May 29, 2012 Solicitation of quotations



Similar documents
SAMPLE SERVICES CONTRACT

INDEPENDENT CONTRACTORS AGREEMENT

QSP INFORMATION AT A GLANCE

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

14RFP00721B-WL, Small Business Market Availability Study

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Stephenson County, Illinois

Department of Purchasing & Contract Compliance

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

Department of Purchasing & Contract Compliance

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

How To Insure Construction Contracts In Northern California Schools Insurance Group

SECTION 3 AWARD AND EXECUTION OF CONTRACT

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

1. Applicants must provide information requested in the section titled Required Information.

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

CITY OF LEAWOOD. Independent Contractor Agreement

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

Schedule Q (Revised 1/5/15)

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

NORTH COUNTY TRANSIT DISTRICT

COC-Insurance Requirements Page 1 of 9

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Attachment A Terms and Conditions

NPSA GENERAL PROVISIONS

REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.

PURCHASE ORDER TERMS AND CONDITIONS

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

Sidewalk Rehabilitation Program

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Subcontractor Insurance & Licensing Requirements Please provide the items below

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES

BROKER AND CARRIER AGREEMENT

TABLE OF CONTENTS. Prefacej... 1

#5 Independent Contractor Form - With Insurance With Bonds

Request for Statements of Qualifications # for Electric Motor Repair

CONTRACT INSURANCE REQUIREMENTS

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

Attachment 4: Insurance Requirements

To receive consideration, bids must be submitted in accordance to the following instructions:

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

Request for Proposals Westchase District Monument Signs Repaneling Date Issued: August 10, 2015

REQUEST FOR PROPOSALS

INSURANCE REQUIREMENTS FOR VENDORS


Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

Attachment 4. Contractor Insurance Requirements

TERMS AND CONDITIONS HHC (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

Insurance & Bonding Requirements. Eastside Trail Extension

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT - OR -

REQUEST FOR INTEREST PHASE Reuse of Community Center Facilities

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES


REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval

EXHIBIT B. Insurance Requirements for Construction Contracts

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

Solicitation 02JW Oracle Consulting Services. Bid designation: Public

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)

City of Kirkland, WA - Contract For Aircraft Industry

AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR

Request for Proposals for Upgraded or Replacement Phone System

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

WASHINGTON SUBURBAN SANITARY COMMISSION

Request for Proposal. For Installation, Care and Maintenance of Landscape and Plant Materials at Specified Locations

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

Transcription:

RE CI OFN AL ADMINISTRATIVE CORPORATION JOSEPH P. BORT M ETROCENTER 101 EIGHTH STREET OAKLAND, CA 94607-4700 510/817.5700 TDDITTY 51 W81 7-5769 FAX 510/817.5848 vtetrnxiiitan Transportation (omnitssion Steve Hemrnger Prcsitknt Assoc thin ut Bay Area Governments Ezra Rapport Vic_c-Preideiit Sari Francisco Bay Area Rapid Transit District Grace Crunican Se rc,tar-treasurer San Francisco ft.iv Area Rapid 1 ransit District Jeff Ordway Assistant Se retarytrcasurer Dear Contractors: May 29, 2012 Solicitation of quotations The Regional Administrative Facility Corporation (RAFC) is inviting your company to respond to this Solicitation of Quotations (SOQ) for: As-Needed Electrical Services Interested parties must provide a quote on the attached Quotation Form (Attachment B), based on the attached Qualifications and Scope of Work (Attachment A) by FAX, mail or hand delivered no later than 4:00 p.m., June 15, 2012. Quotes received after that time and date will not be considered. The successful bidder shall provide As-Needed Electrical Services as described in Attachment A for the term of July 1, 2012 through June 30, 2013, with the option for RAFC to renew for two (2) additional one (1) year periods at a price to be negotiated. Quotes should be submitted to Thomas Lacap, Project Manager, MTC, Joseph P. Bort MetroCenter, 101 8t1 Street, Oakland, CA 94607, orby FAX: (510) 817-5848. A Mandatory Bidders Conference will be held on Wednesday, June 6, 2012, at 11:00 AM in the first floor room 171 conference room. The Bidders Conference will be followed by a walkthrough of the job site. Attendance at the Bidders Conference is mandatory. Bids will not be accepted from bidders who do not attend the Mandatory Bidders Conference. An award, if made, will be to the responsible bidder who submits the lowest quote on the attached Attachment B, Quotation Form as specificed. Selection of a Contractor does not guarantee a firm will be contacted or awarded any projects. References may be checked on any or all bidders. A copy of the terms and conditions of RAFC s standard Purchase Order (P0), which includes insurance, and bonding requirements, is included in this solicitation as Attachment C. RAFC s selection dispute procedures are attached as Attachment D. Submission of a quote indicates your acceptance of the terms and conditions of this SOQ. Please feel free to call Thomas Lacap at (510) 817-5852 if you have any questions.. Sincerely, St e nger Executive Director SR :TL J:\CONTRACT Procurements\Engineer&Architect\RAFC\SOQ\2012 Eectrical Services SOQ 2012 ftnal.doc

Page 2 ATTACHMENT A QUALIFICATIONS AND SCOPE OF WORK I. Minimum Qualifications & Mandatory Bidders Conference To be eligible to submit a bid, a bidder must: A. Have been regularly engaged in the business of providing electrical services for at least five (5) years; B. Have a sufficient number of qualified employees to guarantee prompt, efficient work; C. Possess and submit a current and active contractor s license to perform the type of work requested; and D. Have performed successfully, within the last five (5) years, at least five (5) projects of similar nature to the services described herein. II. Other Qualifications: In addition to the qualifications and experience of the Contractor, the Contractor must be able to: A. Perform any mutually agreed upon contractual duties as outlined in the Purchase Order (PO) with RAFC; B. Clearly communicate problems, observations and suggestions to the RAFC Project Manager on a regular basis as appropriate; C. Follow agreed-upon written procedures and the verbal instructions of building personnel, and D. Comply with all OSHA department requirements, as well as those required by the City of Oakland, Alameda County and/or any other environmental regulatory agency. Bidders may be required to verify these qualifications prior to the award of contract. III. Scope of Work Contractor will provide as-needed electrical services at the Joseph P. Bort MetroCenter, located at 101 8 th Street, Oakland, CA 94607. Please provide quotes on Attachment B for the following services: : A. Service calls during normal business hours (7:00 AM 5:00 PM, Monday- Friday) B. Service calls with 2 hour maximum response time to the facility following a service request outside of normal business hours (e.g., evenings, holidays, weekends) Electrical services include, but are not limited to:

Page 3 Lighting installation, maintenance & repairs Circuit installation, maintenance & repairs Parking lot lighting installation, maintenance & repairs AC circuit work, DC circuit work Transformer installation, maintenance & repairs Infrared electrical inspection & testing HVAC Motor control center installation, maintenance & repairs Electric motor & pump installation, inspection & repairs Circuit breaker installation, inspection & repairs Work with 600v, 480v, 277v, 240v, 220v, 120v circuits Tracing wiring problems and/or re-labeling existing panels Repair or replace photo cells Provide temporary power (such as generator) during an emergency if requested Contractor shall furnish all management, supervision, labor, supplies, materials, equipment, and tools required to perform the required services.

Page 4 ATTACHMENT B I. PRICE QUOTATION: QUOTATION FORM The undersigned Bidder shall comply with California Labor Code Sections 1720 et seq. and Title 8 of the California Code of Regulations Sections 16000 et seq. governing the payment of prevailing wages, as determined by the Director of the California Department of Industrial Relations for any/all construction work required under this RFP. In particular, the Bidder s attention is drawn to Labor Code Sections 1770 (payment of prevailing wage rate), 1775 (penalty for non-payment), 1776 (payroll records), and 1777.5 (use of apprentices). The undersigned Bidder also agrees he/she will contract with RAFC to provide all necessary labor, supervision, machinery, tools, apparatus and other means to do all the work and furnish all the materials specified in the contract in the manner and time therein prescribed, and that he/she will take in full payment the amount set forth hereon. The cost of all labor, and equipment necessary for the completion of the work, even though not shown or specified, shall be included in the price shown hereon. The award, if an award is made, will be to the responsible Bidder submitting the lowest responsive bid for bid item A, and not including bid item B, below. A. Hourly rates for electrical services as described in Attachment A during normal business hours (Monday through Friday 7:00 a.m. to 5:00 p.m.) B. Hourly rates for electrical services as described in Attachment A with 2 hour maximum response to the facility following a service request outside of normal business hours (e.g., evenings, holidays, weekends) $ * Per hour $ * Per hour *Includes all costs (to provide services listed in Attachment A, Qualifications and Scope of Work, and all labor, materials, equipment, shipping, disposal fees and all applicable surcharges such as taxes, shipping, permit/license, other disposal, travel, insurance, overhead and profit, indirect and direct fees, etc.) Materials and parts shall be reimbursed at cost. II. MINIMUM QUALIFICATIONS: Yes No Has your company been regularly engaged in the business of providing electrical services for at least five (5) years? Does your company have a sufficient number of qualified employees to guarantee prompt, efficient work? Does your company possess a current and active contractor s license to perform the type of work requested? If yes, list license #. Has your company performed successfully, within the last five (5) years, at least five (5) projects of similar nature to the services described herein?

Page 5 III. REFERENCES Please provide a minimum of five (5) separate references of contracts that the Contractor has completed. References must not be relatives of the Contractor's representative or owners. The references given must be for clients from the last five (5) years. The following information is required for each reference given (additional sheets may be used if necessary): 1. Client's Name Contact Person City & Zip Code Phone & Email 2. Client's Name Contact Person City & Zip Code Phone & Email 3. Client's Name Contact Person City & Zip Code Phone & Email 4. Client's Name Contact Person City & Zip Code Phone & Email 5. Client's Name Contact Person City & Zip Code Phone & Email

Page 6 IV. AFFIDAVIT & SIGNATURE OF AUTHORIZING OFFICIAL Name of Proposing Company City, State, Zip Phone Number Fax Number Email By signing below you acknowledge and agree to provide the required services, and comply with all the terms and conditions (including all applicable prevailing wage, insurance and bonding requirements) listed in this SOQ. Name of Authorizing Official Signature Date

Page 7 ATTACHMENT C GENERAL CONDITIONS FOR PURCHASE ORDERS 1. DEFINITIONS a. RAFC. Regional Administrative Facility Corporation, a California non-profit mutual benefit corporation whose members consist of the Association of Bay Area Governments (ABAG), the San Francisco Bay Area Rapid Transit District (BART), and the Metropolitan Transportation Commission (MTC). b. Supplier. The individual, firm, partnership, corporation or combination thereof to whom a Purchase Order is mailed or otherwise furnished by RAFC. c. Contract. The legal agreement between RAFC and the Supplier, which includes the terms of any written solicitation of Bids or Proposals and any deviation from the written specifications expressly accepted by RAFC; the Supplier s bid, proposal, or offer; and all terms and conditions set forth in this Purchase Order. In the event of a conflict between one or more provisions of the Contract, the more specific or stringent provision with respect to Supplier s performance of the work shall apply. 2. ACCEPTANCE OF OFFER This purchase order constitutes RAFC's acceptance of Supplier's offer and becomes a binding contract, as defined above, when it is signed by RAFC and mailed to Supplier. No revisions to or assignments of this order shall be valid unless in writing and signed by an authorized representative of RAFC. 3. PERFORMANCE OF WORK Supplier shall accomplish all the work and furnish all materials necessary for the completion of the work in a good, workmanlike and thorough manner and to the satisfaction of RAFC, in accordance with the Contract. 4. CONTRACT PRICE The firm fixed price(s) set out in this purchase order include full compensation to Supplier for performing all work required by the Contract, including all applicable federal, state and local taxes. 5. VARIATION IN QUANTITY, QUALITY OR PERFORMANCE Any variation in the quantity, quality or performance of any item or service called for by this order shall be grounds for termination by default by RAFC, as provided in 8a., unless approved by RAFC in writing. 6. PACKAGING AND CRATING All items shall be packed by Supplier in suitable containers for protection in shipment and storage. Prices set forth in this order include all charges for Supplier's packing, crating and marking for transportation to f.o.b. point. 7. INSPECTION AND ACCEPTANCE Inspection and acceptance will be at destination, unless otherwise provided. Until delivery and acceptance, and after any rejections, risk of loss will be on the Supplier. 8. TERMINATION a. If Supplier fails to comply with any of the Contract, or in the event Supplier becomes the subject

Page 8 of a proceeding under state or federal law for relief of creditors, or if Supplier makes an assignment for the benefit of creditors, RAFC shall have the right to hold Supplier in default and cancel this order in whole or in part. In each event, RAFC may obtain the items covered by the cancelled order from another Supplier and, if Supplier was selected as a result of a competitive procurement process, Supplier shall reimburse RAFC for the excess cost to RAFC, if any. b. Without affecting its right to cancel this order under paragraph (a) above, RAFC may terminate this order in whole or in part prior to shipment of goods or provision of services at no cost by providing written notice to the Supplier. In such event, MTC shall reimburse Supplier for non-recoverable costs incurred to date, not to exceed the Contract Price. 9. SCHEDULE Unless otherwise agreed, material commitments and production arrangements should not be made by Supplier in excess of the amount or in advance of the time necessary to meet the specified delivery schedule. Time is of the essence in filling this order, and it is Supplier's responsibility to comply with RAFC's delivery directions and/or schedule. Failure to deliver any item or provide any service called for by the contract within the time called for shall be grounds for termination for default as provided in 8.a. 10. INDEMNIFICATION Supplier shall indemnify and hold harmless RAFC, MTC, BART and ABAG and their commissioners, directors, officers, agents, and employees from and against all claims, demands, suits, loss, damage, injury and liability (including any and all costs and expenses incurred in connection therewith) incurred by reason of any negligent or otherwise wrongful act or omission of Supplier in connection with Supplier s performance of the Contract, including delivery of materials or equipment to RAFC, MTC, BART and ABAG at the time and point of delivery indicated when delivery is an obligation of Supplier under the Contract. 11. INSURANCE REQUIREMENT Supplier agrees to obtain and maintain at its own expense for the duration of the Agreement the following types of insurance against claims, damages or losses arising in connection with the performance of the Agreement, placed with insurers with a Best s rating of A-X or better: (1) Worker's Compensation Insurance, as required by the law, and Employer's Liability Insurance in an amount no less than $1,000,000, each with a waiver of subrogation in favor of RAFC; (2) Commercial General Liability Insurance, with a combined single limit of not less than $1,000,000 bodily injury and property damage, a combined single limit of not less than $1,000,000 for personal injury and advertising injury for any one occurrence, and $2,000,000 general aggregate; (3) Owned, Non-Owned and Hired Automobile Liability Insurance in an amount no less than $1,000,000 that contains liability Symbol 1 to provide coverage for any auto; and (4) Umbrella insurance in the amount of $5,000,000 providing excess limits over Employers Liability, Automobile Liability, and Commercial General Liability Insurance. The policy(ies) covering Commercial General Liability will contain an endorsement to include RAFC, MTC, ABAG, BART and their Commissioners, directors, officers, representatives, agents and employees as additional insureds for products and completed operations using endorsement form #CG2010 11/85 or comparable wording. Also, the endorsement must specify that such insurance is primary and that no RAFC, MTC, ABAG, or BART insurance will be called on to contribute to a loss. The issuing company must also provide a 30-day written notice to RAFC prior to cancellation of or material change to the required coverages. Certificates of insurance verifying the coverages and the required endorsements and signed by an authorized representative of the insurer must be delivered to

Page 9 RAFC prior to issuance of any payment under the Agreement by RAFC. Payment of any deductible or self-insured retention is the sole responsibility of the Consultant. 12. INJURY PROTECTION As part of the RAFC's Injury Prevention Program (IPP) established pursuant to California Labor Code Section 6401.7, you may be required to provide the contracting agency with a description of your IPP and, specifically, of your methods and procedures for identifying and using safe conditions and work practices at the worksite while performing specified work. 13. RESPONSIBILITY OF SUPPLIERS AND CONTRACTORS You shall be solely responsible for any and all of the work done by your subcontractors or employees, and all orders or instruction from RAFC shall be through you to them. You shall ensure that subcontractor and employees commence their work promptly at the agreed-upon time and carry it on with due diligence; and that any and all damage caused by them is promptly repaired or corrected by them or you at not cost to RAFC. You are solely responsible for payment of subcontracts. In no event shall RAFC have any responsibility or obligation to such subcontractors. 14. PAYMENT. You shall submit an invoice to RAFC within thirty (30) days after completion of work. RAFC will pay invoices no later than thirty (30) days after their receipt conditioned upon approval of the work done and the amount billed. All invoices shall be made in writing and delivered or mailed to RAFC as follow: Attention: Accounts Payable, Purchasing Regional Administrative Facility Corporation Joseph P. Bort MetroCenter 101 Eight Street Oakland, CA 94607-4700

Page 10 ATTACHMENT D SELECTION DISPUTES A bidder may protest the selection of a Contractor on the grounds that RAFC procedures, or applicable provisions of state or local law have been violated or inaccurately and/or inappropriately applied by RAFC by submitting to the Project Manager a written explanation of the basis for protest no later than three working days after the date on which contract award is authorized or the date the bidder is notified the contract award has been authorized to another bidder. The protest will be reviewed by RAFC staff and a response will be provided by the Section Director responsible for the procurement to the protesting bidder prior to issuance of a purchase order. The response may be appealed to the RAFC President, no later than three (3) working days after receipt of the written response from the Section Director. The RAFC President s decision will be the final agency decision.