BID DUE DATE HAS BEEN CHANGED


[PDF]BID DUE DATE HAS BEEN CHANGED - Rackcdn.comac1950af3ceefeabf780-5a080c52246e50dbf3394147fb757de2.r62.cf1.rackcdn.com/...

7 downloads 297 Views 90KB Size

JOHN M. PELLEGRINO DIRECTOR

DEPARTMENT OF PURCHASING AND CONTRACTING 5560 OVERLAND AVENUE, SUITE 270, SAN DIEGO, CALIFORNIA 92123-1204 Phone (858) 505-6367

Allen R. Hunsberger Assistant Director

Fax (858) 715-6452

July 14, 2015 ADDENDUM No. 2 AS-NEEDED CABLING SERVICES & STRUCTURED CABLE SYSTEM DESIGN - (RFB 6989)

Addendum No. 2 forms a part of the contract documents and changes the original documents only in the manner and to the extent stated.

BID DUE DATE HAS BEEN CHANGED: BID OPENING:

Monday, July 20, 2015 at 11:00 am local time

QUESTIONS AND ANSWERS: Q: A:

Approximately how many hours per month of service calls can we expect per month? Past service calls cannot reasonably be reflective of our future needs, which are expected to fluctuate from month to month depending on the needs of the Department's various divisions or facilities. Our past records indicated an average of five service calls per month. This is the best estimate we have available without the specific hours requested, which depends on the size and complexity of the job ordered that could range from a few hours to possibly a few days to complete.

Q: A:

How many copies of the bid are required in separate envelopes marked RFB 6989? One original is required.

Q: A:

Are Prevailing Wages required? Yes

Q:

Please confirm the DVBE requirements (Note D page 3 of 4 Section B) are nonapplicable if Prime contractor is not using any subcontractors or the total bid amount will not cumulatively exceed 1 million dollars. DVBE requirements are applied per task order; it will only be applicable to task orders that exceed $1 million dollars.

A:

Q: A:

We are self-performing all work in this RFB, we are not in need of a subcontractor to do this. Do we need to do anything with this section other than list as non-applicable? If you are not utilizing a sub-contractor, you would just mark as non-applicable.

CHANGES: 1. Delete all instances of DGS and replace with SHF. 2. Delete Section A – Pricing Schedule in its entirety and replace with Section A – Pricing Schedule (Addendum 2). 3. Delete Section B – Instructions for Completing & Submitting Bid & Pre-Award Survey Requirements, Item B.2. Indemnification Agreement, Complete bidder/offeror DVBE Info, and Complete DVBE “Good Faith Effort” Package. 4. Award of this contract will be made by LOT. Award(s) will be made by lump sum per LOT by the County Purchasing and Contracting Department, as stated on the Pricing Schedule to the lowest responsive, responsible bidder(s) in each LOT in order from lowest bid to highest, based on the total price. Unbalanced bidding will be cause for the entire bid to be rejected. The County reserves the right to perform a pre-award survey of the bidder to determine capability to perform, including but not limited to experience, references, past performance, financial stability, certification, and the submission of documentation as requested in the Pre-Award Survey (Section B, Paragraph C 6). The determination of the County as to the bidder’s prospective ability to perform the contract shall be conclusive. 5. Pricing submitted is to remain firm for each year in the term period identified above. Bidders are required to submit pricing on all items in each group for all years, in order to be considered responsive. Bidders submitting more than one (1) unit price or range of unit prices per item will be considered non-responsive. 6. The County will award two (2) contracts as a result of this solicitation. ADD: 1. Exhibit A – Statement of Work: PREVAILING WAGES The Contractor to whom the contract is awarded shall pay not less than the specified prevailing rates of wages to all workmen employed in the execution of the contract. All workers used in the performance of this contract shall be legal to work in the State of California. Workers must be classified and paid according to the work they actually perform, regardless of union affiliation or other titles or designations. In addition, the contractor must submit the certified payroll along with the invoice for each invoice period. In the event any subcontractor is used by the contractor for any portion of this project, contractor retains the prime responsibility for carrying out all the terms of this agreement, including the responsibility for performance and insuring the availability and retention of records of subcontractors in accordance with this agreement. Should the contractor fail to submit all required prevailing wage documentation with invoicing the County shall withhold a minimum of ten percent (10%) or $1,000.00, whichever is greater, from payment until such time as all documents are received and accepted by the County.

General Prevailing Wage Determinations are available from the Department of Industrial relations on the INTERNET at http://www.dir.ca.gov/DLSR/PWD. Each contractor shall keep an accurate payroll record, showing name, address, social security number, work classification, straight time and overtime hour worked each day and week, and the actual per diem wages paid to each employee working on the contract. Prevailing wage requirements for this contract shall be in accordance with Section 7, “Prevailing Wage”, of the Standard Specifications for Construction of Local Streets and Roads of the State of California, Department of Transportation. The contractor shall be responsible for compliance with all provisions of any applicable labor codes.   2. Exhibit A – Statement of Work: PERSONNEL ASSIGNMENTS AND ACCESS (LOT 2 ONLY) a.

All CONTRACTOR, subcontractor, and other personnel assigned by the CONTRACTOR to this contract shall be apprised of and shall acknowledge their responsibilities with respect to the confidentiality of County and municipal installations, capabilities, work processes and data.

b.

The District Attorney’s Office (DAO) reserves the right to approve all personnel assigned to the project, including all proposed staffing changes, and to explicitly authorize participation and facilities access for each assigned individual. DAO reserves the right to unilaterally request the replacement of any individual assigned to the project, and the CONTRACTOR shall accomplish the replacement with a person of appropriate qualifications for the assigned position in a timely manner.

c.

All personnel who perform services at any DAO facility, or have access to data, shall be required to obtain the proper clearance and County identification badge.

d.

-

Prior to commencement of work, each assigned employee of the contractor shall be cleared through County Security and/or Live Scan.

-

Any questions or inquiries about security clearance issues and requirements, call the County Security Office at 1-858-694-2387/3552.

-

Contractors’ employee(s) will not be allowed to work in any County premises including all requested DAO locations without the required valid ID and security clearance.

-

Contractor incurs all costs including employee’s time in completing the background process.

Individuals who do not pass a background check will not be allowed to access facilities and data. With respect b and c above, the decision of the District Attorney’s Office is final.

3. Exhibit A – Statement of Work, Attachment 1 – Locations (Attached to Addendum)

If you have any questions, please contact Kristen Hill, Procurement Contracting Officer at (858) 505-6360, or by email at [email protected].

REQUEST FOR BID (RFB) 6989 SHERIFF’S DEPARTMENT AS-NEEDED CABLING SERVICES AND STRUCTURED CABLE SYSTEM DESIGN SECTION A – PRICING SCHEDULE (ADDENDUM 2)

LOT 1: SHERIFF’S LOCATIONS Initial Term: Date of Award through June 30, 2016 County Option Year 1: July 1, 2016 through June 30, 2017 County Option Year 2: July 1, 2017 through June 30, 2018 County Option Year 3: July 1, 2018 through June 30, 2019 County Option Year 4: July 1, 2019 through June 30, 2020 TABLE 1 – RATE SCHEDULE FOR REGULAR WORKING HOURS Regular working hours are defined as:  Monday through Friday, excluding major holidays  7:00 AM – 5:00 PM Labor Charge per hour per each employee

Hourly Charge: Initial Term

$

Hourly Charge: County Option Year 1 $

Hourly Charge: County Option Year 2 $

Hourly Charge: County Option Year 3 $

Hourly Charge: County Option Year 4

TOTAL (Enter on Line #1 of Summary Table)

$

$

TABLE 2 – RATE SCHEDULE FOR NON - REGULAR WORKING HOURS Non- Regular working hours are defined as:  Major holidays  Weekends  Monday – Friday from 5:01 PM to 6:59 AM Labor Charge per hour per each employee

Hourly Charge: Initial Term

$

Hourly Charge: County Option Year 1 $

Hourly Charge: County Option Year 2 $

Hourly Charge: County Option Year 3 $

Hourly Charge: County Option Year 4

TOTAL (Enter on Line #2 of Summary Table)

$

$

TABLE 3 – FLAT RATE PER RESPONSE TO EMERGENCY CALL Per Section 6.2.3 of the Statement of Work, Flat Rate Charge is:  for responding to emergency call within four (4) hours  independent of and in addition to Pricing in Table 1 or Table 2 Hourly Charge: Flat Rate per Initial Term Response to Emergency Call as $ needed

Hourly Charge: County Option Year 1 $

Hourly Charge: County Option Year 2 $

Hourly Charge: County Option Year 3 $

Hourly Charge: County Option Year 4

TOTAL (Enter on Line #3 of Summary Table)

$

$

SUMMARY TABLE Line #

Service Category

Total Cost

1.

Regular Working Hours Total (Enter total from Table 1)

$

2.

Non-Regular Working Hours Total (Enter total from Table 2)

$

3.

Flat Rate per Response to Emergency Call (if any)

$

GRAND TOTAL AND BASIS OF AWARD:

$

SUBMIT THIS COMPLETED FORM AS PAGE 2 OF THE BID Exhibit A – Pricing Schedule (Addendum 2)

Page 1 of 2

REQUEST FOR BID (RFB) 6989 SHERIFF’S DEPARTMENT AS-NEEDED CABLING SERVICES AND STRUCTURED CABLE SYSTEM DESIGN SECTION A – PRICING SCHEDULE (ADDENDUM 2)

LOT 2: DISTRICT ATTORNEY OFFICE LOCATIONS Initial Term: Date of Award through June 30, 2016 County Option Year 1: July 1, 2016 through June 30, 2017 County Option Year 2: July 1, 2017 through June 30, 2018 County Option Year 3: July 1, 2018 through June 30, 2019 County Option Year 4: July 1, 2019 through June 30, 2020 TABLE 1 – RATE SCHEDULE FOR REGULAR WORKING HOURS Regular working hours are defined as:  Monday through Friday, excluding major holidays  7:00 AM – 5:00 PM Labor Charge per hour per each employee

Hourly Charge: Initial Term

$

Hourly Charge: County Option Year 1 $

Hourly Charge: County Option Year 2 $

Hourly Charge: County Option Year 3 $

Hourly Charge: County Option Year 4

TOTAL (Enter on Line #1 of Summary Table)

$

$

TABLE 2 – RATE SCHEDULE FOR NON - REGULAR WORKING HOURS Non- Regular working hours are defined as:  Major holidays  Weekends  Monday – Friday from 5:01 PM to 6:59 AM Labor Charge per hour per each employee

Hourly Charge: Initial Term

$

Hourly Charge: County Option Year 1 $

Hourly Charge: County Option Year 2 $

Hourly Charge: County Option Year 3 $

Hourly Charge: County Option Year 4

TOTAL (Enter on Line #2 of Summary Table)

$

$

TABLE 3 – FLAT RATE PER RESPONSE TO EMERGENCY CALL Per Section 6.2.3 of the Statement of Work, Flat Rate Charge is:  for responding to emergency call within four (4) hours  independent of and in addition to Pricing in Table 1 or Table 2 Hourly Charge: Flat Rate per Initial Term Response to Emergency Call as $ needed

Hourly Charge: County Option Year 1 $

Hourly Charge: County Option Year 2 $

Hourly Charge: County Option Year 3 $

Hourly Charge: County Option Year 4

TOTAL (Enter on Line #3 of Summary Table)

$

$

SUMMARY TABLE Line #

Service Category

Total Cost

1.

Regular Working Hours Total (Enter total from Table 1)

$

2.

Non-Regular Working Hours Total (Enter total from Table 2)

$

3.

Flat Rate per Response to Emergency Call (if any)

$

GRAND TOTAL AND BASIS OF AWARD:

$

SUBMIT THIS COMPLETED FORM AS PAGE 3 OF THE BID Exhibit A – Pricing Schedule (Addendum 2)

Page 2 of 2

 

REQUEST FOR BID (RFB) 6989 SHERIFF’S DEPARTMENT AS-NEEDED CABLING SERVICES AND STRUCTURED CABLE SYSTEM DESIGN SECTION C, EXHIBIT A – STATEMENT OF WORK; ATTACHMENT 1: LOCATIONS

LOT 1: SHERIFF'S DEPARTMENT SITES IMPORTANT NOTE: The sites listed are the primary locations; request for work at any other locations within the County of San Diego may be made and shall be accepted by vendor as needed during the term of the contract.

Rev 6/3/15

ACA ADM ALP

Site Academy Administration Center* (Ridgehaven) Alpine Station

Address 10440 Black Mountain Road 9621 Ridgehaven Court 2751 Alpine Blvd

BAR BON BOR BOU BSC CAC CAM CAT CAU CCA CCC

Bomb/Arson Bonsall Office Borrego Springs Office Boulevard/Jacumba Office Bonita Safety Center County Administration Center Campo/Tecate Rural C.A.T.C.H Crime Analysis Unit Facility 8 (GBDF anex) CCA Emergency Admin Ops center

11970 Singer Lane 5256 South Mission Rd. 571 Palm Canyon Rd. 39919 Highway 94 4355 Bonita Rd 1600 Pacific Hywy 378 Sheridan Rd. 330 W. Broadway Suite 700 4181 Ruffin Road Suite 157 446 Alta Rd. 1801 Hacienda Dr.

CDO CID CMB COM CPC

Casa De Oro Store Front Central Investigations Division (CID) Camp Barrett Honor Camp Communications Center County Parole and Alternate Custody (CPAC)

9732 1/2 Campo Road 9621 Ridgehaven Court 21077 Lyons Valley Rd. 5580 Overland Ave. 9335 Hazard Way, Suite 100

Section C, Exhibit A - Statement of Work Attachment 1: Locations

 

Page 1 of 5

City San Diego San Diego Alpine Spring Valley Bonsall Borrego Boulevard Bonita San Diego Campo San Diego San Diego San Diego El Cajon Spring Valley San Diego Alpine San Diego San Diego

ST CA CA CA

Zip 92126 92123 91901

CA CA CA CA CA CA CA CA CA CA CA

91977 92003 92004 91905 91902 92101 91906 92112 92123 92158 92020

CA CA CA CA CA

91977 92123 92901 92123 92123

 

REQUEST FOR BID (RFB) 6989 SHERIFF’S DEPARTMENT AS-NEEDED CABLING SERVICES AND STRUCTURED CABLE SYSTEM DESIGN SECTION C, EXHIBIT A – STATEMENT OF WORK; ATTACHMENT 1: LOCATIONS

CPD CRL DIU DMF DOC DSD DSD DTC ECC EMJ EMM EOM EPS EPS ESD FAC FBA FSR FTF FTP GBD GIB GPD

Cuyamaca College Crime Laboratory Detention Investigation Unit Del Mar Fairgrounds Communications Center DOC Data Services Division Data Services Division Downtown Court (Hall of Justice) El Cajon Court/ECRC East Mesa Juvenile Detention Facility East Mesa Detention Facility East Otay Mesa LE Trailer Encinitas Storefront Encinitas Station* Emergency Services Family Law Courthouse Fallbrook ASTREA 4S Ranch substation SD Regional Fugitive Task Force Fallbrook Substation George Bailey Detention Facility Medical Division Grossmont College

900 Rancho San Diego Parkway 5255 Mt. Etna Drive 9620 Chesapeake Dr. Suite 100D 2260 Jimmy Durante Blvd 5580 Overland Ave. 5575 Overland Ave. Suite 101 5560 Overland Ave. Suite 230 220 West Broadway 250 E. Main St. 446 Alta Rd., Suite # 6100 446 Alta Rd., Suite # 5200 2112 Enrico Femi Drive 937 1st St. 175 North El Camino Real 1745 North Marshall Ave. 1501 6th Ave., Suite # 55 2155 S. Mission Rd. 10282 Rancho Bernardo Road 101 W. Broadway Ste 450 388 E. Alvarado St 446 Alta Rd., Suite # 5300 5530 Overland Ave. Suite 324 8800 Grossmont College Dr.

IMP

Imperial Beach Substation

845 Imperial Beach Boulevard

IMP IMS JUL JVC/JUV

Imperial Beach Storefront Inmate Services Julian Substation Probation/Juvenile Court

950 Ocean Ln. 10159 Mission Gorge Rd 2907 Washington St. 2851 Meadowlark

Section C, Exhibit A - Statement of Work Attachment 1: Locations

 

Page 2 of 5

El Cajon San Diego San Diego Del Mar San Diego San Diego San Diego San Diego El Cajon San Diego San Diego San Diego Encinitas Encinitas El Cajon San Diego Fallbrook San Diego San Diego Fallbrook San Diego San Diego El Cajon Imperial Beach Imperial Beach Santee Julian San Diego

CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA

92020 92117 92123 92014 92123 92123 92123 92101 92020 92158 92158 92158 92024 92024 92020 92101 92028 92127 92101 92028 92158 92123 92020

CA

91932

CA CA CA CA

91932 92071 92036 92123

 

REQUEST FOR BID (RFB) 6989 SHERIFF’S DEPARTMENT AS-NEEDED CABLING SERVICES AND STRUCTURED CABLE SYSTEM DESIGN SECTION C, EXHIBIT A – STATEMENT OF WORK; ATTACHMENT 1: LOCATIONS

KMC LAK

Kearny Mesa Court Lakeside Substation

8950 Clairemont Mesa Blvd. 12365 Parkside St.

LAL WDR

Lincoln Acres Library San Diego Women Det Reentry

2725 Granger Ave. 451 Riverview Parkway

LGS

3240 Main St.

MBC NTN NTS PCC PDO POW PPE PRB PVS RAM

Lemon Grove Station* Madge Bradley Building (Municipal Court Civil Div) Narcotic Task Force North Narcotic Task Force South Polinsky Children's Center Public Defender Poway Station* Property and Evidence Warehous Probation Workprojects Pine Valley Substation Ramona Substation

1409 4th Ave. 5810 Newton Drive 4560 Viewridge Ave. 9400 Ruffin Ct. 233 "A" Street 13100 Bowron Rd. 12566 Kirkham Court 5600 Overland Ave. Suite 190 28696 Old Highway 80 1424 Montecito Road

RAN RDC

Ranchita/Warner Springs Rancho Del Campo Honor Camp

25704 San Felipe Road 957 Forrest Gate Rd

RSD SBC SBD SBD SCJ SED SID SMS

Rancho San Diego Station Chula Vista Court District Attorney - South Bay South Bay Detention Facility SDCJ* Special Enforcement Detail Special Investigations Div San Marcos Station*

11486 Campo Rd. 500 3rd Ave. 333 H Street 500 3rd Ave. 1173 Front St. 1745 North Marshall Ave. 5500 Overland Ave. 187 Santar Place

Section C, Exhibit A - Statement of Work Attachment 1: Locations

 

Page 3 of 5

San Diego Lakeside National City Santee Lemon Grove San Diego Carlsbad San Diego San Diego San Diego Poway Poway San Diego Pine Valley Ramona Warner Springs Campo Spring Valley Chula Vista Chula Vista Chula Vista San Diego El Cajon San Diego San Marcos

CA CA

92123 92040

CA CA

91950 92071

CA

91945

CA CA CA CA CA CA CA CA CA CA

92101 92008 92123 92123 92101 92064 92064 92123 91962 92065

CA CA

92086 91906

CA CA CA CA CA CA CA CA

91978 91910 91911 91910 92101 92117 92123 92069

 

REQUEST FOR BID (RFB) 6989 SHERIFF’S DEPARTMENT AS-NEEDED CABLING SERVICES AND STRUCTURED CABLE SYSTEM DESIGN SECTION C, EXHIBIT A – STATEMENT OF WORK; ATTACHMENT 1: LOCATIONS

SMW SON SPS SPS

San Marcos Wireless DOJ Chesapeake Santee Station Santee Fire Station

1579 Osage St. 9425 Chesapeake Dr 8811 Cuyamaca St. Cottonwood Ave.

SVS TRN

Spring Valley Storefront Transportation

531 Sweetwater Rd. 5600 Overland Ave., Suite 150

VCS VCT

Valley Center/Puma Substation Vista Court

VDF VEH VJU VMN VPS VSF VSR VTC VTO WSU WSU

Vista Detention Facility Vehicle Coordinator Vista Judge Unit Vista Moon Rd. Vista Station Vista Store Front 2 Vista Thibodo Office Violent Crimes Task Force (FBI) Vista Townsite Office Wireless Services Unit Wireless Services Unit

WTN WTS SYR

Duffytown (Range) (WTU-North) Weapons Training Unit - South San Ysidro SDSO HIDTA/DA

28205 North Lake Wohlford 325 North Melrose, Suite 2400 325 South Melrose Drive, Suite 210 5600 Overland Ave., Suite 165 5810 Newton Drive 1477 Moon Rd 325 S. Melrose Dr., Suite 210 30 Main Street Suite G-130 Thibodo Dr. 1370 India Street 340 E. Los Angeles Dr. 5595 Overland Ave., Suite 101 5575 Overland Ave., Suite 100 Sheriff's Pisol range @ Miramar Training Facility East Miramar, Camp Elliot 446 Alta Rd. 2255 Neil Bohr Ct.    

Section C, Exhibit A - Statement of Work Attachment 1: Locations

 

Page 4 of 5

San Marcos San Diego Santee Santee Spring Valley San Diego Valley Center Vista

CA

92069 92123 92071 92071

CA CA

91977 92123

CA CA

92082 92083

Vista San Diego Carlsbad Vista Vista Vista Vista San Diego Vista San Diego San Diego

CA CA CA CA CA CA CA CA CA CA CA

92083 92123 92008 92083 92083 92083 92083 92101 92083 92123 92123

San Diego San Diego San Diego

CA CA CA

92123 92154 92154

CA

 

REQUEST FOR BID (RFB) 6989 SHERIFF’S DEPARTMENT AS-NEEDED CABLING SERVICES AND STRUCTURED CABLE SYSTEM DESIGN SECTION C, EXHIBIT A – STATEMENT OF WORK; ATTACHMENT 1: LOCATIONS

 

LOT 2: DISTRICT ATTORNEY OFFICE DEPARTMENT SITES IMPORTANT NOTE: The sites listed are the primary locations; request for work at any other locations within the County of San Diego may be made and shall be accepted by vendor as needed during the term of the contract.

1. Downtown Offices Hall of Justice 330 W. Broadway San Diego, CA 92101 2. South Bay Branch 333 H Street, Suite 4000 Chula Vista, CA 91910 3. El Cajon Branch 250 E. Main Street Suite 500 El Cajon, CA 92020 4. Vista Branch 325 S. Melrose Drive, Suite 5000 Vista, CA 92081 5. Public Assistance Fraud Unit 9444 Balboa Ave, Suite 200 San Diego, CA 92123 6. Juvenile Branch 2851 Meadow Lark Drive San Diego, CA 92123

Section C, Exhibit A - Statement of Work Attachment 1: Locations

 

Page 5 of 5