, pursuant to the system manufacturers specifications and to the applicable NFPA / CSFM standards. 2. The Contractor shall provide the Project Manager with all test inspection and test reports. Bid 6794 All systems, inclusive: Any work not specifically mentioned but which is needed to make the maintenance complete within the intent of this Specification shall be performed without additional cost. PATENTS: The Contractor shall hold and save the State and San Diego State University, or their agents or employees, harmless from liability of any nature or kind, including cost and expenses for or on account of any patented or unpatented invention, article or appliance manufactured or used in the performance of this Contract. 2.5 PERFORMANCE: 2.6 SCHEDULES AND RECORDS: 5/19/2015 12:46 PM A. Successful bidders shall submit a work schedule / job site checklist with the awarded contract. B. These work schedules / checklists shall be designed for each fire extinguisher to be serviced, and shall conform to the manufacturer's recommended practice for the particular equipment concerned and pursuant to NFPA 10. They shall show the kind and frequency of service, testing, and cleaning proposed by the Contractor for the duration of the Contract. The University will evaluate proposed work schedules in awarding the contract. C. All service, inspections, adjustments, tests, cleaning, re–charging, routine repairing and other preventative maintenance activities shall be performed in accordance with schedules submitted with the Contractor's bid. D. After approval of schedules by the University and commencement of work, the Contractor shall keep these work schedules on display at a place to be determined by the Project Manager, and perform regular maintenance service in accordance therewith. Schedules posted shall be of the chart type, which shall be initialed by the serviceman when each scheduled inspection is performed. E. Contractor shall also maintain an accurate and complete log of all work performed in addition to routine service at each location. These logs shall include emergency call- p. 17 State of California IFB 6794 Exhibit A Page 15 of 19 Bid 6794 back service describing the nature of all complaints and their resolution. The logs shall be kept in a place designated by the Project Manager. F. 3.0 All forms required for the above schedules, monthly work sheets, call-back records and performance reports must be approved by the University before work on the contract commences. ADMINISTRATION A. KEY ISSUE AND PARKING Contact the Project Manager prior to commencement of this contract to obtain keys to the University. Keys shall be checked-out by the Contractor or designee. In the event of loss, the Contractor shall be held liable for the total cost of labor and materials to re-key the entire area accessible with the lost keys. The Contractor or designee shall check out the keys at the Co-Generation Plant and return them at the end of each day. This will keep a log of the Contractor’s visits to the campus. During periods of construction or building modification, some areas may not be accessible. The Contractor shall obtain the necessary keys from the Physical Plant “Lock-Box”, and return them at the end of the day or work period. 3.1 B. Contractor at all times shall observe campus parking rules and regulations. No properly issued citation will be waived. Parking for contractor personnel and vehicles shall be in those areas so designed by the Department of Public Safety. C. If the Contractor's agent uses any University controlled parking facility, it will be necessary to purchase a parking pass from the Public Safety Office. It will be the responsibility of the Contractor or its agent to pay any fees required. Each vehicle on campus must have the required “Vendor” parking permit. Permits may be purchased for up to 6 months at a time (current costs for vendors are: $5 per day / $11 per week / $44 per month) for “each” vehicle. D. Contact Debbie Richeson, Department of Public Safety, (619)594-1991, for any information and if a parking fee is applicable, consider this cost in your total bid. DURATION A. This contract will remain in effect for the term July 1, 2015 through June 30, 2018. The University fiscal year is July 1st through June 30th. B. This contract will have an option to renew for up to two (2) consecutive twelve-month periods by mutual agreement of both parties. 3.2 ESCALATION A. The price quoted shall remain in effect for twelve (12) months from the date of contract initiation. On July 1st of each subsequent year, for the term of this contract, the price shall be adjusted as follows: 1. 3.3 HOURS OF WORK A. 5/19/2015 12:46 PM 100% of the contract price shall be increased by 2% per year. All normal work under this contract is to be performed during regular working days of the trades involved, within the entire scope of these specifications (typically Monday through p. 18 State of California IFB 6794 Exhibit A Page 16 of 19 Bid 6794 Friday, 0700 through 1700 hrs.). This does not obviate requirements for service, maintenance, testing or repair as needed by the University. Overtime for periods over that specified by particular trades will be paid at the difference between normal and overtime labor at the Contractor’s regular billing rate. 3.4 3.5 CHANGES IN WORK A. The University, without invalidating this agreement, may order extra work or make changes by altering, adding to, or deducting from the work only by written purchase/service order. The order, initiated by the University and properly approved and authorized shall set forth the amount of money to be added or deducted. B. In the event that the University withdraws or adds any building, system, system component or other device to or from service, or the usefulness of any system or component shall end, during the term of this agreement, the Contractor shall agree to negotiate and acceptable reduction and/or increase of cost for service for the balance of the duration of said agreement. Any withdrawals or additions of equipment to this agreement will be made after terms have been agreed to by the Contractor and the University. A certified letter to the Contractor from the University will be issued to initiate the change to the contract, and an amendment to the contract will be made once each year, formally reflecting any addition or deletion or change for the year. RIGHT TO INSPECT A. The University may, at any time, retain the services of an independent fire protection system engineering firm, or the California State Fire Marshal, to evaluate the Contractor’s performance covered by this agreement. These evaluations may be made on a yearly basis during the course of this contract. 1. 3.6 3.7 PAYMENTS A. The University will process claims for payment of approved invoices in accordance with State and University procedures and the terms of this agreement. Payments are typically made 30 days in arrears. B. As a basis for payments of claims for services rendered, monthly billings must be accompanied by service reports indicating hours worked and work accomplished in each building during the month. Reports shall be verified by the signature of the Project Manager, or designee. Failure to comply will result in the withholding of the monthly payment. C. If necessary at the commencement or termination of the contract, payments will be made for any fractional part of a month’s service at the rate of one-thirtieth (1/30) of the monthly charge for each day of service rendered. EXCLUSIONS A. 5/19/2015 12:46 PM The results of these evaluations will be issued by the entity to the University. If non-compliance items are included in the report, the University will issue a punch-list to the Contractor who shall complete those items within thirty (30) days. The University, at its discretion, may choose to solicit competitive bids to abate the non-compliance items. The cost of this corrective action will be deducted from money owed to the Contractor. The following work is excluded from this contract and is not the responsibility of the Contractor: p. 19 State of California 1. 2. 3. 4. 5. 6. 7. 8. 3.8 3.9 Bid 6794 Power circuits providing operating power to the device controllers. Work required by acts of vandalism, misuse or causes beyond the control of the Contractor. The Contractor shall obtain University approval to repair vandalized or misused items problems. Payment will be made through a separately funded Service Order. The University reserves the right to solicit proposals from other firms to effect repairs of fire protection systems needed due to vandalism or misuse. New attachments or modifications as may be recommended or required by insurance companies or federal, state, municipal or other governmental agencies. Fire alarm systems are maintained under a separate maintenance contract, including quarterly tamper and flow inspection and testing. Inspection, testing and maintenance of halon system(s) shall not be the responsibility of the Contractor under this contract. Repair or replacement of underground piping, unless such pipes were damaged by the Contractor. Replacement (in entirety) of backflow prevention devices, fire pumps, fire pump controllers, fire extinguishers and fire hydrants, unless such equipment was damaged by the Contractor. The contractor shall obtain approval for full replacement of these items. Payment will be made through a separately funded Service Order. Obsolescence (fire equipment): Some of the fire protection equipment on campus is antiquated or obsolete, and parts are difficult to obtain. The Contractor shall make every reasonable attempt to locate parts and supplies for the equipment covered by this agreement. Should it become evident to the Project Manager that parts or materials are not available in a timely manner for a particular piece of equipment or system, the contractor shall provide the University with a proposal for parts and installation. This paragraph does not prohibit the University from soliciting competitive bids for such work. CONDITIONS OF SERVICE A. Inspection and Testing The Contractor shall systematically inspect and test each and every device and system, according to all applicable standards set forth in Part 1, Section 4 of these documents and intervals listed in Part 2, Section 1-D. Coordinate all tests with the Project Manager, the Physical Plant Work Control Center and the University Department of Public Safety, so that disruption to the University will be minimal. B. Promptly correct any defects found during inspection or testing of the systems. If these corrections cannot be made immediately, notify the Project Manager, and submit a report of the defect and the anticipated duration before correction. Submit copies of all test results and any deficiency found to the Project Manager no later than one (1) week after completion of testing. MAINTENANCE AND REPAIR A. 5/19/2015 12:46 PM IFB 6794 Exhibit A Page 17 of 19 All water-based fire protection systems and devices, including fire sprinkler systems, standpipe systems, fire backflow preventers, fire hydrants, fire water storage systems, wet system alarm indication devices, fire pumps, and fire extinguishers are the responsibility of the Contractor to maintain. System troubleshooting is the responsibility of the Contractor, regardless of cause. The University will compensate the Contractor to effect repairs only if it has been determined that the trouble is caused by vandalism, misuse or events beyond the cause or control of the Contractor. p. 20 State of California 3.10 3.11 B. Provide all labor, parts and materials required to perform normal and preventive maintenance on fire protection systems. Supply, repair, clean and replace defective parts or as made necessary due to normal wear and tear or age. Provide suitable, correctly designed replacement parts. C. It is understood that the fire protection systems described herein are vital to building and occupant safety. As such, the systems may not be inoperable for any extended time period. Should circumstances require a fire protection system to be inoperative for more than a 12 hour period, then the Contractor will be required to provide an adequate fire watch to the University, at no additional cost to the University. A proposal for the fire watch, and duties of fire watch personnel will be required to be submitted to the Project Manager and the campus Fire Marshal. D. Should a fire protection system need repair, and the Contractor be unable to effect timely repairs, then the University may, at the Project Manager’s discretion, retain the services of the manufacturer of the subject fire protection system, or any other entity deemed appropriate, and have the repairs made. The cost for such repairs will be deducted from the monthly amount paid to the Contractor under this agreement. A. Provide unlimited 24-hour, 7 days per week emergency call-back service. Respond within 60 minutes to requests for service. Respond to calls only from the Work Control Center, the Project Manager,the Co-Generation Plant watch, or the Campus Police. When the request specifies and emergency, or an emergency situation, report to the scene of the emergency within two hours. Failure to do so may, at the option of the University, be grounds for cancellation of this agreement. B. Furnish call back service upon request at no additional expense to the University during regular working hours, typically 6:00 am through 5:00 pm, Monday through Friday. In the event of a call back during overtime hours, furnish all travel time, expenses and time on the job. The Contractor may bill the University for the bonus portion of the labor only. C. All vandal or misuse related work must be authorized by the University. Work performed without prior authorization and adequate documentation will not be paid for. VERIFICATION AND ACCEPTANCE The Contractor shall have a local supply of replacement parts sufficient for the normal maintenance and repair of campus fire protection systems, with availability of nonstocked parts from the manufacturer within 3 business days. Lack of parts or supplies for systems described in this agreement does not obviate the Contractor from effecting timely repairs to fire protection systems. SCHEDULES AND RECORDS A. 5/19/2015 12:46 PM At least quarterly, and inspection of the work shall be conducted by the Project Manager and the Contractor to ensure that the work is being carried out in conformance with the specifications. Unless relieved of responsibility for corrections by the University, complete all items identified for correction within a reasonable period of time as agreed to with the Project Manager. MATERIAL STOCK A. 3.13 Bid 6794 CALL BACK SERVICE A. 3.12 IFB 6794 Exhibit A Page 18 of 19 All work, inspections, testing, repairs, or maintenance must be scheduled with the Project Manager, and documented with a service ticket provided by the Contractor. Test and p. 21 State of California IFB 6794 Exhibit A Page 19 of 19 Bid 6794 inspection results, suggested repairs and cost proposals shall be provided by the Contractor on a form or type approved by the Project Manager. The University requests that “all” service, testing, maintenance documents generated as part of this contract be delivered electronically (PDF files are preferred) to the project manager via e-mail. B. 3.14 The Contractor shall maintain an accurate log of all work performed. These logs shall include emergency call back service describing the nature of all complaints and their resolution. PIPING AND CONSTRUCTION PLANS A. All sprinkler piping diagrams or construction plans of systems in all buildings covered under this agreement are the property of the University and upon termination of this agreement shall be delivered to the University. In the event system plans or piping diagrams are required by the University from the Contractor as part of the work performed under this agreement, the Contractor shall make these as-built or as-modified drawings available to the University at no additional charge. B. The Contractor shall make no changes to any system, component or device without first obtaining approval of the Project Manager. Properly record all changes on any drawings or diagrams and include proper identification, date of change, reason, and the name of the person making the change. In the event new piping is installed, new devices, components, etc. are added, the contractor shall provide documentation of any changes made to systems, such as redlined markups of plans provided by the University. C. It is understood that the University does not have all plans and piping diagrams on all building system. END OF EXHIBIT A 5/19/2015 12:46 PM p. 22 State of California IFB 6794 EXHIBIT B Page 1 of 9 Bid 6794 SOLICITATION PROVISIONS BIDDER CERTIFICATIONS I. SOLICITATION PROVISIONS 1. Definitions: 2. (a) The Trustees of the California State University are referred to as “CSU” or “University.” (b) The terms “bid” and “proposal” are synonymous and means an offer made in response to a solicitation to perform a contract for work and labor or to supply goods at a specified price, whether or not it is considered a “seal bid” or results in award of a contract to a single or sole source. (c) “Bidder” or “Proposer” is used interchangeably and each shall apply to the business entity which submits a bid/proposal or is awarded a contract. Preparation of Bids and Proposals: (a) Proposer shall carefully review all documents referenced and made a part of this solicitation to ensure that all information required to properly respond to the solicitation has been received or made available and all requirements are priced in the proposal. Failure to examine any document, drawing, specification, or instruction will be at the proposer’s sole risk. If applicable, it is the bidder’s responsibility to examine the proposed installation site to fully understand the work and any difficulties which may arise in performing the work. No variation from the contract terms shall be made because of bidder’s lack of examination or knowledge. (b) All bids submitted, including electronic bids, must indicate unit prices for each separate line item quoted in addition to showing the totals. In case of discrepancy between the unit price and the extension set forth for the item, the unit price shall prevail; however, if the amount set forth as a unit price is ambiguous, unintelligible, or uncertain for any cause, or is omitted, the amount set forth in the "Extension" column shall be divided by the quantity for the item and the price thus obtained shall be the unit price. In case of discrepancy between the totals shown on the bid form and the actual sum of the item totals, the actual sum of all item totals shall prevail. (c) Brand names: Any reference to brand names and numbers in the bid solicitation is intended to be descriptive, but not restrictive, unless otherwise specified. Bids on equivalent items meeting the indicated standards of quality will be considered, unless otherwise specified, providing the bid clearly describes the article offered and how it differs from the reference brands. Unless the bidder specifies otherwise in the bid, it is understood that the bidder is offering a referenced brand item as specified in the bid solicitation. The CSU reserves the right to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the brand name references; the CSU may require a bidder offering a substitute to supply additional descriptive material and a sample. Page 1 of 9 5/19/2015 12:46 PM p. 23 State of California IFB 6794 EXHIBIT B Page 2 of 9 Bid 6794 SOLICITATION PROVISIONS BIDDER CERTIFICATIONS (d) Time of delivery (whether a commodity or a service) is a part of the bid and must be strictly observed. Time, if stated as a number of days, shall mean calendar days. (e) Bids shall be completed in all respects as required by this solicitation. A bid may be rejected if conditional or incomplete, or if it contains any alterations or other irregularities of any kind, and will be rejected if any such defect or irregularity could have materially changed the quality of the bid. Bids which contain false or misleading statements, or which provide references which do not support an attribute or condition claimed by the Bidder, may be rejected. If, in the opinion of the evaluation committee, such information was intended to erroneously and fallaciously mislead the CSU in its evaluation of the bid, and the attribute, condition, or capability is a requirement of this solicitation, the bid will be rejected. Statements made by a bidder shall also be without ambiguity, and with adequate elaboration, where necessary, for clear understanding. The CSU reserves the right to request additional information which in the CSU's opinion is necessary to assure that the proposer’s competence, experience, number of qualified employees, business organization and financial resources are adequate to perform according to contract. 3. Submission of Bids: (a) Whenever the CSU so designates, bids must be signed and sealed, with the bid number, bidder's name and address, and closing date, on the outside of the envelope. (b) Bids or partial bids, and modifications or corrections thereof received after the closing time specified may not be considered. (c) The bidder is solely responsible for ensuring that the bid is delivered to the CSU prior to the date and time specified and in accordance with the solicitation requirements. The CSU shall not be responsible for any delays in mail delivery, including delay occasioned by the internal CSU mailing system, or transmission errors or delivery errors. 4. Cancellation: This solicitation does not obligate CSU to enter into an agreement. CSU reserves the right to cancel this solicitation at any time, should the project be canceled, CSU loses the required funding or it is deemed in the best interest of CSU. No obligation either expressed or implied, exists on the part of CSU to make an award or to pay any cost incurred in the preparation or submission of a bid. 5. Bidder’s Cost: Costs for developing bids are entirely the responsibility of the bidder and shall not be chargeable to the CSU. 6. Revisions in Bid Solicitation: In the event a bidder believes that the CSU’s bid solicitation is unfairly restrictive or has substantive errors or omissions in it, the matter must be promptly brought to the attention of the CSU's procurement office, either by telephone, telegraph, letter, or visit, immediately upon receipt of the bid solicitation, in order that the matter may be fully considered and appropriate action taken by the CSU prior to the closing time set for bids. 7. Removal of Names from Bidders' List: The CSU may remove the name of any vendor or contractor from its lists of potential bidders whenever the CSU has received no recent responses to its bid solicitations from that vendor or contractor. Page 2 of 9 5/19/2015 12:46 PM p. 24 State of California IFB 6794 EXHIBIT B Page 3 of 9 Bid 6794 SOLICITATION PROVISIONS BIDDER CERTIFICATIONS 8. Award of Contracts: (a) Contracts will be made or entered into with (1) the lowest responsible bidder meeting specifications, (2) the bidder with the highest score attained at the end of a competitive evaluation process, or (3) as otherwise specified in the bid solicitation. The CSU reserves the right to determine the results of the prescribed evaluation process and the awardee. (b) Where more than one item is specified in the bid solicitation, the CSU reserves the right to determine the low bidder either on the basis of individual items or on the basis of all items included in the bid solicitation. (c) Unless the bidder specifies otherwise in the submitted bid, the CSU may accept any portion or group of items or services offered in the bid, or accept none of them at all. (d) The CSU reserves the right to reject any or all bids and to waive informalities and minor irregularities in bids received. (e) A CSU purchase order mailed or otherwise furnished to the successful bidder within the time for acceptance specified in the bid solicitation results in a binding agreement without further action by either party. The binding agreement shall be interpreted, construed, and given effect in all respects according to the laws of the State of California. 9. Bid Evaluation Preferences: In evaluating bids, the CSU will give preferences in accordance with the law for suppliers who are a California certified Small Business. If the bidder claims preferences under the Enterprise Zone Act (EZA), Target Area Contract Preference Act (TACPA) and Local Agency Military Base Recovery Area Act (LAMBRA), the bidder must complete and return the appropriate forms incorporated in the solicitation. Preferences may also be given for bidders using recycle products in accordance with Public Contract Code Sections 10408 and 12150 et seq. Where multiple preferences are claimed, the CSU will verify eligibility for the preference(s) and evaluate and apply preference(s) in accordance with law and established procedures. 10. Disabled Veteran Business Enterprise Participation Requirement and Incentive: Senate Bill 115* mandates a new incentive program to help State agencies meet their annual DVBE participate goals. The Department of General Services’ policy implements this program by rewarding prime bidders for increased DVBE participation; the more DVBE participation, the greater the incentive. California state law requires that its state agencies achieve a goal of three (3) percent participation for disabled veteran business enterprises (DVBE) in state contracts. Failure of the Bidder to comply with the DVBE requirement will cause the Trustees to deem the bid nonresponsive and the Bidder to be ineligible for award of Contract. [Note: the “Good Faith Effort (GFE)” is NOT an option to satisfy this requirement.] (a) A “Disabled veteran business enterprise contractor, subcontractor, or supplier,” means any person or entity that has been certified by the Office of Small Business & DVBE Services and that performs a “commercially useful function,” in providing services or goods that contribute to the fulfillment of the contract requirements. Page 3 of 9 5/19/2015 12:46 PM p. 25 State of California IFB 6794 EXHIBIT B Page 4 of 9 Bid 6794 SOLICITATION PROVISIONS BIDDER CERTIFICATIONS (b) (c) In order to satisfy and be responsive to this requirement, the Bidder must meet the three (3) percent DVBE Participation Goal which is attained when: (i) The Bidder is not a DVBE and is committed to use DVBEs for not less than three (3) percent of the Contract dollar amount; or (ii) The Bidder is a DVBE and is committed to performing not less than three (3) percent of the Contract dollar amount with its own forces or in combination with those of other DVBEs. (iii) Bidder has an approved CA State DVBE Utilization Plan on file with the CA State Department of General Services, Procurement Division. Documentation Requirements. The Bidder must document its satisfaction of the DVBE participation goal requirement on the forms in the Appendices. Final determination of DVBE Participation Goal Attainment by the Bidder shall be at the Trustees’ sole discretion. The forms that must be completed and returned with the bid, are attached to this RFP as Exhibit X. (d) Use of Proposed DVBE. If awarded the Contract, the successful Bidder must use the DVBE suppliers and/or subcontractors proposed in its bid proposal unless it has requested substitution and has received approval of the Trustees in compliance with the Subletting and Subcontracting Fair Practices Act. See Article 4.04, Substitution of Subcontractors. (e) Trustees’ Reporting of DVBE Participation. Responsive to direction from the State Legislature, the Trustees are seeking to report increased statewide participation of DVBE in contract awards. To this end, the successful Bidder shall inform the Trustees of any contractual arrangements with subcontractors, consultants or suppliers that are certified DVBE. (f) Additional DVBE Information Sources. For more information regarding DVBE certification, copies of directories or for general DVBE information, contact: State of California, Department of General Services, Procurement Division Small Business & DVBE Services Branch P.O. Box 989052, West Sacramento, CA 95798-9052 (mailing address) 707 Third Street, First Floor, Room 400, West Sacramento, CA 95605 (physical address) Telephone number: (800) 559-5529 or (916) 375-4940 Fax number: (916) 375-4950 Email: osdchelp@dgs.ca.gov Internet www.pd.dgs.ca.gov/smbus. (g) Incentives: In accordance with Government Code section 14838(f), and Military and Veterans Code sections 999.5(a) and 999.5(d), the Trustees shall grant a bid incentive for bid evaluation purposes only to Bidders that exceed the three percent DVBE participation requirement. The level of DVBE incentive will correlate to the level of participation; that is, the more DVBE participation proposed, the higher the incentive. The combination of preferences (Small Business Preference, for example) with a DVBE incentive may not exceed ten percent or $100,000, whichever is less. A non-small business cannot displace a California certified small business from the top ranked position due to application of preferences or incentive. Page 4 of 9 5/19/2015 12:46 PM p. 26 State of California IFB 6794 EXHIBIT B Page 5 of 9 Bid 6794 SOLICITATION PROVISIONS BIDDER CERTIFICATIONS Application of incentive: A. The incentive is applied during the evaluation process and is only applied for responsive bids from responsible bidders proposing the percentage(s) of DVBE participation for the incentive specified in the solicitation. Solicitations may provide an incentive scale under which bidders obtaining higher levels of participation qualify for greater incentives. B. For award based on low price, the incentive is applied by reducing the bid price by the amount of incentive as computed from the lowest responsive and responsible bid price. The computation is for evaluation purposes only. Application of the incentive shall not displace an award to a small business with a non-small business. (See Exhibit X, Section VIII, DVBE Incentive Program.) Bidders who meet or exceed a 3% participation will receive an Incentive. C. For award based on high score, the incentive points are included in the sum of non-cost points. The incentive points cannot be used to achieve any applicable minimum point requirements. DVBE Incentive Levels: The Trustees are granting a DVBE participation bid incentive for this project for bid evaluation purposes only. Bidder must exceed the three percent DVBE participation requirement in order to earn this incentive. The bid incentives are as follows: DVBE Participation Minimum 3% Incentive 0% Greater than 3% to less than 10% 10% or greater 3% 5% For more information on DVBE participation for this solicitation, please contact: San Diego State University Small Business/DVBE Coordinator Contract and Procurement Management 5500 Campanile Dr. MC-1616 San Diego, CA 92182-1616 619-594-5243 11. Financing of Acquisition: Bidder shall include within the contents of its bid or proposal the best financing alternatives it has to offer the CSU whenever the solicitation document expresses the CSU’s desire to consider financing (including third-party possibilities) as an option. Page 5 of 9 5/19/2015 12:46 PM p. 27 State of California IFB 6794 EXHIBIT B Page 6 of 9 Bid 6794 SOLICITATION PROVISIONS BIDDER CERTIFICATIONS 12. Patent, Copyright, and Trade Secret Indemnity: A contractor may be required to furnish a bond to the CSU against any and all loss, damage, costs, expenses, claims and liability for patent, copyright and trade secret infringement. 13. Protests: (a) Prior to Bid Opening - Potential bidders are afforded the opportunity to take exception to or “protest” the specifications and/or requirements of the bid solicitation. Such protests must be conveyed in writing to the CSU and also be resolved in writing by the CSU each within the timeframes specified, prior to the scheduled bid submittal deadline. However, any protests of specifications or requirements received after the deadline identified in the bid solicitation shall be considered untimely and shall be rejected. The CSU’s decision on a protest is final. (b) Prior to Contract award - If, prior to award of a contract, a protest is received in writing within the timeframe specified within the bid solicitation and filed on the grounds that the intended award is not in conformance with the specifications or requirements of the bid solicitation, the contract shall not be awarded until the protest has been withdrawn or a decision has been reached by the CSU. The CSU shall review the merits and timeliness of the protest and submit a decision in writing or otherwise furnish to the bidder the decision in such a manner as to ensure receipt. The CSU’s decision on a protest is final. 14. Accommodations for the Disabled: It is the policy of the CSU to make every effort to ensure that its programs, activities and services are available to all persons, including persons with disabilities. Persons with a disability needing a reasonable modification to participate in the procurement process, or persons having questions regarding reasonable modifications for the procurement process may contact the buyer listed elsewhere in this solicitation. 15. Confidentiality: Final bids are public upon bid opening; however the contents of all proposals, drafts bids, correspondence, agenda, memoranda, working papers, or any other medium which discloses any aspect of a bidder’s proposal shall be held in the strictest confidence until Notice of Intent to Award (Request for Proposal) or award of contract (Invitation for Bid), as applicable. The content of all working papers and discussions relating to the bidder’s proposal shall be held confidential indefinitely unless the public interest is best served by an item’s disclosure because of its direct pertinence to a decision, agreement or an evaluation of the bid. Any information considered to be proprietary by the bidder shall be marked "Confidential". To the extent the Manager of the Contract and Procurement Management Office concurs, this information will not be considered public information. The Manager of the Contract and Procurement Management Office is the final authority as to the extent of material which is considered confidential. Except as required by law or other CSU policies, the CSU shall not disclose confidential information. Pricing information cannot be considered confidential. II. BIDDER CERTIFICATIONS By submitting a bid, the Bidder certifies to the following: Page 6 of 9 5/19/2015 12:46 PM p. 28 State of California IFB 6794 EXHIBIT B Page 7 of 9 Bid 6794 SOLICITATION PROVISIONS BIDDER CERTIFICATIONS 1. Americans With Disabilities Act (ADA): Contractor assures the CSU that it complies with the Americans with Disabilities Act (ADA) of 1990, which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA. (42 U.S.C. 12101 et seq.) 2. Unfair Practices Act: Contractor warrants that its bid complies with the Unfair Practices Act (Business and Professions Code Section 17000 et seq.). 3. Violation of Air or Water Pollution Laws: Unless the contract is less than $25,000.00 or with a sole-source provider, Government Code Section 4477 prohibits the State from contracting with a person, including a corporation or other business association, who has been determined to be in violation of any State or federal air or water pollution control law. By a proposal the Contractor warrants that the Contractor has not been found to be in violation of any order or resolution not subject to review promulgated by the State Air Resources Board or an air pollution district, or is subject to a cease and desist order not subject to review issued pursuant to Section 13310 of the Water Code for violation of waste discharge requirements or discharge prohibitions, or is finally determined to be in violation of provisions of federal laws relating to air or water pollution. By submitting a bid, the Bidder certifies that it has not been identified either by published notices or by Board notification as a person in violation of State or federal air or water pollution control laws. 4. Compliance with NRLB Orders: In submitting a bid or signing a contract the Contractor swears under penalty of perjury that no more than one final, unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding twoyear period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. This provision is required by, and shall be construed in accordance with, Public Contract Code Section 10296. 5. Assignment of Antitrust Actions: The bidder's attention is directed to the following provisions of Government Code Sections 4552, 4553, and 4554, which shall be applicable to the bidder: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the procurement body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the procurement body pursuant to the bid. Such assignment shall be made and become effective at the time the procurement body tenders final payment to the bidder (Government Code Section 4552). If an awarding body or public procurement body receives, either through judgment or settlement, a monetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the public body any portion of the recovery, including treble damages, attributable to overcharges that were paid by the assignor but were not paid by the public body as part of the bid price, less the expenses incurred in obtaining that portion of the recovery (Government Code Section 4553). Page 7 of 9 5/19/2015 12:46 PM p. 29 State of California IFB 6794 EXHIBIT B Page 8 of 9 Bid 6794 SOLICITATION PROVISIONS BIDDER CERTIFICATIONS Upon demand in writing by the assignor, the assignee shall, within one year from such demand, reassign the cause of action assigned under this part if the assignor has been or may have been injured by the violation of law for which the cause of action arose and (a) the assignee has not been injured thereby, or (b) the assignee declines to file a court action for the cause of action (Government Code Section 4554). 6. Noncollusion Affidavit: By submitting a bid, Bidder hereby certifies that the bid is not made in the interest of, or on behalf of, any undisclosed party; that the bid is genuine and not collusive, false, or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly agreed with any Bidder or anyone else to put in a false or sham bid, or to refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought to fix any overhead, profit or cost element of the bid, of that of any other Bidder, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract. 7. Safeguards for confidential information: By submitting a bid, Bidder acknowledges Federal privacy laws such as Gramm-Leach-Bliley Act (Title 15, United States Code, Sections 6801(b) and 6805(b)(2)) applicable to financial transactions and Family Educational Rights and Privacy Act (Title 20, United States Code, Section 1232g) applicable to student records and information from student records. In the event that such information is required for the performance of the work specified, the Bidder hereby certifies that it has the appropriate safeguards in place as required by Title 16 Code of Federal Regulation Chapter 1 Section 314 et seq. 8. Covenant Against Gratuities: The Contractor shall warrant that no gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the CSU with a view toward securing the Contract or securing favorable treatment with respect to any determinations concerning the performance of the Contract. For breach or violation of this warranty, the CSU shall have the right to terminate the Contract, either in whole or in part, and any loss or damage sustained by the CSU in procuring on the open market any items which the Contractor agreed to supply shall be borne and paid for by the Contractor. The rights and remedies of the CSU provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Contract. 9. Public Contracts Code Restrictions For CSU Employees: CSU employees and immediate past employees must comply with restrictions regarding contracting with the CSU. Bidder needs to be aware of the following provisions regarding current or former CSU employees. In submitting a bid, bidder certifies that the bidder is eligible to contract with the CSU pursuant to the Public Contracts Code (PCC) sections list below: Current CSU Employees (PCC Section 10831): (a) No officer or employee shall engage in any employment, activity or enterprise from which the officer or employee receives compensation or has a financial interest and which is sponsored or funded by any CSU department through or by a CSU contract unless the employment, activity or enterprise is within the course and scope of the officer’s or employee’s regular CSU employment. (b) No officer or employee shall contract on his or her own behalf as an independent contractor with any CSU department to provide goods or services. Page 8 of 9 5/19/2015 12:46 PM p. 30 State of California IFB 6794 EXHIBIT B Page 9 of 9 Bid 6794 SOLICITATION PROVISIONS BIDDER CERTIFICATIONS (c) This prohibition does not apply to officers or employees of the CSU with teaching or research responsibilities. Former CSU Employees (PCC Section 10832): 10. (a) For the two-year period from the date he or she left CSU employment, no former CSU officer or employee may enter into a contract in which he or she engaged in any of the negotiations, transactions, planning, arrangements or any part of the decision-making process relevant to the contract while employed in any capacity by any CSU department. (b) For the twelve-month period from the date he or she left state employment, no former CSU officer or employee may enter into a contract with any CSU department if he or she was employed by that CSU department in a policy-making position in the same general subject area as the proposed contract within the 12-month period prior to his or her leaving CSU service. In submitting a bid for electronic devices, as defined by the Electronic Waste Recycling Act of 2003, Part 3 Division 30 Chapter 8.5 of the Public Resource Code, the Bidder certifies that it, and its agents, subsidiaries, partners, joint venturers, and subcontractors for the procurement, have complied with the Electronic Waste Recycling Act of 2003 and any regulations adopted pursuant to the Act, or have demonstrated to the CSU that the Electronic Waste Recycling Act of 2003 is inapplicable to all lines of business engaged in by the bidder, its agents, subsidiaries, partners, joint venturers, or subcontractors. In addition the Bidder agrees to cooperate fully in providing reasonable access to its records and documents that evidence compliance with the Electronic Waste Recycling Act of 2003. Page 9 of 9 5/19/2015 12:46 PM p. 31 State of California IFB 6794 EXHIBIT B-1 Page 1 of 6 Bid 6794 SUPPLEMENTAL SOLICITATION PROVISIONS ACCEPTANCE OF PROPOSAL This IFB creates no obligation on the part of SDSU to award a contract or to compensate proposers for proposal preparation expenses. SDSU reserves the right to accept or reject any and all proposals, in whole or in part and to waive or permit cure of minor irregularities. PRE-BID CONFERENCE. A mandatory pre-bid conference/job walk has been scheduled for Tuesday, May 26, 2015, at 10:00 a.m. Bids will not be accepted from contractors who fail to attend the scheduled mandatory pre-bid conference. Prospective bidders should meet at the Contract and Procurement Management Office, Administration Building, Room 116, at that time. A job walk will be offered for those who wish to visit the sites..NOTE: It is imperative bidders arrive on time. Please allow extra time for parking. Obtain parking permit from the Information Booth located on the corner of College Avenue and Canyon Crest Drive (See campus map at: http://www.sdsu.edu/map/ ). APPROVAL/ACCEPTANCE OF SERVICES Contractor agrees and understands that all services provided under the terms of this agreement are subject to the approval of San Diego State University. Decisions as to the adequacy of the services performed shall be made by the Project Manager, Al Martin or designee. Decisions of the University shall be final. AWARD Contract will be awarded to one bidder based upon “all or none” and the lowest overall responsive, responsible bid and in the best interest of the State. If the successful bidder fails to properly execute the agreement, the University reserves the right to award the contract to the next lowest responsive, responsible bidder. San Diego State University reserves the right to reject any or all bids and to waive any irregularities or informalities. The decision of the University is final. BIDDING Bids must be submitted for the entire work described therein. Deviation from plans and specifications will not be considered and will be cause for rejection of bids. It is the bidder's responsibility to examine all the provisions of the Contract Specifications carefully prior to submitting a bid proposal. All bid documents, must contain original signatures and must be signed by all appropriate parties and submitted in a sealed envelope. Submittal of responses by fax or other electronic means is not acceptable. Failure to comply with San Diego State University bid package requirements shall be cause for bid rejection. ALL BIDDERS MUST BE REGISTERED: To register go to: www.bidsync.com . If you have not downloaded this package from this website, you are not officially registered for this bid. If bidders are not registered they may not receive published addenda to this bid. Failure to acknowledge published addenda may be grounds for rejection of a bidder’s response. To download the RFP Package and to receive future addenda go to the above website. BONDS A bid security in an amount equal to ten percent (10%) of the bid amount quoted for one year's maintenance must be submitted with the bid. The bid security may be cash, a cashier's check or a certified check made payable to San Diego State University, or a bidder's bond. If the bidder to whom the award is made fails or refuses to enter into the contract within 10 days after the award, the security shall be forfeited to the University as liquidated damages. (Attachment to Exhibit C) The successful bidder shall furnish along with the signed contract a Performance Bond (Exhibit E) in an amount equal to one hundred percent (100%) of the contract amount quoted for one year, renewable on an annual basis if the contract is renewed. This bond shall guarantee faithful performance of the contract and shall guarantee payment of wages for services engaged and of bills contracted for materials, supplies, and equipment used in the execution of the contract. Waivers of lien for all labor and materials furnished in any one quarter must be attached to quarterly billing cycles. The surety must be satisfactory to the University. The University reserves the right to terminate this contract, should the Contractor's performance bond fail to be renewed, or is not in place for the year which the contract is effective. Page 1 of 6 5/19/2015 12:46 PM p. 32 State of California IFB 6794 EXHIBIT B-1 Page 2 of 6 Bid 6794 SUPPLEMENTAL SOLICITATION PROVISIONS Bonds shall be on a form previously approved by the University and shall be executed by an admitted surety insurer licensed in the State of California and approved by the University. BONDS WITH RIDERS WILL NOT BE ACCEPTED Riders on bidder's bonds, performance and payment bonds are not acceptable and shall result in a bidder being disqualified as nonresponsive. Bond documents supplied with this bid are issued by the Trustees of the California State University and must be employed without alteration. The scope of such bond documents is governed by California law (Public code sections 10821, 10823 and 10824) and cannot be changed by addendum. COMPETENCE OF PROPOSER The University reserves the right to request additional information which in the University's opinion is necessary to assure the proposer's competence, business organization and financial resources are adequate to perform according to contract. The University may make such investigations as deemed necessary to determine the ability of the proposer to perform the work, and the proposer shall furnish to the University all such information and data for this purpose as requested by the University. The University reserves the right to reject any proposal if the evidence submitted by, or investigations of such proposer fails to satisfy the University that such proposer is properly qualified to carry out the obligations of the contract and complete the work specified. Proposer shall carefully review all documents referenced and made a part of this solicitation to ensure that all information required to properly respond to the solicitation has been received or made available. Failure to examine any document, drawing, specification, or instruction will be at the Proposer’s sole risk. CONTRACT CHANGES The University, without invalidating this agreement, may order extra work or make changes by altering, adding to, or deducting from the work only by written amendment. The Amendment, initiated by the University and properly approved and authorized shall set forth the amount of money to be added or deducted. CONTRACTOR EVALUATION Contractor's performance under this agreement will be evaluated in accordance with the Contract/Contractor Evaluation Form STD 4. This form can be downloaded from the Department of General Services (dgs) forms website. http://www.osp.dgs.ca.gov/StandardForms/Default.htm CONTRACTOR REGISTRATION/LICENSING No bid will be accepted from a person, firm or corporation who has not been licensed in accordance with the provisions of the Business and Professional Code. All bidders must include on the Bid Proposal, Exhibit C, their city/state business license number (s). All applicable licenses and permits are the responsibility of the Contractor. An agreement will not be awarded to a bidder who does not possess the licenses required by law. This agreement shall be terminated in the event, at any time during the term of agreement the Contractor’s license is suspended or lost. CONTRACTOR RESPONSIBILITY Contractor shall be responsible for overseeing the entire project, including any subcontractors. All subcontractors shall be paid prevailing wages. Provide a list of any subcontractors with the bid. Any of the Contractor’s supervisors or employees whose behavior or language is offensive, harassing, or intimidating to any employee, student, or visitor of the University shall be asked to leave the University’s premises immediately, and shall be restricted from working further on University premises. If the Contractor causes any property damage on campus, the Contractor or the Contractor’s employee shall immediately notify the University. If the Contractor damages any University equipment, buildings, or premises, or any equipment or facilities leased, lent, or in the care, custody, or control of the University, the University may either retain from the money due to the Contractor an amount sufficient to repair the damage Page 2 of 6 5/19/2015 12:46 PM p. 33 State of California IFB 6794 EXHIBIT B-1 Page 3 of 6 Bid 6794 SUPPLEMENTAL SOLICITATION PROVISIONS or require the Contractor to repair the damage to the satisfaction of the University at the Contractor’s expense. If the Contractor’s vehicle is involved in any type of incident on campus resulting in bodily injury, the Contractor or the Contractor’s employee shall immediately notify the campus police. The Contractor shall fully cooperate with the University’s investigation of any such incident. NOTIFICATION OF UNIVERSITY The Contractor shall notify the University immediately if: A. The Contractor is served with notice of a violation of any law, regulation, permit, or license, which relate to service(s) performed under this contract; B. Proceedings are commenced which could lead to revocation of permits or licenses, which relate to those services(s); C. Permits, licenses, or other governmental authorization relating to the service(s) are revoked; D. Litigation is commenced against the Contractor, which could affect these service(s); E. The Contractor becomes aware that its equipment or facilities are not in compliance with applicable laws, regulations, permits or licenses. DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION INCENTIVE For the purpose of this bid the DVBE participation requirements listed in Exhibit B, page 10 have been waived. If participation is attained an incentive will be applied in accordance with the table, Exhibit B, page 4. Responsive to direction from the State Legislature, (PCC 10115 et. seq.), Contractor shall cooperate with State as it seeks to increase the statewide participation goals of disabled veteran owned business enterprises in contract awards. To this end, contractor may be asked to inform State of any subcontracting or supplier arrangements with disabled veteran owned business enterprises. Contractor shall cooperate in reporting to the State any arrangement with disabled veteran owned business enterprises. BID REQUIREMENTS REGARDING DISABLED VETERAN BUSINESS ENTERPRISE PARTICIPATION: California state law requires that its state agencies make effort to achieve a goal of three (3) percent participation for disabled veteran business enterprises (DVBEs) in state contracts. A. The incentive is applied during the evaluation process and is only applied for responsive bids from responsible bidders proposing the percentage(s) of DVBE participation for the incentive specified in the solicitation. Solicitations may provide an incentive scale under which bidders obtaining higher levels of participation qualify for greater incentives. B. For award based on low price, the incentive is applied by reducing the bid price by the amount of incentive as computed from the lowest responsive and responsible bid price. The computation is for evaluation purposes only. Application of the incentive shall not displace an award to a small business with a non-small business. C. For award based on high score, the incentive points are included in the sum of non-cost points. The incentive points cannot be used to achieve any applicable minimum point requirements. For purposes of this RFP, Section B from above shall apply. A combination of Small/Micro Business preference with DVBE incentive cannot exceed 10% or $100,000 whichever is less. Certified DVBE listings can be found at, Internet address: http://www.pd.dgs.ca.gov/smbus/default.htm E-PROCUREMENT: BIDSYNC The University advises that prospective Contractors periodically check the Bidsync website for modifications to RFP documents. The University is not responsible for a prospective Contractor's misunderstanding of the RFP solicitation or nonresponsive proposal due to failure to check the website for updates or amendments to RFP documents, and/or other information regarding the RFP solicitation. Failure to periodically check this website will be at the Contractor's sole risk. Page 3 of 6 5/19/2015 12:46 PM p. 34 State of California IFB 6794 EXHIBIT B-1 Page 4 of 6 Bid 6794 SUPPLEMENTAL SOLICITATION PROVISIONS Bidsync web address www.bidsync.com ESCALATION. The bid amount shall remain in effect for one (1) year from the date of contract. The Anniversary date shall be July 1 and on each anniversary the contract amount shall be adjusted two percent (2%) annually. Contractor is required to notify the University of its intent to adjust bid prices as permitted above. Such notification must be in writing and submitted to the University 90 days prior to adjustment of prices. GENERAL PROVISIONS FOR SERVICE ACQUISITIONS Attached, Exhibit A-1, Pages 1 - 7, is a sample of the State of California's Standard Agreement with General Provisions for Service Acquisitions that will be signed by the successful bidder and San Diego State University and other State officials, as required. By signing the Bid Proposal of this IFB, the bidder agrees to abide by all terms and conditions stated therein. KEY CONTROL POLICY Contractor shall comply with the key control policy issued by SDSU’s Department of Public Safety. It is the contractor’s responsibility to obtain a copy of this policy. Contractor must notify the Department of Public Safety within twenty four (24) hours of the discovery of lost of stolen keys. In the event of loss, contractor shall be held liable for the total cost of labor and materials to re-key the entire area accessible with the lost keys. Unauthorized duplication or use of key to a public building is a punishable offense under California Statutes. LATE BID RESPONSES Any bid response received after the scheduled closing time for receipt of bid responses will not be accepted. SDSU assumes no responsibility for delay in delivery of bid responses by the United States Post Office or delivery to any location on campus other than the Contract and Procurement Management Office. If submission is a factor, SDSU encourages hand delivery or Federal Express delivery of your bid response package directly to the Contract and Procurement Management Office, Administration Building, Room 116. PARKING ON CAMPUS Contractor shall observe campus parking rules and regulations at all times. No properly issued citation will be waived. It will be the responsibility of the contractor to obtain and provide necessary parking permits to personnel requiring access. University employees pay for parking; permits required by contractor or contractor employees must be paid for by the contractor and/or contractor’s employees. Contact the Department of Public Safety, 619-594-6671, for information. The vehicle laws of the State of California, the ordinances of the City of San Diego, and the parking and traffic regulations of San Diego State University are in effect on University controlled property twenty four (24) hours a day. PAYMENT Payment shall be made monthly in arrears in accordance with the fees established and agreed upon in the proposal response. Upon receipt by the University Accounts Payable Department of itemized invoices approved by an authorized Department representative the University will process claims for payment of approved invoices in arrears in accordance with State fiscal procedures and the terms of this Agreement. PROPOSALS BECOME THE PROPERTY OF SDSU Proposals become the property of the University and information contained therein shall become public property subject to disclosure laws. The University reserves the right to make use of any information or ideas contained in the proposal. RIGHT TO REJECT The University may make investigations as deemed necessary to determine the ability of the contractor to perform the work, and the proposer shall furnish to the University all such information and data for this purpose as requested by the University. The University reserves the right to reject any proposal if the evidence submitted, or investigations of, such proposer fails to satisfy the University that such proposer is properly qualified to carry out the obligations of the contract and complete the work specified. Page 4 of 6 5/19/2015 12:46 PM p. 35 State of California IFB 6794 EXHIBIT B-1 Page 5 of 6 Bid 6794 SUPPLEMENTAL SOLICITATION PROVISIONS It is the policy of SDSU not to solicit Invitation for Bid’s (IFB) unless there is a bonafide intention to award a contract. However, without limitations by the foregoing explanation, the University does reserve the right to reject any and all IFB’s and to waive any irregularities. SAMPLE FORMS Attached, Exhibit A-1, Pages 1 - 2, is a sample of the State of California's Standard Agreement with General Provisions for Maintenance Service Acquisitions that will be signed by the successful bidder and San Diego State University and other State officials, as required. By signing the Bid Proposal of this IFB, the bidder agrees to abide by all terms and conditions stated therein. SMALL BUSINESS PREFERENCE – Preference may be applied if proposer is a CERTIFIED Small Business in the State of California or if Proposer is a not a Small Business so long as your firm commits to subcontracting 25% of its net bid price. To obtain this preference proposer must complete Exhibit F. If already certified provide certification number for your firm or sub-contractor. SUBCONTRACTS The University does not designate individuals or companies with whom the successful Proposer must work; the successful Proposer is solely responsible for soliciting individuals or companies with whom they wish to do business in order to complete the project. Contractor shall have the responsibility for total management of the agreement awarded to the contractor. The agreement shall not be assigned. Contractor shall not subcontract the performance of any part of the agreement without the prior written approval of each subcontractor by the University, which approval the University may refuse at its discretion and without recourse to contractor. If a subcontract is approved, contractor shall be responsible for any subcontractor activities the same as if contractor were directly furnishing the service. TERM OF AGREEMENT The anticipated term of this Agreement will be for a period of three (3) years with an option to renew for up to two (2) consecutive twelve-month periods by mutual agreement of both parties. The anticipated term of the contract shall be July 1, 2015 through June 30, 2018. OPTION TO RENEW The State may have the option to renew the Agreement under existing terms and conditions with no increase in rates for two (2) consecutive twelve-month periods by mutual agreement of both parties. TRADEMARK AND LOGO The University will review any marketing or promotional materials identifying the University, and will require that the vendor receive the Universities prior written consent before distributing said materials, or using the Universities name or marks. TERMINATION FOR PERFORMANCE San Diego State University will document perceived poor performance relative to the resulting agreement. If, after discussion with appropriate contractor management, poor performance issues are not resolved to the satisfaction of the University, the agreement may be canceled. REFERENCES Bidders shall provide a list of three references, including contact name and phone number, of jobs of a similar size and nature which have been successfully completed by Contractor within the last two years. Failure to submit this information with the bid may result in bid rejection. Space is provided on the Bid Proposal for this information. The University may make such investigations as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the University all such information and data for this purpose as requested by the University. The University reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the University that such bidder is properly qualified to carry out the obligations of the contract and complete the work. The decision of the University is final. SUBMITTALS: In a sealed envelope, submit Exhibit C, Exhibit D and exhibits F and X if applicable. Deviation from plans and specifications will not be considered and will be cause for rejection of proposals. Page 5 of 6 5/19/2015 12:46 PM p. 36 State of California IFB 6794 EXHIBIT B-1 Page 6 of 6 Bid 6794 SUPPLEMENTAL SOLICITATION PROVISIONS It is the Contractor’s responsibility to examine all the provisions of the IFB Specifications carefully prior to submitting a proposal. Page 6 of 6 5/19/2015 12:46 PM p. 37 IFB 6794 Exhibit A-1 Page 1 of 12 State of California AGREEMENT NUMBER Bid 6794 AM. NO. -- AGREEMENT THIS AGREEMENT, made and entered into___ this day of 20 , in the State of California, by and between the Trustees of the California State University, which is the State of California acting in a higher education capacity, through its duly appointed and acting officer, hereinafter called University and CONTRACTOR’S NAME , hereafter called Contractor, WITNESSETH: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulation of the University hereinafter expressed, does hereby agree to furnish to the University services and materials as follows: IN WITNESS WHEREOF, this agreement has been executed by the parties hereto, upon the date first above written. UNIVERSITY CONTRACTOR Trustees of the California State University SAN DIEGO STATE UNIVERSITY BY (AUTHORIZED SIGNATURE) DATE XXXXXX. BY (AUTHORIZED SIGNATURE) DATE PRINTED NAME AND TITLE OF PERSON SIGNING PRINTED NAME AND TITLE OF PERSON SIGNING DEPT. ADDRESS Contract and Procurement Management 5500 Campanile Dr. San Diego CA 92182-1616 Account AMOUNT ENCUMBERED BY THIS DOCUMENT $ TOTAL AMOUNT ENCUMBERED TO DATE $ Page 1 of 1 5/19/2015 12:46 PM AGMT Template 7/1/2013 GP 7/24/06 p. 38 State of California CSU GENERAL PROVISIONS FOR MAINTENANCE TASKS (FACILITIES MAINTENANCE) August 1, 2014 IFB 6794 Exhibit A-1 Page 2 of 12 Bid 6794 1. Commencement of Work.............................................................................................................................................. 3 2. Contract Alternations & Integration ............................................................................................................................. 3 3. Severability ................................................................................................................................................................... 3 4. Independent Status........................................................................................................................................................ 3 5. Governing Law ............................................................................................................................................................. 3 6. Contractor’s Power and Authority ................................................................................................................................ 3 7. Assignments ................................................................................................................................................................. 3 8. Personnel ...................................................................................................................................................................... 3 9. Waiver of Rights........................................................................................................................................................... 3 10. Time............................................................................................................................................................................ 3 11. Entire Contract............................................................................................................................................................ 3 12. Appropriation of Funds .............................................................................................................................................. 4 13. Cancellation ................................................................................................................................................................ 4 14. Termination for Default .............................................................................................................................................. 4 15. Rights and Remedies of CSU for Default ................................................................................................................... 4 16. Minimum Warranty .................................................................................................................................................... 4 17. Safety and Accident Prevention.................................................................................................................................. 4 18. Protection/Restoration of Facilities ............................................................................................................................ 5 19. Cleaning and Removal of Debris/Salvage .................................................................................................................. 5 20. Insurance Requirements ............................................................................................................................................. 5 21. General Indemnity ...................................................................................................................................................... 7 22. Invoices ...................................................................................................................................................................... 7 23. Taxes, Fees, Expenses, and Extras ............................................................................................................................. 7 24. Patent, Copyright, and Trade Secret Indemnity .......................................................................................................... 7 25. Rights in Work Product .............................................................................................................................................. 8 26. Examination and Audit ............................................................................................................................................... 8 27. Dispute........................................................................................................................................................................ 8 28. Conflict of Interest ...................................................................................................................................................... 8 29. Follow-On Contracts .................................................................................................................................................. 8 30. Information Security Requirements ............................................................................................................................ 9 31. Covenant Against Gratuities ....................................................................................................................................... 9 32. Nondiscrimination ...................................................................................................................................................... 9 33. Compliance with NLRB Orders ................................................................................................................................. 9 34. Drug-Free Workplace Certification ............................................................................................................................ 9 35. Force, Convict, Indentured and Child Labor ............................................................................................................ 10 36. Recycled Content Certification................................................................................................................................. 10 37. Child Support Compliance Act................................................................................................................................. 10 38. Americans With Disabilities Act (ADA) .................................................................................................................. 10 39. Expatriate Corporation ............................................................................................................................................. 10 40. Citizenship and Public Benefits ................................................................................................................................ 10 41. DVBE and Small Business Participation .................................................................................................................. 10 42. Contractor’s Staff ..................................................................................................................................................... 11 43. Compliance with Applicable Regulations ................................................................................................................ 11 44. Hazardous Materials/Environmental Requirements ................................................................................................. 11 45. Prevailing Wage ....................................................................................................................................................... 12 5/19/2015 12:46 PM 2 p. 39 State of California CSU GENERAL PROVISIONS FOR MAINTENANCE TASKS (FACILITIES MAINTENANCE) August 1, 2014 IFB 6794 Exhibit A-1 Page 3 of 12 Bid 6794 1. Commencement of Work Contractor shall not commence work under the Contract until Contractor has received a fully executed Contract and been given written approval to proceed. Any work performed by Contractor prior to the date of approval shall be considered as having been performed at Contractor’s own risk and as a volunteer. 2. Contract Alterations & Integration No alteration or variation of the Contract shall be valid unless made in writing and signed by the parties hereto, and no oral understanding or agreement not incorporated in writing in the Contract shall be binding on any of the parties hereto. 3. Severability Contractor and CSU agree that if any provision of this Contract is found to be illegal or unenforceable, such term or provision shall be deemed stricken and the remainder of the Contract shall remain in full force and effect. Either party having knowledge of such term or provision shall promptly inform the other of its presumed non-applicability. Should the illegal or unenforceable provision be a material or essential term of the Contract, the Contract shall be terminated in a manner commensurate with the interests of both parties, to the maximum extent reasonable. 4. Independent Status Contractor and its employee’s agents, and subcontractors, in the performance of this Contract, shall act in an independent capacity and not as officers, employees or agents of CSU or the State of California. While Contractor may be required by this Contract to carry Worker’s Compensation Insurance, in no event shall Contractor and its employees and agents by entitled to unemployment or workers’ compensation benefits from the CSU. 5. Governing Law To the extent not inconsistent with applicable federal law, this Contract shall be construed in accordance with and governed by the laws of the State of California. 6. Contractor's Power and Authority Contractor warrants it has full power and authority to enter into this Contract and will hold CSU harmless from and against any loss, cost, liability, and expense (including reasonable attorney fees) arising out of any breach of this warranty. Further, Contractor shall not enter into any arrangement, agreement or contract with any third party that might abridge any rights of the CSU under this Contract. 7. Assignments Contractor shall not assign this Contract, either in whole or in part, without CSU’s written consent, which will not be unreasonably withheld. 8. Personnel Contractor shall give its personal attention to the performance of the Contract and shall make every effort consistent with sound business practices to honor CSU’s requests regarding Contractor’s assignment of its employees. However, Contractor maintains the sole right to determine the assignment of its employees in order to keep all phases of work under its control. If an employee of Contractor is unable to perform due to illness, resignation or other factors beyond Contractor’s control, Contractor shall use its best effort to provide suitable substitute personnel. 9. Waiver of Rights Any action or inaction by CSU or the failure of CSU on any occasion to enforce any right or provision of this Contract shall not be a waiver by CSU of its rights hereunder and shall not prevent CSU from enforcing such provision or right on any future occasion. CSU’s rights and remedies provided in this Contract shall not be exclusive and are in addition to any other rights and remedies provided by law. 10. Time Time is of the essence in the performance of this Contract. 11. Entire Contract This Contract sets forth the entire agreement between the parties with respect to the subject matter hereof and shall govern the respective duties and obligations of each party. 5/19/2015 12:46 PM 3 p. 40 State of California CSU GENERAL PROVISIONS FOR MAINTENANCE TASKS (FACILITIES MAINTENANCE) August 1, 2014 IFB 6794 Exhibit A-1 Page 4 of 12 Bid 6794 12. Appropriation of Funds (a) If the term of this Contract extends into fiscal years subsequent to that in which it is approved such continuation of the Contract is subject to the appropriation of funds for such purpose by the Legislature. If funds to effect such continued payment are not appropriated, Contractor agrees to take back any commodities furnished under the Contract and not yet paid for by CSU, terminate any future services and commodities to be supplied to the CSU under the Contract, and relieve the CSU of any further obligation therefore. (b) CSU agrees that if provision (a) above is involved, commodities shall be returned to Contractor in substantially the same condition in which they were delivered, subject to normal wear and tear. CSU further agrees to pay for packing, crating, transportation to Contractor's nearest facility and for reimbursement to Contractor for expenses incurred for its assistance in such packing and crating. 13. Cancellation CSU has the right to cancel this Contract at any time and without future financial obligation upon thirty (30) days written notice to Contractor. 14. Termination for Default CSU may terminate the Contract and be relieved of the payment of any consideration to Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, the CSU may proceed with the work in any manner deemed proper by the CSU. The cost to the CSU shall be deducted from any sum due the Contractor under the Contract, and the balance, if any, shall be paid the Contractor upon demand. 15. Rights and Remedies of CSU for Default (a) In the event any deliverables furnished or services provided by Service Provider in the performance of this Contract should fail to conform to the requirements herein, or to the design and or specifications submitted by Service Provider, CSU may reject the same. It shall thereupon become Service Provider’s duty to forthwith reclaim and remove all nonconforming deliverables and correct the performance of services, without expense to the CSU, and immediately to replace or correct all such rejected items and/or work with others conforming to the specifications. Should Service Provider fail, neglect, or refuse to do so, CSU shall thereupon have the right, but not the obligation, to complete the Statement of Work or any part thereof and charge it’s expense of completing the service/work to Service Provider and to deduct from any moneys due or that may thereafter become due to Service Provider the difference between the price named in the Contract and the actual cost thereof to the CSU. (b) In the event Service Provider fails to provide required deliverables or services, the same conditions as to CSU’s right, but not obligation, to perform the deliverables or services and receive reimbursement from Service Provider as set forth in (a) above shall apply. (c) In the event CSU terminates this Contract, either in whole or in part, for Service Provider’s default or breach, Service Provider shall compensate CSU, in addition to any other remedy CSU may have available to it, for any loss or damage sustained and cost incurred in procuring items and services which Service Provider therein agreed to supply. (d) CSU’s rights and remedies provided above shall not be exclusive and shall be in addition to any other rights and remedies provided by law, equity or this Contract. 16. Minimum Warranty (a) Unless otherwise specified in the Statement of Work, (including, without limitation, all descriptions, specifications, and drawings identified in the Statement of Work), the warranties in this subsection shall be one (1) year from date of delivery of materials (hereinafter referenced as deliverables) or services. Service Provider warrants the workmanship of services provided and deliverables, and all other aspects regarding the work, shall conform to the requirements specified in this Contract and be free from faults and defects of design, material, and workmanship. Where CSU and Service Provider have agreed to design specifications (such as a Detailed Design Document) in the Statement of Work, either directly or by reference, Service Provider hereby warrants that its deliverables shall be new and of industry standard quality in the trade and in accordance with the approved and agreed to design and specifications. (b) All warranties, including special warranties specified elsewhere in this Contract, shall inure to the CSU, its successors, assigns, customer agencies, and governmental users of the deliverables or services. 17. Safety and Accident Prevention In performing work under this Contract on CSU premises, Contractor shall conform to all specific safety requirements contained in this Contract or as required by law or regulation. Contractor shall take all additional precautions as the CSU may reasonably require for safety and accident prevention purposes. Contractor’s violation of such rules and requirements, unless promptly corrected, shall constitute a material breach of this Contract. 5/19/2015 12:46 PM 4 p. 41 State of California CSU GENERAL PROVISIONS FOR MAINTENANCE TASKS (FACILITIES MAINTENANCE) August 1, 2014 IFB 6794 Exhibit A-1 Page 5 of 12 Bid 6794 18. Protection/Restoration of Facilities Service Provider shall properly and adequately protect from damage all CSU property, including, but not limited to, land, structures, equipment and utilities (CSU Property) while providing goods and services under this Contract. If any CSU Property is damaged, altered or disturbed in any way during the performance of this Contract, whether by Service Provider, sub-Service Provider, or anyone acting on behalf of Service Provider, Service Provider shall restore the CSU Property to its condition prior to damage or alteration at Service Provider’s sole cost and expense. If Service Provider is unable or unwilling to restore the CSU Property, CSU shall restore the property at Service Provider’s sole cost and expense. 19. Cleaning and Removal of Debris/Salvage Service Provider shall remove at the end of each work day all dirt, debris, waste, rubbish, equipment, and obstacles to CSU pedestrian or vehicular traffic as directed by CSU. Service Provider shall thoroughly clean (vacuum, wet mop, etc.) any dust, soot or similar construction generated contaminants at the end of each work day. Service Provider shall not allow debris, waste, or unused construction material to accumulate under, in, or about the work site, nor shall they be used in backfilling. NOTE, authorized Service Provider shall not ask CSU Personnel for assistance in work or use of equipment, tools, or supplies. Upon completion of work, Service Provider shall thoroughly clean the work area, including all fixtures, equipment, floors, and hardware, and shall remove all plaster spots, stains, paint spots, and accumulated dust and dirt. This shall include thorough cleaning of all roofs, sidewalks, or other surfaces where debris may have collected. Additionally, Service Provider shall remove all scaffolding, planking, surplus materials, temporary structures, waste materials and rubbish around the equipment or upon the site and dispose of legally. Absolutely NO materials shall be left on CSU property. All salvage items removed in connection with any work remain the property of CSU and shall be deliverable to the location designated by the authorized CSU representative. 20. Insurance Requirements The Contractor shall not commence Work until it has obtained all the insurance required in this Contract, and such insurance has been approved by the CSU. a. Policies and Coverage (1) The Contractor shall obtain and maintain the following policies and coverage: (i) Comprehensive or Commercial Form General Liability Insurance, on an occurrence basis, covering Work done or to be done by or on behalf of the Contractor and providing insurance for bodily injury, personal injury, property damage, and contractual liability. The aggregate limit shall apply separately to the Work. (ii) Business Automobile Liability Insurance on an occurrence basis, covering owned, hired, and non-owned automobiles used by or on behalf of the Contractor and providing insurance for bodily injury, property damage, and contractual liability. Such insurance shall include coverage for uninsured and underinsured motorists. (iii) Worker's Compensation including Employers Liability Insurance as required by law. (2) The Contractor also may be required to obtain and maintain the following policies and coverage: (i) Environmental Impairment Liability Insurance should the Work involve hazardous materials, such as asbestos, lead, fuel storage tanks, and PCBs. (ii) Other Insurance by agreement between the Trustees and the Contractor. b. Verification of Coverage The Contractor shall submit original certificates of insurance and endorsements to the policies of insurance required by the Contract to the Trustees as evidence of the insurance coverage. Renewal certifications and endorsements shall be timely filed by the Contractor for all coverage until the Work is accepted as complete pursuant to Article 8.01, Acceptance. The Trustees reserve the right to require the Contractor to furnish the Trustees complete, certified copies of all required insurance policies. c. Insurance Provisions Nothing in these insurance provisions shall be deemed to alter the indemnification provisions in Article 4.07. The insurance policies shall contain, or be endorsed to contain, the following provisions. (1) For the general and automobile liability policies, the State of California, the Trustees of the California State University, the University, their officers, employees, representatives, volunteers, and agents are to be covered as additional insureds. (2) For any claims related to the Work, the Contractor’s insurance coverage shall be primary insurance as respects the State of California, the Trustees of the California State University, the University, their officers, employees, representatives, volunteers, and agents. Any insurance or self-insurance maintained by the State of California, the Trustees of the California State University, the University, their officers, employees, representatives, volunteers, and agents shall be in excess of the Contractor’s insurance and shall not contribute with it. (3) Each insurance policy required by this Article shall state that coverage shall not be canceled by either the Contractor or the insurance 5/19/2015 12:46 PM 5 p. 42 State of California CSU GENERAL PROVISIONS FOR MAINTENANCE TASKS (FACILITIES MAINTENANCE) August 1, 2014 IFB 6794 Exhibit A-1 Page 6 of 12 Bid 6794 carrier, except after thirty (30) Days prior written notice by certified mail, return receipt requested, has been given to the Trustees. (4) The State of California, the Trustees of the California State University, the University, their officers, employees, representatives, volunteers, and agents shall not by reason of their inclusion as additional insureds incur liability to the insurance carriers for payment of premiums for such insurance. d. Amount of Insurance (1) For all projects, the insurance furnished by Contractor under this Article shall provide coverage in amounts not less than the following, unless a different amount is stated in the Supplementary General Conditions: (i) Comprehensive or Commercial Form General Liability Insurance--Limits of Liability $2,000,000 General Aggregate $1,000,000 Each Occurrence--combined single limit for bodily injury and property damage. (ii) Business Automobile Liability Insurance-Limits of Liability $1,000,000 Each Accident-- combined single limit for bodily injury and property damage to include uninsured and underinsured motorist coverage. (iii) Workers’ Compensation limits as required by law with Employers Liability limits of $1,000,000. (2) For projects involving hazardous materials, the Contractor shall provide additional coverage in amounts not less than the following, unless a different amount is stated in the Supplementary General Conditions: (i) Environmental Impairment (pollution) Liability Insurance-Limits of Liability $10,000,000 General Aggregate, $5,000,000 Each Occurrence-- combined single limit for bodily injury and property damage, including cleanup costs. (ii) In addition to the coverage described in 4.06-d (1) (b), Business Automobile Liability Insurance, the Contractor shall obtain for hazardous material transporter services: (1) MCS-90 endorsement (2) Sudden & Accidental Pollution endorsement--Limits of Liability* $2,000,000 Each Occurrence $2,000,000 General Aggregate *A higher limit on the MCS-90 endorsement required by law must be matched by the Sudden & Accidental Pollution Insurance. With the Trustees’ approval, the Contractor may delegate the responsibility to provide this additional coverage, as described in this Article 4.06d (2) (b) above, to its hazardous materials subcontractor. When the Contractor returns its signed project construction phase agreement to the Trustees, the Contractor shall also provide the Trustees with a letter stating that it is requiring its hazardous materials subcontractor to provide this additional coverage, if applicable. The Contractor shall affirm in this letter that the hazardous materials subcontractor’s certificate of insurance shall also adhere to all of the requirements in Article 4.06-b: Verification of Coverage and 4.06c: Insurance Provisions. Further, this letter will provide that the subcontractor’s certificate of insurance will be provided to the Trustees as soon as the Contractor fully executes its subcontract with the hazardous materials subcontractor, or within 30 Days of the Notice to Proceed, whichever is less. e. Acceptability of Insurers Insurers shall be licensed by the State of California to transact insurance and shall hold a current A.M. Best’s rating of A:VII, or shall be a carrier otherwise acceptable to the University. f. Subcontractor’s Insurance Contractor shall ensure that its subcontractors are covered by insurance of the types required by this Article, and that the amount of insurance for each subcontractor is appropriate for that subcontractor’s Work. Contractor shall not allow any subcontractor to commence Work on its subcontract until the insurance has been obtained. Only the Contractor and its hazardous materials subcontractor(s) shall have the coverage for projects involving hazardous materials as required in Article 4.06-d, Amounts of Insurance, subdivision (2). g. Miscellaneous (1) Any deductible under any policy of insurance required in this Article shall be Contractor’s liability. (2) Acceptance of certificates of insurance by the Trustees shall not limit the Contractor’s liability under the Contract. (3) In the event the Contractor does not comply with these insurance requirements, the Trustees may, at its option, provide insurance coverage to protect the Trustees. The cost of the insurance shall be paid by the Contractor and, if prompt payment is not received, may be deducted from Contract sums otherwise due the Contractor. (4) If the Trustees are damaged by the failure of Contractor to provide or maintain the required insurance, the Contractor shall pay the Trustees for all such damages. (5) The Contractor’s obligations to obtain and maintain all required insurance are non-delegable duties under this Contract. (6) The Contractor’s liability for damages proximately caused by acts of God (as defined in Public Contract Code section 7105) and not involving Contractor negligence shall be limited to five percent of the Contract. 5/19/2015 12:46 PM 6 p. 43 State of California CSU GENERAL PROVISIONS FOR MAINTENANCE TASKS (FACILITIES MAINTENANCE) August 1, 2014 IFB 6794 Exhibit A-1 Page 7 of 12 Bid 6794 21. General Indemnity Contractor shall indemnify, defend, and hold harmless the State of California, Board of Trustees of the California State University, CSU, and their respective officers, agents and employees from any and all claims and losses accruing or resulting to any other person, firm or corporation furnishing or supplying work, service, materials or supplies in connection with the performance of this Contract, and from any and all claims and losses accruing or resulting to any person, firm or corporation related to, arising out of or resulting from Contractor’s performance of this Contract. 22. Invoices Invoices shall be submitted, in arrears, to the address provided in the Contract. Each invoice must contain the Contract number and Contractor's Identification number. Final invoice shall be marked as such. Contractor shall submit invoices to CSU for payment of goods and services rendered. Unless otherwise specified, CSU shall pay properly submitted invoices not more than 45 days after (a) CSU’s acceptance of goods; (b) the performance completion date of services; or (c) receipt of an undisputed invoice, whichever is later. Late payment penalties shall not apply to this Contract. The consideration to be paid Contractor, as described within the Contract, shall be in full compensation for all of Contractor’s expenses incurred in the performance of this Contract, including travel and per diem, unless otherwise expressly so provided. 23. Taxes, Fees, Expenses, and Extras (a) Articles sold to CSU are exempt from certain Federal Excise Taxes. CSU will furnish an exemption certificate on request. (b) Unless specified otherwise, prices quoted shall include all required and applicable taxes, delivery charges, insurance, license fees, permits, and costs of bonds. 24. Patent, Copyright, and Trade Secret Indemnity (a) Contractor shall indemnify, defend, and hold harmless the State of California, Board of Trustees of the California State University (CSU), and their respective officers, agents, and employees (collectively referred to as CSU), from any and all third party claims, costs (including without limitation reasonable attorneys’ fees), and losses for infringement or violation of any Intellectual Property Right, domestic or foreign, by any product or service provided hereunder. With respect to claims arising from computer Hardware or Software manufactured by a third party and sold by Contractor as a reseller, Contractor will pass through to CSU, in addition to the foregoing provision, such indemnity rights as it receives from such third party (“Third Party Obligation”) and will cooperate in enforcing them; provided that if the third party manufacturer fails to honor the Third Party Obligation, Contractor will provide CSU with indemnity protection. (i) CSU will notify Contractor of such claim in writing and tender its defense within a reasonable time; an (ii) Contractor will control the defense of any action on such claim and all negotiations for its settlement or compromise, except when substantial principles of government or public law are involved, when litigation might create precedent affecting future CSU operations or liability, or when involvement of the CSU is otherwise mandated by law. In such case no settlement shall be entered into on behalf of CSU without CSU’s written approval. (b) Contractor may be required to furnish CSU a bond against any and all loss, damage, costs, expenses, claims and liability for patent, copyright and trade secret infringement. (c) Should the Deliverables or Software, or the operation thereof, become, or in the Contactor’s opinion are likely to become, the subject of a claim of infringement or violation of a Intellectual Property Right, whether domestic or foreign, CSU shall permit Contractor at its option and expense either to procure for CSU the right to continue using the Deliverables or Software or to replace or modify the same so they become non-infringing, provided they comply with Contract and performance requirements and/or expectations. If neither option can reasonably practicable or if the use of such Deliverables or Software by CSU shall be prevented by injunction, Contractor agrees to take back such Deliverables or Software and use its best effort to assist CSU in procuring substitute Deliverables or Software at Contractors cost and expense. If, in the sole opinion of CSU, the return of such infringing Deliverables or Software makes the retention of other Deliverables or Software acquired from Contractor under this Contract impracticable, CSU shall then have the option of terminating this Contract, or applicable portions thereof, without penalty or termination charge. Contractor agrees to take back such Deliverables or Software and refund any sums CSU paid Contractor less any reasonable amount for use or damage. (d) Contractor certifies it has appropriate systems and controls in place to ensure State funds will not be used in the performance of this Contract for the acquisition, operation or maintenance of computer Software in violation of copyright laws. 5/19/2015 12:46 PM 7 p. 44 State of California CSU GENERAL PROVISIONS FOR MAINTENANCE TASKS (FACILITIES MAINTENANCE) August 1, 2014 IFB 6794 Exhibit A-1 Page 8 of 12 Bid 6794 25. Rights in Work Product All inventions, discoveries, intellectual property, technical communications and records originated or prepared by Contractor pursuant to this Contract, including papers, reports, charts, computer programs, and other Documentation or improvements thereto, and including Contractor's administrative communications and records relating to this Contract (collectively, the "Work Product"), shall be Contractor's exclusive property. The provisions of this sub-section (a) may be revised in a Statement of Work. 26. Examination and Audit For contracts in excess of $10,000, Contractor shall be subject to the examination and audit by (a) the Office of the University Auditor, and (b) the Bureau of State Audits, for a period of three (3) years after final payment under the Contract. The examination and audit shall be confined to those matters connected with the performance of the contract, including, but not limited to, the costs of administering the Contract. Note: Authority Cited: Government Code Section 8546.7; Education Code Section 89045(c & d), respectively. 27. Dispute Any dispute arising under or resulting from this Contract that is not resolved within 60 days of time by authorized representatives of Contractor and CSU shall be brought to the attention of Contractor’s Chief Executive Officer (or designee) and CSU’s Chief Business Officer (or designee) for resolution. Either Contractor or CSU may request that the CSU Vice Chancellor, Business and Finance (or designee) participate in the dispute resolution process to provide advice regarding CSU contracting policies and procedures. If this informal dispute resolution process is unsuccessful, the parties may pursue all remedies not inconsistent with this Contract. Despite an unresolved dispute, Contractor shall continue without delay in performing its responsibilities under this Contract. Contractor shall accurately and adequately document all service it has performed under this Contract. 28. Conflict of Interest CSU requires a Statement of Economic Interests (California Form 700) to be filed by any Consultant (or Contractor) who is involved in the making or participation in the making of decisions which may foreseeably have a material effect on any CSU financial interest. 29. Follow-On Contracts No person, firm, or subsidiary thereof who has been awarded a contract for Consulting Services or providing Direction (as provided below) may submit a bid or be awarded a contract for the provision of services, the procurement of goods or supplies, or any other related action that is required, suggested, or otherwise deemed appropriate in the end product of the consulting services contract. (a) If Contractor or its affiliates provides Consulting and Direction, Contractor and its affiliates: (i) shall not be awarded a subsequent Contract to supply the service or system, or any significant component thereof, that is used for, or in connection with, any subject of such Consulting and Direction; and (ii) shall not act as consultant to any person or entity that does receive a Contract described in sub-section (i). This prohibition will continue for one (1) year after termination of this Contract or completion of the Consulting and Direction, whichever is later. (b) “Consulting and Direction” means services for which Contractor received compensation from CSU and includes: (i) development of, or assistance in the development, of work statements, specifications, solicitations, or feasibility studies; (ii) development or design of test requirements; (iii) evaluation of test data; (iv) direction of or evaluation of another Contractor; (v) provision of formal recommendations regarding the acquisition of products or services; or (vi) provisions of formal recommendations regarding any of the above. For purposes of this Section, “affiliates” are employees, directors, partners, joint venture participants, parent corporations, subsidiaries, or any other entity controlled by, controlling, or under common control with Contractor. Control exists when an entity owns or directs more than fifty percent (50%) of the outstanding shares or securities representing the right to vote for the election of directors or other managing authority. (c) Except as prohibited by law, the restrictions of this Section will not apply: (i) to follow-on advice given by vendors of commercial off-the-shelf products, including Software and Hardware, on the operation, integration, repair, or maintenance of such products after sale; or (ii) where CSU has entered into a Contract for Software or services and the scope of work at the time of Contract execution expressly calls for future recommendations among the Contractor’s own products. (d) The restrictions set forth in this Section are in addition to conflict of interest restrictions imposed on public Contractors by California law (“Conflict Laws”). In the event of any inconsistency, such Conflict Laws override the provisions of this Section, even if enacted after execution of this Contract. 5/19/2015 12:46 PM 8 p. 45 State of California CSU GENERAL PROVISIONS FOR MAINTENANCE TASKS (FACILITIES MAINTENANCE) August 1, 2014 IFB 6794 Exhibit A-1 Page 9 of 12 Bid 6794 30. Endorsement Nothing contained in this Contract shall be construed as conferring on any party, any right to use the other party’s name as an endorsement of product/service or to advertise, promote or otherwise market any product or service without the prior written consent of the other party. Furthermore nothing in this Contract shall be construed as endorsement of any commercial product or service by the CSU, its officers or employees. 31. Covenant Against Gratuities Contractor shall warrant that no gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by Contractor, or any agent or representative of Contractor, to any officer or employee of CSU with a view toward securing the Contract or securing favorable treatment with respect to any determinations concerning the performance of the Contract. For breach or violation of this warranty, CSU shall have the right to terminate the Contract, either in whole or in part, and any loss or damage sustained by CSU in procuring on the open market any items that Contractor agreed to supply shall be borne and paid for solely by Contractor. CSU’s rights and remedies provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law, equity or under the Contract. 32. Nondiscrimination (a) During the performance of this Contract, Contractor and its subcontractors shall not unlawfully discriminate, harass or allow harassment, against any employee or applicant for employment because of sex, sexual orientation, race, color, ancestry, religious creed, national origin, disability (including HIV and AIDS), medical condition, age, marital status, and denial of family care leave. Contractor and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. (b) Contractor and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code, Section 12990 et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations are incorporated into this Contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. (c) Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the Contract. 33. Compliance with NLRB Orders Contractor declares under penalty of perjury under the laws of the State of California that no more than one final, unappealable finding of contempt of court by a federal court has been issued against Contractor within the immediately preceding two-year period because of Contractor's failure to comply with an order of a federal court to comply with an order of the National Labor Relations Board. Note: Cite Authority: PCC 10296 34. Drug-Free Workplace Certification Contractor certifies that Contractor shall comply with the requirements of the Drug-Free Workplace Act of 1990 and shall provide a drug-free workplace by taking the following actions: (a) Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations (b) Establish a Drug-Free Awareness Program to inform employees about all of the following: (i) the dangers of drug abuse in the workplace; (ii) the person's or organization's policy of maintaining a drug-free workplace; (iii) any available counseling, rehabilitation and employee assistance programs; and (iv) penalties that may be imposed upon employees for drug abuse violations. (c) Provide that every employee who works on the proposed or resulting Contract: (i) will receive a copy of the company's drug- free policy statement; and, (ii) will agree to abide by the terms of the company's statement as a condition of employment on the Contract. Note: Authority Cited: Government Code Section 8350-8357 35. Forced, Convict, Indentured and Child Labor By accepting a contract with CSU, Contractor: (a) Certifies that no equipment, materials, or supplies furnished to CSU pursuant to this Contract have been produced in whole or in part by sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor, or with the benefit of sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor. Contractor further certifies it will adhere to the Sweat free 5/19/2015 12:46 PM 9 p. 46 State of California CSU GENERAL PROVISIONS FOR MAINTENANCE TASKS (FACILITIES MAINTENANCE) August 1, 2014 IFB 6794 Exhibit A-1 Page 10 of 12 Bid 6794 Code of Conduct as set forth on the California Department of Industrial Relations website located at http://www.dir.ca.gov/, and Public Contract Code Section 6108. (b) Agrees to cooperate fully in providing reasonable access to its records, documents, agents or employees, or premises if reasonably required by authorized officials of the State, the Department of Industrial Relations, or the Department of Justice to determine Contractor's compliance with the requirements under paragraph (a). 36. Recycled Content Certification Contractor shall certify in writing the minimum, if not exact, percentage of postconsumer material, as defined in Public Contract Code Section 12200, in products, materials, goods, or supplies offered or sold to CSU regardless whether the product meets the requirements of Section 12209. With respect to printer or duplication cartridges that comply with the requirements of Section 12156(e), the certification required by this subdivision shall specify that the cartridges so comply (PCC 12205). 37. Child Support Compliance Act For any contract in excess of $100,000, Contractor acknowledges in accordance with Public Contract Code Section 7110, that: (a) Contractor recognizes the importance of child and family support obligations and shall fully comply with all applicable state and federal laws relating to child and family support enforcement, including, but not limited to, disclosure of information and compliance with earnings assignment orders, as provided in Chapter 8 (commencing with Section 5200) of Part 5 of Division 9 of the Family Code; and (b) Contractor, to the best of its knowledge, is fully complying with the earnings assignment orders of all employees and is providing the names of all new employees to the New Hire Registry maintained by the California Employment Development Department. 38. Americans With Disabilities Act (ADA) Contractor warrants that it complies with California and federal disabilities laws and regulations. (Americans with Disabilities Act of 1990, 42 U.S.C. 12101et seq). Contractor hereby warrants the products or services it will provide under this Contract comply with the accessibility requirements of Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d), and its implementing regulations set forth at Title 36, Code of Federal Regulations, Part 1194. Contractor agrees to promptly respond to and resolve any complaint regarding accessibility of its products or services. Contractor further agrees to indemnify and hold harmless CSU from any claims arising out of Contractor’s failure to comply with the aforesaid requirements. Failure to comply with these requirements shall constitute a material breach of this Contract. 39. Expatriate Corporation Contractor declares and certifies that it is not and expatriate corporation, and is not precluded from contracting with CSU by The California Taxpayer and Shareholder Protection Act of 2003, Public Contract Code Section 10286, et seq. 40. Citizenship and Public Benefits If Contractor is a natural person, Contractor certifies he or she is a citizen or national of the United States or otherwise qualified to receive public benefits under the Personal Responsibility and Work Opportunity Reconciliation Act of 1996 (P.L. 104-193; 110 STAT.2105, 2268-69). 41. DVBE and Small Business Participation (a) If Contractor has committed to achieve small business (SB) participation it shall, within 60 days of receiving final payment under this Contract (or within such other time period as may be specified elsewhere in this Contract), report to CSU: (1) the name and address of the SB(s) who participated in the performance of the Contract; (2) the total amount the prime Contractor received under the Contract; and (3) the amount each SB received from the prime Contractor.(Govt. Code § 14841.) (b) If Contractor has committed to achieve disabled veteran business enterprise (DVBE) participation, it shall, within 60 days of receiving final payment under this Contract (or within such other time period as may be specified elsewhere in this Contract), report to CSU: (1) the name and address of the DVBE(s) who participated in the performance of the Contract; (2) the total amount the prime Contractor received under the Contract; and (3) the amount each DVBE received from the prime Contractor. The Contractor shall also certify that all payments under the Contract have been made to the DVBE. A person or entity that knowingly provides false information shall be subject to a civil penalty for each violation. (Mil. & Vets. Code § 999.5(d); Govt. Code §14841) 42. Contractor’s Staff Contractor warrants that its staff, which is assigned to performing work under this Contract, is legally able to perform such duties in the country where the work is being performed. 5/19/2015 12:46 PM 10 p. 47 State of California CSU GENERAL PROVISIONS FOR MAINTENANCE TASKS (FACILITIES MAINTENANCE) August 1, 2014 IFB 6794 Exhibit A-1 Page 11 of 12 Bid 6794 43. Compliance with Applicable Regulations The project, when completed, shall conform to the specifications and plans as last amended, and applicable regulations and requirements of the CSU and the State of California. 44. Hazardous Materials/Environmental Requirements In the event of a spill of a hazardous waste, as defined in California Code of Regulations, Title 22, Section 66261.3, at the construction site or within the boundaries of CSU property, the Service Provider shall immediately notify authorized CSU personnel and will make every effort to mitigate the spill and minimize its effect on the environment. (a). Hazardous Materials (1) Asbestos The Service Provider is prohibited from installing any asbestos-containing materials or products in any Work to be performed under this Contract. The Service Provider shall be responsible for removal and replacement costs should it be determined this provision has been violated; this responsibility shall not be limited in duration by Project completion, the warranty period, or other provisions of this Contract. (2) Lead The Service Provider is prohibited from installing any lead-containing materials or products, including paint, in any Work to be performed under this Contract without the written consent of the Executive Facilities Officer and Director of Environmental Health and Safety. The Service Provider r shall be responsible for removal and replacement costs should it be determined this provision has been violated; this responsibility shall not be limited in duration by Project completion, the warranty period, or other provisions of this Contract. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate hazard to health or safety of The Trustees’ employees, property, or licenses, the CSU may undertake, at the Service Provider’s expense, without prior notice, all work necessary to correct such violation. The CSU may bring to the attention of the Service Provider a possible hazardous situation in the field regarding the safety of personnel on the site. The Service Provider shall be responsible for verifying the observance of all local, state, and federal workplace safety guidelines. In no case shall this right to notify the Service Provider absolve the Service Provider of its responsibility for monitoring safety conditions. Such notification shall not imply that anyone other than the Service Provider has assumed any responsibility for field safety operations. Explosives shall not be used without first obtaining written permission from the CSU and then shall be used only with the utmost care and within the limitations set in the written permission and in accordance with prudence and safety standards required by law. Storage of explosives on the Project site or CSU is prohibited. Powder activated tools are not explosive for purposes of this Article; however, such tools shall only be used in conformance with State safety regulations. (b). Environmental Requirement (1) Air and Water Pollution Control The Service Provider shall comply with all air and water pollution control rules, regulations, ordinances and statutes which apply to the Work performed under the Contract, including any air pollution control rules, regulations, ordinances and statutes adopted under the authority of section 11017 of the Government Code. Service Provider must be eligible to perform work for the State, and is deemed eligible if not found to be in violation of any order, resolution, or regulation relating to air or water pollution adopted in accordance with Government Code Section 4477. In the absence of any applicable air pollution control rules, regulations, ordinances or statutes governing solvents, all solvents, including but not limited to the solvent portions of paints, thinners, curing compounds, and liquid asphalt used on the Project, shall comply with the applicable material requirements of the Air Quality Management District (AQMD). All containers of solvent, paint, thinner, curing compound or liquid asphalt shall be labeled to indicate that the contents fully comply with these requirements. Unless otherwise provided in the special provisions, material to be disposed of shall not be burned either inside or outside the premises. A regular watering program shall be initiated to adequately control the amount of fugitive dust in accordance with applicable AQMD rules. Exposed soil surfaces shall be sprayed with water at least daily and as needed to mitigate dust (see also Article 4.08-c, Protection of Facilities). Trucks hauling dirt from the site shall be covered in accordance with applicable state and local requirements. To reduce exhaust emissions, unnecessary idling of construction vehicles and equipment shall be avoided. (2) Sound Control Requirements The Service Provider shall comply with all sound control and noise level rules, regulations and ordinances which apply to the Work. In the absence of any such rules, regulations and ordinances, the Service Provider shall conduct its Work to minimize disruption to others due to sound and noise from the workers, and shall be responsive to the CSU’ requests to reduce noise levels. Each internal combustion engine, used for any purpose on the Project or related to the Project, shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the Project without a muffler. Construction equipment shall be fitted with modern emission control devices and shall be kept in proper tune. Loading and unloading of 5/19/2015 12:46 PM 11 p. 48 State of California CSU GENERAL PROVISIONS FOR MAINTENANCE TASKS (FACILITIES MAINTENANCE) August 1, 2014 IFB 6794 Exhibit A-1 Page 12 of 12 Bid 6794 construction materials will be scheduled so as to minimize disruptions to campus activities. Construction activities will be scheduled to minimize disruption to the CSU and to campus users. (3) Archaeological Finds If the Service Provider discovers any artifacts during excavation and/or construction, the Service Provider shall stop all affected work and notify the CSU, who will call in a qualified archaeologist designated by the California Archaeological Inventory to assess the discovery and suggest further mitigation, as necessary. If the Service Provider discovers human remains, the Service Provider shall notify the CSU who will be responsible for contacting the county coroner and a qualified archaeologist. If the remains are determined to be Native American, the CSU shall contact the appropriate tribal representatives to oversee removal of the remains. 45. Prevailing Wage In accordance with Labor Code Section 1720, Service Provider must pay employees the current prevailing rate wages for work on this service. 5/19/2015 12:46 PM 12 p. 49 State of California Bid 6794 EXHIBIT C, IFB No. 6794 Page 1 of 6 BID PROPOSAL "FIRE PROTECTION – (WET SYSTEMS & EXTINGUISHERS) MAINTENANCE, INSPECTION AND REPAIRS” To: Manager, Contract and Procurement Management Office San Diego State University 5500 Campanile Dr. Administration Bldg., Room 116 San Diego, CA 92182-1616 Date:______________________ NOTE: Signature below constitutes acknowledgement on all items, 1 through 13, (and Bidder’s Qualification Statement/Bid Bond) Pages 1 through 6 of this Bid Proposal. Authorized Signature Signature / Typed Name and Title Company Information Contractor Name Corporation Partnership Individual Street Address City / State / Zip License Verification “C-16” Fire Protection (Exhibit A, Page 2, Section A2.b.1) and license “C-10” or list qualified sub-contractor on page 3. Copy Attached Yes No Contact Information Name Title Phone # ( ) - Mobile # ( ) - 5/19/2015 12:46 PM Fax # ( ) - Email Address p. 50 State of California Bid 6794 BID PROPOSAL/BIDDER’S QUALIFICATION & BID BOND 1. EXHIBIT C IFB No. 6794 Page 2 of 6 In compliance with your Invitation For Bid, our bid for Fire Protection (Wet Systems and Extinguishers) Maintenance, Inspection and Repairs is as follows: Bid Amount MONTHLY TOTAL YEARLY TOTAL 3 YEAR TOTAL Exhibit D-1 Sprinkler Systems (tab 5.1) $ $ $ Exhibit D-2 Fire Hose Systems (tab 6.1) $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Exhibit D-3 Fire Hydrants (tab 7.1) Exhibit D-4 Fire Pump (tab 8.1) Exhibit D-5 Water Storage Tanks (tab 9.1) Exhibit D-6 Backflow Systems (tab 12.1) Exhibit D-7 Fire Extinguishers (Exhibit A Part 2, Section 2, pages 10-14)* Exhibit D-8 Gas systems TOTAL BID AMOUNT D-9 (All Systems - 3 Years) $ (*The quantities referenced are for bid analysis only, the University does not guarantee specified quantities.) NOTE: The amount above is stated in figures only and is the total amount bid for the entire contract work, as itemized on Exhibit D, including the cost of bonds, permits, taxes and every other item of expense, direct or indirect, incidental to the contract. Any alteration or erasure or change must be clearly indicated and initialed by the bidder. The bidder agrees that if there are any discrepancies or questions in the figures above, San Diego State University will use the lower figure irrespective of the bidder's intent. Award of this contract shall be based on the lowest responsive, responsible bidder whose proposal meets the required specifications, and is the most acceptable to the University. This agreement will be awarded in the best interest of the State of California. 2. Equipment List/Monthly Fees, Exhibit D (D-1 through D-9) is completed and attached. YES NO 3. We acknowledge receipt of addenda number(s) ____, ____, ____, ____, ____. 4. Three (3) firms for whom we have performed work of similar nature and magnitude during the last 3 years: Company Name/Address 5. 5/19/2015 12:46 PM Contact Name/Phone Number Type of project and size Date of Project Survey: Attached is a detailed description of the repairs and costs that will be required to place the equipment in an acceptable condition before undertaking full maintenance at the prices quoted on Exhibit D. (Exhibit A, p. 51 State of California BID PROPOSAL/BIDDER’S QUALIFICATION & BID BOND Bid 6794 EXHIBIT C IFB No. 6794 Page 3 of 6 Survey, Page 3, and Page 10.) (The University may award a separate agreement for the services provided to survey the campus equipment) YES 6. NO Bidder’s Bond is completed and attached (Exhibit C, Revision.1, page 6) YES NO 7. Designation of Subcontractors: The above signed Bidder has set forth below the name and the location of the place of business of each Subcontractor who will be awarded a portion of the work according to the specifications to which this bid is responsive. (If no Subcontractors are to be employed on the project, enter the word "None".) (Attach additional sheets if necessary) Name of Contractor Type of Work 8. License Number/Type We are requesting that an incentive be applied we will be utilizing a Disabled Veteran Business Enterprise which is summarized in Exhibit X which is completed and attached. YES 9. Business Address NO We are an approved Small Business Contractor and are hereby requesting the 5% Small Business Preference. Form OSMB-11 has been submitted to the Office of Small Business Certification and Resources, Sacramento, California, (Exhibit F) is hereby attached. YES NO Copy of our certification letter received from the Office of Small Business Certification and Resources is attached as requested. YES NO Failure to attach the letter as well as to check the box above will prohibit the 5% preference allowance from being applied to this bid. If application is pending at the Office of Small Business & Resources in Sacramento, check here so that approval may be verified through the Office of Small Business & Resources. Or, we are a Non-Small Business and commit to subcontract at least 25% of its net bid price with one or more small business (Exhibit F, Small Business Preference) YES 10. 5/19/2015 12:46 PM NO Statement of Compliance. The bidder's signature affixed hereon and dated shall constitute a certification under the penalty of perjury that the bidder has, unless exempted, complied with the nondiscrimination requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. p. 52 State of California Bid 6794 BID PROPOSAL/BIDDER’S QUALIFICATION & BID BOND EXHIBIT C IFB No. 6794 Page 4 of 6 11. REGULAR WORK HOURS: The regular working days and hours of our company are (See Exhibit A, Hours of Work, Page 15, Section 3.3): _______________________________________________ 12. CALL BACK SERVICE: List below the charges for call back service (Exhibit A, Trouble Calls, Page 17, Section 3.10) (University information only not an award factor): ROUTINE MAINTENANCE Days Cost Per hour Monday through Friday $ Mechanic Saturday $ Mechanic Sunday and Holidays $ Mechanic Days Cost Per hour Monday through Friday $ Mechanic $ Team $ Mechanic $ Team $ Mechanic $ Team REPAIRS MAINTENANCE Saturday Sunday and Holidays 13. CALL BACK SERVICE: Due to negligence or misuse of equipment, or causes beyond the Contractor’s control (rates include travel time) (University information only not an award factor): NORMAL WORKING HOURS Cost Per hour $ Mechanic $ Team Cost Per hour $ Mechanic $ Team OVERTIME 5/19/2015 12:46 PM p. 53 State of California Bid 6794 BID PROPOSAL/BIDDER’S QUALIFICATION & BID BOND EXHIBIT C IFB No. 6794 Page 5 of 6 BIDDER’S QUALIFICATION STATEMENT 1. Contractor’s Name:__________________________________________________________ 2. Number of years in business under this name and management: ______________________ 3. Number of facilities, under full maintenance service within 50 mile radius of this project at SDSU: Full service (similar to that specified): Fire Hose systems and cabinets only: 4. Sprinkler System only: Fire Pump Systems only: Number of plumbers / plumbing technicians and helpers regularly employed eight or more months per year in executing preventive maintenance within this area. Provide list of personnel setting forth name, years of experience and years with company. Plumbers / plumbing technicians: ________ 5. Helpers: ________ Number of electricians / electrical technicians and helpers regularly employed eight or more months per year, in executing preventive maintenance and repairs on fire pumps and related equipment. Provide a list of personnel, setting forth the names, number of years experience, and years with the company. Electricians / electrical technicians: 6. Helpers: Number of fire extinguisher technicians and helpers regularly employed eight or more months per year, in executing preventive maintenance and repairs on fire pumps and related equipment (pursuant to Exhibit B, Part 1, paragraph 1). Provide a list of personnel, setting forth the names, number of years experience, and years with the company. Fire Extinguisher technicians: Helpers: 7. Number of qualified fire extinguisher service personnel 8. Number of service vehicles in services: ________ 9. Number or supervisors available for inspection: _______ 10. Number of repair crews (as distinct from maintenance technicians) available for replacement and repairs:_____ 11. Location of nearest parts inventory warehouse: ___________________________________________________________________________ ___________________________________________________________________________ 12. Attached is (check one): _____ Annual company report for preceding year. 13. 5/19/2015 12:46 PM _____ Certified financial statement. Certification that personnel performing services shall have at least minimum experience as required. YES NO p. 54 State of California Bid 6794 BID PROPOSAL/BIDDER’S QUALIFICATION & BID BOND EXHIBIT C IFB No. 6794 Page 6 of 6 BIDDERS BOND Counterpart No. Project No. Know All Persons by These Presents: THAT WE as Principal, and as Surety, are held and firmly bound unto the Trustees of the California State University hereinafter called the Trustees, in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the said Trustees for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. IN NO CASE shall the liability of the Surety hereunder exceed the sum of 10% of Bid. THE CONDITION of this obligation is such that: WHEREAS, the Principal has submitted the above-mentioned bid to the Trustees for certain construction specifically described as follows, for which bids are to be opened at on at for contract Project Description (Exact description of work and location as given in the proposal) NOW, THEREFORE, if the aforesaid Principal is awarded the contract, and, within the time and manner required under the specifications, after the prescribed forms are presented to the principal for signature, enters into a written contract, in the prescribed form, in accordance with the bid, and files the two bonds with the Trustees, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void, otherwise, it shall be and remain in full force and virtue. In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by the Obligee in such suit. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this CONTRACTOR AS PRINCIPAL day of , 20 Contractor Name: Contractor Address: (SEAL) By: By: SURETY Surety Name: Surety Address: (SEAL) By: Signatures executed in behalf of the Surety must be properly acknowledged. 702.09A • 10/06 5/19/2015 12:46 PM p. 55 State of California Bid 6794 EXHIBIT E IFB NO. 6678 Page 1 of 1 Sample – Only awarded Contractor Required to Submit PERFORMANCE BOND Contract No. Project No. Know All Persons by These Presents: THAT WHEREAS, the State of California acting by and through the Trustees of the California State University, hereinafter called the Trustees, has awarded to Contractor Address City, ST Zip as Principal, hereinafter designated as the ”Contractor,” a contract for the work described as follows: Project No.: Project Name: Campus: AND WHEREAS, the Contractor is required to furnish a bond in connection with said contract, guaranteeing the faithful performance thereof: NOW, THEREFORE, we the undersigned Contractor and Surety are held and firmly bound unto the State of California through the said Trustees in the sum of: to be paid to the said Trustees, State or its certain attorney, its successors and assigns: for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION of this obligation is such, That if the above bounden Contractor, his, her, or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the foregoing contract and any alteration thereof made as therein provided, on his, her, its or their part to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the State of California, its officers and agents, as therein stipulated, then this obligation shall become and be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this CONTRACTOR AS PRINCIPAL day of , 20 Contractor Name: Contractor Address: (SEAL) By: SURETY Surety Name: Surety Address: (SEAL) By: Signatures executed in behalf of the Surety must be properly acknowledged. 702.15 • 5/19/2015 12:46 PM 2/10 p. 56 State of California Bid 6794 EXHIBIT F IFB NO. 6678 Page 1 of 3 SMALL BUSINESS PREFERENCE AND CERTIFICATION REQUEST (Bidders requesting a 5% Small Business Preference must enclose this form in the Bid Package) The undersigned hereby requests preference as a “Small Business” and further certifies under penalty of perjury, that the firm still meets the requirements of the California Code of Regulations, Title 2, Section 1896 et seq. NOTICE TO ALL BIDDERS: Section 14835 et seq. of the California Government Code, requires that a five percent preference be given to bidders who qualify as a small business. The rules and regulations of this law, including the definition of a small business for the delivery of service, are contained in Title 2, California Code of Regulations, Section 1896, et seq. A copy of the regulations is available upon request. If your firm is a Small Business and wishes to claim the small business preference, which may not exceed $50,000 for any bid, your firm must have its principal place of business located in California, have a complete application (including proof of annual receipts) on file with the Small Business & DVBE Services Branch, in the Procurement Division of the State of California Department of General Services, by 5:00 p.m. on the date bids are opened, and be verified by such office. Or, if your firm is a Non-Small Business and wishes to claim the small business preference, your firm must notify the Trustees by signing below, that your firm commits to subcontract at least 25% of its net bid price with one or more small businesses, submit a timely responsive bid, list* the small business subcontractors and include name, address, phone number, portion of the work to be performed, and the dollar amount and percentage per subcontractor, and be determined a responsible bidder. Questions regarding the preference approval process should be directed to Small Business & DVBE Services, telephone (800) 559-5529 or (916) 375-4940, address: 707 Third Street, First Floor-Room 400, West Sacramento, CA 95605, or if by mail: P.O. Box 989052, West Sacramento, CA 95798-9052. You can also reach them via email (osdchelp@dgs.ca.gov) or on the Internet: www.pd.dgs.ca.gov/smbus. IMPORTANT NOTICE (Read before signing) The “Small Business Preference and Certification Request” must be signed in the same name style in which the bidder is licensed by the Contractors State License Board. Bidders bidding jointly or as a combination of several business organizations are specially cautioned that such bidders must be jointly licensed and approved in the same form and style in which the bid is executed. Legal Name Style of Bidder(s): OSDS Certification No. Signature of Bidder: Date In the event the bidder has received assistance in obtaining bonding for this project, it shall set forth the name and nature of the firm providing such assistance. Should the firm be listed as a subcontractor, bidder shall set forth the percentage of the contract to be performed by the subcontractor. Name of Firm: Is Firm a Listed Subcontractor? YES-Percentage NO Special attention is directed to section 1896.16 for penalties for furnishing incorrect supporting information in obtaining preference. Non-Small Business CERTIFICATION *If firm non-small business ,list sub-contractors in which you commit25% of net bid price below or on separate sheet: Name Address Phone # OSDS# Portion of Work $ Amount % 10/06 5/19/2015 12:46 PM p. 57 State of California Bid 6794 EXHIBIT X IFB NO. 6794 Page 1 of 3 SUMMARY OF DISABLED VETERAN-OWNED BUSINESS PARTICIPATION COMPANY NAME NATURE OF WORK CONTRACTING WITH TIER CLAIMED DVBE VALUE $ PERCENTAGE OF CONTRACT (%) OSMB DVBE CERTIFICATION I hereby certify that I have made a diligent effort to ascertain the facts with regard to the representations made herein and, to the best of my knowledge and belief, each firm set forth in this bid as a disabled veteran business enterprise complies with the relevant definition set forth in law. In making this certification, I am aware of Section 12650 et seq. of the Government Code providing for the imposition of treble damages for making false claims against the State, Section 10115.10 of the Public Contract Code making it a crime to intentionally make an untrue statement in this certificate, and the provisions of the Military and Veterans Code, Section 999.9. I declare under penalty of perjury, under the laws of the State of California, that the information herein is true and correct to the best of my knowledge. Executed on: , at Date in the state of City Signature of Contractor or Authorized Agent . State Project Name Project Number ( Printed Name Firm Name ) Telephone OFFICIAL CSU USE ONLY Did Contractor meet 3% DVBE requirement? Yes No DVBE Bid Incentive (attach abstract of bids) Amount of DVBE Bid Incentive granted: _____% Amount of DVBE Participation pledged: _____ % Signed: ______________________________________________________ DVBE Program Advocate Date 10/06 5/19/2015 12:46 PM p. 58 State of California Bid 6794 EXHIBIT X IFB NO. 6678 Page 2 of 3 Disabled Veteran Business Enterprise Subcontractor Activity Report (General Contractor to submit this form twice 1) prior to release of retention by CSU, and 2) after all payments have been made, per CGCs article 2.13. Add more lines to the form as required.) Campus: Project Name: Project Number: General Contractor: Total Amt Paid to General Contractor: $ Total Amt held in Retention by CSU: $ Total GC Contract Amount: $ DVBE Name/Address: $ Amount each DVBE Received from GC Report #1 [check if retention not yet released] Report #2 [check if final pmts have been made] Final Amt to be Pd DVBE Sub as % $ Amount Owed Final $ Amount to of GC Contract to DVBE Sub be Pd DVBE Sub Amount 1 DVBE1 address city, st zip $ $ $ % 2 DVBE2 address city, st zip $ $ $ % 3 DVBE3 address city, st zip $ $ $ % 4 DVBE4 address city, st zip $ $ $ % 5 DVBE5 address city, st zip $ $ $ % TOTAL DVBE PARTICIPATION $ $ $ % Certification The submitter of the foregoing statements has read the same, and that they are true to the best of the his/her knowledge. The statements are for the purpose of verifying the DVBE participation for this Contract. By signing below, the submitter certifies and declares under penalty Signature Print Name, Title, Phone No. Date 7/11 5/19/2015 12:46 PM p. 59 State of California Bid 6794 EXHIBIT X IFB NO. 6678 Page 3 of 3 7/11 5/19/2015 12:46 PM p. 60 IFB 6678 - Fire Sprinkler System Equipment List and Monthly Costs (tab 5.1) Count 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Number Name Campus Account - 66021.000.66056.0000.1006.3801.0000 058 ADAMS HUMANITIES 030 ADMINISTRATION 056 ART (NORTH) Furniture Lab 056 ART(NORTH) 001 ART(SOUTH) 090 ARTS & LETTERS 067 AZTEC ATHLETIC CENTER 135 BIOSCIENCES 031 CALPULLI CENTER 012 COMMUNICATIONS 036 DRAMATIC ARTS 028 EAST MALL 037 EDUCATION AND BUSINESS ADMIN. (EBA) 019 ENGINEERING 021 ENS 072B ESC 003 GMCS (CHEM./GEO) 003A GMCS ADDITION 026 HARDY MEMORIAL TOWER 002 HEPNER HALL 009 INDUSTRIAL TECHNOLOGY 072 KPBS 076 LIBRARY ADDITION - MANCHESTER HALL 035 LIFE SCIENCE (NORTH) 010 LIFE SCIENCE (SOUTH) 011 LITTLE THEATER 054 LOVE LIBRARY 053 MUSIC 038 NORTH EDUCATION 016 PETERSON GYM 024 FACILITIES SERVICES 013 PHYSICS 014 PHYSICS / ASTRONOMY 027 PSFA 015 PUBLIC SAFETY T25 QUONSET HUT 060 CHEMICAL SCIENCE LABORATORY 098 BUSINESS SERVICES / SHIPPING AND RECEIVING 042 SPEECH, LANGUAGE AND HEARING SCIENCE (SLHS) 008 STORM HALL 008A STORM HALL WEST 008B CHARLES HOSTLER HALL 018 NASATIR HALL 059 STUDENT SERVICES EAST 029 STUDENT SERVICES WEST 077 TONY GWYNN STADIUM 022 COMPUTER APPLIED MECH. 006 EDUCATION 005 ENGINEERING LAB. 020 ENS ANNEX 5/19/2015 12:46 PM Exhibit D-1 (Rev.2) Bid 6794 State of California Year Installed 1977 1960 2002 1977 1950 2006 2001 2006 2006 1954 1965 1959 1964 1962 1933 2004 2002 1993 1931 1931 1953 1994 1996 1962 1931 1931 1971 1969 1960 1961 1962 1959 1954 1947 1961 1947 2000 1997 1974 2014 2014 2014 2014 1991 1992 1997 1933 1957 1956 1966 Facility GSF 119,984 62381 134606 23110 120805 135788 39460 85800 43233 65166 14114 149695 98316 52297 60000 126206 15329 45560 38156 27042 67450 182657 135683 39561 8393 343744 79152 38092 56471 27480 48752 27539 85502 14701 8100 100800 29625 28609 77572 102087 99326 41151 1718 17004 12460 7471 Sprinkler System - No. of systems or zones Wet Standpipe Dry Standpipe 1 1 1 1 (6 sectionals) 1 (8 sectionals) 1 (4 sectionals) 1 (4 sectionals) 1 (5 sectionals) 1 0 1 1 1 1 (5 sectionals) 1 (7 sectionals) incl " 1 1 1 1 3 3 1 See Gateway 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (10 sectionals) 1 1 (3 sections each floor) 1 (4 sections) 1 1 (3 sections) 1 2 (6 sectionals) 2 1 1 1- Preaction Last 5 Year Cert. 2015/2016 Yearly Total Monthly Total 2016/2017 Yearly Total 2017/2018 Yearly Total 2012 2012 2012 $ $ $ - $ $ $ - $ $ $ - 2012 2012 2012 2012 2012 2012 2012 2012 2012 $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ - 2012 2012 2012 $ $ $ - $ $ $ - $ $ $ - 2012 2012 2012 2012 2012 2012 2012 2012 $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ - 2012 2012 2012 2012 2012 2012 2012 2012 2012 $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ - 2014 2014 2014 2014 2012 2012 $ $ $ - $ $ $ - $ $ $ - 1 of 16 p. 61 IFB 6678 - Fire Sprinkler System Equipment List and Monthly Costs (tab 5.1) 52 53 54 55 56 57 58 59 60 61 62 63 64 101 072A 110 074 074 074 044 025 017 087 023 038A IVC GARAGE GATEWAY GROWTH CHAMBER FACILITY INTERNATIONAL STUDENTS CENTER INTERNATIONAL STUDENTS CENTER - A ADDITION INTERNATIONAL STUDENTS CENTER - B ADDITION CHILL PLANT CO-GENERATION PLANT PHYSICAL SCIENCES TENNIS / SOFTBALL COMPLEX BOILER SHOP/CARPENTER SHOP/PAINT SHOP/LOCK SHOP NORTH EDUCATION 60 IMPERIAL VALLEY CAMPUS ADMINISTRATION AUDITORIUM / CLASSROOMS BOOKSTORE CLASSROOM C COMPUTER BUILDING FACULTY OFFICES EAST FACULTY OFFICES WEST GALLERY LIBRARY LIBRARY ADDITION NORTH CLASSROOM PHYSICAL PLANT STUDENT AFFAIRS STUDENT CENTER TEMPORARY CLASSROOMS Exhibit D-1 (Rev.2) Bid 6794 State of California 1984 1994 1997 1993 2008 2008 1972 1987 1931 2005 1932 1960 3532 97305 3500 3372 1730 1730 7555 5020 33588 2000 9012 2015 1995 1927 1995 1983 1995 1995 1995 1995 1983 1995 1925 1962 7389 12506 4819 2504 4819 6673 4297 1403 11067 9799 3634 8297 2880 2975 3120 1985 1 (4 sectionals) 3 - Preaction 1 0 1 0 Deluge System Total - Campus Account 5/19/2015 12:46 PM 2012 $ - $ - $ - 2012 2012 $ $ - $ $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 2012 $ - 2 of 16 p. 62 IFB 6678 - Fire Sprinkler System Equipment List and Monthly Costs (tab 5.1) 65 66 67 68 69 70 71 055 079 099 082 080 096 090A Parking Account - 66031.000.66056.0000.4720.4801.0000 PARKING STRUCTURE 1 PARKING STRUCTURE 2 PARKING STRUCTURE 3 PARKING STRUCTURE 4 PARKING STRUCTURE 5 PARKING STRUCTURE 6 PARKING STRUCTURE 8 Exhibit D-1 (Rev.2) Bid 6794 State of California 1975 1982 1986 1994 2000 2001 2006 594933 197862 520202 577614 650000 706210 49020 2 0 0 0 0 0 1 1 1 1 1 2 2012 1 2012 2012 2012 2012 2012 $ Total - Parking Account 72 73 74 75 76 77 78 79 80 093 091 051 033 046 047 094 100 095 Housing Account - 66021.000.66056.0000.5310.4801.0000 CHAPULTAPEC HALL TENOCHCA HALL ZURA HALL [N.I.C.] CUICACALLI COMPLEX MAYA HALL OLMECA HALL TACUBA HALL VILLA ALVARADO TEPAYAC HALL 1993 1982 2015 2001 1959 1959 2001 1986 2001 115875 78637 128000 47700 39000 39000 100150 95425 100150 1 (12 sectionals) 1 (8 sectionals) 1 1 (6 sectionals) 1 Associated Students - 66021.000.66056.3200.5439.3801.0000 052 STUDENT UNION 070 VIEJAS ARENA 069 AZTEC RECREATION CENTER 109 CHILDREN'S CENTER 086 AQUAPLEX 088 ALUMNI CENTER 2014 1997 1997 2003 2009 2009 137253 147790 73093 16000 7000 18800 1 (6 sectionals) 2012 1 (6 sectionals) 2012 2 Systems 1 1 4 1 1 $ - Total Bid - Yearly Amount $ - Total Bid - Three (3) Year Total Amount $ - 5/19/2015 12:46 PM $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ - - $ $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ $ $ - $ - $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ - 2014 2012 2012 2012 2012 Total - R/C A.S. Account Total Bid - Monthly Amount - 2102 2012 2012 2012 Total - Housing Account 81 82 83 84 85 86 - $ $ $ $ $ $ $ $ $ $ 3 of 16 p. 63 IFB 6678 - Fire Hose Equipment List and Monthly Costs (tab 6.1) Count Number 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 058 030 056 056 001 090 067 135 031 012 036 028 037 019 021 072B 003 003A 026 002 009 072 076 035 010 011 054 053 018 038 016 024 013 014 027 015 T25 060 098 042 Name Campus Account - 66021.000.66056.0000.1006.3801.0000 ADAMS HUMANITIES ADMINISTRATION ART (NORTH) Furniture Lab ART(NORTH) ART(SOUTH) ARTS & LETTERS AZTEC ATHLETIC CENTER BIOSCIENCES CALPULLI CENTER COMMUNICATIONS DRAMATIC ARTS EAST MALL EDUCATION AND BUSINESS ADMIN. (EBA) ENGINEERING ENS ESC GMCS (CHEM./GEO) GMCS ADDITION HARDY MEMORIAL TOWER HEPNER HALL INDUSTRIAL TECHNOLOGY KPBS LIBRARY ADDITION - MANCHESTER HALL LIFE SCIENCE (NORTH) LIFE SCIENCE (SOUTH) LITTLE THEATER LOVE LIBRARY MUSIC NASATIR HALL NORTH EDUCATION PETERSON GYM PHYSICAL PLANT PHYSICS PHYSICS / ASTRONOMY PSFA PUBLIC SAFETY QUONSET HUT CHEMICAL SCIENCE LABORATORY BUSINESS SERVICES / SHIPPING AND RECEIVING SPEECH, LANGUAGE AND HEARING SCIENCE (SLHS) 5/19/2015 12:46 PM Exhibit D-2 (Rev.2) State of California Year Installed 1977 1960 2002 1977 1950 2006 2001 2006 2006 1954 1965 1959 1964 1962 1933 2004 2002 1993 1931 1931 1953 1994 1996 1962 1931 1931 1971 1969 1957 1960 1961 1962 1959 1954 1947 1961 1947 2000 1997 1974 Facility GSF Bid 6794 Fire Hose Count Fire Hose Size Last 5 Year Cert. Monthly Total 2015/2016 2016/2017 2017/2018 Yearly Total Yearly Total Yearly Total 119,984 62381 12 6 1.5" 1.5" $ $ - $ $ - $ $ - 134606 23110 120805 135788 39460 85800 43233 65166 14114 149695 98316 52297 60000 126206 15329 45560 38156 27042 67450 182657 135683 39561 8393 343744 79152 20989 38092 56471 27480 48752 27539 85502 14701 8100 100800 29625 28609 14 3 1.5" 1.5" $ $ - $ $ - $ $ - 4 1.5" $ - $ - $ - 2 13 2 24 12 11 1.5" 1.5" 1.5" 1.5" 1.5" 1.5" $ $ $ $ $ $ - $ $ $ $ $ $ - $ $ $ $ $ $ - 6 7 2 1.5" 1.5" 1.5" $ $ $ - $ $ $ - $ $ $ - 20 1.5" $ - $ - $ - 3 28 14 6 6 11 1.5" 1.5" 1.5" 1.5" 1.5" 1.5" $ $ $ $ $ $ - $ $ $ $ $ $ - $ $ $ $ $ $ - 6 5 12 1.5" 1.5" 1.5" $ $ $ - $ $ $ - $ $ $ - 4 of 16 p. 64 IFB 6678 - Fire Hose Equipment List and Monthly Costs (tab 6.1) 41 42 43 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 008 059 029 077 022 006 005 020 101 072A 110 074 074 074 044 025 017 087 023 038A IVC STORM HALL STUDENT SERVICES EAST STUDENT SERVICES WEST TONY GWYNN STADIUM COMPUTER APPLIED MECH. EDUCATION ENGINEERING LAB. ENS ANNEX GARAGE GATEWAY GROWTH CHAMBER FACILITY INTERNATIONAL STUDENTS CENTER INTERNATIONAL STUDENTS CENTER - A ADDITION INTERNATIONAL STUDENTS CENTER - B ADDITION CHILL PLANT CO-GENERATION PLANT PHYSICAL SCIENCES TENNIS / SOFTBALL COMPLEX BOILER SHOP/CARPENTER SHOP/PAINT SHOP/LOCK SHOP NORTH EDUCATION 60 IMPERIAL VALLEY CAMPUS ADMINISTRATION AUDITORIUM / CLASSROOMS BOOKSTORE CLASSROOM C COMPUTER BUILDING FACULTY OFFICES EAST FACULTY OFFICES WEST GALLERY LIBRARY LIBRARY ADDITION NORTH CLASSROOM PHYSICAL PLANT STUDENT AFFAIRS STUDENT CENTER TEMPORARY CLASSROOMS Exhibit D-2 (Rev.2) State of California 1957 1991 1992 1997 1933 1957 1956 1966 1984 1994 1997 1993 2008 2008 1972 1987 1931 2005 1932 1960 77572 102087 99326 41151 1718 17004 12460 7471 3532 97305 3500 3372 1730 1730 7555 5020 33588 2000 9012 2015 1995 1927 1995 1983 1995 1995 1995 1995 1983 1995 1925 1962 7389 12506 4819 2504 4819 6673 4297 1403 11067 9799 3634 8297 2880 2975 3120 1985 Bid 6794 10 8 4 3 1.5" 1.5" 1.5" 1.5" $ $ $ $ - $ $ $ $ - $ $ $ $ - 1 1.5" $ - $ - $ - $ - $ - $ - Total - Campus Account 5/19/2015 12:46 PM $ - 5 of 16 p. 65 IFB 6678 - Fire Hose Equipment List and Monthly Costs (tab 6.1) 61 62 63 64 65 66 67 Exhibit D-2 (Rev.2) State of California Parking Account - 66031.000.66056.0000.4720.4801.0000 055 PARKING STRUCTURE 1 079 PARKING STRUCTURE 2 099 PARKING STRUCTURE 3 082 PARKING STRUCTURE 4 080 PARKING STRUCTURE 5 096 PARKING STRUCTURE 6 090A PARKING STRUCTURE 8 1975 1982 1986 1994 2000 2001 2006 594933 197862 520202 577614 650000 706210 49020 Bid 6794 53 35 23 33 18 36 10 1.5" 1.5" 1.5" 1.5" 1.5" 1.5" 1.5" Total - Parking Account 68 69 70 71 72 73 74 75 76 093 091 051 033 046 047 094 100 095 Housing Account - 66021.000.66056.0000.5310.4801.0000 CHAPULTAPEC HALL TENOCHCA HALL ZURA HALL- N.I.C. CUICACALLI COMPLEX MAYA HALL OLMECA HALL TACUBA HALL VILLA ALVARADO TEPAYAC HALL 1993 1982 1968 2001 1959 1959 2001 1986 2001 115875 78637 128000 47700 39000 39000 100150 95425 100150 Associated Students - 66021.000.66056.3200.5439.3801.0000 052 STUDENT UNION 070 VIEJAS ARENA 069 AZTEC RECREATION CENTER 109 CHILDREN'S CENTER 086 AQUAPLEX 088 ALUMNI CENTER 2014 1997 1997 2003 2009 2009 137253 147790 73093 16000 7000 18800 $ - Total Bid - Yearly Amount $ - Total Bid - Three (3) Year Total Amount $ - 5/19/2015 12:46 PM $ $ $ $ $ $ $ - $ $ $ $ $ $ $ - $ - $ - $ - 1.5" $ - $ - $ - 8 8 1.5" 1.5" $ $ - $ $ - $ $ - $ - $ - $ - $ $ - $ $ - $ $ - $ - $ - $ - 8 3 0 0 0 $ - 1.5" 1.5" Total - R/C A.S. Account Total Bid - Monthly Amount - - 8 Total - Housing Account 77 78 79 80 81 82 $ $ $ $ $ $ $ $ $ - 6 of 16 p. 66 IFB 6678 - Fire Hydrant Equipment List and Monthly Costs (tab 7.1) Exhibit D-3(Rev.2) State of California Building Number Building / Area Hydrant Make Model Bid 6794 Description Model Serial No. Opera- tional Monthly Total 2015/2016 Yearly 2016/2017 Yearly Total Total 2017/2018 Yearly Total Campus Account - 66021.000.66056.0000.1006.3801.0000 Actual count 10/1/14 - 68 Total - Campus Account $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Parking Account - 66031.000.66056.0000.4720.4801.0000 Total - Parking Account $ - Housing Account - 66021.000.66056.0000.5310.4801.0000 Total - Housing Account $ - Associated Students - 66021.000.66056.3200.5439.3801.0000 Total - R/C to A.S. Account $ Total Bid - Monthly Amount $ - Total Bid - Yearly Amount $ - Total Bid - Three (3) Year Total Amount $ - - 5/19/2015 12:46 PM p. 67 Page 7 of 16 IFB 6678 - Fire Pump Equipment List and Monthly Costs (tab 8.1) Exhibit D-4(Rev.2) State of California Building Number Building Name Pump Make Model HP GPM Voltage / Phase Serial No. Bid 6794 Controller Make Model Serial No. Opera- tional Weekly Inspection Amount Monthly Total 2015/2016 Yearly 2016/2017 Yearly Total Total 2017/2018 Yearly Total Campus Account - 66021.000.66056.0000.1006.3801.0000 Total - Campus Account $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Parking Account - 66031.000.66056.0000.4720.4801.0000 099 Parking Structure 3 ? ? 3 ? 208V / 3 Pacific Engineered Products $ - $ - $ - 082 Parking Structure 4 ITT FTA750AA30B 30 1000 480V / 3 Firetrol FTA750AA30B $ - $ - $ - 080 Parking Structure 5 ? FTA750AA15B 15 ? 480V / 3 Firetrol FTA750AA15B $ - $ - $ - 096 Parking Structure 6 ? M15B-2-480 2 ? 480V / 3 Metron (Jockey) M15B-2-480 $ - $ - $ - 096 Parking Structure 6 ? ? 150 ? 480V / 3 Metron M300-150-480C $ - $ - $ - $ - $ - $ - PE-01N11596-11 Total - Parking Account $ - $ - Housing Account - 66021.000.66056.0000.5310.4801.0000 093 Chapultapec Hall Patterson 4X3VIP Type 30 250 230/460 Firetrol FTA1000-AA30B-TN $ - $ - $ - 093 Chapultapec Hall Grundfos Feb-60 1.5 ? 208-230/460 Firetrol 212104 $ - $ - $ - 091 Tenochca Hall Peerless 4ABF10 50 750 200/400 DJ 828677 Metron M400-50-208B DE-828676I $ - $ - $ - 091 Tenochca Hall Burks 315CS6M 1.5 ? 208-230/460 DE828676I Metron M10A-1.5-208 DJ-828677 $ - $ - $ - 033 Cuicacalli Fairbanks Morse 5532 15 250 200 Metron M30A JM-0085546A-01 $ - $ - $ - 033 Cuicacalli Grundfos C40006064 PI 9915 1 11 208-230/460 Metron M15B-1-208 FK-0085546-02 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Total - Housing Account $ - $ - Associated Students - 66021.000.66056.3200.5439.3801.0000 070 Viejas Arena ITT Ac Pump 1,250 @ 65psi 230/460 Joselyn Clark 03C194-4T 733266 Total - R/C to A.S. Account $ Total Bid - Monthly Amount $ - Total Bid - Yearly Amount $ - Total Bid - Three (3) Year Total Amount $ - - $ - 5/19/2015 12:46 PM p. 68 Page 8 of 16 IFB 6678 - Fire Water Storage Tanks List and Monthly Costs (tab 9.1) Exhibit D-5(Rev.2) State of California Building Number Building Name Tank Location Bid 6794 2015/2016 Yearly Total Monthly Total Approx. Capacity 2016/2017 Yearly Total 2017/2018 Yearly Total Housing Account - 66021.000.66056.0000.5310.4801.0000 093 Chapultapec Hall Total - Housing Account $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 5/19/2015 12:46 PM p. 69 Page 9 of 16 IFB 6678 - Fire System BackFlow Equipment List and Monthly Costs (tab 12.1) Count 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 5/19/2015 12:46 PM Number Name Campus Account - 66021.000.66056.0000.1006.3801.0000 058 ADAMS HUMANITIES 030 ADMINISTRATION 056 ART (NORTH) Furniture Lab 056 ART(NORTH) 001 ART(SOUTH) 090 ARTS & LETTERS 067 AZTEC ATHLETIC CENTER 135 BIOSCIENCES 031 CALPULLI CENTER 012 COMMUNICATIONS 036 DRAMATIC ARTS 028 EAST MALL 037 EDUCATION AND BUSINESS ADMIN. (EBA) 019 ENGINEERING 021 ENS 072B ESC 003 GMCS (CHEM./GEO) 003A GMCS ADDITION 026 HARDY MEMORIAL TOWER 002 HEPNER HALL 009 INDUSTRIAL TECHNOLOGY 072 KPBS 076 LIBRARY ADDITION - MANCHESTER HALL 035 LIFE SCIENCE (NORTH) 010 LIFE SCIENCE (SOUTH) 011 LITTLE THEATER 054 LOVE LIBRARY 053 MUSIC 018 NASATIR HALL 038 NORTH EDUCATION 016 PETERSON GYM 024 PHYSICAL PLANT 013 PHYSICS 014 PHYSICS / ASTRONOMY 027 PSFA 015 PUBLIC SAFETY T25 QUONSET HUT 060 CHEMICAL SCIENCE LABORATORY 098 BUSINESS SERVICES / SHIPPING AND RECEIVING 042 SPEECH, LANGUAGE AND HEARING SCIENCE (SLHS) 008A STORM HALL (West) 008B CHARLES HOSTLER HALL 008 STORM HALL FOOD COURT @ STORM HALL 059 STUDENT SERVICES EAST 029 STUDENT SERVICES WEST 077 TONY GWYNN STADIUM 022 COMPUTER APPLIED MECH. 006 EDUCATION 005 ENGINEERING LAB. 020 ENS ANNEX 101 GARAGE Exhibit D-6(Rev.2)Bid 6794 State of California Year Installed 1977 1960 2002 1977 1950 2006 2010 2006 2006 1954 1965 1959 1964 1962 1933 2004 2002 1993 1931 1931 1953 1994 1996 1962 1931 1931 1971 1969 2014 1960 1010 1962 1959 1954 1947 1961 1947 2000 1997 1974 2014 2014 2014 2014 1991 1992 1997 1933 1957 1956 1966 1984 Facility GSF Last 5 Year Cert. Backflow Device Backflow Size Monthly Total 2011/2012 Yearly Total 2012/2013 Yearly Total 2013/2014 Yearly Total Wil 375DA 4" $ - $ - $ - Wil 375ADA Wil 475 ADA Wil 375DA Wil 375DA 6" 6" 6" $ $ $ $ - $ $ $ $ - $ $ $ $ - Wil 375ADA Watts 709 6" 6" $ $ - $ $ - $ $ - Watts 709DCDA 6" $ - $ - $ - Wil 375ADA 4" $ - $ - $ - $ - $ - $ - 119,984 62381 134606 23110 120805 135788 39460 85800 43233 65166 14114 149695 98316 52297 60000 126206 15329 45560 38156 27042 67450 182657 135683 39561 8393 343744 79152 20989 38092 56471 27480 48752 27539 85502 14701 8100 100800 29625 28609 77572 See AAC (067) Wil 375ADA 6" $ - $ - $ - Febco 860 Watts 909RPDA Wil 375ADA Wil 375ADA Wil 375ADA 6" 8" 4" 6" 6" $ $ $ $ $ - $ $ $ $ $ - $ $ $ $ $ - See Storm Hall 102087 99326 41151 1718 17004 12460 7471 3532 10 of 16 p. 70 IFB 6678 - Fire System BackFlow Equipment List and Monthly Costs (tab 12.1) 53 54 55 56 57 58 59 60 61 62 072A 110 074 074 074 044 025 017 087 023 038A IVC GATEWAY GROWTH CHAMBER FACILITY INTERNATIONAL STUDENTS CENTER INTERNATIONAL STUDENTS CENTER - A ADDITION INTERNATIONAL STUDENTS CENTER - B ADDITION CHILL PLANT CO-GENERATION PLANT PHYSICAL SCIENCES TENNIS / SOFTBALL COMPLEX BOILER SHOP/CARPENTER SHOP/PAINT SHOP/LOCK SHOP NORTH EDUCATION 60 IMPERIAL VALLEY CAMPUS ADMINISTRATION AUDITORIUM / CLASSROOMS BOOKSTORE CLASSROOM C COMPUTER BUILDING FACULTY OFFICES EAST FACULTY OFFICES WEST GALLERY LIBRARY LIBRARY ADDITION NORTH CLASSROOM PHYSICAL PLANT STUDENT AFFAIRS STUDENT CENTER TEMPORARY CLASSROOMS Exhibit D-6(Rev.2)Bid 6794 State of California 1994 1997 1993 2008 2008 1972 1987 1931 2005 1932 1960 97305 3500 3372 1730 1730 7555 5020 33588 2000 9012 2015 1995 1927 1995 1983 1995 1995 1995 1995 1983 1995 1925 1962 7389 12506 4819 2504 4819 6673 4297 1403 11067 9799 3634 8297 2880 2975 3120 1985 See KPBS Wil 375ADA 8" Total - Campus Account 5/19/2015 12:46 PM $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 11 of 16 p. 71 IFB 6678 - Fire System BackFlow Equipment List and Monthly Costs (tab 12.1) 61 62 63 64 65 66 67 055 079 099 082 080 096 090A Exhibit D-6(Rev.2)Bid 6794 State of California Parking Account - 66031.000.66056.0000.4720.4801.0000 PARKING STRUCTURE 1 PARKING STRUCTURE 2 PARKING STRUCTURE 3 PARKING STRUCTURE 4 PARKING STRUCTURE 5 PARKING STRUCTURE 6 PARKING STRUCTURE 8 1975 1982 1986 1994 2000 2001 2006 594933 197862 520202 577614 650000 706210 49020 See ESC Febco 805 Febco 860 See East Dorms Wil 375ADA 2" $ - $ - $ - 3" $ - $ - $ - 6" $ - $ - $ - $ - $ - $ - Total - Parking Account 68 69 70 71 72 73 74 75 76 093 091 051 033 046 047 094 100 095 Housing Account - 66021.000.66056.0000.5310.4801.0000 CHAPULTAPEC HALL TENOCHCA HALL ZURA HALL CUICACALLI COMPLEX MAYA HALL OLMECA HALL TACUBA HALL VILLA ALVARADO TEPAYAC HALL 1993 1982 1968 2001 1959 1959 2001 1986 2001 115875 78637 128000 47700 39000 39000 100150 95425 100150 77 78 79 80 81 82 2014 1997 1997 2003 2009 2009 137253 147790 73093 16000 7000 18800 8" $ - $ - $ - Wiil 375ADA See Zura Hall 8" $ - $ - $ - $ - $ - $ - 8" 8" 4" $ $ $ - $ $ $ - $ $ $ - 6" $ - $ - $ - $ - $ - $ - See Zura Hall See Zura Hall Watts 757 DCDA-CV Wil 375ADA Ames 5000RPDA see Zura Hall see Tennis Complex Wil 375DA Total - R/C A.S. Account Total Bid - Monthly Amount $ - Total Bid - Yearly Amount $ - Total Bid - Three (3) Year Total Amount $ - 5/19/2015 12:46 PM - Wil 975DA Total - Housing Account Associated Students - 66021.000.66056.3200.5439.3801.0000 052 STUDENT UNION 070 VIEJAS ARENA 069 AZTEC RECREATION CENTER 109 CHILDREN'S CENTER 086 AQUAPLEX 088 ALUMNI CENTER $ $ $ - - 12 of 16 p. 72 State of California IFB 6678 - Fire Extinguisher Monthly Costs Fire Extinguisher Service FY 15/16 Bid Amount Last Known Quantity Bid 6794 Exhibit D-7 (Rev.2) FY 15/16 FY 15/16 Yearly FY 16/17 Yearly FY 17/18 Yearly Monthly Totals Total Total Total Regular Maintenance Monthly amount per unit (Exhibit A, Paragraph 2.5 C) 2.5# Dry Chemical (ABC) 5# Dry Chemical (ABC) 10# Dry Chemical (ABC) 20# Dry Chemical (ABC) 10# Dry Chemical (BC) 30# Class D 30# Class D Cart Op. 5# CO2 10# CO2 15# CO2 5# CleanGuard 6# CleanGuard 10# CleanGuard 5# Halon 9# Halon 13# Halon 5# Halatron 2.5 Gallon Water 2.5 Gallon AFFF 2.5 Gallon PWT 3 746 854 4 5 3 1 230 77 18 11 3 6 5 5 30 12 1 9 3 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ - Hydrotests Dry Chem. CO2 Halon Press. Water Installation Dry Chem. 5/10/15lb Dry Chem. 20lb. CO2-All Sizes Press. Water Halon-All Sizes Re-Charging 5lb. Dry Chem. 10lb. Dry Chem. 5/19/2015 12:46 PM p. 73 State of California Bid 6794 IFB 6678 - Fire Extinguisher Monthly Costs Exhibit D-7 (Rev.2) 15lb. Dry Chem. 20lb. Dry Chem. CO2 - 5lb. CO2 - 10lb. CO2 - 15lb. CO2 - 20lb. Press. Water Halon - 5lb. Halon - 9lb. Halon - 13lb. New Extinguishers 5lb. Dry Chem. 5lb. BC Dry Chem. 10lb. Dry Chem. 15lb. Dry Chem. 20lb. Dry Chem. 5lb. CO2 10lb. CO2 15lb. CO2 20lb. CO2 Press. Water. 5lb. FE 36 Clean Agent 9lb. FE 36 Clean Agent 13lb. FE 36 Clean Agent 2 1/2 lb. Dry Chem. Aggregate Totals 5/19/2015 12:46 PM $ - $ - $ - $ - p. 74 State of California Bid 6794 IFB 6678 - Fire Extinguisher Monthly Costs Exhibit D-7 (Rev.2) FY 15/16 Monthly Amount Gas Systems No. FY 16/17 Monthly Amount FY 15/16 Yearly Total FY 17/18 Monthly Amount FY 16/17 Yearly Total FY 17/18 Yearly Total Regular Maintenance 051 077 069 030 060 503 003 025 $ $ $ $ $ $ $ Zura TNS Remote - Supression and monitoring system Aztec Athletics TNS Remote - Supression and monitoring system Administration TNS Main Site - Supression and monitoring system CSL - Chemical Storage - Supression and monitoring system D Lot TNS Remote - Supression and monitoring system GMCS Mass. Spec. - Suppression and monitoring system Co-Gen. - CO2 Systems Aggregate Totals 5/19/2015 12:46 PM $ - $ - - $ $ $ $ $ $ $ $ - - $ $ $ $ $ $ $ $ - - $ $ $ $ $ $ $ $ - - $ $ $ $ $ $ $ $ - - p. 75 State of California Bid 6794 IFB 6678 - SDSU Fire Protection Systems Cost Summary Exhibit D-8 (Rev.2) SDSU Fire Protection (Wet Systems and Extinguilshers) Maintenance, Inspection and Repairs Sheet D-1 D-2 D-3 D-4 D-5 D-6 D-7 D-8 System Sprinkler Systems (tab 5.1) Fire Hose Systems (tab 6.1) Fire Hydrants (tab 7.1) Fire Pump Inventory (tab 8.1) Water Storage Tanks (tab 9.1) Backflow Systems (tabl 12.1) Fire Extinguishers Gas Systems 5/19/2015 12:46 PM Monthly Total $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ FY 15/16 Yearly Total - p. 76 State of California Bid 6794 Contract & Procurement Management Business and Financial Affairs 5500 Campanile Drive San Diego CA 92182-1616 619-594-5243 / 619-594-5919 (fax) Web address: http://bfa.sdsu.edu/prosrvcs/ /619-594-3965 Page 1 of 1 Via Bidsync May 19, 2015 ADDENDUM NO. 1 IFB 6794 ~ FIRE PROTECTION SYSTEMS MAINTENANCE ~ All Bidding Requirements and Contract Documents shall apply to this addendum as originally indicated in the applicable portions of the Contract Documents unless otherwise modified by this addendum. Exhibit A, page 10 of 19, 2.0 Contractor Duties: 1. DELETE; Inventory The following is an estimated inventory of the sizes and types of fire extinguishers on campus. This data is APPROXIMATE. The University does not guarantee the actual quantities of devices on campus: a. b. c. d. e. f. g. h. i. 2. ADD: 5# Dry Chemical (ABC, BC, etc) – 950 10# Dry Chemical (ABC, BC, etc) – 715 30# Dry Chemical (ABC, BC, etc) – 5 5# CO2 – 260 10# CO2 – 110 15# CO2 – 30 5# Clean Agent – 30 13# Clean Agent – 15 2 ½ Gallon Water - 10 Inventory Please refer to Exhibit D, Tab D-7 Fire Extinguishers. Rows 6 through 25 list the types and quantities of extinguishers currently in use by the University. The counts are approximate, and are to be used in the preparation of contractor bids. There are no other changes. All other terms and conditions shall remain the same. Jeff Fratt, C.P.M. Interim Assistant Director 5/19/2015 12:46 PM p. 77 State of California Question and Answers for Bid #6794 - Fire Protection Maintenance, Inspection and Repairs Bid 6794 5 Overall Bid Questions Question 1 can you please provide the name of the prior contract holder and the price of the contract (Submitted: May 18, 2015 3:04:17 PM PDT) Answer - The current contract is with Simplex Grinnell. The contract is valued at $260K per year (approximately). (Answered: May 19, 2015 11:36:30 AM PDT) Question Deadline: May 28, 2015 12:00:00 PM PDT 6 5/19/2015 12:46 PM p. 78