52
SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director 44 N. San Joaquin Street Suite 540 Stockton, CA 95202 209/468-3240 Fax: 209/468-3393 Web Page Address: www.sjgov.org DATE: December 6, 2010 TO: ALL PROSPECTIVE BIDDERS FROM: REQUEST FOR BID NO. 6715 FURNISH AND INSTALL 2 EIGHT TON COOLING UNITS AT SJGH Ladies and Gentlemen: Enclosed please find an invitation to bid with a bid form, a sample contract and job specification. Sealed responses are to be received no later than 1:00 PM PST on Tuesday, January 4, 2011. Please return your Bid in a sealed envelope with the Bid number and the date and time of bid opening. Mail or deliver your response by the above date and time to the following address: San Joaquin County Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 ** MANDATORY PRE-BID CONFERENCE** There will be a mandatory pre-bid conference on Monday, December 20, 2010 at 10:00 AM PST. The walk through will begin at the San Joaquin General Hospital Engineering Office, 500 W. Hospital Rd., French Camp, CA 95231. (See attached file with Hospital Grounds Map) This will be your only opportunity for an on-site visit. If you have any further questions or need driving directions, please contact me at (209) 468- 7007. Sincerely, Geoff Sterling, C.P.M. Deputy Purchasing Agent

SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES

PURCHASING DIVISION

David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director

44 N. San Joaquin Street Suite 540 Stockton, CA 95202

209/468-3240Fax: 209/468-3393

Web Page Address: www.sjgov.org

DATE: December 6, 2010 TO: ALL PROSPECTIVE BIDDERS FROM: REQUEST FOR BID NO. 6715 FURNISH AND INSTALL 2 EIGHT TON COOLING UNITS AT SJGH Ladies and Gentlemen: Enclosed please find an invitation to bid with a bid form, a sample contract and job specification. Sealed responses are to be received no later than 1:00 PM PST on Tuesday, January 4, 2011. Please return your Bid in a sealed envelope with the Bid number and the date and time of bid opening. Mail or deliver your response by the above date and time to the following address:

San Joaquin County Purchasing and Support Services County Administration Building

44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

** MANDATORY PRE-BID CONFERENCE** There will be a mandatory pre-bid conference on Monday, December 20, 2010 at 10:00 AM PST. The walk through will begin at the San Joaquin General Hospital Engineering Office, 500 W. Hospital Rd., French Camp, CA 95231. (See attached file with Hospital Grounds Map) This will be your only opportunity for an on-site visit. If you have any further questions or need driving directions, please contact me at (209) 468-7007. Sincerely, Geoff Sterling, C.P.M. Deputy Purchasing Agent

Page 2: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

BID #6715

FURNISH AND INSTALL 2 EIGHT TON COOLING UNITS

AT SAN JOAQUIN GENERAL HOSPITAL

COUNTY OF SAN JOAQUIN

PURCHASING AND SUPPORT SERVICES 44 NORTH SAN JOAQUIN ST.

SUITE 540 STOCKTON, CA. 95202

FOR: SAN JOAQUIN GENERAL HOSPITAL BUYER: GEOFF STERLING

209-468-7007 [email protected]

Page 3: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 1 of 50

Request for Bid No. 6715 Furnish and Install 2 Eight Ton Cooling Units

at San Joaquin General Hospital

TABLE OF CONTENTS DESCRIPTION PAGE Key Action Events and Dates 2 Submittal of Bids 3 Identification Sheet 4 References 5 Cost Certification and Bid Form 6 Public Contract Code Section 8 Non-collusion Affidavit 9 General Information 10 Cost Summary 17 EXHIBIT ‘A’ – SAMPLE ONLY – General Construction Contract 18 EXHIBIT ‘B’ – Performance Bond 32 EXHIBIT ‘C’ - Payment Bond 34 EXHIBIT ‘D’ - Regulations 36 EXHIBIT ‘E’ – Specifications and Scope of Work 38 EXHIBIT ‘F’ - Technical Specifications 42

Page 4: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 2 of 50

KEY ACTION EVENTS AND DATES Listed below are the events and dates for this Request for Bid. All dates are predicted on the issue date of the Request for Bid. EVENT # DESCRIPTION DATE 1. Release of Request for Bid Monday,

December 6, 2010 2. Mandatory Pre-Bid Conference: 10:00 AM PST,

Monday, December 20, 2010

3. Last day for contractors to submit questions

(For clarification prior to submitting Bid) By 5:00 PM PST, Thursday, December 23, 2010

4. Last day for County to answer questions By 5:00 PM PST,

Tuesday, December 28, 2010

5. Bid is due no later than: 1:00 PM PST,

Tuesday, January 4, 2011

6. Award of Contract TBA

Page 5: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3 of 50

SUBMITTAL OF BIDS Sealed bids will be received at the Office of the Purchasing Agent, at 44 N. San Joaquin Street, Suite 540, Stockton, CA. 95202-2930, until 1:00 PM PST on Tuesday, January 4, 2011 and will be publicly opened at that time. ALL MAILED BIDS SHALL BE ADDRESSED AS FOLLOWS:

Bid No. 6715 Purchasing Agent

County of San Joaquin Administration Building

44 N. San Joaquin Street, Suite 540 Stockton, CA 95202-2930

The envelope shall also have stated therein the name and address of the submitting firm. HAND DELIVERED COURIER OR PACKAGE DELIVERY SERVICE SHALL BE DELIVERED DIRECTLY TO:

Purchasing Division Administration Building

44 N. San Joaquin Street, Suite 540 Stockton, CA 95202-2930

BIDS WILL NOT BE ACCEPTED THEREAFTER. ALL BIDS RECEIVED AFTER SAID TIME/DATE WILL BE TIME STAMPED AND RETURNED UNOPENED TO THE BIDDER.

THE COUNTY DOES NOT ACCEPT BIDS SUBMITTED BY FAX OR BY EMAIL

Page 6: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 4 of 50

IDENTIFICATION SHEET RESPONDENT TO COMPLETE AND RETURN WITH BID Type or print the following information: Company: Address: (City) (State) (Zip) Name: Title: Telephone: ( ) Fax: ( ) MY BID IS ATTACHED AND IDENTIFIED AS: Furnish and Install 2 Eight Ton Cooling Units at San Joaquin General Hospital Years in business: Number of employees: Name of Insurance carriers: Public Liability: Expires: Workers’ Compensation: Expires: NOTE: Proof of maintenance of adequate insurance will be required before an award will be made to CONTRACTOR. If not already on file with the Purchasing Office, be sure it accompanies your Bid response. The undersigned, having carefully read and examined the contract documents, and being familiar with (1) all the conditions applicable to the work for which this bid is submitted; (2) with availability of the required equipment, materials and labor hereby agrees to provide everything necessary to complete the work for which this bid is submitted in accordance with the Bid documents for the amounts quoted herein and further agrees that if this bid is accepted, within five (5) days after the contract is presented for acceptance, will execute, and mail a signed contract to the County of San Joaquin Purchasing Agent.

Signature Date

Page 7: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 5 of 50

REFERENCES

SIMILAR CONTRACTS PERFORMED: List below contracts under which the Contractor has provided similar services during the past three (3) years.

#1

FIRM NAME: ADDRESS: PHONE NO.: CONTACT PERSON: DATE OF CONTRACT: thru

#2

FIRM NAME: ADDRESS: PHONE NO.: CONTACT PERSON: DATE OF CONTRACT: thru

#3

FIRM NAME: ADDRESS: PHONE NO.: CONTACT PERSON: DATE OF CONTRACT: thru

Page 8: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 6 of 50

COST CERTIFICATION AND BID FORM FOR CONSTRUCTION PROJECTS

DEPARTMENT OF PURCHASING AND SUPPORT SERVICES

COUNTY OF SAN JOAQUIN Purchasing Agent 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202-2930 Dear Purchasing Agent: Having reviewed the contract documents and the site(s) of the work, the undersigned hereby proposes to furnish all work, labor, materials, transportation, equipment and services necessary, as described in the Cost Summary on Page 17, including State of California and local sales or use taxes, license or permit fees, if any, to Furnish and Install 2 Eight Ton Cooling Units at San Joaquin General Hospital, 500 W. Hospital Rd., French Camp, CA 95231, for the sum of Dollars ($ ). Costs for additive alternates, if required, shall be included in the Cost Summary located on Page 17. If awarded the contract, work will commence on the first working day following receipt from the County of the Notice to Proceed. Work to be completed in 10 working days. Enclosed please find a ( ) Cash Deposit; ( ) Cashier’s Check, ( ) Certified Check, or ( ) Surety Bid Bond (Check as appropriate) of the (NAME OF SURETY IF BID BOND IS SUBMITTED) in an amount not to be less than ten percent (10%) of the amount of bid. If the enclosure is a check or bond, it is made payable to the County of San Joaquin. The undersigned agrees that the enclosed cash deposit, cashier’s check, certified or surety bond accompanying this bid, shall be left on deposit with the County Purchasing Agent, that its amount is the measure of the liquidated damages which the County of San Joaquin will sustain by the default of the undersigned through failure to execute and deliver the above agreement and any required bonds within ten (10) calendar days of written notice of the award of the contract and that the money or surety bond so deposited by the Contractor shall be collectible and become the property of the County of San Joaquin in case such default.

Page 9: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 7 of 50

COST CERTIFICATION AND BID FORM FOR CONSTRUCTION PROJECTS

(Continued) Listed hereunder is the name(s) of each subcontractor and the address of the mill, shop or office of each subcontractor who will perform work or labor or render service to the undersigned in or about the construction of the work hereinabove described in excess of one-half of one percent of the total bid and the portion of said work which will be done by each subcontractor, if the contract for the said work is awarded to the undersigned. (Attach additional sheet if necessary and note attachment on this page.) (See Government Code Section 4100-4113.) Name of Subcontractor

Address

Portion of Work to be Performed

By submission of a bid, bidders attest to having possession of a duly issued valid contractor’s license issued by the State of California. Such license authorizes a bidder to contract to perform type of work required by the specifications. Should the bidder fail to provide below, the number and classification of bidder’s State of California Contractor’s License, the Owner my reject this bid. CONTRACTOR: BY: TITLE: MAILING ADDRESS: (City) (State) (Zip) TELEPHONE NUMBER: STATE OF CALIFORNIA LICENSE NO.: STATE OF CALIFORNIA LICENSE CLASSIFICATION: Contractor’s Signature Date

Page 10: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 8 of 50

PUBLIC CONTRACT CODE SECTION In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire.

Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state or local government project because of a violation of law or a safety regulation? Yes No

If the answer is yes, explain the circumstances in the following space.

PUBLIC CONTRACT SECTION 10232 STATEMENT

In accordance with Public Contract Code Section 10232, the Contractor hereby states 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 two year 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.

BUSINESS AND PROFESSIONS CODE SECTION 7028.15 STATEMENT

In accordance with Business and Professions Code Section 7028.15, the Contract or hereby states that all representations made herein are made under penalty of perjury.

Page 11: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 9 of 50

NONCOLLUSION AFFIDAVIT

(Title 23 United States Code Section 112 and Public Contract Code Section 7106)

In accordance with Title 23, United States Code Section 112, and Public Contract Code 7106, the bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to submit a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. NOTE: The above Noncollusion Affidavit is part of the Proposal. Signing this Proposal

on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit.

Bidders are cautioned that making a false certification may subject the

certifier to criminal prosecution.

Page 12: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 10 of 50

GENERAL INFORMATION 1. SUBMITTAL OF BIDS: Sealed bids must be received in the Office of the

Purchasing Agent at the San Joaquin County Administration Building, 44 N. San Joaquin Street, Suite 540, Stockton, CA 95202-2930 by 1:00 PM PST on Tuesday, January 4, 2011. All bids received after said time and date will be timed-stamped and returned unopened to the submitter. The County will not accept bids submitted by fax.

Bidders must submit two (2) copies of Bid, one (1) copy clearly marked

“ORIGINAL” and one (1) copy, clearly marked “COPY”. 2. BASIS FOR SELECTION AND CONDITIONS: The responsiveness,

competency and responsibility of bidders and of their proposed subcontractors will be considered in making the award of contract. Any bidder before being awarded a contract may be required to furnish evidence satisfactory to the County that bidder and their proposed subcontractors have sufficient means and experience in the type of work called for to assure completion of the contract in a satisfactory manner. The County reserves the right to reject the bid of any bidders as not responsible and not qualified to do the particular work under consideration who have previously failed to perform properly or to complete on time contracts with the County of a nature similar to this project. Other factors that may be considered by the County to determine a responsible bid and the overall capability of the bidder to satisfactorily complete the work under consideration may include, but are not limited to: insufficient experience, experience on other public projects, experience doing the same type of work, length of tenure and capacity with bonding or insurance company, financial stability, and whether a bidder has been terminated on other projects.

A responsive bid is one that meets all terms, conditions, and specifications of the bid. The bid must comply with the content requirements of the bid documents. The bidder must perform and do what the bid documents and contract required and said they must do, whether it be pricing in a certain way, attending a mandatory pre-bid conference, providing bonds, etc. Other examples where a bid might be declared and found to be non-responsive include:

• Bid is substantially incomplete • Bid is not signed • Bid is delivered late • No acknowledgement of critical addenda • Significant discrepancies appear in the response

A responsive bid conforms to bid specifications. However, a bid which substantially conforms, though not strictly responsive, to a call for bids may be accepted if the variance cannot have affected the amount of the bid or given a bidder an advantage or benefit not allowed other bidders or, in other words, if the variance is inconsequential. The County reserves the right to reject any and all bids or alternatives and waive any informality or irregularity in the bids or in the bidding, and to determine responsiveness and responsibility of bidder, including but not limited to those areas mentioned above.

Page 13: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 11 of 50

3. EXAMINE SPECIFICATIONS: Bidders shall thoroughly examine and be familiar

with the specifications. The failure or omission of any Bidder to receive or examine any form, instrument, addendum or other document or become acquainted with all existing conditions shall in no way relieve any bidder from any obligations with respect to Bidder’s offer or to the contract. The submission of a Request for Bid shall be taken as prima facie evidence of compliance with this section.

Should a Bidder find discrepancies in or omissions from the drawings or other

contract document, or should be in doubt as to their meaning, he shall at once notify Geoff Sterling, who is the Owner’s representative. The Owner, San Joaquin County Purchasing Department, will send written instructions to all bidders. Neither Owner nor its representative will be responsible for any oral instructions. No interpretations will be issued later than six (6) calendar days prior to the bid date so that all inquiries can be answered in writing and distributed to all bidders in the form of addendum to the contract in ample time before the bid opening date.

4. SPECIFICATION CHANGES: The County may, during the Request for Bid

period, advise the Bidder in writing of any additions, omissions or alterations in the specifications. All such changes shall be included in the Request for Bid and become part of the specifications as if originally submitted.

5. AMENDMENTS: No one is authorized to amend any of the Request for Bid

requirements in any respect, by an oral statement, or to make any representation or interpretation in conflict with the provisions herein. If necessary, supplementary information in addendum form will be prepared and posted on the “Purchasing Open Bids” website. It is the Bidder’s responsibility to indicate acknowledgement, sign, and return addendums with their response. The County reserves the right to reject any responses deemed to be non-responsive.

http://www.sjgov.org/supportserv/Control/PurchasingBids.asp

Failure of Bidder to submit signed addendum(s) with their Bid shall be cause for rejection.

Any exceptions taken to this Bid shall be clearly stated in writing. 6. MANDATORY PRE-BID CONFERENCE / WALK THROUGH: A mandatory pre-

bid conference and walk through will be held on Monday, December 20, 2010 at 10:00 AM PST. Prospective Bidders shall meet at the San Joaquin General Hospital Engineering Office, 500 W. Hospital Rd., French Camp, CA 95231. (see separate file for Hospital Grounds Map)

The attendance of Bidder’s representative is a prerequisite to submitting a bid.

Page 14: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 12 of 50

7. SITE INSPECTION: Each bidder shall have examined the work site before

bidding and familiarize themselves with the local conditions under which the work is to be performed, and correlated his observations with the requirements of this Request for Bid’s specifications, as applicable. No variations or allowances from the contract sum will be made because of lack of such examination.

Should concealed or unknown conditions be encountered in the performance of

the agreed upon work, when conditions appear to Bidder to be at variance with the specifications, the Bidder shall immediately seek a clarification from the Purchasing Agent who shall investigate the conditions and proceed in a way that is appropriate to the circumstances.

8. BID WITHDRAWAL: Any Bidder may withdraw his bid, either personally or by

written request, at any time prior to the scheduled opening time of receipt of bids. 9. OPENING OF BIDS: Bids will be opened and read at or about the time set in the

advertised Notice Inviting Bids. Bidders, or their representatives, and other interested persons may be present at the opening of bids.

10. AWARD OR REJECTION OF BIDS: The contract, if awarded, will be awarded

to the lowest responsible bidder based on the lowest total bid received and in compliance with these instructions and the advertised Notice Inviting Bids, provided the bid is reasonable and it is to the interest of the Owner to accept it. If the bid form contains additive and/or deductive alternates, the Owner, for cost consideration, may select additive and/or deductive alternates before determining the lowest bidder. The competency and the responsibility of bidders and of their proposed subcontractors will be considered in making the award of contract. Any bidder before being awarded a contract may be required to furnish evidence satisfactory to the Owner that he and his proposed subcontractors have sufficient means and experience in the type of work called for to assure completion of the contract in a satisfactory manner. The owner reserves the right to reject the bid of any bidders who have previously failed to perform properly or to complete on time, contracts with the Owner of a nature similar to this project. The Owner reserves the right to reject any or all bids or alternates and waive any informality or irregularity in the bids or in the bidding.

The County reserves the right to reject any or all bids or parts thereof, and to

award the contract to the Bidder whose response is most advantageous to the County. False, incomplete or unresponsive statements in connection with a bid submittal may be sufficient cause for rejection. The County will be the sole judge in making such determinations.

The County of San Joaquin has a 5% local vendor preference; however the

preference shall not exceed $7,500.00 per bid. Click on the link below to view San Joaquin County’s Policy and Procedures.

http://www.sjgov.org/SupportServ/dynamic.aspx?id=10217

Page 15: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 13 of 50

11. SAN JOAQUIN COUNTY GREEN PURCHAISNG POLICY: San Joaquin County has a Green Purchasing Policy, please click on the link to

view.

http://www.sjgov.org/SupportServ/dynamic.aspx?id=10128 12. ALL BID DOCUMENTS PART OF FINAL CONTRACT: Any bid documents,

letters, and materials submitted by the Bidder shall be binding and included as part of the final contract. Unauthorized conditions, limitations or provisions attached to this bid may render it non responsive and may cause its rejection.

13. EQUAL EMPLOYMENT OPPORTUNITY: The Bidder awarded this contract

shall not discriminate against any employee and applicant for employment because of race, color, religion, sex, age, marital status, or national origin. Such action shall include but not be limited to the following: employment upgrading, demotion or transfer, rate of pay or other forms of compensation and selection for training, including apprenticeship. In the event of Bidder non-compliance with the provisions of this clause, the contract may be canceled, terminated or suspended in whole or in part and the Bidder may be declared ineligible for further County contracts. The rights and remedies of the County provided in this paragraph shall not be exclusive but are in addition to any remedies provided by law.

14. DRUG FREE WORKPLACE: Bidder shall comply with the provisions of Government Code section 8350 et seq., otherwise known as the Drug-Free Workplace Act.

15. CONTRACT PERFORMANCE: The performance of the contract resulting from

this bid shall be governed by and interpreted under and construed according to the laws of the State of California. Venue is San Joaquin County

16 NOTICE: Any notice, demand, request, or consent approval required to be given

pursuant to the terms and conditions hereof shall be in writing, and shall be effected by one of the following methods: personal delivery, prepaid Certified First-Class Mail, or prepaid Priority Mail with delivery confirmation. Unless otherwise designated in writing by either party, such notice shall be mailed to the addresses shown below. :

County of San Joaquin, Administration Building Purchasing Department and Support Services 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202-2930 Attention: Geoff Sterling

17. INDEPENDENT CONTRACTOR: Bidder agrees that any and all persons performing any services and/or work whatsoever contemplated by this bid and/or related or incidental thereto, shall be an employee of the Bidder and Bidder shall, by way of example but not by way of limitation, withhold federal and state income

Page 16: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 14 of 50

taxes as well as the required and all regulations regarding employees, and Bidder shall also pay and/or contribute its required share as the employer of said persons.

Bidder acknowledges the fact that it is an independent contractor and is in no

way to be construed as an employee of the County, nor are any of the persons employed by the Bidder to be so construed.

18. INDEMNIFICATION: Bidder shall, at its expense, defend, indemnify and hold harmless the County of San Joaquin and its employees, officers, directors, contractors and agents from and against any losses, liabilities, damages, penalties, costs, fees, including without limitation reasonable attorneys’ fees, and expenses from any claim or action, including without limitation for bodily injury or death, to the extent caused by or arising from the active and/or passive negligence or willful misconduct of Bidder, its employees, officers, agents or Subcontractors.

19. INSURANCE REQUIREMENTS: During the term of this Agreement, Bidder will

carry and maintain in full force, insurance of the following types and minimum amounts with a company or companies as are acceptable to County, insuring Bidder while Bidder is performing duties under this Agreement.

BIDDER agrees that BIDDER is responsible to ensure that the requirements set

forth in this article/paragraph are also be met by BIDDER’S subcontractors/consultants who provide services pursuant to this Agreement. Copies of insurance certificates shall be filed with the COUNTY’S Purchasing Agent.

A. Workers’ Compensation – A program of Workers’ Compensation Insurance or a state-approved self-insurance program in an amount and form to meet all applicable requirements of the Labor Code of the State of California.

B. Comprehensive General Liability Insurance – The policy shall

have combined single limits for bodily injury and property damage of not less than one million dollars ($1,000,000).

C. Automobile Liability – Bidder agrees to defend, hold harmless

and indemnify the County for any and all liabilities associated with the use of any automobiles in relation to tasks associated with this Agreement.

D. Additional Named Insured – All policies, except for workers’ Compensation shall contain additional endorsements naming the County and its officers, employees, agents and volunteers as additional insured with respect to liabilities arising out of performance of services.

E. Policies Primary and Non-Contributory – All policies required

above are to be primary and non-contributory with any self-insurance programs carried or administered by the County.

Page 17: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 15 of 50

F. Proof of Coverage – Bidder shall immediately furnish certificates

of insurance to the County Purchasing Department evidencing the insurance coverage, including endorsements for each separate policy, prior to the commencement of performance of services, which certificates shall provide that such insurance shall not be terminated or expire without thirty (30) days written notice to the County and Bidder shall maintain such insurance from the time Bidder commences performance of services hereunder until the completion of such services.

G. Payment Withheld – If Bidder does not obtain the described

insurance, or if County is not furnished at the time specified with the requisite insurance certificates, or if the described insurance is terminated, altered, or changed in a manner not acceptable to County, County may withhold payments to the Bidder or terminate this Agreement.

H. Liability – Insurance coverage in the minimum amounts set forth

herein shall not be construed to relieve Bidder from liability in excess of such coverage, nor shall it preclude the County from taking such other actions as available to it under any other provision of this Agreement or otherwise in law.

20. PERFORMANCE AND PAYMENT BONDS: The Bidder shall furnish the

County, within ten (10) days (or as otherwise specified) of the execution of a contract original performance and payment bonds as follows:

(a.) Faithful Performance Bond. Said bond shall be in an amount equal to

one hundred percent (100%) of the contract price, shall be for the faithful performance of the contract, shall be approved by the County, and shall be secured from a surety or sureties satisfactory to said County.

(b.) Payment Bond for Public Works. The Bidder shall furnish a separate

surety bond in an amount at least equal to one hundred percent (100%) of the contract price as security for the payment of all persons for furnishing materials, provisions, provender, or other supplies, or items, used in, upon, for or about the performance of the work contracted to be done, or for performing any work or labor thereon of any kind, and for the payment of amounts due under the Unemployment Insurance Code with respect to such work or labor in connection with the Contract, and for the payment of a reasonable attorney's fee to be fixed by the court in case suit is brought upon the bond.

21. WARRANTY: In addition to any guarantees otherwise required, the Bidder shall

guarantee his work free from defects and material and workmanship for a period of one year from the date of acceptance by the County and shall agree to replace at his own expense any said defect that may occur within that time. Such guarantee is in addition to, and not in lieu of the County’s rights to enforce this agreement in all respects, and the County’s right on all other guarantees and warranties that may be required by the Request for Bid.

Page 18: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 16 of 50

By accepting the guarantees required herein, the County shall not be deemed to

have waived any warranty or buyer protection implied, required an/or provided by law, not to have altered any applicable statute of limitations regarding enforcement of any right of the County created by this agreement or otherwise.

22. INVOICING / PROGRESS PAYMENTS / PAYMENT: Original invoices are to be

sent to San Joaquin General Hospital Accounts Payable Dept., PO Box 1499, French Camp, CA 95231. All invoices must reference the Purchase Order number. Payments will be made within thirty days after the County’s acceptance of the work performed and receipt of the Bidder’s invoice. In the event that the work site and/or adjacent premises are damaged during the conduct of the work agreed to, or as otherwise deemed necessary to protect County interests as determined by the Purchasing Agent, a reasonable amount of any payment otherwise due may be withheld by the County until such time as satisfactory settlement is reached between all parties involved. The County shall withhold ten percent (10%) of progress payments until thirty-five (35) days after notice of recordation is filed.

23. PAYMENT DISCOUNTS: Any discount offered by the Bidder must allow for payment after receipt and acceptance of services, material or equipment and correct invoice, which ever is later. In no case will the discount be considered in the evaluation of Bids that requires payment in less than 30 days.

(This space intentionally left blank.)

Page 19: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 17 of 50

REQUEST FOR BID 6715

Furnish and Install 2 Eight Ton Cooling Units at SJGH

COST SUMMARY

DESCRIPTION

COST

Provide all labor and supervision (non-taxable) required to furnish and install 2 eight ton cooling units per specification

(Exhibit D)

Provide all equipment and material (taxable) required to furnish and install 2 eight ton cooling units per specification

(Exhibit D)

State Sales Tax

TOTAL COST

Any additional costs that the Bidder identifies as required items as associated to this project, that were not requested in the Bid, must be listed and priced out and included in the TOTAL COST. Bid pricing shall remain valid for sixty (60) days from Bid opening date.

Page 20: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 18 of 50

EXHIBIT A

SAMPLE ONLY

GENERAL CONSTRUCTION CONTRACT

SAN JOAQUIN COUNTY

Contract # ________________

AMOUNT: $___________________ PARTIES: COUNTY: County of San Joaquin Purchasing & Support Services 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202-2931 With copies to: County of San Joaquin _________________________ _________________________ _________________________ _________________________ CONTRACTOR: Name Address City Contact Name Contact Phone # Contact Email This Agreement is made and entered into this __________day of____________, 2011 by and between a Construction CONTRACTOR (hereinafter “CONTRACTOR”), and San Joaquin County, a political subdivision of the State of California, through its Purchasing and Support Services Department, (hereinafter “COUNTY”).

ORDER OF PRECEDENCE Each of the items listed below is hereby incorporated into this Agreement by this reference. In the event of an inconsistency in this Agreement, the inconsistency shall be resolved by giving precedence in the following order:

Page 21: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 19 of 50

1. Applicable Federal and State of California statutes and regulations, this

Agreement and its exhibits.

2. COUNTY Request for Proposal Number______________. 3. CONTRACTOR’S Proposal dated _____________________.

THE PARTIES AGREE AS FOLLOWS: Article 1 Intent It is the intent of the parties that the CONTRACTOR furnish a complete and finished job in all respects, as provided in the specifications that are attached and made a part of this Contract. The CONTRACTOR shall do and finish everything called for or indicated in the specifications necessary in the fullest interpretation thereof to properly complete the job. Article 2 Quality of Materials/Work to be performed

2.1 Materials

Materials, articles and equipment furnished by the CONTRACTOR, as requested by the COUNTY, shall be new and of the quality and kind indicated in the specifications. Pursuant to Public Contract Code Section 3400, the CONTRACTOR is authorized to request substitutions of equal materials, in which case the COUNTY shall be the sole judge as to such substitutions.

2.2 Quality of Work/Services

Every part of the work, as requested, shall be accomplished in a workmanlike manner, and agreed upon services shall be conducted promptly and completely.

2.3 Materials Warranty

The CONTRACTOR warrants that all materials and equipment furnished under this Agreement will be new unless otherwise specified, and that all work will be of good quality and free from flaws and defects and in conformance with the plans and specifications. All work not conforming to these requirements, including substitutions not properly approved and authorized, shall be considered defective and may be rejected by the COUNTY.

2.4 Toxic and Hazardous Materials and Waste

CONTRACTOR shall not permit any unlawful release of any toxic or hazardous materials or waste into the atmosphere, soil, or groundwater in performing services under this Agreement. CONTRACTOR shall not incorporate any products or material into the work, which contains asbestos.

Page 22: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 20 of 50

Article 3 Investigation of Site By executing the Agreement, the CONTRACTOR represents that they have visited the site, familiarized themselves with the local conditions under which the work is to be performed, and correlated their observations with the requirements of the plans and specification, as applicable. Should concealed or unknown conditions be encountered in the performance of the agreed upon work, which conditions appear to CONTRACTOR to be at variance with the plans and specifications, the CONTRACTOR shall immediately seek a clarification from the COUNTY who shall investigate the conditions and proceed in a way that is appropriate to the circumstances. Article 4 Permits, Licenses, Ordinances and Regulations

4.1 Compliance Requirements

CONTRACTOR shall at their expense obtain all permits and licenses required to conduct the agreed upon work, and said work and/or services will be performed so that all laws, regulations and ordinances shall be obeyed

4.2 Violation of Laws, Regulations and Ordinances

The CONTRACTOR shall save harmless, defend and indemnify the COUNTY and all of its officers, agents, employees and volunteers against any liability or claim arising from or based upon the violation of any law, ordinance, regulation, order or decree, whether by the CONTRACTOR, their agent, employee or their subcontractor or their agent or employee.

4.3 Notice Requirement

The CONTRACTOR shall give all notices as may be required by permits, licenses, etc., that may be required to commence, carry on, and complete the agreed upon services and/or work.

4.4 Prevailing Wages

Pursuant to Prevailing Wage, CONTRACTOR shall pay CONTRACTOR’S employees and subcontractors the prevailing wage for any and all construction and/or development related work performed in connection with this Agreement. CONTRACTOR shall indemnify, defend, hold harmless the COUNTY, its officers, agents, employees and volunteers from all fines, suits, procedures, claims, and actions of every kind, and all costs associated therewith arising out of or in any way connected with CONTRACTOR’S failure to pay prevailing wage. Prevailing wage shall be as determined by the Director of the Department of Industrial Relations in accordance with the standards set forth in Section 1770 et seq. of the Labor Code.

Page 23: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 21 of 50

4.5 Apprentices

The CONTRACTOR (and subcontractors) is responsible to insure compliance and complete understanding of the law regarding apprentices, and specifically the required ratio thereunder. Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code and Title 8, California Code of Regulations Section 200 et seq. COUNTY encourage the employment and training of apprentices.

Article 5 Care of Site and Adjacent Premises The CONTRACTOR shall be held responsible for the care and preservation of the site on which the work/services are to be performed, and of adjacent premises and coterminous property as applicable to agreed upon work and/or services. Any parts of such premises injured, damaged or disturbed because of CONTRACTOR’S work shall be repaired, replaced or cleaned by the Contractor at their sole expense, and to the COUNTY’S complete satisfaction. Where property of the COUNTY is damaged, the County may deduct from all payments due an amount sufficient to repair any and all such damages, or replace any such damaged property, if such replacement is deemed by them to be necessary. Article 6 Prevention of Accidents and Damage to Property The CONTRACTOR shall be fully responsible for accidents to the public and/or damage to public and private property on the site of the work, as provided in the plans and specifications. The CONTRACTOR shall provide and maintain such guards, fences, barriers, signs, red lights, watchman and other safety devices adjacent to and on the site as may be necessary to prevent accidents to the public and damage to property. At the end of the job, all signs, lights, barriers and other safety devices shall be removed from the job and the entire site left clean and orderly. Article 7 Clean-up of Site During the progress of the work, the CONTRACTOR shall keep the working area in a neat condition. The Contractor shall dispose of refuse, as often as directed or as may be necessary so that at no time shall there be any unsightly accumulation of debris or rubbish. Clean up shall include removal of all surplus material, debris and rubbish from the site. Article 8 Guarantees and Warranties

8.1 General Requirements

In addition to any guarantees otherwise required, the CONTRACTOR shall guarantee the work free from defects, material and workmanship for a period of one year from the date of acceptance by the COUNTY, and shall agree to replace at their own expense, any said defect that may occur within that time. Such guarantee is in addition to, and not in lieu of

Page 24: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 22 of 50

the COUNTY’S rights to enforce this Agreement in all respects, and the COUNTY’S right on all other guarantees and warranties that may be required by the plans and specifications.

8.2 Guarantees Not Waiver

By accepting the guarantees required herein, the COUNTY shall not be deemed to have waived any warranty or buyer protection implied, required and/or provided by law, nor to have altered any applicable statute of limitations regarding enforcement of any right of the COUNTY created by this agreement or otherwise.

Article 9 Insurance

9.1 Requirements The CONTRACTOR shall not commence work until all insurance required under this article has been obtained and the COUNTY has approved such insurance. CONTRACTOR, shall submit proof of insurance with liability limits as set forth below to the Purchasing Department showing COUNTY, its officers, employees, agents and volunteers named as Additional Insured to include ongoing operations and products completed operations (On Additional Insured Endorsement CG 20 10 10 93), except for Workers’ Compensation and professional Liabilities, and insurance policy shall contain provisions that such policy may not be canceled or reduced except after thirty (30) days written notice to the COUNTY. The COUNTY at its discretion, may waive in part or in full insurance requirements. CONTRACTOR agrees that CONTRACTOR is responsible to ensure that the requirements set forth in this article/paragraph are also to be met by CONTRACTOR’S subcontractors/consultants who provide services pursuant to this Agreement. Copies of insurance certificates and additional insured endorsements shall be filed with the Purchasing Agent.

9.2 Liability Limits General Liability 1. BI & PD combined/occurrence $1,000,000 /aggregate $1,000,000 2. Personal Injury/aggregate $1,000,000

Page 25: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 23 of 50

3. Automobile Liability Contractor agrees to defend, hold harmless and indemnify the COUNTY for any and all liabilities associated with the use of any automobiles in relation to tasks associated with this Agreement.

Workers’ Compensation and Employer’s Liability Statutory requirement

9.3 Certification In accepting any contract with the COUNTY, the CONTRACTOR makes the following certification, required by Section 1861 of the Labor Code. “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provision before commencing the performance of the work of this contract.”

9.4 Performance and Payment Bonds

The CONTRACTOR shall furnish the County, within ten (10) days (or as otherwise specified) of the execution of a contract original performance and payment bonds as follows:

(a) Faithful Performance Bond – Said bond shall be in an amount

equal to one hundred percent (100%) of the contract price, shall be for the faithful performance of the contract, shall be approved by the COUNTY, and shall be secured from a surety or sureties satisfactory to said COUNTY.

(b) Payment Bond for Public Work- The CONTRACTOR shall furnish

a separate surety bond in an amount at least equal to one hundred percent (100%) of the contract price. This will be held as security for the payment of all persons for furnishing materials, provisions, or other supplies, or items, used in, upon, for or about the performance of the work contracted to be done, or for performing any work or labor thereon of any kind, and for the payment of amounts due under the Unemployment Insurance Code with respect to such work or labor in connection with this Contract, and for the payment of a reasonable attorney’s fee to be fixed by the court in case suit is brought upon the bond.

(c) Additional Security – The CONTRACTOR shall promptly furnish additional Security required to protect the COUNTY and persons supplying labor or material under this contract if:

(1) Any surety upon any bond furnished with this contract becomes Unacceptable to the COUNTY;

Page 26: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 24 of 50

(2) Any surety fails to furnish reports on its financial condition as Required by the COUNTY; or

(3) The contract price is increased so that the penal sum of any bond becomes inadequate in the opinion of the COUNTY.

Article 10 Indemnification CONTRACTOR shall, at its expense, defend, indemnify and hold harmless the County of San Joaquin and its employees, officers, directors, contractors and agents from and against any losses, liabilities, damages, penalties, costs, fees, including without limitation reasonable attorneys’ fees, and expenses from any claim or action, including without limitation for bodily injury or death, to the extent caused by or arising from the active and/or passive negligence or willful misconduct of CONTRACTOR, its employees, officers, agents or Subcontractors. CONTRACTOR shall hold the COUNTY, its officers and employees, harmless from liability, of any nature or kind on account of use of any copyrighted, or un-copyrighted composition, secret process, patented or un-patented invention articles or appliance furnished or used under this order. Article 11 Discrimination CONTRACTOR shall not discriminate because of age, ancestry, color, creed, marital status, medical condition (cancer or genetic characteristics), national origin, physical or mental disability, political affiliation or belief, pregnancy, race, religion, sex (includes sexual harassment) and sexual orientation.

Article 12 ADA Compliance

CONTRACTOR shall comply 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. Sections 12101 et seq.) Article 13 Assignments Inasmuch as this Agreement is intended to secure the specialized services of the CONTRACTOR, CONTRACTOR may not assign, transfer, delegate or subcontract their obligation herein without the prior written consent of San Joaquin County. Any such assignment, transfer, delegation or subcontract without the prior written consent shall be considered null and void. Article 14 Governing Law and Venue The Laws of the State of California shall govern this Agreement. Venue is San Joaquin County. The provisions of this paragraph shall survive expiration or other termination of this Agreement regardless of the cause of such termination.

Page 27: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 25 of 50

Article 15 Payment COUNTY shall pay CONTRACTOR for the work under this Agreement, an amount not to exceed DOLLARS AND _______________CENTS. CONTRACTOR shall submit one original and one copy of each invoice to San Joaquin County ______________________________________________. All invoices must reference the (Agreement # / Contract ID#) the service performed and the Federal Tax Payer Identification Number. Duplicate invoices shall be sent to the department to which services are provided. That department will approve completion of and payment for the work completed. Payment is to be made within thirty days after the COUNTY’S acceptance of the work performed. In the event that the work site and/or adjacent premises are damaged during the conduct of the work agreed to, or as otherwise deemed necessary to protect COUNTY interests as determined by the COUNTY, a reasonable amount of any payment otherwise due may be withheld by the COUNTY until such time as satisfactory settlement is reached between all parties involved. The COUNTY shall withhold ten percent (10%) of progress payments until 35 days after notice recordation is filed. Article 16 Interpretation This Agreement shall not be interrupted in favor of any Party by virtue of said Party not having prepared this Agreement. If any time period provided for in this Agreement ends on the day other than a Business Day, the time period shall be extended to the next Business Day. Article 17 Termination The COUNTY may terminate this Agreement if the CONTRACTOR violates any of the provisions of the plans and specifications or fails to perform the work within the specified time, and for any material breach by the CONTRACTOR. In such event, the CONTRACTOR will be compensated for services and/or work performed as of the day of such notification, less any amounts the COUNTY is entitled to withhold pursuant to Article 5 of these General Conditions. Article 18 Time for Completion CONTRACTOR shall complete all construction services under this Agreement on or before _____ ( ) working days of notice to proceed.

Page 28: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 26 of 50

Article 19 Notice All Notices given under this contract shall be in writing. Such notices shall indicate the following: CONTRACTOR: NAME ADDRESS CITY, STATE, ZIP COUNTY: Purchasing Agent San Joaquin County County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202-2930 Article 20 Labor Relations History – Rescission of Contract (PCC 10232) As per Public Contract Code Section 10232, CONTRACTOR swears under penalty that no more than one final, unappealable finding of contempt of court by a federal court had been issued against the CONTRACTOR within the immediately preceding two-year period because of the CONTRACTOR’S failure to comply with an order of the court which order the CONTRACTOR to comply with an order of the National Labor Relations Board. For purposes of this section, a finding of contempt does not include any finding that has been vacated, dismissed, or otherwise removed by the court because the CONTRACTOR has complied with the order that the CONTRACTOR falsely swears to the truth of the statement required by this section.

(This space intentionally left blank.)

Page 29: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 27 of 50

Article 21 Subcontractors CONTRACTOR is fully responsible to COUNTY for the acts or omissions of subcontractors and of persons either directly or indirectly employed by or serving as agents to the subcontractors. Nothing contained herein shall establish a contractual relationship between COUNTY and CONTRACTOR’S subcontractors. All of the subcontractors that will perform work in excess of one-half of one percent of the total amount of the contract price and the general type of work subcontractors would be performing are listed below: (Attach additional sheet, if necessary, and note attachment on this page.)

Firm Name: Address: Phone No: Work Type:

Firm Name: Address: Phone No: Work Type:

Firm Name: Address: Phone No: Work Type:

Page 30: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 28 of 50

Article 22 Data Security – Confidentiality

a. Acknowledgment of access to information characterized as covered data

Contractor acknowledges that its contract/purchase order (“Agreement”) with the County of San Joaquin, California( “County”) may allow the Contractor access to confidential County information or County provided information including, but not limited to, personal information, records, data, or financial information notwithstanding the manner in which or from whom it is received by Contractor (“Covered Data”) which is subject to state laws that restrict the use and disclosure of County information, including the California Information Practices Act (California Civil Code Section 1798 et seq.), California Constitution Article 1, Section 1, and other existing relative or future adopted State and/or Federal requirements. Contractor shall maintain the privacy of, and shall not release, Covered Data without full compliance with all applicable state and federal laws, County policies, and the provisions of this Agreement. Contractor agrees that it will include all of the terms and conditions contained in this clause in all subcontractor or agency contracts providing services under this Agreement. Where a federal, state or local law, ordinance, rule or regulation is required to be made applicable to this Agreement, it shall be deemed to be incorporated herein without amendment to this Agreement.

b. Prohibition on unauthorized use or disclosure of covered data and

information Contractor agrees to hold Covered Data received from or created on

behalf of County in strictest confidence. Contractor shall not use or disclose Covered Data except as permitted or required by the Agreement or as otherwise authorized in writing by County. If required by a court of competent jurisdiction or an administrative body to disclose Covered Data, Contractor will notify County in writing prior to any disclosure in order to give County an opportunity to oppose any such disclosure. Any work using, or transmission or storage of, Covered Data outside the United States is subject to prior written authorization by the County.

c. Safeguard standard Contractor agrees that it will protect the Covered Data according to

commercially acceptable standards and no less rigorously than it protects its own confidential information, but in no case less than reasonable care. Contractor shall develop, implement, maintain and use appropriate administrative, technical and physical security measures which may include but not be limited to encryption techniques, to preserve the confidentiality, integrity and availability of all such Covered Data.

Page 31: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 29 of 50

d. Return or destruction of covered data and information Upon termination, cancellation, expiration or other conclusion of the

Agreement, Contractor shall return the Covered Data to County unless County requests that such data be destroyed. This provision shall also apply to all Covered Data that is in the possession of subcontractors or agents of Contractor. Contractor shall complete such return or destruction not less than thirty (30) calendar days after the conclusion of this Agreement. Within this thirty (30) day period, Contractor shall certify in writing to County that the return or destruction has been completed.

e. Reporting of unauthorized disclosures or misuse of covered data and information Contractor shall report, either orally or in writing, to County any use or

disclosure of Covered Data not authorized by this Agreement or in writing by County, including any reasonable belief that an unauthorized individual has accessed Covered Data. Contractor shall make the report to County immediately upon discovery of the unauthorized disclosure, but in no event more than two (2) business days after Contractor reasonably believes there has been unauthorized use or disclosure. Contractor’s report shall identify: (i) the nature of the unauthorized use or disclosure, (ii) the County Covered Data used or disclosed, (iii) who made the unauthorized use or received the unauthorized disclosure, (iv) what Contractor has done or shall do to mitigate any deleterious effect of the unauthorized use or disclosure, and (v) what corrective action Contractor has taken or shall take to prevent future similar unauthorized use or disclosure. Contractor shall provide County other information, including a written report, as reasonably requested by County.

f. Examination of records County and, if the applicable contract or grant so provides, the other

contracting party or grantor (and if that be the United States, or an agency or instrumentality thereof, then the Controller General of the United States) shall have access to and the right to examine any pertinent books, documents, papers, and records of Contractor involving transactions and work related to this Agreement until the expiration of five years after final payment hereunder. Contractor shall retain project records for a period of five years from the date of final payment.

g. Assistance in litigation or administrative proceedings Contractor shall make itself and any employees, subcontractors, or

agents assisting Contractor in the performance of its obligations under the Agreement available to County at no cost to County to testify as witnesses, or otherwise, in the event of litigation or administrative proceedings against County, its directors, officers, agents or employees based upon a claimed violation of laws relating to security and privacy and arising out of this Agreement.

Page 32: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 30 of 50

h. No third-party rights

Nothing in this Agreement is intended to make any person or entity who is not signatory to the Agreement a third-party beneficiary of any right created by this Agreement or by operation of law.

i. Attorney's fees

In any action brought by a party to enforce the terms of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and costs, including the reasonable value of any services provided by in-house counsel. The reasonable value of services provided by in-house counsel shall be calculated by applying an hourly rate commensurate with prevailing market rates charged by attorneys in private practice for such services.

j. Survival

The terms and conditions set forth shall survive termination of the Agreement between the parties.

Page 33: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 31 of 50

Article 23 Signature Certification By signing this Agreement, CONTRACTOR certifies under penalty of perjury that the CONTRACTOR has reviewed, understands, and is in compliance with (Exhibit C), the Public Contract Code Section 10162, and the Business and Professions Code Section 7028.15. In addition CONTRACTOR certifies that CONTRACTOR is in compliance and with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). COUNTY OF SAN JOAQUIN a political subdivision of the State of California By ________________________________ By___________________________ CONTRACTOR David Louis, C.P.M., CPPO, CPPB Director, Purchasing and Support Services Date:______________ Date:______________________ APPROVED AS TO FORM Office of County Counsel By________________________________ Gilberto Gutierrez Deputy County Counsel Date:___________________ Buyer of Record:

Page 34: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 32 of 50

EXHIBIT "B"

Performance Bond Know all Men by These Presents: THAT WHEREAS, County of San Joaquin, has awarded to_____________________., as principal, hereinafter designated as the "CONTRACTOR," a contract for the work described as follows: ____________________________________________________. 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, an admitted Surety insurer pursuant to Code of Civil Procedure Section 995.120, are held and firmly bound unto San Joaquin County, in the sum of ________________________DOLLARS (_________________), to be paid to the said County of San Joaquin, its successors and assigns; for which payment, will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION of this obligation is such: That if the above CONTRACTOR, their 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 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 County of San Joaquin 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. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed there under, or the specifications accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the Specifications. All terms and conditions as set forth in the General Conditions, as supplemented, to the contract are incorporated by reference and Surety acknowledges that it is bound thereby, including the disputes clauses(s) therein. In the event the COUNTY brings suit upon this bond and judgment is recovered, the Surety shall pay all costs incurred by above CONTRACTOR in such suit, including a reasonable attorney's fee to be fixed by the court.

Page 35: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 33 of 50

IN WITNESS WHEREOF, we have hereunto set our hands and seals on this __________ day of ____________ 2011. ______________________________ _____________________________ ______________________________ ________________________(Seal) Name of Surety ______________________________

CONTRACTOR

By: __________________________ Attorney-in-fact

Page 36: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 34 of 50

EXHIBIT "C"

Payment Bond Know all Men by These Presents: THAT WHEREAS, County of San Joaquin, has awarded to _________________, as principal, hereinafter designated as the "CONTRACTOR," a contract for the work described as follows: ____________________________________________________. AND WHEREAS, the CONTRACTOR is required by the provisions of Chapter 7, Title 15, Part 4, Division 3, Section 3247 et seq., Civil Code, to furnish a bond in connection with said contract, as hereinafter set forth. NOW THEREFORE, we the undersigned CONTRACTOR and Surety, are held and firmly bound unto SAN JOAQUIN COUNTY for the sum of ___________________________ (_________________). Said sum being determined in accordance with the provisions of Section 3248 of the Civil Code, for which payment will 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 CONTRACTOR, their heirs, executors, administrators, successors or assigns, or SUBCONTRACTOR’S, shall fail to pay any materials, provisions, provender or other supplies or teams, implements or machinery, used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, as required by the provisions of Chapter 7, Title 15, Part 4, Division 3 of the Civil Code, and provided that the claimant shall have complied with the provisions of said Code, the surety or sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond the said surety and/or sureties will pay a reasonable attorney's fee to be fixed by the court. This bond shall insure to the benefit of any and all persons, companies or corporations entitled to file claims under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications.

Page 37: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 35 of 50

IN WITNESS WHEREOF, we have hereunto set our hands and seals on this ____day of ______, 2011. ____________________________ ____________________________ ____________________________ _______________________(Seal) ____________________________ ____________________________

CONTRACTOR Name of Surety

By__________________________ Attorney-in-fact

Page 38: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 36 of 50

EXHIBIT "D"

Regulations 10162 Disqualification, removal, etc. from federal, state or local government project; questionnaire; rejection of bid. The department shall require from all prospective bidders the completion, under penalty of perjury, of a standard form of questionnaire inquiring whether such prospective bidder, any officer of such bidder, or any employee of such bidder who has a proprietary interest in such bidder, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law of a safety regulation, and if so to explain the circumstances. A bid may be rejected on the basis of a bidder, any officer of such bidder, or any employee of such bidder who has a proprietary interest in from bidding on, or completing a federal, state, or local project because of a violation of law or a safety regulation. 7028.15 License required to submit bid to public agency; exceptions.

(a) It is a misdemeanor for any person to submit a bid to a public agency in order

to engage in the business or act in the capacity of a CONTRACTOR within this state without having a license therefore, except in any of the following cases:

(1) The person is particularly exempted from this chapter.

(2) The bid is submitted on a state project governed by Section 10164 of the Public Code or on any local agency project governed by Section 20103.5 of Public Contract Code.

(b) If a person has been previously convicted of the offense described in this

section, the court shall impose a fine of 20 percent of the price of the contract under which the unlicensed person performed contracting work, or four thousand five hundred dollars ($4,500), whichever is greater, or imprisonment in the COUNTY jail for not less than 10 days nor more than six months, or both.

(c) This section shall not apply to a joint venture license, as required by Section

7029.1; however, at the time of making a bid as a joint venture, each person submitting the bid shall be subject to this section with respect to his or her individual licensure.

(d) This section shall not affect the right or ability of a licensed architect, land

surveyor, or registered professional engineer to form joint ventures with licensed CONTRACTOR’S to render services within the scope of their respective practices.

(e) Unless one of the foregoing exceptions applies, a bid submitted to a public

agency by a CONTRACTOR who is not licensed in accordance with this

Page 39: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 37 of 50

chapter shall be considered non-responsive and shall be rejected by the public agency. Unless one of the foregoing exceptions applies, a local public agency shall, before awarding a contract or issuing a purchase order, verify that the CONTRACTOR was properly licensed when the CONTRACTOR submitted the bid. Notwithstanding any other provision of law, unless one of the foregoing exceptions applies, the registrar may issue a citation to any public officer or employee of a public entity who knowingly awards a contract or issues a purchase order to a CONTRACTOR who is not licensed pursuant to this chapter. The amount of civil penalties, appeal, and finality of such citation shall be subject to Sections 7028.7 to 7028.13, inclusive. Any contract awarded to, or any purchase order issued to, a CONTRACTOR who is not licensed pursuant to this chapter is void.

(f) Any compliance or non-compliance with subdivision (e) of this section, as

added by Chapter 863 of the Statutes of 1989, shall not invalidate any contract or bid awarded by a public agency during which time that subdivision was in effect.

(g) A public employee or officer shall not be subject to a citation pursuant to this

section if the public employee, officer, or employing agency made an inquiry to the board for the purposes of verifying the license status of any person or CONTRACTOR and the board failed to respond to the inquiry within three business days. For purposes of this section, a telephone response by the board shall be deemed sufficient.

Page 40: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 38 of 50

EXHIBIT "E"

Specifications and Scope of Work INTRODUCTION: This specification provides for the provision and installation of 2 each 8 Ton Capacity Cooling Units as per the attached detailed specifications. The Units shall be new and unused, latest model design in current production and ready to be put into service and capable of meeting the County’s requirements for a complete unit. It is intended that the manufacturer in the selection of components will use material and design practices that are best available in the industry for the type of operating conditions to which the unit will be subjected. If any of the specifications bid varies from the detailed specifications, such exceptions(s) must be listed in writing and attached as part of the bid. This is a condition of this bid; failure to submit the document(s) may be just cause to reject the bid. The Purchaser reserves the right to waive minor exception(s) if, in the opinion of the end user, the complete unit meets the general intent of these specifications and performance is not compromised. Any travel expenses and/or bid preparation cost in regards to this bid is the sole responsibility of the bidder. All bid documents; prints and any detailed drawings shall be the property of the County once submitted. The apparent silence of this specification and any supplemental specification as to any details or omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be made upon the basis of this statement. All standard equipment to be included by manufacturer unless otherwise specified or noted. GENERAL CONSTRUCTION: The Units shall be constructed with due consideration to the nature and distribution of the load to be sustained and to the general characteristics of the service. In the event of disapproval of rejection by the Purchaser and/or End User of any of the equipment or accessories furnished under this bid, vendor shall at their expense make such repairs or replacements the Purchaser/End User considers necessary to conform to any clause of these specifications within (15) working days after notice is given to bidder. Permission to keep or store the equipment in any building/location owned by the County during the above specified time, shall not constitute acceptance of same.

Page 41: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 39 of 50

CONSTRUCTION PERIOD: Time is of the essence and will be considered a factor in making the award. The maximum period for complete installation including start up shall not exceed 10 calendar days from the receipt of a purchase order. Bidder will not be held liable for delay in delivery caused by accidents, strikes, floods, or other events not subject to our control. Failure of bidder to meet this schedule shall result in a $500/day penalty for each day the installation is delayed. The penalty will be automatically deducted from bidders invoice. DESIGN: The design of the Units must be in accordance with the best engineering practices. The design and installation shall permit accessibility for use, maintenance and service. All components and assemblies shall be free of hazardous protrusions, sharp edges, cracks or other elements that may cause injury to personnel or equipment. All electrical wiring shall be located in protective positions properly attached to the frame or body structure and shall have protective loom or grommets at each point where they pass through structural members, except where a through-frame connector is necessary. EQUIPMENT DESIGN: The Units shall be constructed with due consideration to the nature and distribution of the load to be sustained and to the general character of the use to which the equipment is to be subjected when placed in service. All parts of the Unit shall be sufficiently strong to withstand practical test and general service under full load. The Unit shall be designed so that the various parts are readily accessible for inspection, adjustment and repair. The design of the Unit to be supplied under this specification shall have been in successful field operation for a period in excess of (5) years. ACCESSIBILITY: Parts and components will be located or positioned for rapid and simple inspection and recognition of excessive wear or potential failure. Whenever functional layout of operating components determines that physical or visual interference between items cannot be avoided, the item predicted to require the most maintenance shall be located for best accessibility. Cover plates, which must be removed for component adjustment or part removal will be equipped with quick-disconnect fastenings or hinged panels. Design practices will minimize the number of tools required for maintenance. All components are designed and protected so that heavy rain or adverse weather conditions will not interfere with normal servicing operation. SERVICE: Bidder shall respond within 24 hours if a service call is initiated during the warranty period. GUARANTEE: The bidder shall guarantee to replace and install at their expense, all parts/components where breakage or defects are found due to defective material and/or to poor workmanship. The guarantee shall be for a period of 2 years after acceptance of the

Page 42: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 40 of 50

Unit. All components shall be new, no used or surplus components are to be built into assembled equipment. Bidder shall submit with their bid complete current illustrative and technical data on the proposed equipment. No photocopies or Internet information sheets will be acceptable. SUBSTITUTIONS OR DEVIATIONS: Substitutions or deviations related to the construction of the Unit may be made from the specifications. However, any such substitutions or deviations are subject to written acceptance by the Purchaser and/or End User. No substitutions or deviations are permissible for the delivery or guarantee. Such substitutions or deviations will result in rejection of the bid. MANUALS & TRAINING: The successful bidder shall supply the County with the following (2) each operation, service & repair, and parts manuals at the time the Units are completely installed. A factory representative shall instruct personnel in the maintenance and operation of the Unit being procured will provide (1) 8-hour day minimum of training. The County with the successful bidder shall arrange such instruction. This requirement shall be included in the price of the complete unit. Failure to meet these requirements shall cause a delay in payment of the bidders invoice. EVALUATION OF BIDS: Vendor must disclose any current or pending litigations regarding failure to deliver or comply with specified components on the Unit. Total exceptions to bid are not acceptable. Purchaser reserves the right to alter or change specifications in writing to reject any or all bids and to accept the bid which in their opinion best serves the interest of the County. Evaluation will be made on technical merit, service, qualifications, references, and completeness of bid, delivery, price degree, and number of exceptions. All exceptions are to be listed on a separate page with reasons for exceptions. This page shall be labeled “Exception(s) to Bid Conditions and/or Specifications”, and shall be attached to the bid. If item is to be purchased rather than made by bidder, appropriate literature demonstrating equivalency must be provided. Failure to demonstrate equivalency will be cause for rejection. Bidder may be requested to demonstrate the merits of the items by means agreed to by user. There will be no exceptions granted after award is made without penalty. Bidders are required in submitting their buds, to examine the technical specifications closely. Any differences in the items specified and the item offered must be writing from the bidder. Failure to state exceptions will result in rejection of the bid. PROJECT RESPONSIBILITIES:

San Joaquin Counties Project Responsibilities • Disconnect electrical power for existing unit • Termination point for IP ( Metasys)

Page 43: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 41 of 50

Bidders Project Responsibilities • Bidder to disconnect and cap all plumbing lines, remove and dispose of

existing units and condenser. • Bidder to make all final electrical connections to new unit and to condenser unit

on roof. • Bidder shall make all plumbing connections and electrical connections to new unit

and condenser unit on the roof and any other needed materials to finish installation

• Bidder shall supply submittals and as-builts for the project • Bidder shall supply factory start-up and (1) 8 hour training for this project • Bidder shall remove any parts from the new Unit necessary for easy

installation, if feasible • Bidder shall supply a laptop computer capable of accessing the onboard

Liebert controls. • Bidder shall supply network protocol interface device suitable for interfacing

Liebert control communication with existing Hospital Metasys controls. ADDITIONAL INFORMATION:

• 5 year warranty on parts and compressor • Cost shall also include any roof repairs necessary • All work to conform to State/Local codes and Manufactures recommendations • Work shall be performed Monday through Friday between 8:00am and

4:00pm • Prevailing Wage Project • Successful Bidder will protect all floors from damage when transporting the Units to

the Computer Room

Page 44: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 42 of 50

EXHIBIT "F"

Technical Specifications

8 TON CAPACITY COOLING UNITS

1.0 GENERAL

1.1 SUMMARY

These specifications describe requirements for an environmental control system. The system shall be designed to maintain temperature and relative humidity conditions within the room. The manufacturer shall design and furnish all equipment to be fully compatible with heat dissipation requirements of the site.

1.2 DESIGN REQUIREMENTS The environmental control system shall be a Liebert Himod HMF28A0AAES factory assembled unit OR APPROVED EQUAL. It shall be specifically designed for service from the front or top of the unit. The system shall be designed for draw- through air arrangement to insure even air distribution to the entire face area of the coil. Each unit capacity shall be of 8 tons each totaling 16 tons nominally. These units are to be supplied with 208/230 Volt, 3 phase, 60 Hz power supply. The humidifier shall have a capacity of 14LBS/HR (4.8 kW).

1.3 SUBMITTALS

Submittals shall be provided by the successful bidder within 10 working days after receipt of notice to proceed and shall include: Single-Line Diagrams; Dimensional, Electrical, and Capacity data; Piping and Electrical Connection Drawings. All ASBUILT submittals/drawings shall be submitted within 10 working days after completion of project.

2.0 PRODUCT

2.1 ALL SYSTEMS

2.1.1 Cabinet Construction

The exterior panels shall be double skinned and lined with a minimum of 1.5 lbs. (.68 kg) insulation. The exterior panels shall be 18 gauge and shall be powder painted. The cabinet shall be designed so that all components are serviceable from the front or top of the unit. The manual disconnect switch shall be mounted in the high voltage section of the electrical panel. The switch shall be accessible from the outside of the unit with the

Page 45: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 43 of 50

door closed, and prevent access to the high voltage electrical components until switched to the "OFF" position.

2.1.2 Fan and Motor Section

The fans shall be direct drive, single inlet backwardly curved, centrifugal type positioned to draw air over the coil to ensure even air distribution and maximum coil performance. The fan impeller is statically and dynamically balanced and equipped with permanently lubricated bearings. The fans shall be mounted on vibration absorbing rubber supports to reduce vibration. The motor shall have a high and low operating speed and internal thermal protection. A field adjustable autotransformer shall be provided for modifying unit operating speeds. The environmental control unit rated sound level shall be 56.4 dBA sound power at the unit supply discharge with the fans and compressor on, and shall be 56.4 dBA sound pressure at 2 meters in front of the unit, 1 meter height in free field conditions with the fans and compressor on.

2.1.3 Filter

The filter shall be a cartridge design and rated no less than 40% efficiency based on ASHRAE 52.1. Inserts shall be provided to minimize the passage of unfiltered air between the individual filters.

2.1.4 Advanced Microprocessor Control

The Advanced Control processor shall be microprocessor based with a front monitor LCD display panel and control keys for user inputs. The controls shall be menu driven with on-screen prompts for easy user operation. The system shall allow user review and programming of temperature and humidity set-points, alarm parameters, and setup selections including choice of control type. A password shall be required to make system changes. For all user selections, the range of acceptable input (temperature, humidity, or time delay) shall be displayed on the monitor screen. The system shall provide monitoring of room conditions, operational status in % of each function, component run times, date and time and four analog inputs from field installed RTD sensors. The onboard Liebert controls shall accept peer to peer communications with the county hospitals existing Metasys control system. An IP address and subsequent point will be available as a termination point.

Page 46: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 44 of 50

Control The control system shall allow programming of the following room conditions:

Temperature Set-point: 55 to 85°F (18-29°C) Temperature Sensitivity: +.1 to +9.9°F (0.6 to 5.6°C) in 0.1° increments Humidity Set-point: 20 to 80% RH Humidity Sensitivity: +1 to +30% RH

All set-points shall be adjustable from the individual unit front monitor panel. Temperature and Humidity Sensors shall be capable of being calibrated using the front monitor panel controls to coordinate with other temperature and humidity sensors in the room. Predictive Humidity Control The microprocessor shall calculate the moisture content in the room and prevent unnecessary humidification and dehumidification cycles by responding to changes in dew-point temperature. Compressor Short-Cycle Control The control system shall include a program to prevent compressor short- cycling of 5 to 10 minutes in duration. System Auto-Restart For start-up after power failure, the system shall provide automatic restart with a programmable (up to 9.9 minutes in 6-second increments) time delay. Programming can be performed either at the unit or from the central site monitoring system. Sequential Load Activation During start-up, or after power failure, the microprocessor shall sequence operational load activation to minimize inrush current. Systems allowing multiple loads to start simultaneously are unacceptable. Econ-O-Coil Flush Cycles Econ-O-Cool coils (if unit is so equipped) shall be automatically flushed to prevent the buildup of contaminants. Systems without this feature shall include the necessary devices to bypass fluid into the coil on a programmed basis. Refrigerant Leak Test A refrigerant static leak test and subsequent pressure test of 150 lbs. shall take place on all refrigerant holding devices and lines for a 48 hour period with start and stop commissioning approval by the Hospital engineering department. The use of Nitrogen for the pressure test shall not have a depletion rate greater than 0PSI.

Page 47: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 45 of 50

Front Monitor Display Panel The microprocessor shall provide a front monitor LCD backlit display panel with 4 rows of 20 characters with adjustable contrast. This display (along with five front mounted control keys) shall be the only operator interface required to obtain all available system information such as room conditions, operational status, alarms, control and alarm set-points, and all user selections including alarm delays, sensor calibration, DIP switch selections, and diagnostics. All indicators shall be in language form. No symbols or codes shall be acceptable. Alarms The microprocessor shall activate an audible and visual alarm in event of any of the following conditions:

> High Temperature > Low Temperature > High Humidity > Low Humidity > Short Cycle > Compressor Overload (Optional) >Main Fan Overload > Humidifier Problem >HighHead Pressure > Change Filter > Loss of Air Flow > Low Suction Pressure > Loss of Power > Custom Alarm (#1 to #4)

Custom alarms are four customer accessible alarm inputs and four outputs to be indicated on the front panel. Custom alarms can be identified with prepared (programmed) alarm labels for the following frequently used inputs:

> Water Under Floor > Smoke Detected > Standby GC Pump On

User customized text can be entered for two of the four custom alarms. Each alarm (unit and custom) can be separately enabled or disabled, selected to activate the common alarm, and programmed for a time delay of 0 to 255 seconds. Audible Alarm The audible alarm shall annunciate any alarm that is enabled by the operator. Common Alarm A programmable common alarm shall be provided to interface user selected alarms with a remote alarm device.

Page 48: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 46 of 50

Remote Monitoring All alarms shall be communicated to the Liebert site monitoring system and through the network interface to the Metasys with the following information: date and time of occurrence, unit number, and present temperature and humidity. Analog Inputs The system shall include four customer accessible analog inputs for sensors provided by others. The analog inputs shall accept a 0 to 10 vdc signal. The gains for each analog input shall be programmable from the front panel. The analog inputs shall be able to be monitored from the front panel. Analog Outputs The system shall include four customer accessible universal outputs. The universal outputs shall have a contact rating no less than 1 amp@ 120VAC. A relay panel shall be provided with Releco relays of the same rating described above. Diagnostics The control system and electronic circuitry shall be provided with self- diagnostics to aid in troubleshooting. The microcontroller board shall be diagnosed and reported as pass/not pass. Control inputs shall be indicated as on or off at the front monitor panel. Control outputs shall be able to be turned on or off from the front monitor panel without using jumpers or a service terminal. Each control output shall be indicated by an LED on a circuit board. Data Collection The control system shall maintain accumulative operating hours of compressor, reheat, humidifier, fan motor, and Econ-O-Coil. The ten most recent alarms shall also be retained. An augmented data mining device shall be utilized for data collection and subsequent storage, the capacity of which shall be no less than 1 GB. Communications The microprocessor shall be compatible with all Liebert remote monitoring and control devices and interface with the existing Hospital Metasys control system as a peer to peer communication protocol.

2.1.5 Steam Generating Humidifier

The environmental control system shall be equipped with a steam generating humidifier that is controlled by the microprocessor control system. It shall be complete with disposable canister, all supply and drain valves, steam distributor, and electronic controls. The need to change canister shall be annunciated on

Page 49: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 47 of 50

the microprocessor control panel. The humidifier shall have a capacity of 14 lbs/hr (6.4 kg/h).

2.1.6 Electric Reheat

The environmental control system shall be equipped with low-watt density, aluminum finned electric reheat coils that are controlled by the microprocessor control system. The reheat section shall include agency approved safety switches to protect the system from overheating. The rated capacity of the reheat coils shall be 47,100 BTU/HR (10.5 kW), controlled in 2 stages.

2.1.7 Mason Seismic Floor Stand The floor stand shall be constructed of heliarc welded tubular steel frame. The floor stand shall be coated using an auto deposition process to protect against corrosion. The floor stand shall have adjustable legs with vibration isolation pads. The floor stand shall be 12 1/2” high.

2.1.8 Turning Vane The turning vane shall be designed to mount in the factory supplied floor stand and direct air either to the front or rear of the unit.

2.1.9 Remote Monitoring System Provide a Liebert Network Interface Card monitoring system with this unit and a Metasys interface device.

2.2 DIRECT EXPANSION SYSTEMS

Direct Expansion Coil The evaporator coil shall have 16 sq. ft. (1.49 sq. m) face area, 3 rows deep. It shall be configured as a slab coil and be constructed of copper tubes and aluminum fins and has a maximum face velocity of 367 fpm. (m/s) at 5875 CFM (CMH). The coil shall be provided with a stainless steel drain pan.

Refrigeration System

The refrigeration system shall consist of a high efficiency scroll compressor, hot gas bypass, crankcase heater, pressure safety switches, externally equalized expansion valve, and filter drier. The system shall be designed for use with (R22) refrigerant.

2.2.1 Air Cooled

2.2.1.1 Pump Down Control

A liquid line solenoid valve shall be provided for pump down control.

Page 50: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 48 of 50

2.2.2 Remote roof mount Condenser

2.2.2.1 Propeller Fan Condenser The Liebert manufactured air cooled condenser shall be the low profile, slow speed, direct-drive, propeller-fan type. The condenser shall be constructed of aluminum and contain a copper tube, aluminum fin coil with an integral electric control panel. The system shall be designed for 125°F (°C) ambient. The air cooled condenser shall have a 208/230 Volt, 3 phase 60 Hz power supply. NOTE: Condensing Unit shall be mounted on 4 X 4 pressure treated sleepers enclosed with 26 gauge galvanized covers

2.2.2.2 Fan Speed Control (FSC) Head Pressure Control The winter control system for the air cooled condenser shall be Liebert Fan Speed Control (F SC). The variable speed motor shall turn on at 10% of the supply voltage and modulate in response to head pressure to a full speed of 1050 RPM. It shall be designed with ball bearings, permanent lubrication, and internal overload protection. The control system shall be complete with transducers, thermostats and electrical control circuit, factory pre-wired and tested in an integral control panel. The transducer shall automatically sense the head pressure of the compressor and control the variable speed fan on the air cooled condenser to properly maintain the head pressure. The fan speed control system shall provide positive start-up and operation in ambient temperature as low as -20°F (-29°C). Included with the fan speed control system shall be a solid state winter start kit as an integral feature of the electronic control panel.

3.0 EXECUTION

3.1 INSTALLATION OF ENVIRONMENTAL CONTROL UNITS

3.1.1 General Install environmental control units in accordance with manufacturer’s installation instructions. Install units plumb and level, firmly anchored in locations indicated, and maintain manufacturer’s recommended clearances.

3.1.2 Electrical Wiring Install and connect electrical devices furnished by manufacturer but not specified to be factory mounted. Furnish copy of manufacturer’s electrical connection diagram submittal to electrical contractor.

Page 51: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 49 of 50

3.1.3 Piping Connections

Install and connect devices furnished by manufacturer but not specified to be factory mounted. Furnish copy of manufacturer’s piping connection diagram submittal to piping contractor.

3.1.4 Supply and Drain Water Piping

Connect water supply and drains to air conditioning unit. Provide pitch and trap as manufacturer’s instructions and local codes require.

3.2 Field Quality Control

Start up environmental control units in accordance with manufacturer’s start up instructions. Test controls and demonstrate compliance with requirements. (FACTORY REP.)

LAP TOP COMPUTER FOR REMOTE DIAL-IN Processor: Intel Core 2 Duo T7200 2Ghz CPU or higher Motherboard: System board must have the Intel 945PM Mobile Chipset with

memory support up to 4GB and at least (4) USB 2.0 ports RAM 2GB DDR2 667 Mhz Hard Drive 100GB SATA 7200 rpm w/8MG Cache or better CD-R/DVD-RW: CD-RW/DVD-RW Dual Layer Combo Drive Video Card: Geforce or ATIPCI-Express 128MB or better w/dedicated DDR3

memory – VIDEO MEMORY NOT TO BE SHARED WITH SYSTEM MEMORY

Network Card: Integrated 1000 Mbit/1 00Mbit/1 0Mbit Wireless: Intel PRO/Wireless 3945ABG 802.1 1a/b/g Keyboard/Mouse: Integrated Keyboard and Touchpad Mouse Speakers: Integrated Speaker System Monitor: 17” or higher Super Wide Screen WUXGA Optional Equipment: Flash Card Reader/Writer Internal (ALL-IN-ONE)

Page 52: SAN JOAQUIN COUNTY David M. Louis, Director PURCHASING … · Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 3

Furnish and Install 8-Ton Cooling Units at the San Joaquin General Hospital Bid 6715 Tuesday, January 4, 2011 Page 50 of 50

The attached technical specifications are the minimum requirements for this project. Bidder shall submit details on proposed Lap Top for approval. Bidder is responsible to provide all necessary software for the proper communications between the Lap Top and the Units.