county of santa clara - bidnet.com the county of santa clara (the “county”), is requesting bids...

47
COUNTY OF SANTA CLARA INVITATION TO BID (ITB) NO. ITB-FAF-FY16-0151 SANTA CLARA VALLEY HEALTH AND HOSPITAL SYSTEM (SCVHHS) BED BUILDING 1 (BB1) FOR OWNER FURNISHED CONTRACTOR INSTALLED EQUIPMENT (OFCI) ISSUED: MARCH 11, 2016 BIDS DUE: APRIL 13, 2016 AT 3:00 P.M., PACIFIC TIME AT THE COUNTY FACILITIES AND FLEET DEPARTMENT 2310 N. FIRST STREET, SUITE 200 SAN JOSE, CA 95131-1011 ITB CONTACT: KIM HUYNH; (408) 993-4632 [email protected] PROJECT MANAGER: SIVA P. DARBHAMULLA (408) 885-3381; [email protected] Page 1 of 47 Page 1 of 47

Upload: others

Post on 28-Oct-2019

2 views

Category:

Documents


0 download

TRANSCRIPT

COUNTY OF SANTA CLARA

INVITATION TO BID (ITB) NO. ITB-FAF-FY16-0151

SANTA CLARA VALLEY HEALTH AND HOSPITAL SYSTEM (SCVHHS) BED BUILDING 1 (BB1)

FOR OWNER FURNISHED CONTRACTOR INSTALLED EQUIPMENT (OFCI)

ISSUED: MARCH 11, 2016

BIDS DUE: APRIL 13, 2016 AT 3:00 P.M., PACIFIC TIME

AT THE COUNTY FACILITIES AND FLEET DEPARTMENT

2310 N. FIRST STREET, SUITE 200 SAN JOSE, CA 95131-1011

ITB CONTACT: KIM HUYNH; (408) 993-4632 [email protected]

PROJECT MANAGER: SIVA P. DARBHAMULLA

(408) 885-3381; [email protected]

Page 1 of 47Page 1 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

TABLE OF CONTENTS

Section Section Title I. Invitation II. Instructions to Bidders III. Specification & Requirement IV. Terms and Conditions Appendices: Documents to be submitted with ITB response Appendix A1 – ITB Bid Form Appendix A2 – Alternate/Equal Product Comparison Form Appendix A3 – Non-Collusion Declaration Appendix A4 – Declaration of Local Business Documents/appendices which are not submitted with ITB response Attachment 1 – Supplemental Terms and Conditions Attachment 2 - Preliminary Delivery Schedule Attachment 3 – Instructions for Equipment Delivery Attachment 4 – Site Location Map Documents to be submitted prior to award Appendix B1 – Insurance Requirements (Not Applicable)

Page 2 of 47Page 2 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

SECTION I. INVITATION INVITATION: The County of Santa Clara (the “County”), is requesting bids from prospective suppliers to provide, Owner Furnished Contractor Installed equipment (Equipment or Product) for Santa Clara Valley Health and Hospital Systems (SCVHHS ) Bed Building 1 (BB1) as specified in this Invitation to Bid (ITB). The result of this ITB is a one-time purchase order which shall be issued to the lowest responsible and responsive bidder. Equipment delivery: For detailed information related to delivery see Attachment 3, Instructions for Equipment Delivery. BACKGROUND:

a. SCVHHS Valley Medical Center

The Santa Clara Valley Medical Center (SCVMC is a public hospital owned and operated by the County of Santa Clara Health and Hospital System (SCCVHS). SCVMC is comprised of approximately 50 buildings in a campus environment. Bed Building 1 (BB1) is one of the replacement facility as part of the Santa Clara County’s hospital system meeting California state mandated seismic standards for acute care facilities.

b. SCVHHS Bed Building 1

BB1, located at 751 South Bascom Avenue, San Jose, CA 95128, is a hospital facility to provide acute care. The building will have 158 beds including 32 intensive care units, rehabilitation center, and in-patient care. The facility will house a pharmacy as well. The facility is scheduled to be operational by April 2017. The equipment included in this bid will be received and installed by the General Contractor, Turner Construction Company (TCCO).

SECTION II. INSTRUCTIONS TO BIDDERS 1. TERMINOLOGY:

The following are definitions of terms used in the ITB: “Bidder” means the entity, supplier, person, firm, or corporation submitting a bid. “Contractor” means the firm awarded a purchase order as a result of its bid.

“County” means County of Santa Clara. “County Procurement Department” means Facilities and Fleet Department (FAF)

“ITB” means Invitation to Bid. “Time” stated as number of days shall mean “calendar” days.

2. PREPARATION OF BID: 2.1 Bidder is requested to prepare bid using the ITB Bid Form provided by the County (see

attached Appendix A1) with any required attachments, exhibits, and any explanatory materials. All attachments and materials must identify the Bidder’s name, ITB number, and ITB page and section number on the cover page.

2.2 Bids must be completed in ink, typewritten, or printed using the ITB Bid Form. No erasures are permitted. Errors may be crossed out and corrections printed in ink or typewritten nearby and must be initialed in ink by person signing bid.

2.3 Time of delivery is a part of the bid and must be adhered to. Bidder shall meet the delivery schedule of this ITB.

2.4 Bids should be printed two-sided on 8-1/2” x 11” paper, wherever practical.

Page 3 of 47Page 3 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

2.5 All bids must be signed with the Bidder’s name or by a responsible officer or employee with the authority to bind the Bidder to contractual obligations. Obligations assumed by such signature must be fulfilled.

3. COSTS ASSOCIATED WITH ITB: All costs associated with the preparation, printing, and submittal of a response to this ITB shall be borne

by the Bidder. 4. BID DOCUMENT:

The following are incorporated into the ITB and constitute the bid document and are the instructions, terms and conditions: 4.1 Appendix A1 – ITB Bid Form 4.2 Appendix A2 – Alternate/Equal Product Comparison Form {as applicable} 4.3 Appendix A3 – Non-Collusion Declaration 4.4 Appendix A4 – Declaration of Local Business {as applicable} 4.5 Appendix B1 – Insurance Requirements {Not Applicable} 4.6 Attachment 1 – Supplemental Terms and Conditions 4.7 Attachment 2 – Preliminary Delivery Schedule 4.8 Attachment 3 – Instructions for Equipment Delivery 4.9 Attachment 4 – Site Location Map

5. ITB TENTATIVE SCHEDULE:

The following is an anticipated bid and engagement schedule.

03/11/2016 ITB posted on www.bidsync.com 03/31/2016 Last date to Submit Written Questions via Bid Sync

04/05/2016 Addendum (if applicable) via BidSync 04/13/2016 at 3:00 p.m. PST ITB Due Date and Time/Bid Opening 04/15/2016

Evaluation of Bids

05/10/2016

Contract Award

06/01/2016 thru 07/30/2016

Delivery/Installation

6. QUESTIONS AND ADDENDA:

6.1 Bidder shall post any questions on BidSync at www.bidsync.com. by the deadline specified in Paragraph 5, ITB Tentative Schedule.

6.2 The FAF Department will respond to inquiries deemed necessary and relevant to responding to the ITB in a written Addendum posted on BidSync. Bidders are responsible for checking BidSync for postings.

6.3 The ITB and addenda will be posted on Bid Sync’s website. Bidders may view and print the ITB and addenda by registering on Bid Sync’s website at www.bidsync.com.

6.4 The County is not liable for verbal responses, interpretations or representations. 6.5 The County makes no guarantee that any questions submitted will be answered before the ITB

closing date and time. 6.6 The County reserves the right to extend any deadlines, including the deadline for questions, by

posting an addendum to the ITB on BidSync. Bidders are responsible for checking the BidSync website for any addenda.

7. SUBMISSION OF BID:

7.1 Any bid not submitted on the provided County forms may be considered non-responsive. 7.2 Bids must be submitted by either sending a hard copy by mail or hand delivering as described

further below. Bids submitted in the following forms will not be accepted: Oral, telegraph,

Page 4 of 47Page 4 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

telephone, facsimile or electronic. 7.3 Bidder must submit the following documents with the bid in a sealed envelope by the ITB due

date and time specified in paragraph 5 of this section. • Appendix A1 – ITB Bid Form • Appendix A2 – Alternate/Equal Product Comparison Form {as required} • Appendix A3 – Non-Collusion Declaration • Appendix A4 – Declaration of Local Business {as applicable}

7.4 Apparent successful Bidder must submit the following document(s) within 10 days of notification of award by the County:

• Appendix B1 – Insurance Requirements {as applicable}

7.5 Bids submitted in response to this ITB must be delivered in a sealed envelope to the following address:

Bid# ITB-FAF-FY16-0151 Siva P. Darbhamulla

County of Santa Clara Facilities and Fleet Department County Center at Charcot 2310 N. First Street, Suite 200 San Jose, CA 95131-1011 7.6 If hand delivered, bid must be submitted in a sealed envelope to the County of Santa

Clara Charcot Center to receptionist located on the 2nd floor of the address listed in Paragraph 7.5 by the time and date specified in Paragraph 5, ITB Tentative Schedule. The County will reject any bids delivered after this time.

7.7 The ITB number must be prominently noted on the envelope/package, regardless of how the bid is delivered to the County.

7.8 All information submitted is subject to investigation, as well as to disclosure to third parties under the California Public Records Act.

8. MULTIPLE BIDS:

Only one bid will be accepted from any one Bidder.

9. PUBLIC BID OPENING: There will be a public bid opening at 3:05 p.m. on the ITB due date specified in schedule in Paragraph 5 at the location specified in Paragraph 7.5.

10. POINT OF CONTACT:

10.1 The Project Manager for this solicitation is Siva P. Darbhamulla at [email protected].

10.2 ITB contact is [email protected]. 10.3 Bidders are not permitted to contact any County departments, employees, or agencies in

regard to this ITB, other than the Point of Contact identified in Paragraph 10 herein.

11. LATE RESPONSES: In order to be considered, a bid must be received in the County Facilities and Fleet Department no later than the ITB due date and time. Bids that are hand delivered after the ITB Due Date and Time will not be considered. Bids that are received by U.S. mail or carrier service will be time/date stamped and will not be considered if they are received after the ITB Due Date and Time. Upon bidder’s written request, late bids will be returned unopened to the bidder at bidder’s own expense.

12. ACCEPTANCE OF BID:

The County may award a contract to a Bidder at any time within 120 days after the ITB Due Date and Time.

Page 5 of 47Page 5 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

13. NO WAIVER: The County’s failure to address errors or omissions in a bid or acceptance of a bid shall not constitute a waiver of any requirement of the ITB by the County.

14. WITHDRAWAL OR MODIFICATION OF BID:

14.1 Bidder may withdraw a bid by submitting a written request for bid withdrawal to the ITB Point of Contact in Paragraph 10 above prior to the ITB Due Date and Time. Bids that are withdrawn prior to the ITB Due Date and Time will be returned to Bidder, if requested, at Bidder’s own expense.

14.2 Bidder may replace or modify a bid (Replacement Bid) by withdrawing its original bid per Paragraph 14.1 and then submitting a replacement bid. The Replacement Bid must be submitted in a form and manner that complies with the requirements set forth in this ITB. The submittal of the replacement bid must be clearly identified as such and must occur prior to the ITB Due Date and Time.

14.3 No withdrawal requests or replacement bids will be allowed after the ITB Due Date and Time. 15. GROUNDS FOR REJECTION: Any false, incomplete or otherwise unresponsive statements in or in connection with a bid or any

documentation or other information supplied to the County by a Bidder shall be cause for rejection bid by the County or disqualification of the Bidder at the County’s sole discretion. Any judgment as to the significance of any falsity, incompleteness or unresponsiveness shall be made at the discretion of the County, and its judgment shall be final.

16. RESERVATION:

The County reserves the right to do any of the following at any time 16.1. To reject any and all bids; 16.2. Waive or correct any minor or inadvertent defect, irregularity, informality or technical error in

any bid or procedure, as part of the ITB; 16.3. Require bidder to submit breakdown of cost or pricing data provided in bid. 16.4. Accept bid for any item or group of items. 16.5. Terminate this ITB or any portion of the ITB process and issue a new ITB any time thereafter; 16.6. Extend any or all deadlines in the ITB, including the deadline for accepting bids; 16.7. Disqualify any Bidder on the basis of any real or apparent conflict of interest or evidence of

collusion that is disclosed by the bid or other data available to the County. Such disqualification is at the sole discretion of the County and its decision shall be final;

16.8. Reject the bid of any Bidder that is in breach of or in default under any other agreement with the County;

16.9. Reject any bid deemed by the County to be non-responsive and/or conditional; 16.10. Make such investigations as deemed necessary to determine if a Bidder is capable of meeting

contract requirements. The determination of the County as to the Bidder’s ability to perform is at the sole discretion of the County and its decision shall be final; and

16.11. Determine whether a bid meets, exceeds or does not meet County’s specification.

17. ITB EVALUATION CRITERIA: County’s will evaluate all bids received to determine which bidder is responsive and responsible. A bidder will be deemed to be responsive if it has submitted a bid that conforms in all material respects to the requirements of the Bid Documents. A bidder will be deemed to be responsible if the bidder: 17.1 Has the ability, capacity, experience and skill to provide the goods in accordance with the bid

specifications; 17.2 Has the ability to provide the goods promptly or within the time specified, without delay; 17.3 Has equipment, facilities and resources of such capacity and location to enable it to provide the

goods; 17.4 Has a record of satisfactory or better performance under prior contracts with the County and

other purchasers; and 17.5 Has complied with laws, regulations, guidelines and orders governing prior or existing contracts.

Page 6 of 47Page 6 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

17.6 Board Policy for Wage Theft Prevention

It is the policy of the County that all parties contracting with the County must comply with all applicable federal state, and local wage and hour laws, including, but not limited to, the Federal Fair Labor Standards Act, the California Labor Code, and any Minimum Wage Ordinance enacted by the County or any city within the County of Santa Clara. A potential contractor that has submitted a formal or informal bid to provide goods and/or services to the County may be disqualified if the potential contractor has been found, by a court or by final administrative action of an investigatory government agency, to have violated applicable wage and hour laws in the five years prior to the submission of a bid to provide goods and/or services. A current contractor found by a court or by final administrative action of an investigatory government agency to have violated applicable wage and hour laws, in the five years prior to or during the term of the contract with the County, may be in material breach of its contract with the County if the violation is not fully disclosed and/or satisfied per County guidelines and contract requirements. Such breach may serve as a basis for contract termination and/or any other remedies available under law, including a stipulated remediation plan.

17.7 An evaluation criteria of whether a bidder has complied with all applicable Federal, state, and local wage and hour laws and has satisfied any final judgments, decisions, or orders issued by a court or investigatory government agency finding that Bidder has violated any applicable wage and hour laws. If a Bidder has not satisfied any such judgments, decisions, or orders, the Bidder will not be deemed responsible.

17.8 A Declaration of Compliance with Wage Theft Prevention Policy. As part of completing this Declaration, a bidder is required to indicate by checking a box whether it has been found by a court or final administrative action of an investigatory government agency to have violated federal, state, or local wage and hour laws within the last five (5) years. If a Bidder indicates that it has, then the Bidder will not be deemed responsible.

18. PRICING: Prices should be stated in the units specified. If there is a discrepancy between the unit price and total or

extended price, the unit price shall prevail. 19. PROMPT PAYMENT DISCOUNT:

Prompt payment discounts shall not be considered in the evaluation of offers. However, any prompt payment discount offered will form a part of the award and will be taken by the County if payment is made within the discount period specified by the Bidder.

20. FOB POINT: Destination (freight prepaid and allowed).

21. BRAND NAME OR APPROVED EQUAL: Brand names and model numbers, if specified in the ITB, are for reference and descriptive purposes only.

Unless otherwise indicated, bids for alternate or equal items will be considered, provided the bid includes a detailed description of specifications of the product being offered, feature by feature. The description must clearly demonstrate how specifications of the product offered match the specifications of the product listed by brand name and/or model number in the ITB. Submission of descriptive literature (including, without limitation, marketing material) alone does not meet this requirement.

Determination of whether an item is equal to the items listed and/or meets the County’s specifications is

at the sole discretion of the County and its decision shall be final. 22. INTENT OF AWARD: If an award is made, the County intents to award a contract to only one successful bidder for all items

identified in the ITB.

Page 7 of 47Page 7 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

23. LOCAL PREFERENCE: In accordance with applicable sections of Board Policy, Section 5.6.5.2, in the formal solicitation of goods or services, the County of Santa Clara shall give responsive and responsible Local Businesses the preference described below. “Local Business” means a lawful business with a physical address and meaningful “production capability” located within the boundary of the County of Santa Clara. The term “production capability” means sales, marketing, manufacturing, servicing, or research and development capability that substantially and directly enhances the firm’s or bidder’s ability to perform the proposed contract. Post Office box numbers and/or residential addresses may not be used as the sole bases for establishing status as a “Local Business.” In the procurement of goods or services in which price is the determining factor for award of the contract, five percent (5%) shall be subtracted from a bid submitted by a responsive and responsible Local Business in determining the lowest responsive responsible bidder. If application of the 5% results in a Local Business bid being lower than the non-local business, the contract award shall be made to the Local Business at the Local Business’ original bid price If after applying the 5% discount, two or more competing vendors have bid the same price, local businesses shall be given preference.

This Local Business preference shall not apply to the following: 1. Public Works contracts 2. Where such a preference is precluded by local, state or federal law or regulation, 3. Contracts funded in whole or in part by a donation or gift to the County where special conditions

attached to the donation or gift prohibits or conflicts with this preference policy. The donation or gift must be approved or accepted by the Board of Supervisors in accordance with County policy, or

4. Contracts exempt from solicitation requirements under an emergency condition in accordance with board policy, state law and/or the County of Santa Clara Ordinance Code

In order to be considered for Local Preference, Bidder must complete and submit the Appendix A4, Declaration of Local Business with its ITB response.

24. TIE BIDS: A tie bid exists when two or more responsive and responsible Bidders submit bids with identical prices. If Local Preference is applicable and a tie bid exists after applying the 5% Local Business preference, the

contract shall be awarded to the Local Business. Otherwise, the contract shall be awarded, based upon the flip of a coin in the presence of at least one witness or all bids may be rejected and a new ITB issued.

SECTION III. SPECIFICATIONS AND REQUIREMENT The County is seeking a vendor to provide medical equipment included in the ITB Bid Form. The successful bidder shall include delivery with purchase of equipment and coordinate with the Owner’s delivery schedule. Specification requirements are defined in Appendix A2 of the ITB. The successful bidder is expected to closely coordinate with relevant County Project participants, including, but not limited to, the County’s Equipment Consultant, County’s General Contractor Turner Construction Company, County’s construction management representatives from AECOM/JKL Build, and other Contracted Vendors. Bidder shall familiar itself with the requirements of the Bid, including, but not limited to the following:

a. Supplementary Terms and Conditions (see Attachments) b. Delivery schedules and instructions (See Attachments) c. Site location (See Attachments)

Page 8 of 47Page 8 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

SECTION IV. TERMS AND CONDITIONS Bidders who take exception to any of the terms and conditions in the bid response will be deemed to have submitted a non-responsive bid; and the bid will be eliminated from consideration.

COUNTY OF SANTA CLARA STANDARD TERMS AND CONDITIONS

FOR AGREEMENT FOR ONE TIME PURCHASE OF GOODS AND RELATED SERVICES

1. NON-EXCLUSIVE AGREEMENT

The Agreement does not establish an exclusive contract between the County and the Contractor. The County expressly reserves rights to, without limitation, the following: the right to utilize others to provide products, support and services; the right to request proposals from others with or without requesting proposals from the Contractor; and the unrestricted right to bid any such product, support or service.

2. PRODUCTS

Contractor agrees to provide the County all goods on terms set forth in the Agreement, including all Exhibits that are attached to the Agreement and incorporated, as well as all necessary equipment and resources. However, this Agreement does not provide authority to ship goods. That authority shall be established by contract release purchase orders placed by the County and sent to Contractor throughout the term of the Agreement. Each and every contract release purchase order shall incorporate all terms of this Agreement and this Agreement shall apply to same.

ANY ADDITIONAL OR DIFFERENT TERMS OR QUALIFICATIONS SENT BY CONTRACTOR, INCLUDING, WITHOUT LIMITATION, IN MAILINGS, ATTACHED TO INVOICES OR WITH ANY GOODS SHIPPED, SHALL NOT BECOME PART OF THE CONTRACT BETWEEN THE PARTIES. COUNTY’S ACCEPTANCE OF CONTRACTOR’S OFFER IS EXPRESSLY MADE CONDITIONAL ON THIS STATEMENT.

Contractor shall provide to the County, all documentation and manuals relevant to the goods to be supplied, at no additional cost. Such documentation and shall be delivered either in advance of the delivery of goods or concurrently with the delivery of goods.

Employees and agents of Contractor, shall, while on the premises of the County, comply with all rules and regulations of the premises, including, but not limited to, security requirements.

If required, Contractor shall be responsible for installation, training and knowledge transfer activities in relation to the goods being supplied.

All equipment shall be delivered to a County site specified in the contract release purchase order, or if not so specified therein, in the Statement of Work/Specifications.

Contractor holds itself out as an expert in the subject matter of the Agreement. Contractor represents itself as being possessed of greater knowledge and skill in this area than the average person. Accordingly, Contractor is under a duty to exercise a skill greater than that of an ordinary person, and the manner in which performance is rendered will be evaluated in light of the Contractor’s superior skill. Contractor shall provide equipment and perform work in a professional manner consistent, at minimum, with industry standards.

Contractor represents that all prices, warranties, benefits and other terms being provided hereunder are fair, reasonable and commensurate with the terms otherwise being offered by Contractor to its current customers ordering comparable goods and services.

County does not guarantee any minimum orders.

3. NECESSARY ACTS AND FURTHER ASSURANCES

The Contractor shall at its own cost and expense execute and deliver such further documents and instruments and shall take such other actions as may be reasonably required or appropriate to evidence or carry out the intent and purposes of this Agreement.

Page 9 of 47Page 9 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

4. COUNTING DAYS

Days are to be counted by excluding the first day and including the last day, unless the last day is a Saturday, a Sunday, or a legal holiday, and then it is to be excluded.

5. PRICING

Unless otherwise stated, prices shall be fixed for the term of the Agreement, including all extensions. If any product listed in this Agreement is discontinued or upgraded prior to delivery, Contractor shall extend the same pricing towards a comparable replacement which is functionally equivalent or an upgraded version.

Exhibit _Pricing Form of the Agreement is the basis for pricing and compensation throughout the term of the Agreement.

Notwithstanding the above, if at any time during the term of the Agreement the Contractor offers special, promotional or reduced pricing when compared with the price paid by the County, County shall benefit from that pricing, and that pricing shall apply to the County at the same time that is offered to other entities. Contractor is required, on an ongoing basis, to inform the County of any such special, promotional or reduced pricing.

6. MODIFICATION

This Agreement or any contract release purchase order may be supplemented, amended, or modified only by the mutual agreement of the parties. No supplement, amendment, or modification of this Agreement contract release purchase order will be binding on County unless it is in writing and signed by County’s Procurement Director.

7. TIME OF THE ESSENCE

Time is of the essence in the delivery of goods by Contractor under this Agreement and any contract release purchase order. In the event that the Contractor fails to deliver goods and/or services on time, the Contractor shall be liable for any costs incurred by the County because of Contractor’s delay. For instance, County may purchase or obtain the goods and/or services elsewhere and the Contractor shall be liable for the difference between the price in the Agreement and the cost to the County; or County may terminate on grounds of material and Contractor shall be liable for County’s damages.

The Contractor shall promptly reimburse the County for the full amount of its liability, or, at County’s option, the County may offset such liability from any payment due to the Contractor under any contract with the County.

The rights and remedies of County provided herein shall not be exclusive and are in addition to any other rights and remedies provided by law. The acceptance by County of late or partial performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the rights or requirements for the complete and timely performance of any obligation remaining to be performed by the Contractor, or of any other claim, right or remedy of the County.

8. HAZARDOUS SUBSTANCES

If any product being offered, delivered or supplied to the County is listed in the Hazardous Substances List of the Regulations of the Director of Industrial Relations with the California Occupational Safety and Health Standards Board, or if the product presents a physical or health hazard as defined in the California Code of Regulations, General Industry Safety Order, Section 5194 (T8CCR), Hazard Communication, the Contractor must include a Material Safety Data Sheet (MSDS) with delivery, or shipment. Each MSDS must reference the contract/purchase order number, and identify the "Ship To Address". All shipments and containers must comply with the labeling requirements of Title 49, Code of Federal Regulations by identifying the hazardous

Page 10 of 47Page 10 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

substance, name and address of manufacturer, and appropriate hazard warning regarding potential physical safety and health hazard.

9. SHIPPING AND RISK OF LOSS

Goods shall be packaged, marked and otherwise prepared by Contractor in suitable containers in accordance with sound commercial practices. Contractor shall include an itemized packing list with each shipment and with each individual box or package shipped to the County. The packing list shall contain, without limitation, the applicable contract release purchase order number.

Unless otherwise specified in writing, all shipments by Contractor to County will be F.O.B. point of destination. Freight or handling charges are not billable unless such charges are referenced on the order. Transportation receipts, if required by contract release purchase order, must accompany invoice. Regardless of F.O.B. point, Contractor agrees to bear all risks of loss, injury, or destruction to goods and materials ordered herein which occur prior to delivery at County’s destination; and such loss, injury or destruction shall not release Contractor from any obligation hereunder.

Any shipments returned to the Contractor shall be delivered as F.O.B. shipping point.

10. INSPECTION AND RELATED RIGHTS

All goods and services are subject to inspection, testing, approval and acceptance by the County. Inspection shall be made within 60 days or a reasonable time after delivery, whichever period is longer. If the goods, services, or the tender of delivery fail in any respect to conform to the contract, the County may reject the entire tender, accept the entire tender, or, if the deliverables are commercially divisible, may, at its option, accept any commercial unit or units and reject the rest.

Contractor shall be responsible to reclaim and remove any rejected goods or items at its own expense. Should Contractor fail to reclaim or remove any rejected goods or items within a reasonable time, County shall, at its option dispose of such goods or items and require reimbursement from Contractor for any costs or expenses incurred.

In the event that the Contractor’s goods are not accepted by County, the Contractor shall be liable for any costs incurred by the County because of such failure by Contractor. For instance, County may purchase or obtain the goods elsewhere and the Contractor shall be liable for the difference between the price in the Agreement and the cost to the County, and any other costs incurred; or County may terminate for cause on grounds of material breach and Contractor shall be liable for County’s damages.

The Contractor shall promptly reimburse the County for the full amount of its liability, or, at County’s option, the County may offset such liability from any payment due to the Contractor under any contract with the County.

The rights and remedies of County provided herein shall not be exclusive and are in addition to any other rights and remedies provided by law. The acceptance by County of late or partial performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the rights or requirements for the complete and timely performance of any obligation remaining to be performed by the Contractor, or of any other claim, right or remedy of the County.

11. ADJUSTMENT BY COUNTY

The County reserves the right to waive a variation in specification of goods or services supplied by the Contractor. Contractor may request an equitable adjustment of payments to be made by County if County requires a change in the goods or services to be delivered. Any claim by the Contractor for resulting adjustment of payment must be asserted within 30 days from the date of receipt by the Contractor of the notification of change required by County; provided however, that the Procurement Director, if he/she decides that the facts justify such action, may receive and act upon any such claim asserted at any time prior to final payment made for goods and services supplied by Contractor. Where the cost of property made obsolete or excess as a result of a change is included in the Contractor’s claim for adjustment, the Purchasing Director

Page 11 of 47Page 11 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

shall have the right to prescribe the manner of disposition of such property. Nothing in this clause shall excuse performance by Contractor.

12. INVOICING

Contractor shall send to the County customer or department referenced in the individual contract release purchase order. Invoices for goods or services not specifically listed in the Agreement will not be approved for payment.

Invoices shall include: Contractor’s complete name and remit-to address; invoice date, invoice number, and payment term; County contract number; pricing per the Agreement; applicable taxes; freight charges allowed in the contract; and total cost.

Contractor and County shall make reasonable efforts to resolve all invoicing disputes within seven (7) days.

13. AVAILABILITY OF FUNDING

Upon award of the contract, the County is not obligated to issue a Purchase Order or place any orders against the contract subject to availability of funding. No legal liability on the part of the County shall arise in this regard.

14. PAYMENT

Payment shall be due Net 30 days from the date of acceptance of the goods ordered, or Net 30 days from the date of approval by County of correct and proper invoices, whichever date is later. Payment is deemed to have been made on the date when the County mails the warrant or initiates the electronic fund transfer.

Notwithstanding anything to the contrary, County shall not make payments prior to receipt of goods or services (i.e. the County will not make “advance payments”). Unless specified in writing in a contract release purchase order, the County will not accept partial delivery with respect to any purchase order. Any acceptance of partial delivery shall not waive any of County’s rights.

Sales tax shall be noted separately on every invoice. Items that are not subject to sales tax shall be clearly identified.

Contractor shall be responsible for payment of all state and federal taxes assessed on the compensation received under this Agreement and such payment shall be identified under the Contractor’s federal and state identification number(s).

The County does not pay Federal Excise Taxes (F.E.T). The County will furnish an exemption certificate in lieu of paying F.E.T. Federal registration for such transactions is: County #94-730482K. Contractor shall not charge County for delivery, drayage, express, parcel post, packing, cartage, insurance, license fees, permits, cost of bonds, or for any other purpose, unless expressly authorized by the County.

15. LATE PAYMENT CHARGES OR FEES

The Contractor acknowledges and agrees that the County will not pay late payment charges.

16. LIVING WAGE

Unless otherwise exempted or prohibited by law or County policy, where applicable, Contractors that contract with the County to provide Direct Services, developed pursuant to a formal Request for Proposals process, as defined in County of Santa Clara Ordinance Code Division B36 (“Division B36”) and Board Policy section 5.5.5.5 (”Living Wage Policy”), and their subcontractors, where the contract value is $100,000 or more (“Direct Services Contract”), must comply with Division B36 and the Living Wage Policy. Compliance and compensation for purposes of this provision includes, but is not limited to, components relating to fair compensation, earned sick leave, paid jury duty, fair workweek, worker retention, fair chance hiring, targeted

Page 12 of 47Page 12 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

hiring, local hiring, protection from retaliation, and labor peace. If Contractor and/or a subcontractor violates this provision, the Board of Supervisors or its designee may, at its sole discretion, take responsive actions including, but not limited to, the following:

a) Suspend, modify, or terminate the Direct Services Contract.

b) Require the Contractor and/or Subcontractor to comply with an appropriate remediation plan developed by the County.

c) Waive all or part of Division B36 or the Living Wage Policy.

This provision shall not be construed to limit an employee’s rights to bring any legal action for violation of the employee’s rights under Division B36 or any other applicable law. Further, this provision does not confer any rights upon any person or entity other than the Board of Supervisors or its designee to bring any action seeking the cancellation or suspension of a County contract. By entering into this contract, Contractor certifies that it is currently complying with Division B36 and the Living Wage Policy with respect to applicable contracts, and warrants that it will continue to comply with Division B36 and the Living Wage Policy with respect to applicable contracts.

17. WAGE THEFT PREVENTION

Wage Theft Prevention

(1) Compliance with Wage and Hour Laws: Contractor, and any subcontractor it employs to complete work under this Agreement, must comply with all applicable federal, state, and local wage and hour laws. Applicable laws may include, but are not limited to, the Federal Fair Labor Standards Act, The California Labor Code, and any local Minimum Wage Ordinance or Living Wage Ordinance.

(2) Final Judgments, Decisions, and Orders: For purposes of this Section, a “final judgment, decision, or order’ refers to one for which all appeals have been exhausted. Relevant investigatory government agencies included: the federal Department of Labor, the California Division of Labor Standard’s Enforcement, a local enforcement agency, or any other government entity tasked with the investigation and enforcement of wage and hour laws.

(3) Prior judgments against Contractor and/or its Subcontractors: BY SIGINING THIS AGREEMENT, CONTRACTOR AFFIRMS THAT IT HAS DISCLSOED ANY FINAL JUDGMENTS, DECISIONS, OR ORDERS FORM A COURT OR INVESTIGATOR GOVERNMENT AGENCY FINDING—IN THE FIVE YEARS PRIOR TO EXECUTING THIS AGREEMENT - THAT CONTRACTOR OR IT’S SUBCONTRACTOR(S) HAS VIOLATED ANY APPLICABLE WAGE AND HOUR LAWS. CONTRACTOR FURTHER AFFIRMS THAT IT OR ITS SUBCONTRACTOR(S) HAS SATISFIED AND COMPLIED WITH – OR HAS REACHED AGREEMENT WITH THE COUNTY REGARDING THE MANNER IN WHICH IT WILL SATISFY – ANY SUCH JUDGMENTS, DECISIONS OR ORDERS.

(4) Judgments During Term of Contract: If at any time during the term of this Agreement, a court or investigatory government agency issues a final judgment, decision, or order finding that Contractor or any subcontractor it employs to perform work under this Agreement has violated any applicable wage and hour law, or Contractor learns of such a judgment, decision, or order that was not previously disclosed, Contractor must inform the Office of the County Executive-Office of Countywide Contracting (OCCM), no more than 15 days after the judgment, decision, or order becomes final or of learning of the final judgment, decision or order. Contractor and its subcontractors shall promptly satisfy and comply with any such judgment, decision, or order, and shall provide the Office of the County Executive-OCCM with documentary evident of compliance with the final judgment, decision or order within 5 days of satisfying the final judgment, decision, or order. The County reserves the right to require Contractor to enter into an agreement with the County regarding the manner in which any such final judgment, decision or order will be satisfied.

(5) County’s Right to Withhold Payment: Where Contractor or any subcontractor it employs to perform work under this Agreement has been found in violation of any applicable wage and hour law by a final judgment, decision, or order of a court or government agency, the County reserves the right to withhold payment to Contractor until such judgment, decision, or order has been satisfied in full.

Page 13 of 47Page 13 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

(6) Material Breach: Failure to comply with any part of this Section constitutes a material breach of this Agreement. Such breach may serve as a basis for termination of this Agreement and/or any other remedies available under this Agreement and/or law.

(7) Notice to County Related to Wage Theft Prevention: Notice provided to the Office of the County Executive as required under this Section shall be addressed to: Office of the County Executive---OCCM; 70 West Hedding Street; East Wing, 11th Floor; San Jose, CA 95110. The Notice provisions of this Section are separate from any other notice provisions in this Agreement and, accordingly, only notice provided to the above address satisfies the notice requirements in this Section. The policy is found in Section 5.5.5.4 of the Board Policy, and reads as follows:

18. DISALLOWANCE

In the event the Contractor receives payment for goods or services, which payment is later disallowed by the County or state or federal law or regulation, the Contractor shall promptly refund the disallowed amount to the County upon notification. At County’s option, the County may offset the amount disallowed from any payment due to the Contractor under any contract with the County.

19. TERMINATION FOR CONVENIENCE

The County may terminate this Agreement or any contract release purchase order at any time for the convenience of the County by giving at least thirty (30) days written notice prior to the intended date of termination specifying the effective date and scope of such termination. If County determines that the Contractor’s actions contribute to the curtailment of an essential service or pose an immediate threat to life, health or property, County may terminate this Agreement immediately without penalty upon issuing either oral or written notice to the Contractor and without any opportunity to cure.

In no event shall the County be liable for costs incurred by the Contractor as a result of the termination or any loss of profits on the resulting order or portion thereof so terminated.

In the event of termination, all finished or unfinished documents, data, studies, maps, photographs, reports, and other materials (collectively referred to as “materials”) prepared by Contractor under this Agreement contract release purchase order shall become the property of the County and shall be promptly delivered to the County. Upon receipt of such materials, County shall pay the Contractor as full compensation for performance, the unit or pro rata price for the then-accepted portion of goods and/or services.

20. TERMINATION FOR CAUSE

County may terminate this Agreement or any contract release purchase order, in whole or in part, for cause upon thirty (30) days written notice to Contractor. For purposes of this Agreement, cause includes, but is not limited to, any of the following: (a) material breach of this Agreement or any contract release purchase order by Contractor, (b) violation by Contractor of any applicable laws or regulations; (c) assignment or delegation by Contractor of the rights or duties under this Agreement without the written consent of County or (d) less than perfect tender of delivery or performance by Contractor that is not in strict conformance with terms, conditions, specifications, covenants, representations, warranties or requirements in this Agreement or any contract release purchase order.

In the event of such termination, the Contractor shall be liable for any costs incurred by the County because of Contractor’s default. The Contractor shall promptly reimburse the County for the full amount of its liability, or, at County’s option, the County may offset such liability from any payment due to the Contractor under any contract or contract release purchase order with the County.

If, after notice of termination under the provisions of this clause, it is determined for any reason that the Contractor was not in default under this provisions of this clause, the County has the option to make its notice of termination pursuant to the Termination for Convenience clause and the rights and obligations of the parties would be in accordance with that provision.

Page 14 of 47Page 14 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

In lieu of terminating immediately upon contractor’s default, County may, at its option, provide written notice specifying the cause for termination and allow Contractor 10 days (or other specified time period by the County) to cure. If, within 10 days (or other specified time) after the County has given the Contractor such notice, Contractor has not cured to the satisfaction of the County, or if the default cannot be reasonably cured within that time period, County may terminate this Agreement at any time thereafter. County shall determine whether Contractor’s actions constitute complete or partial cure. In the event of partial cure, County may, at its option, decide whether to (a) give Contractor additional time to cure while retaining the right to immediately terminate at any point thereafter for cause; or (b) terminate immediately for cause.

21. TERMINATION FOR LACK OF APPROPRIATION The term of the agreement between Vendor and County, and the purchase of goods and/or services hereunder, are contingent on the appropriation of funds by the County. Should sufficient funds not be appropriated, this Agreement may be terminated by County at any time by providing Vendor with thirty (30) days written notice. In the event of such Termination for Lack of Appropriation, County shall be responsible only for any undisputed, unpaid balances for goods and/or services provided by Vendor and accepted by County prior to the effective date of termination. 22. EARLY TERMINATION Notwithstanding any other provision of this Agreement, County may terminate this Agreement by delivering to Vendor notice of the intent to terminate at least sixty (60) days prior to the intended date of termination. By such termination, neither County nor the Vendor may nullify obligations, if any, already incurred for performance or failure to perform prior to the date of the termination. Termination under this paragraph may be made with or without cause.

23. TERMINATION FOR BANKRUPTCY

If Contractor is adjudged to be bankrupt or should have a general assignment for the benefit of its creditors, or if a receiver should be appointed on account of Contractor’s insolvency, the County may terminate this Agreement immediately without penalty. For the purpose of this Section, bankruptcy shall mean the filing of a voluntary or involuntary petition of bankruptcy or similar relief from creditors; insolvency; the appointment of a trustee or receiver, or any similar occurrence reasonably indicating an imminent inability to perform substantially all of the party’s duties under this Agreement.

24. BUDGETARY CONTINGENCY

Performance and/or payment by the County pursuant to this Agreement is contingent upon the appropriation of sufficient funds by the County for services covered by this Agreement. If funding is reduced or deleted by the County for services covered by this Agreement, the County may, at its option and without penalty or liability, terminate this Agreement or offer an amendment to this Agreement indicating the reduced amount.

25. DISENTANGLEMENT

Contractor shall cooperate with County and County’s other contractors to ensure a smooth transition at the time of termination of this Agreement, regardless of the nature or timing of the termination. Contractor shall cooperate with County's efforts to ensure that there is no interruption of work required under the Agreement and no adverse impact on the supply of goods, provision of services or the County’s activities. Contractor shall return to County all County assets or information in Contractor’s possession.

For any software programs developed for use under the County's Agreement, Contractor shall provide a nonexclusive, nontransferable, fully-paid, perpetual, irrevocable, royalty-free worldwide license to the County, at no charge to County, to use, copy, and modify, all work or derivatives that would be needed in order to allow County to continue to perform for itself, or obtain from other providers, the services as the same might exist at the time of termination.

Page 15 of 47Page 15 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

County shall be entitled to purchase at net book value those Contractor assets used for the provision of services to or for County, other than those assets expressly identified by the parties as not being subject to this provision. Contractor shall promptly remove from County’s premises, or the site of the work being performed by Contractor for County, any Contractor assets that County, or its designee, chooses not to purchase under this provision.

Contractor shall deliver to County or its designee, at County’s request, all documentation and data related to County, including, but not limited to, the County Data and client files, held by Contractor, within sixty (60) days of the request, and after return of same, Contractor shall destroy all copies thereof not turned over to County, all at no charge to County.

26. DISPUTES

Except as otherwise provided in this Agreement, any dispute arising under this contract that is not disposed of by agreement shall be decided by the Board of Supervisors or designee, who shall furnish the decision to the Contractor in writing. The decision of the Board of Supervisors or designee shall be final and conclusive. The Contractor shall proceed diligently with the performance of the contract pending the Board of Supervisors’ or designee decision. The Board of Supervisors or designee shall not be required to decide issues that are legal or beyond his or her scope of expertise,

27. ACCOUNTABILITY

Contractors will be the primary point of contact for the manufacturer, deliverer or any subcontractors and assume the responsibility of all matters relating to the purchase, including those involving the manufacturer and deliverer or any subcontractor, as well as payment issues. If issues arise, the Contractor must take immediate action to correct or resolve the issues.

28. NO ASSIGNMENT, DELEGATION OR SUBCONTRACTING WITHOUT PRIOR WRITTEN CONSENT

Contractor may not assign any of its rights, delegate any of its duties or subcontract any portion of its work or business under this Agreement or any contract release purchase order without the prior written consent of County. No assignment, delegation or subcontracting will release Contractor from any of its obligations or alter any of its obligations to be performed under the Agreement. Any attempted assignment, delegation or subcontracting in violation of this provision is voidable at the option of the County and constitutes material breach by Contractor.

As used in this provision, "assignment" and "delegation" means any sale, gift, pledge, hypothecation, encumbrance, or other transfer of all or any portion of the rights, obligations, or liabilities in or arising from this Agreement to any person or entity, whether by operation of law or otherwise, and regardless of the legal form of the transaction in which the attempted transfer occurs.

29. MERGER AND ACQUISITION

The terms of this Agreement will survive an acquisition, merger, divestiture or other transfer of rights involving Contractor. In the event of an acquisition, merger, divestiture or other transfer of rights Contractor must ensure that the enquiring entity or the new entity is legally required to:

A. Honor all the terms negotiated in this Agreement and any pre-acquisition or pre-merger Agreement between Contractor and the County, including but not limited to a) established pricing and fees; b) guaranteed product support until the contract term even if a new product is released; and c) no price escalation during the term of the contract.

B. If applicable, provide the functionality of the software in a future, separate or renamed product, if the acquiring entity or the new entity reduces or replaces the functionality, or otherwise provide a

Page 16 of 47Page 16 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

substantially similar functionality of the current licensed product. The County will not be required to pay any additional license or maintenance fee.

C. Give 30-days written notice to the County following the closing of an acquisition, merger, divestiture or other transfer of right involving Contractor.

30. COMPLIANCE WITH ALL LAWS & REGULATIONS

Contractor shall comply with all laws, codes, regulations, rules and orders (collectively, "Regulations") applicable to the goods and/or services to be provided hereunder. Contractor’s violation of this provision shall be deemed a material default by Contractor, giving County a right to terminate the contract. Examples of such Regulations include but are not limited to California Occupational Safety and Health Act of 1973, Labor Code §6300 et. seq. the Fair Packaging and Labeling Act. and the standards and regulations issued there under. Contractor agrees to indemnify and hold harmless the County for any loss, damage, fine, penalty, or any expense whatsoever as a result of Contractor’s failure to comply with the act and any standards or regulations issued there under.

31. FORCE MAJEURE

Neither party shall be liable for failure of performance, nor incur any liability to the other party on account of any loss or damage resulting from any delay or failure to perform all or any part of this Agreement if such delay or failure is caused by events, occurrences, or causes beyond the reasonable control and without negligence of the parties. Such events, occurrences, or causes will include Acts of God/Nature (including fire, flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of foreign enemies, hostilities (whether war is declared or not), civil war, riots, rebellion, revolution, insurrection, military or usurped power or confiscation, terrorist activities, nationalization, government sanction, lockout, blockage, embargo, labor dispute, strike, interruption or failure of electricity or telecommunication service.

Each party, as applicable, shall give the other party notice of its inability to perform and particulars in reasonable detail of the cause of the inability. Each party must use best efforts to remedy the situation and remove, as soon as practicable, the cause of its inability to perform or comply.

The party asserting Force Majeure as a cause for non-performance shall have the burden of proving that reasonable steps were taken to minimize delay or damages caused by foreseeable events, that all non-excused obligations were substantially fulfilled, and that the other party was timely notified of the likelihood or actual occurrence which would justify such an assertion, so that other prudent precautions could be contemplated.

The County shall reserve the right to terminate this Agreement and/or any applicable order or contract release purchase order upon non-performance by Contractor. The County shall reserve the right to extend the agreement and time for performance at its discretion.

32. CONFLICT OF INTEREST

Contractor warrants that it presently has no interest and shall not acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of services required under this Agreement.

33. INDEPENDENT CONTRACTOR

Contractor shall supply all goods and/or perform all services pursuant to this Agreement as an independent contractor and not as an officer, agent, servant, or employee of County. Contractor shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors, and subcontractors, if any. Nothing herein shall be considered as creating a partnership or joint venture between the County and Contractor. No person performing any services and/or supplying all goods shall be considered an officer, agent, servant, or employee of County, nor shall any such person be entitled to any benefits available or granted to employees of the County.

Page 17 of 47Page 17 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

Contractor is responsible for payment to sub-contractors and must monitor, evaluate, and account for the sub-contractor(s) services and operations.

34. INSURANCE

Contractor shall maintain insurance coverage pursuant to the exhibit setting forth insurance requirements, if such exhibit is attached to the Agreement.

35. WORKER’S COMPENSATION Without limiting Vendor’s indemnification of the County pursuant to Section 36; and when Insurance requirements pursuant to Section 34 are excluded in the Agreement, the Vendor shall provide and maintain, at its own expense, insurance policies with the coverage requirements for its workers and subcontractor workers California Worker’s Compensation insurance per Labor Code §3700.

36. DAMAGE AND REPAIR BY CONTRACTOR

Any and all damages caused by Contractor’s negligence or operations shall be repaired, replaced or reimbursed by Contractor at no charge to the County. Repairs and replacements shall be completed within 72 hours of the incident unless the County requests or agrees to an extension or another time frame. The cleanup of all damage related to accidental or intentional release of any/all non-hazardous or hazardous material (e.g. hydraulic fluid, fuel, grease, etc.) from Contractor’s vehicles or during performance shall be the responsibility of the Contractor. All materials must be cleaned up in a manner and time acceptable to County (completely and immediately to prevent potential as well as actual environmental damage). Contractor must immediately report each incident to the County’s Board of Supervisors or designee. Damage observed by Contractor, whether or not resulting from Contractor’s operations or negligence shall be promptly reported by Contractor to County. County may, at its option, approve and/or dictate the actions that are in County’s best interests.

37. LIENS, CLAIMS, AND ENCUMBRANCES AND TITLE

The Contractor represents and warrants that all the goods and materials ordered and delivered are free and clear of all liens, claims or encumbrances of any kind. Title to the material and supplies purchased shall pass directly from Contractor to County at the F.O.B. point, subject to the right of County to reject upon inspection.

38. ASSIGNMENT OF CLAYTON ACT, CARTWRIGHT ACT CLAIMS

Contractor hereby assigns to the County all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the Contractor for sale to the County pursuant to this Agreement.

39. INDEMNITY

County shall not be liable for, and Contractor shall defend, indemnify and hold harmless County and the employees and agents of County (collectively, "County Parties") against any and all claims, demands, liability, judgments, awards, fines, mechanics' liens or other liens, labor disputes, losses, damages, expenses, charges or costs of any kind or character, including without limitation attorneys' fees and court costs (hereinafter collectively referred to as "Claims"), related to and arising either directly or indirectly from any act, error, omission or negligence of Contractor or its contractors, licensees, agents, servants or employees, excepting only Claims caused by the sole negligence or willfulness of County Parties. The Contractor shall reimburse the County for all costs, attorneys' fees, expenses and liabilities incurred with respect to any litigation in which the Contractor is obligated to indemnify, defend and hold harmless the County under its agreement with the County.

Page 18 of 47Page 18 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

40. INTELLECTUAL PROPERTY INDEMNITY

Contractor represents and warrants for the benefit of the County and its users that it is the exclusive owner of all rights, title and interest in the product or services to be supplied. Contractor shall, at its own expense, indemnify, defend, settle, and hold harmless the County and its agencies against any claim or potential claim that any good, (including software) and/or service, or County’s use of any good (including software) and/or service, provided under this Agreement infringes any patent, trademark, copyright or other proprietary rights, including trade secret rights. Contractor shall pay all costs, damages and attorneys’ fees that a court awards as a result of any such claim.

41. WARRANTY

Any goods and/or services furnished under this Agreement shall be covered by the most favorable commercial warranties that Contractor gives to any of its customers for the same or substantially similar goods and/or services. Any warranties so provided shall supplement, and shall not limit or reduce, any rights afforded to County by any clause in this Agreement, any applicable Uniform Commercial Code warranties, including, without limitation, Implied Warranty of Merchantability and Implied Warranty of Fitness for a Particular Purpose as well as any other express warranty.

Contractor expressly warrants that all goods supplied shall be new, suitable for the use intended, of the grade and quality specified, free from all defects in design, material and workmanship, in conformance with all samples, drawings, descriptions and specifications furnished by the County, in compliance with all applicable federal, state and local laws and regulations and free of liens, claims and encumbrances. Contractor warrants that all services shall strictly conform to the County’s requirements.

Contractor shall immediately replace or repair any good not conforming to any warranty, or provide services to conform to County’s requirements. If after notice, Contractor fails to repair or replace goods, or to provide services to conform to County’s requirements, Contractor shall promptly refund to County the full purchase price paid by the County. This remedy is non-exclusive of other remedies and rights that may be exercised by the County. Claims for damages may include direct damages, such as cost to repair, as well as incidental and consequential damages.

During the provision of goods and services, Contractor may not disclaim any warranty, express or implied, and any such disclaimer shall be void. Additionally, the warranties above shall not be deemed to exclude Contractor’s standard warranties or other rights and warranties that the County may have or obtain.

42. COOPERATION WITH REVIEW

Contractor shall cooperate with County’s periodic review of Contractor’s performance. Contractor shall make itself available onsite to review the progress of the project and Agreement, as requested by the County, upon reasonable advanced notice.

Contractor agrees to extend to the County or his/her designees and/or designated auditor of the County, the right to monitor or otherwise evaluate all work performed and all records, including service records and procedures to assure that the project is achieving its purpose, that all applicable County, State, and Federal regulations are met, and that adequate internal fiscal controls are maintained.

43. AUDIT RIGHTS

Pursuant to California Government Code Section 8546.7, the parties acknowledge and agree that every contract involving the expenditure of public funds in excess of $10,000 may be subject to audit by the State Auditor.

Page 19 of 47Page 19 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

All payments made under this Agreement shall be subject to an audit at County’s option, and shall be adjusted in accordance with said audit. Adjustments that are found necessary as a result of auditing may be made from current billings.

The Contractor shall be responsible for receiving, replying to, and complying with any audit exceptions set forth in any County audits. The Contractor shall pay to County the full amount of any audit determined to be due as a result of County audit exceptions. This provision is in addition to other inspection and access rights specified in this Agreement.

44. ACCESS AND RETENTION OF RECORDS AND PROVISION OF REPORTS

Contractor shall maintain financial records adequate to show that County funds paid were used for purposes consistent with the terms of the contract between Contractor and County. Records shall be maintained during the terms of the Agreement and for a period of four (4) years from its termination, or until all claims have been resolved, whichever period is longer, unless a longer period is required under any contract.

All books, records, reports, and accounts maintained pursuant to the Agreement , or related to the Contractor's activities under the Agreement, shall be open to inspection, examination, and audit by County, federal and state regulatory agencies, and to parties whose Agreements with the County require such access. County shall have the right to obtain copies of any and all of the books and records maintained pursuant to the Agreement, upon the payment of reasonable charges for the copying of such records.

Contractor shall provide annual reports that include, at a minimum, (i) the total contract release purchase order value for the County as a whole and individual County departments, and (ii) the number of orders placed, the breakdown (by customer ID/department and County) of the quantity and dollar amount of each product and/or service ordered per year. Annual reports must be made available no later than 30 days of the contract anniversary date unless otherwise requested.

Contractor shall also provide quarterly reports to the County that show a breakdown by contract release purchase order (i) the order date (ii) ship date (iii) estimated arrival date (iv) actual arrival date (v) list of products, services and maintenance items and (vi) the number and details of problem/service calls and department name that each such call pertains to (including unresolved problems). Quarterly reports must be made available to the County in electronic format, two (2) business days after the end of each quarter unless otherwise requested.

45. ACCESS TO BOOKS AND RECORDS PURSUANT TO THE SOCIAL SECURITY ACT

Access to Books and Records: If and to the extent that, Section 1861 (v) (1) (1) of the Social Security Act (42 U.S.C. Section 1395x (v) (1) (1) is applicable, Contractor shall maintain such records and provide such information to County, to any payor which contracts with County and to applicable state and federal regulatory agencies, and shall permit such entities and agencies, at all reasonable times upon request, to access books, records and other papers relating to the Agreement hereunder, as may be required by applicable federal, state and local laws, regulations and ordinances. Contractor agrees to retain such books, records and information for a period of at least four (4) years from and after the termination of this Agreement. Furthermore, if Contractor carries out any of its duties hereunder, with a value or cost of Ten Thousand Dollars ($10,000) or more over a twelve (12) month period, through a subcontract with a related organization, such subcontract shall contain these same requirements. This provision shall survive the termination of this Agreement regardless of the cause giving rise to the termination.

46. COUNTY NO-SMOKING POLICY

Contractor and its employees, agents and subcontractors, shall comply with the County’s No-Smoking Policy, as set forth in the Board of Supervisors Policy Manual section 3.47 (as amended from time to time), which prohibits smoking: (1) at the Santa Clara Valley Medical Center Campus and all County-owned and operated health facilities, (2) within 30 feet surrounding County-owned buildings and leased buildings where the County is the sole occupant, and (3) in all County vehicles.

Page 20 of 47Page 20 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

47. BEVERAGE NUTRITIONAL CRITERIA

If Contractor provides beverages through or for County departments, County programs, County-sponsored meetings or events, or at County owned/operated facilities, Contractor shall not use County funds to purchase beverages that do not meet the County’s nutritional beverage criteria, if applicable. The six categories of nutritional beverages that meet these criteria are (1) water with no additives; (2) 100% fruit juices with no added sugars, artificial flavors or colors (limited to a maximum of 10 ounces per container); (3) dairy milk, non-fat, 1% and 2% only, no flavored milks; (4) plant derived (i.e., rice, almond, soy, etc.) milks (no flavored milks); (5) artificially-sweetened, calorie-reduced beverages that do not exceed 50 calories per 12-ounce container (teas, electrolyte replacements); and (6) other non-caloric beverages, such as coffee, tea, and diet sodas. These criteria may be waived in the event of an emergency or in light of medical necessity.

48. NON-DISCRIMINATION

Contractor shall comply with all applicable Federal, State, and local laws and regulations, including Santa Clara County’s policies, concerning nondiscrimination and equal opportunity in contracting. Such laws include, but are not limited to, the following: Title VII of the Civil Rights Act of 1964 as amended; Americans with Disabilities Act of 1990; The Rehabilitation Act of 1973 (§§ 503 and 504); California Fair Employment and Housing Act (Government Code §§ 12900 et seq.); and California Labor Code §§ 1101 and 1102. Contractor shall not discriminate against any employee, subcontractor or applicant for employment because of age, race, color, national origin, ancestry, religion, sex/gender, sexual orientation, mental disability, physical disability, medical condition, political beliefs, organizational affiliations, or marital status in the recruitment, selection for training including apprenticeship, hiring, employment, utilization, promotion, layoff, rates of pay or other forms of compensation. Nor shall Contractor discriminate in provision of services provided under this contract because of age, race, color, national origin, ancestry, religion, sex/gender, sexual orientation, mental disability, physical disability, medical condition, political beliefs, organizational affiliations, or marital status. Contractor’s violation of this provision shall be deemed a material default by Contractor giving County a right to terminate the contract for cause.

50. DEBARMENT

Contractor represents and warrants that it, its employees, contractors, subcontractors or agents (collectively “Contractor”) are not suspended, debarred, excluded, or ineligible for participation in Medicare, Medi-Cal or any other federal or state funded health care program, if applicable, or from receiving Federal funds as listed in the List of Parties Excluded from Federal Procurement or Non-procurement Programs issued by the Federal General Services Administration. Contractor must within 30 calendar days advise the County if, during the term of this Agreement, Contractor becomes suspended, debarred, excluded or ineligible for participation in Medicare, Medi-Cal or any other federal or state funded health care program, as defined by 42. U.S.C. 1320a-7b(f), or from receiving Federal funds as listed in the List of Parties Excluded from Federal Procurement or Non-procurement Programs issued by the Federal General Services Administration. Contractor will indemnify, defend and hold the County harmless for any loss or damage resulting from the conviction, debarment, exclusion or ineligibility of the Contractor.

51. CALIFORNIA PUBLIC RECORDS ACT

The County is a public agency subject to the disclosure requirements of the California Public Records Act (“CPRA”). If Contractor’s proprietary information is contained in documents or information submitted to County, and Contractor claims that such information falls within one or more CPRA exemptions, Contractor must clearly mark such information “CONFIDENTIAL AND PROPRIETARY,” and identify the specific lines containing the information. In the event of a request for such information, the County will make best efforts to provide notice to Contractor prior to such disclosure. If Contractor contends that any documents are exempt from the CPRA and wishes to prevent disclosure, it is required to obtain a protective order, injunctive relief or other appropriate remedy from a court of law in Santa Clara County before the County’s deadline for responding to the CPRA request. If Contractor fails to obtain such remedy within County’s deadline for responding to the CPRA request, County may disclose the requested information.

Page 21 of 47Page 21 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

Contractor further agrees that it shall defend, indemnify and hold County harmless against any claim, action or litigation (including but not limited to all judgments, costs, fees, and attorneys’ fees) that may result from denial by County of a CPRA request for information arising from any representation, or any action (or inaction), by the Contractor.

52. SEVERABILITY

Should any part of the Agreement between County and the Contractor or any individual contract release purchase order be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect the validity of the remainder of the Agreement or any individual contract release purchase order which shall continue in full force and effect, provided that such remainder can, absent the excised portion, be reasonably interpreted to give the effect to the intentions of the parties.

53. NON-WAIVER

No waiver of a breach, failure of any condition, or any right or remedy contained in or granted by the provisions of this Agreement will be effective unless it is in writing and signed by County. No waiver of any breach, failure, right, or remedy will be deemed a waiver of any other breach, failure, right, or remedy, whether or not similar, nor will any waiver constitute a continuing waiver unless the writing signed by the County so specifies.

54. USE OF COUNTY’S NAME FOR COMMERCIAL PURPOSES

Contractor may not use the name of the County or reference any endorsement from the County in any fashion for any purpose, without the prior express written consent of the County as provided by the Board of Supervisors or designee.

55. HEADINGS AND TITLES

The titles and headings in this Agreement are included principally for convenience and do not by themselves affect the construction or interpretation of any provision in this Agreement, nor affect any of the rights or obligations of the parties to this Agreement.

56. HANDWRITTEN OR TYPED WORDS

Handwritten or typed words have no greater weight than printed words in the interpretation or construction of this Agreement.

57. AMBIGUITIES

Any rule of construction to the effect that ambiguities are to be resolved against the drafting party does not apply in interpreting this Agreement.

58. ENTIRE AGREEMENT

This Agreement and its Exhibits constitute the final, complete and exclusive statement of the terms of the agreement between the parties. It incorporates and supersedes all the agreements, covenants and understandings between the parties concerning the subject matter hereof, and all such agreements, covenants and understandings have been merged into this Agreement. No prior or contemporaneous agreement or understanding, verbal or otherwise, of the parties or their agents shall be valid or enforceable unless embodied in this Agreement.

Page 22 of 47Page 22 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

59. EXECUTION & COUNTERPARTS

This Agreement may be executed in one or more counterparts, each of which will be considered an original, but all of which together will constitute one and the same instrument. The parties agree that this Agreement, its amendments, and ancillary agreements to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature must be treated in all respects as having the same effect as an original signature. The original signature copy must be sent to the County by United States Postal Service mail, sent by courier or delivered by hand.

60. NOTICES

All deliveries, notices, requests, demands or other communications provided for or required by this Agreement shall be in writing and shall be deemed to have been given when sent by registered or certified mail, return receipt requested; when sent by overnight carrier; or upon email confirmation to sender of receipt of a facsimile communication which is followed by a mailed hard copy from sender. Notices shall be addressed to the individuals identified in the Key Provisions of the Agreement as the County Contract Administrator and the Supplier Contact. Each party may designate a different person and address by sending written notice to the other party, to be effective no sooner than ten (10) days after the date of the notice.

61. ACCOUNT MANAGER

Contractor must assign an Account Manager to the County upon execution of the Agreement to facilitate the contractual relationship, be fully responsible and accountable for fulfilling the County’s requirements. Contractor represents and warrants that such person will ensure that the County receives adequate pre- and post-sales support, problem resolution assistance and required information on a timely basis.

62. SURVIVAL

All representations, warranties, and covenants contained in this Agreement, or in any instrument, certificate, exhibit, or other writing intended by the parties to be a part of their Agreement, will survive the termination of this Agreement.

63. GOVERNING LAW, JURISDICTION AND VENUE

This Agreement shall be construed and interpreted according to the laws of the State of California, excluding its conflict of law principles. Proper venue for legal actions shall be exclusively vested in state court in the County of Santa Clara. The parties agree that subject matter and personal jurisdiction are proper in state court in the County of Santa Clara, and waive all venue objections.

64. BUSINESS ASSOCIATE PROVISION Vendor will treat all patient information as confidential and comply with any applicable laws concerning the confidentiality of patient information per Attachment 2 – Business Associate Agreement (HIPAA). 65. ELECTRONIC COPY OF SIGNED AGREEMENT All parties agree that an electronic copy of a signed contract shall have the same force and effect as an original signed contract provided that the Contractor agrees to deliver to the County the original signed contract within 7 business days of sending an electronic copy. The term “electronic copy” for purposes of this provision refers to a transmission by facsimile or electronic mail in a portable document format. 66. AUTHORITY Each party executing the Agreement on behalf of such entity represents that he or she is duly authorized to execute and deliver this Agreement on the entity’s behalf, including the entity’s Board of Directors or

Page 23 of 47Page 23 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

Executive Director. This Agreement shall not be effective or binding unless approved in writing by the County Board of Supervisors, or authorized designee, as evidenced by their signature as set forth in this Agreement.

Page 24 of 47Page 24 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

Appendix A1ITB BID FORM

1

2

3

4

5

6

7

8

9

Except for completing the Bid Form as per INSTRUCTED, Bidder shall not alter any information on the Bid Form. An altered Bid Form may be rendered "NON-RESPONSIVE".

The basis of award of the bid is by "Grouping". All Items listed in each Group form a single Group for this Bid. A Bidder must Bid by Group(s). Omission of any Item in the group will make

the Bid "NON-RESPONSIVE for that Group."

Unless a Bidder indicates "Yes" to the "All or Nothing Bid" option on the Bid Form, the Bid will be considered to contain independent bid offer for each Group.

The Prompt Payment Discount offer will not be considered in the evaluation of Bids. However, the Prompt Payment Discount offer will be included in the contract with successful

Bidder(s) at the time of award of contract and purchase oprder by the County.

BID FORM INSTRUCTIONS

An MS-Office Excel format Bid Form is provided for Bidder's convenience. The Bidder must use the electronic Bid Form to complete their bid.

Bidder shall enter the unit price for each Bid Item (in shaded column), which shall include all costs including freight. Extended Price, Subtotal, CA Sales Tax, and GRAND TOTAL are

mathematically computed and shall not be altered. Bidder shall verify the computations and confirm for accuracy.

Completed Bid Form must be printed, signed by Bidder's Authorized Representative, and submitted with the Bid. Unsigned Bid Form may render the Bid "NON-RESPONSIVE".

Bidder is enouraged to submit the electronic Bid Form form for Owner's convenience.

Basis of Design, Model, and Part Number are specified for each Bid Item. Bidder, who offers an Alternate or Equal Product must complete information on Appendix A2, Model

Comparison Form. Failure to complete and sign Appendix 2, Model Comparison Form may render the Bid "NON-RESPONSIVE".

ITB - BB1 OFCI EQUIPMENT Page 25 of 47Page 25 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

Appendix A1ITB BID FORM

Bid Item

No.Item Description Basis of Design Model/Part No. Equip ID Qty. (UOM) - (EA, LOT) Unit Price Extended Price

1 Wall-Mounted Triple Glove Box Dispenser Bowman, Model No. GP-015 DISPG48 39 EA -$ -$

2 Wall-Mounted Single Glove Box Dispenser Bowman Model GB-144 DISPG60 504 EA -$ -$

3 Wall-Mounted Triple Glove Box DispenserBowamn Model GP-107 Triple

Space SaverDISPG63 17 EA -$ -$

-$ -$ -$

-$

Bid Item

No.Item Description Basis of Design Model/Part No. Equip ID Qty. (UOM) - (EA, LOT) Unit Price Extended Price

1 Medical Countertop Refrigerator, 1.8 cu.ft. Follett Corporation, Model REF2 REFCT12 15 EA -$ -$

1a Wall Mount Kit for Countertop Refrigerator (REF2)Follett Corporation, Wall Mount Kit, Item

00969949REFCT12A 15 EA Included in 1 NA

2 One-Door Pharmacy Refrigerator Follett Corporation, Model REF25-PH REFON62 2 EA -$ -$

2aSeismic Restraint Wall Mounting Bracket kit for

Pharmacy Refrigerator (REF25-PH)

Follett Corportation,Wall Anchor Kit (CA

Seismic), Item# 00927194REFON62R 2 EA Included in 2 NA

3 Med Grade Undercounter Refrigerator, ADA HeightFollett Corporation, Model REF4P (31.4"

Height for ADA ctop)REFUC04 15 EA -$ -$

-$ -$

-$

Bid Item

No.Item Description Basis of Design Model/Part No. Equip ID Qty. (UOM) - (EA, LOT) Unit Price Extended Price

1 Two-Door Pharmacy RefrigeratorThermo Fisher Scientific, Revco RPR-

5004-AREFRP07 3 EA -$ -$

1a Seismic Restraint Bracing Kit Thermo Fisher Scientific, TF-LRF50 REFRP07R 3 EA Included in 1 NA

2 Single-Door Upright Biomedical Freezer, -30°CPanasonic Healthcare, Model MDF-

U334-PAFREEU61 2 EA -$ -$

-$ -$

-$

Subtotal EquipmentCA Sales Tax (8.75%)

GRAND TOTAL BID GROUP 3

BID GROUP 1 (ITB02 OFCI Glove Box Dispensers)

Subtotal EquipmentCA Sales Tax (8.75%)

GRAND TOTAL BID GROUP 1

BID GROUP 2 (ITB03C OFCI Scientific Refrigerators and Freezers)

Freight

Subtotal EquipmentCA Sales Tax (8.75%)

GRAND TOTAL BID GROUP 2

BID GROUP 3 (ITB03C OFCI Scientific Refrigerators and Freezers)

ITB - BB1 OFCI EQUIPMENT 1

Page 26 of 47Page 26 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

Appendix A1ITB BID FORM

Bid Item

No.Item Description Basis of Design Model/Part No. Equip ID Qty. (UOM) - (EA, LOT) Unit Price Extended Price

1Countertop Icemaker/Dispenser, 25 lbs. (Air Cooled,

Sensor Safe)

Follett Corporation - Model #

25CI425A-SICEMD14 11 EA $0.00 -$

2 Water Filter System for IcemakerFollett Corporation - Item #

00130229 ICEMD14A 11 EA Included in 1 NA

-$ -$

-$

Bid Item

No.Item Description Basis of Design Model/Part No. Equip ID Qty. (UOM) - (EA, LOT) Unit Price Extended Price

1Wall Mount for Computer Monitor, Keyboard and

CPU with 16" Wall Channel

InterMetro MetroMount HD;

WMF3202, WMF004, WMF1600TERMW21 201 EA -$ -$

-$ -$

-$

Bid Item

No.Item Description Basis of Design Model/Part No. Equip ID Qty. (UOM) - (EA, LOT) Unit Price Extended Price

1Pharmacy Waste Wall Enclosure for 3 Gallon

ReceptacleCovidien - Model # 88361H RECBH25 169 EA -$ -$

2Wall-Mounted Enclosure for 2 or 5 quart Sharps

ReceptacleCovidien - Model # 85161H RECSH31 156 EA -$ -$

3Wall-Mounted Enclosure for 8 quart Sharps

ReceptacleCovidien - Model # 85301H RECSH33 57 EA -$ -$

-$ -$

-$

Subtotal EquipmentCA Sales Tax (8.75%)

GRAND TOTAL BID GROUP 5

BID GROUP 4 (ITB04 OFCI Icemakers)

Subtotal EquipmentCA Sales Tax (8.75%)

GRAND TOTAL BID GROUP 4

BID GROUP 5 (ITB06A OFCI Wall Mounted Computer Monitor Keyboard CPU)

BID GROUP 6 (ITB09 OFCI Sharps)

Subtotal EquipmentCA Sales Tax (8.75%)

GRAND TOTAL BID GROUP 6

ITB - BB1 OFCI EQUIPMENT 2

Page 27 of 47Page 27 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

Appendix A1ITB BID FORM

Bid Item

No.Item Description Basis of Design Model/Part No. Equip ID Qty. (UOM) - (EA, LOT) Unit Price Extended Price

1Wall Mount for Computer Monitor, Keyboard and

CPU with 16" Wall Channel

InterMetro MetroMount HD;

WMF3202, WMF004, WMF1600TERMW21 201 EA -$ -$

-$ -$

-$

ALL OR NOTHING BID YES / NO Deafult answer is

"NO" unless Bidder

cuircles "YES"

BID GROUP 7 (ITB06A OFCI Wall Mounted Computer Monitor Keyboard CPU)

Subtotal EquipmentCA Sales Tax (8.75%)

GRAND TOTAL BID GROUP 7

ITB - BB1 OFCI EQUIPMENT 3

Page 28 of 47Page 28 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

ITB – BB1 OFCI EQUIPMENT

Appendix A2

KEY PRODUCT FEATURES AND REQUIREMENTS

ALTERNATE / EQUAL PRODUCT COMPARISON FORM

INSTRUCTIONS

1. Bidders must complete this form if they are bidding an equal or alternate manufacturer and model other than the Basis of Design.2. Bidder must fill in Alternate Manufacturer Name and Model with Product Description.3. For each key feature requirement listed below, Bidder shall state “Yes” if the requirement is fully met or “No” if the requirement is

not fully met.4. Bidder must state the key feature(s) for their alternate manufacturer/model that corresponds with the Basis of Design key

features.5. Bidder must attach product cut sheet literature and specifications for alternate manufacturer/model proposed.

Item # Internal

Eq. Item

BID GROUP 1 - Basis of Design Manufacturer Standard Alternative Product Bid

Manufacturer Model

Description / Features

Meets

Key

Features

(Yes/No):

Manufacturer Model

Alternate Description Features

1. DISPG48 Bowman GP-015

Shall be capable of holding three standard size

glove boxes. Standard Boxes no larger than

5.50”W x 3.75”Dx 10”H.

1.2

The unit shall be made of clear plastic with a

two-way keyhole mounting and includes

mounting hardware.

1.3

Dimensions shall not exceed the range of:

Width: 15.9” to 16.50”W; Depth: 3.9” D

And Height: 10.1”- 10.25”H

2. DISPG60 Bowman GB-144 Shall be capable of holding one glove box

vertically or horizontally with a flexible spring.

Page 29 of 47Page 29 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

ITB – BB1 OFCI EQUIPMENT

Standard Boxes no larger than 5.5”W x 3.8”D x

10”H.

1.2

The unit shall be of white powder coated steel

and include front screw holes for mounting

inside a cabinet.

1.3 Dimensions shall not exceed 6”W x 4”D x

10.25”H.

3. DISPG63 Bowman GP-107

Triple Space

Saver

Unit shall be deigned to hold three boxes of gloves

end-to-end for horizontal or vertical mounting. Boxes

no larger than 5.3”W x 3.75”D x 10”H.

1.2

The unit shall be made of PETG plastic with

two-way keyholes for vertical or horizontal

mounting.

1.3 Dimensions shall not exceed (vertical mount):

5.5”W x 4”D x 30.5”H.

Ite

m # Item

BID GROUP 2 – Basis of Design Manufacturer

Standard

Alternate Product Bid

Manufacturer Model Description / Features Mfr Mode

l

Alternate Description

Features

1. REFCT12 Follett Model

REF2

Medical Countertop Refrigerator, 1.8

cu.ft. capacity

1.2 The Refrigerator shall be a Medical-

grade forced air countertop

refrigerator.1.3 Stainless steel interior/exterior with

external temperature display in F or C,

integral high/low alarming and at least

two epoxy-coated shelves.1.4 Dimensions shall not exceed: 19”w x

25”D x 28”H.

Page 30 of 47Page 30 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

ITB – BB1 OFCI EQUIPMENT

1.5 The unit shall have a field Reversible

Door.1.6 Electrical: 115V, 60 Hz, 1 Phase.

Cord and Plug: NEMA, hospital grade,

at least 8’ cord.1a. REFCT12A Follett Model

00969949

Wall Mount Kit for 1.8 cu. ft.

Refrigerator1a.2 The Wall Mount Kit shall be designed

for the Refrigerator.

2. REFON62 Follett Model

REF25-

PH

One-Door Pharmacy Refrigerator, 24.6

cu. ft. capacity

2.2 The unit shall be constructed of

stainless steel interior and exterior,

and include at least 6 full-extension

epoxy-coated baskets. 2.3 The unit shall have a user adjustable

operating range of approximately 1°C

to 10°C (34°F - 50°F).2.4 The unit shall have a monitoring RS-

485 port, dry NO and NC contacts for

remote monitoring, alarming.2.5 The unit shall have a single door with

dual-pane glass with low E coating.

2.6 The door shall be Right Hinged.

2.7 The unit shall have four swivel casters,

with at least two casters locking.

2.7 Dimensions shall not exceed: 30”W x

36.5”D (with Handle) x 79.5”H2.9 Electrical: 115V, 60 Hz, 1 Phase

Cord and Plug: NEMA 5-15P Plug,

hospital grade, at least 8’ cord.2a. REFON62R Follett Model

00927194

Seismic Restraint Wall Anchor Kit

2a.2 Wall Anchor Kit shall be designed for

CA Seismic specifications

Page 31 of 47Page 31 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

ITB – BB1 OFCI EQUIPMENT

3. REFUC04 Follett Model

REF4P-

00-00

Med Grade Under Counter

Refrigerator, 3.9 cu. ft. capacity, ADA

Height, (31.4" Height for ADA

countertop)3.2 The unit shall be constructed of

stainless steel exterior and interior and

include at least two epoxy coated

shelves.3.3 The unit shall have an external

temperature display.

3.4 The unit shall include a Rear Port for

alarm probe entry.

3.5 The unit shall have a filed Reversible

Door and include a Door Lock.

3.6 The unit shall have a front-breathing

design which requires no side, top, or

back clearance.3.7 Dimensions shall not exceed: 25”W x

27”D x 31.5 Height.

3.8 Electrical Specifications: 115V, 60 Hz,

1 Phase.

Cord and Plug: at least 6’ cord and

NEMA 5-15P 90-degree hospital grade

plug.

Item

# Item

BID GROUP 3 – Basis of Design Manufacturer

Standard

Alternate Product Bid

Manufactu

rer

Model Description / Features Mfr Mode

l

Alternate Description

Features

1. REFRP07 Thermo

Fisher

Scientific

Revco

RPR-

5004-A

Two-Door Upright Pharmacy

Refrigerator, 51.1 cu. ft. total capacity

1.2 Temperature Range: +1 to +8

degrees C. 1.3 Automatic defrost, automatic

condensate evaporator.

Page 32 of 47Page 32 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

ITB – BB1 OFCI EQUIPMENT

1.4 Exterior Dimensions shall not exceed

57”W x 36.5”D x 79.5”H.

1.5 Electrical: 115 V, 60 Hz, 1 Phase

Plug Type: NEMA 5-20P1.6 The unit shall include at least twelve

stainless steel drawers.

1.7 The unit shall have keyed door locks.

1.8 The unit shall have safety glass,

double-pane doors.

1.9 The unit shall have Four 2” casters,

with at least two of the casters locking.

1.10 The pharmacy refrigerator shall have a

microprocessor-based temperature

controller.

1a. REFRP07R Thermo

Fisher

Scientific

TF-LRF50 Seismic Restraint Bracing Kit

1a.2 The Seismic Restraint Kit shall be

designed for CA OSHPD

2. FREEU61

Panasonic

Healthcare

MDF-

U334-PA

Single Door Upright Biomedical

Freezer, -30°C, 9.7 cu. ft. capacity

2.2 The unit shall have Temperature

Range: -20°C to -30°C with memory

backup.2.3 The unit shall include a

Microprocessor Digital Temperature

Display with Alarms.2.4 The door shall have one Solid Right

Hinged Door with a Keyed Lock.

Page 33 of 47Page 33 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

ITB – BB1 OFCI EQUIPMENT

2.5 Dimensions shall not exceed: 24.5”W

x 28.5”D x 64”H

2.6 The unit shall include four large

storage baskets and one small storage

basket. 2.7 The unit shall include one Access Port

on the left side.

2.8 Electrical Specifications: 115V, 60 Hz,

1 Phase

Cord and Plug Included, NEMA 5-15P

Item

# Item

Bid Group 4 -Basis of Design Manufacturer Standard Alternate Product Bid

Mfg. Model Description / Features Mfg. Model Alternate Description Features

1. ICEMD14;

ICEMD14A

Follett

Corporation

25CI425A –S &

00130229 The Countertop Ice and Water

Machine/Dispenser unit with at least 25

lbs. ice storage capacity, shall be Air

cooled, have infrared red dispensing,

and include water filter.

1.2

The unit shall be capable of producing a

range of 325 to 425 pounds of

chewable, compressed nugget ice/24

hours and have 25 pounds of storage.

1.3 Stainless Steel frame and exterior with

plastic trim.

1.4 The unit shall be equipped with a water

filter system kit, including pre-filter,

Page 34 of 47Page 34 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

ITB – BB1 OFCI EQUIPMENT

primary filter, pressure gauge and wall

mounting bracket.

1.5

Electrical: 115V, 60 Hz, 1 phase, 11.0A.

Connect to a 15A dedicated circuit.

Unit should come furnished with a

minimum 7 ft. power cord with 90°

NEMA hospital grade 5-15 plug.

1.6

Plumbing Connections:

Dispenser Drain: ¾” MPT

Water Inlet: 3/8” FPT

Condenser Inlet: Water-cooled 3/8” FPT

Condenser Outlet: Water-cooled 3/8”

FPT

1.5

The unit must be, UL listed, NSF

certified and meets required California

OSHPD Seismic Pre-Approval, or

include a Seismic Anchoring Kit.

1.6

Dimensions shall not exceed: 21” Width

x 24” Depth x 36” Height (excluding

required clearances).

Page 35 of 47Page 35 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

ITB – BB1 OFCI EQUIPMENT

Item

# Item

Bid Group 5 - Basis of Design Manufacturer Standard Alternate Product Bid

Mfg Model Description / Features Mfg Model Alternate Description Features

1. TERMW21 InterMetro WMF3202,

WMF004, and

WMF160

Wall Mount for Computer Monitor,

Keyboard and CPU, with a 16” Wall

Channel/wall track 1.2 Unit shall include a 16” wall channel,

height adjustable arm for holding

computer monitor, tray for keyboard &

mouse and adjustable depth CPU

holder.1.3 Unit shall include a Cable Management

System.

1.4

Shall be ergonomically designed and

adjustability to meet American

Disabilities Act (ADA) and have OSHPD

approval.

Item

# Item

Bid Group 6 - Basis of Design Manufacturer Standard Alternate Product Bid

Mfg Model Description / Features Mfg Model Alternate Description Features

1. BASKE13 Amico 100609-A-BB

(bottom

mounted

option)

Bottom Mounted Wire Storage Basket

designed to sit below the center of a

Horizontal Rail System. 1.2 Approximate Basket Dimensions: 10”

Width x 6” Depth x 9” Height

2.2 Unit shall have a powder coat finish and

safety edges.

2. RAILE24 Amico ARS-024 The 24"width horizontal rail system

shall consist of channel system that can

Page 36 of 47Page 36 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

accommodate various snap-in adaptors

and facilitates easy cleaning.

2.2

Shall be ergonomically designed and

adjustability to meet the requirements of

American Disabilities Act (ADA) and

have OSHPD approval.

2.3 Rail shall have an integrated mounting

plate and mount directly to the wall.

3. RAILE96 Amico

ARS-096

The 96”width horizontal rail system

shall consist of channel system that can

accommodate various snap-in adaptors

and facilitates easy cleaning.

3.2

Shall be ergonomically designed and

adjustability to meet American

Disabilities Act (ADA) and have OSHPD

approval

3.3

Rail system shall have an integrated

mounting plate(s) and mount directly to

the wall..

Page 37 of 47Page 37 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

Appendix A3

NON-COLLUSION DECLARATION

I, ____________________________________________________________________, am the (Print Name)

___________________________________of ______________________________________, (Position/Title) (Name of Company)

the party making the foregoing bid (the “Bidder”) 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 put in 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 Bid 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.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct:

Print or Type Name: __________________________________

Authorized Signature: ___________________________________

Company Name: _______________________________________

Date: _________________________________________________

END OF APPENDIX A3

Page 38 of 47Page 38 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

ATTACHMENT 1 SUPPLEMENTAL TERMS AND CONDITIONS

1. Vendor Information: Show your firm’s name, mailing address and local telephone number forindividual purchase orders:Mail purchase order to:Company Name: _________________________________________________________ Address: _________________________________________________________ City / State / Zip _________________________________________________________

Tax ID# __________________________________________________________

Contact Name: _____________________________ E-mail: ____________________

Telephone number: ______________________ Toll free number: _______________________

2. Vendor and Key Contacts Informationa) Upon County’s request, all bidders will be required to provide: A) the most recent copy of an

annual report , or B) the appropriate Dun and Bradstreet Report, or C) Other financial reports forCounty’s review.

b) All bidders shall provide names, titles, phone numbers (mobile phone preferred), and e-mailaddress of key team members.

c) Awarded vendor shall provide names of accounts representatives, customer support personnel,training and service personnel. A key contact person shall be assigned throughout the acquisitionprocess, inclusive but not limited to, the installation and training, and final acceptance ofequipment.

3. Price Guarantee- Equipment - Awarded vendor shall maintain the bid price, terms and conditions for allequipment and included consumable/disposable supplies in the bid for a period of two (2) years.

4. Start-up Consumable/Disposable Supplies –Equipment – Not used.

5. Additional Consumable/Disposable Supplies – Equipment – Not used

6. Product Technical Information and Data Sheets - Vendor shall provide product data sheets, includingtechnical and physical specifications, for all equipment represented in vendor’s response to thisinvitation for bid. It is the vendor’s responsibility to furnish adequate, complete, comprehensive,descriptive and technical literature with bid response.

Page 39 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

7. Operating and Installation Documentation and Electrical / Electronic Requirements - Vendor shallprovide at no charge to the County a minimum of two (2) hard copies of all technical documentationand one electronic copy on CD written in English for installation and service of the products. Thisdocumentation shall include, but not be limited to, comprehensive operating instructions,specifications (including power requirements, tolerance, dimensions, weight, input and output signalcharacteristics, etc.); maintenance information (theory of operations, complete parts identification andparts list and layout, preventive maintenance procedures {PM procedures}, and troubleshootingprocedures, schematics, etc.).

8. Technological Obsolescence – Medical Equipment – Awarded vendor shall provide new, unusedequipment and the most current model or medical equipment and ensure that the County is protectedfrom technological obsolescence. . If any product or equipment is discontinued, the Vendor shallprovide a comparable product at no additional cost to the County.

9. Medical Equipment – FDA Approvals- Equipment devices provided by vendor must have FDApermission to be marketed and distributed in the United States. Vendor is required, if requested bythe County, to provide proof of this FDA permission through providing documentation to show 510(k)clearances, PMA (pre-market approval) or devices exemption to the County.

10. Vendor Regulatory Issues and Recalls- Awarded vendor agrees to notify County in writing of anyregulatory issues, product recalls, back orders or changes affecting distribution of products underpurchase order. In the event of a product recall, vendor agrees to provide an equal product (subject toapproval by the County) to replace existing products under the purchase order at no additional cost tothe County.

11. Vendor-Provided Training When specified in bid, the Vendor shall include training in the bid at nocharge to the County. Training program details shall include, but not be limited to, the total hours oftraining provided, the maximum number of technicians that can be trained at once, texts, software andtraining aids that will be provided, prerequisites, certifications, licenses required of trainees, if any.Training programs shall be offered on weekends and on all shifts to accommodate schedules of staff.

12. Biomed Training (Complex Medical Equipment) - When specified, Vendor’s bid shall include up to foursessions of biomed training to County team and supply of technical assistance for one year duringoperations., The training and technical assistance shall be for operating and maintaining the equipmentwhich may include factory consultation, service schools, seminars, and on-site training, etc. Suchtraining shall be provided at a time and place convenient to the County.. Vendor shall provide a copyof the biomedical engineering training schedule and course descriptions and provide training prior towarranty expiration.

13. Bill To/Ship To Addresses – For purposes of this Invitation to Bid (ITB), bidders should use the following“ Bill To” and “Ship To” addresses on their attached quotations/bid response forms:

a. Bill To: Santa Clara County Health and Hospital System

Page 40 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

751 South Bascom Avenue, Facilities Department San Jose, CA 95128 Attn: Alex Gallego Facilities Department

b. Ship To: See Instructions for Equipment Delivery

County reserves the right to change the “Bill To” and “Ship To” addresses at time of award and delivery within the SCVMC Campus.

14. Payment Terms – The payment terms stated in this section apply to equipment (aka, product)procured with this Bid and installed by the GC. The equipment may require submission of shopdrawings prior to installation. The payment will be as follows: up to ninety percent (90%) of theproduct cost will be due upon delivery of the product and signed off as received less damaged productawaiting replacement, and the remaining approximately ten percent (10%) final payment will be dueupon final “acceptance” by the County as defined herein.

15. Payment Terms (OFOI) – Not used.

16. Final Acceptance - Final “acceptance” of products shall be deemed to have occurred when the Countyand Vendor in good faith mutually agree in writing the product(s) is/are: (1) Received undamaged, (2)Operating according to specifications, and (3) Completely ready for clinical and operational use. Final“acceptance” will be considered after delivery of all equipment, all components and accessories,delivery of warranty(s), coordination and implementation of training, and compliance of all CALIFORNIAOSHPD and other codes.

17. Shipping – Bid price per unit indicated on each item FOB destination. Bid FOB delivered, freight pre-paid and allowed. Vendor to pay and bear freight cost, own title in transit, and file claim(s).Transfer of ownership from seller to buyer will be on final acceptance, including installation, all qualityassurance, OSHPD and other regulatory agency acceptance, training and warranty(s).

18. Packaging of Medical Equipment - Delivery shall be made to the address designated for delivery asshown on this solicitation and resulting purchase orders. At a minimum, all packages must include theP.O. number and each package should be sequentially numbered. Specific details and otherrequirements are provided elsewhere in the Bid documents.

19. Packing List - All deliveries must include a packing list and itemized content list of each package.Vendor or carrier is to contact (project management team – assigned person to be named) prior todelivery day. Specific details and other requirements are provided elsewhere in the Bid documents.

20. Warranty and Service of Equipment - The expected warranty period for this equipment and itscomponents shall start with the date of first patient and operational use following equipment

Page 41 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

acceptance and shall be for a minimum duration as specified herein or the Standard Terms and Conditions, whichever is favorable to the County. At a minimum, the following applies for Warranty and Service:

• 1 Year minimum warranty for all equipment• Free labor and replacement parts during the warranty period for on-site repairs• Free pick-up and delivery of equipment (product), transport of equipment, labor, and

replacement parts for off-site repairs• Service coverage from 8 a.m. to 5 P.m. on Monday thru Friday except holidays• On-site service response within 48 hours, unless otherwise specified elsewhere in the Bid

documents• Vendor paid field service travel expenses (no cost to the County)• Vendor and the product manufacturer (or its representative) is responsible for servicing

equipment at no cost to the County for duration between the time of installation and time offirst patient and operational use.

21. Bidder’s Pre-printed Terms and Conditions –Bidder’s pre-printed terms and conditions or restrictionscommonly appearing on the product specification or other documents that are submitted with the bidwill be disregarded. The terms and conditions included in this Bid are final and shall apply to theawarded contract.

22. Award Item or Combination of Items – At the discretion of the Owner, contract award for this bid maybe made to multiple vendors by individual group of products identified in the ITB Bid Forms.

23. Solicitation Validation - This request is a solicitation only, and is not intended or to be construed as anoffer to enter into any contract or other agreement. No acquisition can be made without a purchaseorder.

END OF ATTACHMENT 1

Page 42 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

Attachment 2

SCVHHS BE BUILIDNG 1 OWNER FURNISHED CONTRACT INSTALLED EQUIPMENT

PREMINARY DELIVERY SCHEDULE

General

The Delivery Schedules provided herein are preliminary based on the project schedule at the time of the ITB publication. The schedule requires delivery in two stages. Refer to ITB Bid Form for equipment details related to Stage 1 and Stage 2 deliveries.

Project Delivery Schedule

Stage 1 delivery is scheduled to be received in the week of June 6, 2016 and Stage 2 delivery is scheduled to be received in the week of June 27, 2016.

END OF ATTACHMENT 2

Page 43 of 47Page 43 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

ATTACHMENT 3 SCVHHS BED BUILDING 1

INSTRUCTIONS FOR OFCI EQUIPMENT DELIVERY

Contact Person(s) during Delivery: (All deliveries and site visits MUST be scheduled and coordinated).

County of Santa Clara (aka “FAF” or “SCVHHS” or “Owner”): Rich Glimpse, (408) 793-6799 [email protected]

General Contractor, Turner Construction Company Van Kristensen, [email protected]

GENERAL INFORMATION:

Delivery Site: Santa Clara County Health and Hospital System Bed Building 1 (Construction Site) 751 South Bascom Avenue San Jose, CA 95128

Shipping/ Delivery Notification The Vendor and its freight company shall coordinate actual delivery schedule dates, times and locations for all deliveries following the purchase order with the Owner and General Contractor. Owner will be responsible to notify and coordinate with the Project Team/General Contractor of planned delivery dates/times.

The Vendor and its freight company shall contact the General Contractor (GC) and Owner within (7) working days prior to jobsite delivery and provide the following information: freight company, type of vehicle making the delivery, bill of lading, purchase order#, item description, quantity of boxes/crates, weights & dimensions, and equipment and manpower being provided to off-load and unload equipment on to site. Upon such notification, the Owner will confirm exact location, date and time slot for delivery and authorize delivery to site.

All deliveries must be pre-scheduled with Equipment Consultant and General Contractor. The Vendor is fully responsible to obtain authorization to deliver and confirmation of delivery location, date, and time from the GC and Owner prior to any delivery. Deliveries made without such authorization and confirmation may be refused of receipt at Owner’s discretion. A refused delivery becomes the responsibility of the Vendor and its freight company. The Vendor and its freight company must make its own arrangements to

Page 44 of 47Page 44 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

hold the delivery until such time of authorization by GC or Owner for receipt. The Vendor and freight company shall hold the product at no additional charge to the Owner.

Delivery Details: Equipment delivery shall be made at the delivery site listed herein. Upon authorization of delivery, exact location and site specific delivery details must be confirmed with the GC or Owner. The GC will coordinate with the Vendor access to the delivery site.

The deliveries of the OFCI equipment for this contract are made in two stages. Stage 1 delivery consists of the equipment for the 5th and 6th floors of the BB1. Stage 2 delivery consists of the equipment for reminder of the facility. Stage 1 delivery equipment details are identified as Stage 1 Delivery on the ITB Bid Form. Stage 2 delivery equipment details are identified as Stage 2 Delivery on the ITB Bid Form.

Delivery Check-In: The freight delivery personnel shall check-in with GC and Owner upon arrival near the site and prior to actual delivery at site. The GC will coordinate the actual delivery and unloading at site.

Delivery / Receiving Hours: Deliveries shall be made during the days and hours specified herein.

Delivery Days/Hours: Monday-Friday 9:00 AM – 2:00 PM (Pacific Standard Time)

If for any reason and due to special circumstances, deliveries outside the days and hours specified above are necessary; they must be authorized in advance by the Owner/Equipment Consultant. Such deliveries are part of the contract and are provided at no additional cost to the Owner.

Parking: The Owner is not responsible for any long term or short term parking to the Vendor or its freight company. Short term parking prior to actual delivery at site shall be coordinated in advance with the Equipment Consultant and General Contractor.

Truck/Trailer Size / Rigging / Safety Attire: • Truck Size: Standard 52-foot long or smaller trucks can be accommodated at site for deliveries.• Rigging: There is no loading dock at the site. Freight companies are required to provide hydraulic

lift gates, trollies, and any specialized equipment for offloading and unloading equipment fromtrucks to safely complete unloading and delivery. GC, with Owner’s option to observe, shall beresponsible for physically offloading and unloading equipment from the freight truck on to theunloading areas specified. At the delivery site, the Vendor and Freight Company are responsible fortransporting equipment from the truck to the point of transfer to the General Contractor on site.The cost for such material handling shall be included in the bid.

Page 45 of 47Page 45 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

• Safety Attire: The site of delivery is an active construction zone that requires construction zonepersonal protection equipment (PPE). The Vendor and freight company personnel shall useappropriate PPEs required by the General Contractor’ safety procedures and meeting Cal OSHAsafety requirements. The PPEs, at a minimum, shall be long pants, work boots, hard hat, eyeprotection, reflective vest, and other protective gear to ensure personal safety at the loading site.

Packages / Packing List: All packages must include the P.O. number and each package should be sequentially numbered. All deliveries must include a packing list and itemized content list of each package.

Delivery Paperwork/Inspection: General Contractor and Owner will be onsite to receive the products. Proof of delivery will be signed by the GC. GC will verify if a full or partial order has been received. Once the equipment has been unloaded and unpacked as required, the GC will perform a preliminary inspection. If delivery is satisfactory, and initial sign-off of the receipt of shipment will be performed. GC shall retain a copy of the paperwork for further processing.

After initial receiving has been signed-of, General Contractor has 7-calendar days to perform a final review of the equipment for any damages not noticed at the time of preliminary inspection. Any damages to the equipment shall be dealt as specified in “Damages” section herein.

Damages: Any material and/or equipment received that the General Contractor with Owner’s concurrence deems as damaged will be rejected. The Vendor must replace such rejected equipment and materials at free of charge to the Owner. The Owner and GC shall be the point of contacts to coordinate returns and replacement of damaged goods.

The Vendor is responsible for promptly removing the rejected equipment or materials off from the site at its own cost.

END OF ATTACHMENT 3

Page 46 of 47Page 46 of 47

SCCVHS BED BUILDING 1 (BB1) Invitation to Bid No. ITB-FAF-FY16-0151 Owner Furnished Contractor Installed Equipment (OFCI)

Attachment 4

SITE LOCATION MAP

NOT USED

END OF ATTACHMENT 4

Page 47 of 47Page 47 of 47