ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation...

71
100 NORTH CANYONS PARKWAY, LIVERMORE, CA 94551 925.454.5039 FAX 925.454.5725 www.zone7water.com ALAMEDA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, ZONE 7 REQUEST FOR QUOTATION No. 701-09 SPECIFICATIONS, TERMS & CONDITIONS for DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES BIDDER’S CONFERENCE/SITE VISIT At 10:00 a.m. on December 11, 2009 at Zone 7 Water Agency Del Valle Water Treatment Plant 601 E. Vallecitos Rd. Livermore, CA 94550 2:00 p.m. on December 11, 2009 at Zone 7 Water Agency Del Valle Water Treatment Plant 601 E. Vallecitos Rd. Livermore, CA 94550 For complete information regarding this project see RFP/Q posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or http://www.zone7water.com . You may also contact the person listed below. Thank you for your interest. Contact Person: Karen Bartels, Buyer II Phone Number: 925.454.5039 E-mail Address:[email protected] RESPONSE DUE by 2:00 p.m. on December 23, 2009 at Zone 7 Water Agency 100 North Canyons Parkway Livermore, CA 94551

Transcript of ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation...

Page 1: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

100 NORTH CANYONS PARKWAY, LIVERMORE, CA 94551 925.454.5039 FAX 925.454.5725 www.zone7water.com

ALAMEDA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, ZONE 7

REQUEST FOR QUOTATION No. 701-09

SPECIFICATIONS, TERMS & CONDITIONS

for DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

BIDDER’S CONFERENCE/SITE VISIT At

10:00 a.m.

on December 11, 2009

at Zone 7 Water Agency

Del Valle Water Treatment Plant 601 E. Vallecitos Rd.

Livermore, CA 94550

2:00 p.m.

on December 11, 2009

at Zone 7 Water Agency

Del Valle Water Treatment Plant 601 E. Vallecitos Rd.

Livermore, CA 94550

For complete information regarding this project see RFP/Q posted at

http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or http://www.zone7water.com. You may also contact the person listed below. Thank you for your interest.

Contact Person: Karen Bartels, Buyer II Phone Number: 925.454.5039 E-mail Address:[email protected]

RESPONSE DUE by

2:00 p.m. on

December 23, 2009 at

Zone 7 Water Agency 100 North Canyons Parkway

Livermore, CA 94551

Page 2: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

ALAMEDA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, ZONE 7

REQUEST FOR QUOTATION No. 701-09 SPECIFICATIONS, TERMS & CONDITIONS

For DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

TABLE OF CONTENTS

Page 1 of 2 Page

I. ACRONYM AND TERM GLOSSARY ........................................................ 1 II. SPECIFICATIONS

A. Intent .......................................................................................................... 2 B. Scope........................................................................................................... 2 C. Specific Requirements ............................................................................... 2 D. Debarment and Suspension ....................................................................... 3 E. General Environmental Requirements...................................................... 3 F. Deliverables/Reports.................................................................................. 6

III. INSTRUCTIONS TO BIDDERS G. District Contacts......................................................................................... 6 H. Calendar of Events ..................................................................................... 6 I. Bidder’s Conference/Site Visit.................................................................. 7 J. Submittal of Bids........................................................................................ 8 K. Response Format........................................................................................ 9 L. Contract Evaluation and Assessment........................................................ 9 M. Notice of Award......................................................................................... 10 N. Bid Protest / Appeals Process.................................................................... 11

IV. TERMS AND CONDITIONS O. Term / Termination / Renewal .................................................................. 12 P. Brand Names and Approved Equivalents ................................................. 12 Q. Quantities.................................................................................................... 13 R. Pricing......................................................................................................... 13 S. Award ......................................................................................................... 14 T. Method of Ordering ................................................................................... 14 U. Invoicing..................................................................................................... 15 V. Liquidated Damages ....................................................................... 15 W. County Provisions ...................................................................................... 17 X. Intentionally Omitted ................................................................................. 19 Y. Intentionally Omitted ................................................................................ 19 Z. Online Contract Compliance Management System........................ 19 AA. Compliance Information and Records ............................................. 20 BB. Account Manager/Support Staff................................................................ 20 CC. General Requirements...........................................................................21

Page 3: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

ALAMEDA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, ZONE 7

REQUEST FOR QUOTATION No. 701-09

SPECIFICATIONS, TERMS & CONDITIONS For

DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

TABLE OF CONTENTS Page 2 of 2

ATTACHMENTS Exhibit A – Acknowledgement Exhibit B – Bid Form Exhibit C – Insurance Requirements Exhibit D1 – Intentionally Omitted Exhibit D2 – Intentionally Omitted Exhibit E – SLEB Certification Application Package Exhibit F – Small and Local Business Subcontracting Information Exhibit G – Request for Small and Local or Emerging Preference Exhibit H – First Source Agreement Exhibit I – Exceptions, Clarifications, Amendments Exhibit J – Standard Agreement Contract Draft Exhibit K – Environmental Certification Exhibit L – RFP/Q Vendor Bid List Exhibit M – Response/Content Submittal; Completeness Check List Exhibit N – Debarment and Suspension Certification Exhibit O – Details Specification: Pre-Purchased Equipment, Specification Nos. 15200,

15201, and 15202; Table 1 - Butterfly Valve Schedule; Sketches for existing valve locations: Sketch Nos. 1 to 5

Exhibit P - Affidavit of Non-Collusion

Page 4: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 1 of 22

I. ACRONYM AND TERM GLOSSARY Unless otherwise noted, the terms below may be upper or lower case. Acronyms will always be uppercase. The terms successful bidder, supplier, vendor, and contractor may be used interchangeably in this solicitation and refer exclusively to the person, company, or corporation with whom the District enters a contract as a result of this solicitation.

AWWA American Water Works Association Bid Shall mean the bidders’/contractors’ response to this Request Bidder Shall mean the specific person or entity responding to this RFP/Q Board Shall refer to the County of Alameda Board of Supervisors CSC Shall refer to County Selection Committee Contractor When capitalized, shall refer to selected bidder that is awarded a

contract County When capitalized, shall refer to the County of Alameda District Shall refer to Zone 7 Water Agency Environmentally Preferable Products

Products manufactured in a manner such that the impact on the environment is minimized throughout the entire lifecycle of the product by implementing sustainable practices during material sourcing, manufacturing, transportation, and by providing products that can be used and disposed of in an environmentally sound manner

EPA United States Environmental Protection Agency Federal Refers to United States Federal Government, its departments and/or

agencies F.O.B Shall mean without charge for delivery to destination and placing on

board a carrier at a specified point (Free On Board) Labor Code Refers to California Labor Code MSDS As used herein shall refers to Material Safety Data Sheets

OSHA Refers to California Occupational Safety and Health Administrations PBTs Persistent, Bioaccumulative Toxins including compounds such as

dioxins, polychlorinated biphenyls, and mercury as defined by the United States Environmental Protection Agency and listed on the EPA’s website at www.epa.gov/opptintr/pbt/

Proposal Shall mean bidder/contractor response to this RFP PO Shall refer to Purchase Order(s) Quotation Shall mean bidder’s response to this RFQ Request for Proposal / Request for Quotation

Shall mean this document, which is the County of Alameda’s request for contractors’/bidders’ proposal to provide the goods and/or services being solicited herein. Also referred herein as RFP or RFQ

Response Shall refer to bidder’s proposal or quotation submitted in reply to RFP/Q RFP Request for Proposal RFQ Request for Quotation SLEB Small Local Emerging Business Source Reduction Refers to products that result in a net reduction in the generation of

waste compared to their previous or alternate version and includes durable, reusable and remanufactured products; products with no, or reduced, toxic constituents; and products marketed with no, or reduced, packaging.

Page 5: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 2 of 22

State Refers to State of California, its departments and/or agencies Work Day Monday – Friday between hours of 8:00 a.m. and 5:00 p.m. excluding

holidays

II. SPECIFICATIONS

A. INTENT

It is the intent of these specifications, terms and conditions to describe the features and functions for pre-purchased equipment and owner installation of following:

a total of twenty (20) AWWA C504 butterfly valves with AWWA C540 pneumatic

actuator, including four (4) 20-inch and sixteen (16) 18-inch valves; a total of twelve (12) industrial type butterfly valves with pneumatic actuator, including

four (4) 10-inch and eight (8) 4-inch valves: The District intends to issue a Purchase Order to the bidder selected as the lowest responsive and responsible bidder meeting the District’s requirements.

B. SCOPE

The successful bidder shall furnish for installation by others replacement of a total of twenty (20) existing valves and pneumatic actuators per AWWA C504 and AWWA C540, including four (4) 20-inch and sixteen (16) 18-inch valves; and replacement of a total of twelve (12) existing industrial type butterfly valves with industrial type pneumatic actuators, including four (4) 10-inch and eight (8) 4-inch valves. All valves shall be for “open-close” operations and shall be wafer style for replacement of thirty two (32) existing valves at Filter nos. 1 to 4 in Del Valle Water Treatment Plant. The 20-inch and 18-inch valves shall be per AWWA C504 standard and the 10-inch and 4-inch valves shall be industrial type valves to match existing fully operating valve assemblies and conditions, including lay length of each wafer style valve, and to avoid field modifications to the existing filter pipe spools by the District. The valves shall be Henry Pratt Company, DeZurik Company, or DISTRICT approved equal. The complete specifications for the valves and actuators are listed in Exhibit O, Pre-Purchased Equipment Specifications.

C. SPECIFIC REQUIREMENTS/VENDOR QUALIFICATIONS

1. Vendor Minimum Qualifications

a. Successful bidder must be an authorized representative, distributor, or dealer for Henry Pratt Company, DeZurik Company, or DISTRICT approved equal.

b. All AWWA valves shall be tested and certified as meeting NSF-61-205 as

required by California Code of Regulations, Title 22, Division 4, Chapter 16, Article 7, Section 64591 or 64593.c.2. Certification shall be maintained by an independent third party and proof of certification shall be provided to the District

Page 6: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 3 of 22

upon request. Failure to provide certification will be reason for rejection of bid or termination of contract.

c. Bidder shall possess all permits, licenses and professional credentials necessary to

supply product/equipment and perform services as specified under this RFQ.

d. Bidder shall honor all manufacturer warranties.

2. Specific Requirements

a. Complete detailed specifications are listed in Exhibit O, Pre-Purchased Equipment, Specification No. 15200, 15201, and 15202, with Butterfly Valve Schedule (See Table 1), and sketches of existing valve locations for replacement. .

b. The successful bidder will be required to submit all information and drawings as

detailed in Exhibit O, Pre-Purchase Equipment, Specification Nos. 15200, 15201, and 15202 or will be deemed non-responsive.

D. DEBARMENT/SUSPENSION POLICY

In order to prohibit the procurement of any goods or services ultimately funded by Federal awards from debarred, suspended or otherwise excluded parties, each bidder will be screened at the time of RFP/RFQ response to ensure bidder, its principal and their named subcontractors are not debarred, suspended or otherwise excluded by the United States Government in compliance with the requirements of 7 Code of Federal Regulations (CFR) 3016.35, 28 CFR 66.35, 29 CFR 97.35, 34 CFR 80.35, 45 CFR 92.35 and Executive Order 12549.

The County will verify bidder, its principal and their named subcontractors are not on the

Federal debarred, suspended or otherwise excluded list of vendors located at www.epls.gov; and

Bidders are to complete a Debarment and Suspension Certification form, Exhibit N attached, certifying bidder, its principal and their named subcontractors are not debarred, suspended or otherwise excluded by the United States Government.

E. GENERAL ENVIRONMENTAL REQUIREMENTS: The requirements outlined in this section

apply to all product categories contained in this bid.

1. Overview:

It is the objective of the County to purchase products with the lowest overall environmental impact from manufacturing through end of life and to procure services that achieve this same objective. To meet this objective, environmental factors and product attributes are evaluated in the procurement process. The County is mandated under Measure D to divert seventy five percent (75%) of material from landfill by the year 2010 through recycling and source reduction and to encourage markets for environmentally preferable goods through its procurement process. Outlined below is an overview of the specific aspects of the County’s Resource Conservation & Recycling Program which apply to Bidders. Additional requirements are included in relevant sections throughout the bid.

Page 7: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 4 of 22

2. Environmental Compliance:

Manufacturers and service providers will be in compliance with all local, state, and federal environmental and worker health and safety regulations that apply to their operation.

3. Recycled Content and Price Preference:

All products for which the EPA has established minimum recycled content standard guidelines, such as those for printing and janitorial papers, construction, parks and recreational materials, etc., will contain the highest post-consumer content practicable, but no less than the minimum recycled content standards established by the EPA Guidelines. See the EPA website at http://www.epa.gov/epaoswer/non-hw/procure/products.htm) for a list of recycled content Guidelines.

4. Source Reduction and Packaging:

The County has a strong commitment to source reduction, minimizing waste generation, and reducing the County’s expenditure on waste disposal and recycling. Bidders shall provide bulk packaging, reusable, or minimal packaging in providing products to the County. Packaging will be both made from recycled materials and be recyclable. Contractors should explore and provide opportunities for the reuse of packaging materials.

Packaging shall not contain inks, dyes, pigments, stabilizers, or any other additives to which any lead, cadmium, mercury, and hexavalent chromium has been intentionally introduced. The sum of the concentration levels of lead, cadmium, mercury, and hexavalent chromium shall not exceed one hundred (100) parts per million by weight. Packaging is discussed further in the “Technical and Performance Specification” section.

5. Pallets and Large-Volume Packaging:

Pallets and large-volume packaging materials will be taken back by the Contractors. The County encourages the use of pallets that meet the EPA’s minimum post-consumer recycled content guidelines for pallets that can be found at http://www.epa.gov/epaoswer/non-hw/procure/products/pallets.htm. In the case of large-volume packaging, the County prefers that the vendor reuse or recycle the material.

6. Persistent Bioaccumulative Toxins:

In January 2002, the County passed a resolution “to encourage the reduction and where feasible, the elimination of [persistent, bioaccumulative and toxic chemical] (PBT) emissions…” The United States Environmental Protection Agency has established a list of twelve priority PBTs including dioxins, polychlorinated biphenyls, mercury and its compounds, lead and others. The most current list can be found at the EPA’s website at

Page 8: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 5 of 22

www.epa.gov/opptintr/pbt/. Additionally, PBTs are listed in the CCR in Section 66261.24.

Contractors must provide products and services that allow the County to comply with the PBT Resolution and must complete the certification statement included in the Attachments. The Resolution requires that the County eliminate and reduce the procurement of products and services which contain or cause the generation and release of PBTs into the environment during their manufacture, use, or destruction/disposal. Bidders should provide products that do not contain, use, or generate PBTs. If no alternative materials are available, Bidders should notify the County in writing prior to providing such materials to the County or using these materials when providing services to the County.

7. Usage and Environmental Performance Reporting:

The County requires regularly scheduled usage reporting from vendors for the purposes of tracking environmental purchasing performance. Requirements are discussed in greater detail in the section titled, “Usage Reports.” The County will work with the successful Bidder to finalize the content and timing of these reports. It is highly desirable for vendors to provide annual environmental performance reports describing the vendor’s environmental performance of their products and operations.

8. Green Building:

The County passed a green building ordinance in the year 2002 that requires County construction projects to be built to a Leadership in Energy and Environmental Design (LEED™) Silver standard and diversion of construction materials from landfill. Procurement of materials used in the construction, operation, and maintenance of buildings as well as furniture, fixtures, and other interiors will emphasize purchasing of recyclable, durable, energy-efficient and low-environmental impact products.

9. Energy Reduction, Global Warming:

In order to reduce the generation of global warming gases, as well as the County’s operating costs; contractors are expected to provide energy-efficient products to the County. All products for which the EPA Energy Star certification is available shall meet Energy Star certification. When Energy Star labels are not available, energy-efficient products that are in the upper twenty five percent (25%) of energy efficiency as designated by the Federal Energy Management Program are required. In addition, the County encourages contractors to implement energy reduction measures in their respective operations.

10. Ozone Depleters:

Many products contain chlorofluorocarbons (CFC's), known depleters of ozone in the atmosphere. Under the U.S. Clean Air Act and the Montreal Protocol on Substances That Deplete the Ozone Layer, CFC production for use in industrialized nations were to be totally phased out by January 1, 1996. There are still many products on the market that

Page 9: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 6 of 22

contain CFC's or are made with CFC's. Contractors must identify products made with or containing CFC's and must provide alternative products whenever practical and possible.

F. DELIVERABLES/STORAGE/HANDLING

1. The valves shall be delivered to the District’s Del Valle Water Treatment Plant for

installation by others. The plant address is 601 E. Vallecitos Road, Livermore, CA 94550. Seller shall be responsible for complete delivery and handling of the shipment, including coordination with Zone 7 staff.

III. INSTRUCTIONS TO BIDDERS

G. DISTRICT CONTACTS

The evaluation phase of the competitive process shall begin upon receipt of sealed bids. Bidders shall not contact or lobby evaluators during the evaluation process. Attempts by Bidder to contact evaluators may result in disqualification of bidder.

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 12:00 p.m. Thursday, December 10, 2009 to:

Karen Bartels, Buyer II Zone 7 Water Agency 100 North Canyons Parkway Livermore, CA 94551 E-Mail: [email protected] FAX: 925.454.5725

The County of Alameda, GSA Contracting Opportunities website will be the official notification posting place of all Requests for Interest, Proposals, Quotes and Addenda. Go to http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp to view current contracting opportunities. Information will also be made available at http://www.zone7water.com.

H. CALENDAR OF EVENTS

Event Date/Location Request Issued December 2, 2009 Written Questions Due

BY 12:00 Noon on December 10, 2009

Bidders Conference/Site Visit #1

December 11, 2009 at 10:00

a.m.

AT: ZONE 7 WATER AGENCY Del Valle Water Treatment Plant 601 E. Vallecitos Rd. Livermore, CA 94550

Page 10: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 7 of 22

Bidders Conference/Site Visit #2

December 11, 2009 at 2:00

p.m.

AT: ZONE 7 WATER AGENCY Del Valle Water Treatment Plant 601 E. Vallecitos Rd. Livermore, CA 94550

Addendum Issued Approximately December 14, 2009 Bid Opening DECEMBER 23, 2009 AT 2:00 p.m. Evaluation Period December 24-28, 2009. Notice of Award Issued Approximately December 29-31, 2009 PO Issued Approximately the week of January 25, 2010

Note: Award / PO Issuance is approximate.

It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions and the site condition. By the submission of a Bid, the Bidder certifies that if awarded a contract they will make no claim against the County or District based upon ignorance of conditions or misunderstanding of the specifications.

I. BIDDER’S CONFERENCE/SITE VISIT

A bidder’s conference and site visit will be held to:

Provide an opportunity for bidders to ask specific questions about the project and request RFP/Q clarification.

Provide bidders an opportunity to view site, receive documents, etc. necessary to respond to this RFP/Q.

Provide the District with an opportunity to receive feedback regarding the project and RFQ. Provide an opportunity for small and local and emerging businesses (SLEBs) and large firms to

network and develop subcontracting relationships in order to participate in the contract(s) that may result from this RFP/Q.

Written questions submitted prior to the bidders’ conference(s), in accordance with the Calendar of Events, and verbal questions received at the bidders conference(s), will be addressed whenever possible at the bidders conference(s). All questions will be addressed and the list of attendees will be included in an RFP/Q Addendum following the bidders’ conference(s) in accordance with the Calendar of Events.

Potential bidders are strongly encouraged, but not required, to attend a bidder’s conference/site visit in order to further facilitate subcontracting relationships. Vendors who attend a bidder’s conference/site visit will be added to the Vendor Bid List.

Failure to participate in a bidder’s conference will in no way relieve the Contractor from furnishing goods and/or services required in accordance with these specifications, terms and conditions. Attendance at a bidder’s conference is strongly encouraged and recommended but is not mandatory. Bidder’s conference/Site visit will be held on:

Page 11: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 8 of 22

December 11, 2009 at 10:00 a.m. at

Zone 7 Water Agency Del Valle Water Treatment Plant

601 E. Vallecitos Rd. Livermore, CA 94550

December 11, 2009 at 2:00 p.m. at

Zone 7 Water Agency Del Valle Water Treatment Plant

601 E. Vallecitos Rd. Livermore, CA 94550

Additional Information: Free parking available at on-site parking lot. Contact Karen Bartels for direction and map to location if needed.

J. SUBMITTAL OF BIDS 1. All bids must be SEALED and must be received at Zone Water Agency BY 2:00 p.m. on

the due date specified in the Calendar of Events.

NOTE: LATE AND/OR UNSEALED BIDS MAY NOT BE ACCEPTED. PLEASE ALLOW ADEQUATE TIME.

Bids will be received only at the address shown below, and by the time indicated in the Calendar of Events. Any bid received after said time and/or date or at a place other than the stated address may not be considered and may be returned to the bidder unopened.

All bids, whether delivered by an employee of Bidder, U.S. Postal Service, courier or package delivery service, must be received and time stamped at the stated address prior to the time designated. The District’s timestamp shall be considered the official timepiece for the purpose of establishing the actual receipt of bids.

2. Bids are to be addressed and delivered as follows:

DVWTP- Procurement of Filter Valves RFQ No. 701-09 Zone 7 Water Agency, Purchasing 100 North Canyons Parkway Livermore, CA 94551

3. Bidders are to submit 3 identical bids.

4. Bidder is also required to submit all required documents as indicated in Exhibit M, Response/Content Submittal; Completeness Check List.

5. Bidder's name and return address must also appear on the mailing package.

6. No telegraphic, email (electronic) or facsimile bids will be considered.

7. Bidder agrees and acknowledges all RFQ specifications, terms and conditions and indicates ability to perform by submission of its bid.

8. Submitted bids shall be valid for a minimum period of 90 days.

Page 12: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 9 of 22

9. All costs required for the preparation and submission of a bid shall be borne by Bidder.

10. Only one bid response will be accepted from any one person, partnership, corporation, or other entity; however, several alternatives may be included in one response. For purposes of this requirement, “partnership” shall mean, and is limited to, a legal partnership formed under one or more of the provisions of the California or other state’s Corporations Code or an equivalent statute.

11. Proprietary or Confidential Information: No part of any bid response is to be marked as

confidential or proprietary. District may refuse to consider any bid response or part thereof so marked. Bid responses submitted in response to this RFQ may be subject to public disclosure. District shall not be liable in any way for disclosure of any such records. Additionally, all bid responses shall become the property of District. District reserves the right to make use of any information or ideas contained in submitted bid responses. This provision is not intended to require the disclosure of records that are exempt from disclosure under the California Public Records Act (Government Code Section 6250, et seq.) or of “trade secrets” protected by the Uniform Trade Secrets Act (Civil Code Section 3426, et seq.)

12. All other information regarding the bid responses will be held as confidential until such

time as the District has completed their evaluation and, or if, an award has been made. Bidders will receive mailed award/non-award notification(s), which will include the name of the bidder to be awarded this project. In addition, award information will be posted on Alameda County’s and the District’s “Contracting Opportunities” websites, mentioned above.

13. Each bid received, with the name of the bidder, shall be entered on a record, and each

record with the successful bid indicated thereon shall, after the award of the order or contract, be open to public inspection.

K. RESPONSE FORMAT

1. Bid responses are to be straightforward, clear, concise and specific to the information

requested.

2. In order for bids to be considered complete, Bidder must provide all information requested. See Exhibit M, Response Content and Submittals, Completeness Checklist.

3. For any questions on the format, contact Karen Bartels at 925.454.5039 or

[email protected].

L. CONTRACT EVALUATION AND ASSESSMENT

During the initial sixty (60) day period of any contract, which may be awarded to Contractor, the District’s designated representative will meet with the Contractor to evaluate the equipment/system performance and to identify any issues or potential problems.

Page 13: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 10 of 22

The District reserves the right to reject any bid if the documentation submitted by the Bidder fails to satisfy the District and/or Bidder is unable to supply the documentation within the time period requested. Also, the District reserves the right to terminate the contract after the award if any of the documentation is found later to be misleading or the Bidder has misrepresented their qualifications and experience.

The District reserves the right to determine, at its sole discretion, (a) whether Contractor has complied with all terms of this RFQ and (b) whether any problems or potential problems with the proposed equipment/system were evidenced which make it unlikely (even with possible modifications) that such proposed equipment/system have met the District requirements. If, as a result of such determination the District concludes that it is not satisfied with Contractor, Contractor’s performance under any awarded contract and/or Contractor’s goods and/or services as contracted for therein, the Contractor will be notified of contract termination effective forty-five (45) days following notice. Contractor shall be responsible for the removal of equipment/system and shall return District facilities to their pre-installation state at no charge to the District. The District will have the right to invite the next highest ranked bidder to enter into a contract. The District also reserves the right to re-bid this project if it is determined to be in its best interest to do so.

Prior to submittal of the shop drawings for DISTRICT approval, the CONTRACTOR shall be required to field investigate existing systems to field measure available lay lengths for the 18-inch and 20-inch AWWA wafer style butterfly valves and 4-inch and 10-inch industrial wafer style butterfly valves; field confirm existing valve and pneumatic actuator orientations and valve lay lengths; field confirm for each valve location available system controls, including power and signal connections and available air supply for connection to the proposed limit switches, speed controls, and solenoid valves with manual override, etc, for a fully compatible and properly operating system at each valve location. A total of 32 existing, fully operating valve assemblies are being replaced. See Functionality paragraph in Section 15201 for additional requirements.

M. NOTICE OF AWARD

1. At the conclusion of the RFQ response evaluation process (“Evaluation Process”), all bidders will be notified in writing by certified mail, return receipt requested, of the contract award recommendation, if any of the District. The document providing this notification is the Notice of Award.

The Notice of Award will provide the following information: The name of the bidder being recommended for contract award; The names of all other bidders; and, In summary form [bid numbers and bid amounts for all bidders]

2. Following the Notice of Award, the successful bidder will be required submit all

information and drawings as detailed in Exhibit O, Pre-Purchase Equipment, Specification Nos. 15200, 15201, and 15202 for District review and evaluation or will be deemed non-responsive.

3. Debriefings for unsuccessful bidders will be scheduled and provided upon written request

and will be restricted to discussion of the unsuccessful offeror’s bid with the Buyer.

Page 14: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 11 of 22

a. Under no circumstances will any discussion be conducted with regard to contract

negotiations with the successful bidder, etc.

b. Debriefing may include review of successful bidder’s proposal.

N. BID PROTEST / APPEALS PROCESS

The District prides itself on the establishment of fair and competitive contracting procedures and the commitment made to follow those procedures. The following is provided in the event that bidders wish to protest the bid process or appeal the recommendation to award a contract for this project.

Any bid protest must be submitted in writing to Zone 7 Water Agency, Attn: Tamara Baptista, Financial and System Services Manager, 100 North Canyons Pkwy. Livermore, CA 94551. The bid protest must be submitted before 5:00 p.m. of the fifth (5th) business day following the date of the Notice of Award.

a. The bid protest must contain a complete statement of the basis for the protest.

b. The protest must include the name, address and telephone number of the person representing the protesting party.

c. The party filing the protest must concurrently transmit a copy of the protest and

any attached documentation to all other parties with a direct financial interest which may be adversely affected by the outcome of the protest.

d. The procedure and time limits are mandatory and are the Bidder’s sole and

exclusive remedy in the event of Bid Protest.

1. Bidder’s failure to comply with these procedures shall constitute a waiver of any right to further pursue the Bid Protest, including filing a Government Code claim or legal proceedings.

2. Upon receipt of written protest/appeal, the Finance and System Services Manager will

review the Bid Protest and schedule a meeting to discuss or issue a written response to advise an appeal/protest decision within five (5) working days of review date.

a. Responses will inform the bidder whether or not the recommendation for Award

is going to change.

3. The decision of the Finance and System Services Manager may be appealed to the Assistant General Manager, Finance located at 100 North Canyons Pkwy. Livermore, CA 94551. Fax: (925) 454-5723. All appeals to the Assistant General Manager – Finance shall be in writing and submitted within five (5) calendar days of notification of decision by the Finance and System Services Manager.

4. The decision of the Assistant General Manager, Finance is the final step of the appeal

process.

Page 15: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 12 of 22

IV. TERMS AND CONDITIONS

O. TERM / TERMINATION / RENEWAL

1. The term of the contract, which may be awarded pursuant to this RFQ, will be a single

purchase or one-time Purchase Order.

2. The District may terminate the contract at any time without written notice upon a material breach of contract and substandard or unsatisfactory performance by the Contractor. In the event of such termination, the District reserves the right to invite the next highest ranked bidder to enter into a contract or re-bid the project if it is determined to be in its best interest to do so.

3. The District may, at its sole option, terminate any contract that may be awarded as a result of

this RFQ if any Contractor(s) licenses, permits, or certifications are revoked by local, State or Federal jurisdictions or if any are allowed to lapse for more than thirty (30) days beyond its expiration date; or for reason of non-appropriation of funds. In such event, the District will give Contractor at least thirty (30) days written notice that such function will not be funded for the next fiscal period. In such event, the District may return any associated equipment to the Contractor in good working order, reasonable wear and tear excepted.

P. BRAND NAMES AND APPROVED EQUIVALENTS

1. Any references to manufacturers, trade names, brand names and/or catalog numbers are

intended to be descriptive, but not restrictive, unless otherwise stated, and are intended to indicate the quality level desired. Bidders may offer any equivalent product that meets or exceeds the specifications. Bids based on equivalent products must:

a. Clearly describe the alternate offered and indicate how it differs from the product

specified; and,

b. Include complete descriptive literature and/or specifications as proof that the proposed alternate will be equal to or better than the product named in this bid.

c. The Bidder shall submit to the District with their bid, a list of all materials,

equipment and processes to be furnished, instead of and to be considered as equal to, those proposed in the Technical Specifications. Drawings, catalogue cuts, test results, and other appropriate material shall be provided with the bid to enable the District to determine if the alternate is acceptable.

d. Bidder must note in writing any exceptions, additions, deletions or variations

from the technical specifications as stated in this bid. All written exceptions shall be submitted with the bid. These exceptions should include any deviation, exception, alteration or modification from the AWWA C504 standard for butterfly valves for the specified AWWA valves and for AWWA C540 standard for pneumatic actuators for the specified AWWA valves and actuators.

Page 16: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 13 of 22

2. The District reserves the right to be the sole judge of what is acceptable and may require Bidder to provide additional information and/or references. Refer to Exhibit O, Pre-Purchased Equipment Specification Nos. 15200, 15201, and 15202.

3. For RFQ No. 701-09, Valves and actuators shall be manufactured by Henry Pratt Company

or DeZurik Company or equal to match existing systems. Refer to Exhibit O, Specification Nos. 15200, 15201, and 15202.

4. If Bidder does not specify otherwise, it is understood that the referenced brand will be

supplied.

Q. QUANTITIES

Quantities listed herein are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

R. PRICING

1. All prices shall be in figures only, unless words are specifically requested.

2. All prices and notations must be in ink or typewritten. Mistakes may be crossed out and

corrections typed or printed adjacent to the mistake and initialed in ink by the person who signs the bid. Prices shall be stated in units and quotations made separately on each item.

3. All pricing as quoted will remain firm for the term of any contract that may be awarded as a

result of this RFQ.

4. Unless otherwise stated, Bidder agrees that, in the event of a price decline, the benefit of such lower price shall be extended to the District.

5. All prices shall be quoted F.O.B. Destination, Zone 7 Water Agency, Livermore, CA.

6. The District is subject to California sales tax. Tax shall not be included in any unit prices

quoted. Sales tax will be added to any order(s) resulting from this solicitation.

7. All prices quoted shall be in United States dollars and "whole cent," no cent fractions shall be used. There are no exceptions.

8. Price quotes shall include any and all payment incentives available to the District. 9. Discrepancies between the multiplication of units of Work and unit prices will be

resolved in favor of the unit prices. Unless the amount set forth as a unit price is ambiguous, unintelligible, or uncertain for any cause, or is omitted; in the event of such uncertainty, then the amount set forth in the “Total” column for the item will be divided by the estimated quantity for the item, and the price thus obtained will be the unit price. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Bidders are advised that in the evaluation of cost, if applicable, it will be assumed that the hourly rate quoted is correct in the case of a discrepancy between the unit price and an extension.

Page 17: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 14 of 22

10. Federal and State minimum wage laws apply. The County has no requirements for living

wages. The District is not imposing any additional requirements regarding wages. 11. Prevailing Wages: Pursuant to Labor Code Sections 1770 et seq., Contractor shall pay to

persons performing labor in and about Work provided for in Contract not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work in said locality, which per diem wages shall not be less than the stipulated rates contained in a schedule thereof which has been ascertained and determined by the Director of the State Department of Industrial Relations to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this contract.

S. AWARD

1. The award will be made to the lowest responsive responsible bidder who meets the

requirements of these specifications, terms and conditions.

2. Awards may also be made to the subsequent lowest responsive responsible bidders who will be considered the Back-up Contractors and who will be called in ascending order of amount of their quotation.

3. The District reserves the right to reject any or all responses that materially differ from any

terms contained herein or from any Exhibits attached hereto and to waive informalities and minor irregularities in responses received.

4. The District reserves the right to award to a single or multiple contractors.

5. The District has the right to decline to award this contract or any part thereof for any

reason.

6. Any contract that may be awarded as a result of this RFQ will be done so after receipt of all District approvals and a Notice of Award issued.

7. The RFQ specifications, terms, conditions and Exhibits, RFQ Addenda and Bidder’s

proposal, may be incorporated into and made a part of any contract that may be awarded as a result of this RFQ.

T. METHOD OF ORDERING

1. A written PO shall be issued upon District approval.

2. Any PO and Standard Agreement will be faxed, transmitted electronically or mailed and

shall be the only authorization for the Contractor to place an order.

3. POs and payments for products and/or services will be issued only in the name of Contractor.

Page 18: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 15 of 22

4. Contractor shall adapt to changes to the method of ordering procedures as required by the District during the term of the contract.

5. Change orders shall be agreed upon by Contractor and District and issued as needed in

writing by District.

U. INVOICING

1. Contractor shall invoice District upon satisfactory receipt of product and/or performance of services.

2. Payment will be made within thirty (30) days following receipt of invoice and upon

complete satisfactory receipt of product and performance of services.

3. District shall notify Contractor of any adjustments required to invoice.

4. Invoices shall contain County PO number, invoice number, remit to address and itemized products and/or services description and price as quoted and shall be accompanied by acceptable proof of delivery.

5. Contractor shall utilize standardized invoice upon request.

6. Invoices shall only be issued by the Contractor who is awarded a contract.

7. Payments will be issued to and invoices must be received from the same Contractor whose name is specified on the POs.

8. The District will pay Contractor monthly or as agreed upon, not to exceed the total lump

sum price quoted in the bid response.

V. LIQUIDATED DAMAGES

District and Contractor recognize that time is of the essence of this Agreement and that District will suffer financial loss in the form of contract administration expenses (such as project management and consultant expenses), if all or any part of the Work is not completed within the times specified, plus any extensions thereof allowed in accordance with the Contract Documents. Contractor and District agree that because of the nature of the Project, it would be impractical or extremely difficult to fix the amount of actual damages incurred by District because of a delay in completion of all or any part of the Work. Accordingly, District and Contractor agree that as liquidated damages for delay Contractor shall pay District:

1. A deduction for liquidated damages of $155.00 per day will be assessed for not meeting the

required delivery dates, (six calendar weeks from shop drawing approval), unless prior approval has been received from District.

2. The amount set forth above is hereby agreed upon as liquidated damages and will be deducted

from any money due the Contractor under any contract which may be awarded to Contractor arising from the RFP/Q.

Page 19: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 16 of 22

3. In the event the Contractor’s performance and/or deliverable projects have been deemed unsatisfactory by a review committee, the District reserves the right to withhold future payments until the performance and or deliverable projects are deemed satisfactory.

4. These measures of liquidated damages shall apply cumulatively and except as provided

below, shall be presumed to be the damages suffered by District resulting from delay in completion of the Work.

5. Liquidated damages for delay shall only cover administrative, overhead, interest on bonds,

and general loss of public use damages suffered by District as a result of delay. Liquidated damages shall not cover the cost of completion of the Work, damages resulting from defective Work, lost revenues or costs of substitute facilities, or damages suffered by others who then seek to recover their damages from District (for example, delay claims of other contractors, subcontractors, tenants, or other third-parties), and defense costs thereof.

6. Time is of the essence. Execution of Contract Documents by Contractor shall constitute

acknowledgement by Contractor that Contractor understands, has ascertained and agrees that District will actually sustain damages in the amount fixed in the Contract Documents for each and every Day during which completion of Work required is delayed beyond expiration of time fixed for completion or extensions of time allowed pursuant to provisions hereof. Contractor and District agree that specified measures of liquidated damages shall be presumed to be the damages actually sustained by District as defined below, and that because of the nature of the Project, it would be impracticable or extremely difficult to fix the actual damages.

7. Liquidated damages shall be considered not as a penalty but as agreed monetary damage

sustained by District for increased Project administration expenses, including extra inspection, construction management and architectural and engineering expenses related to the Project and Contract Documents because Contractor failed to perform and complete Work within time fixed for completion or extensions of time allowed pursuant to provisions hereof. Liquidated damages shall not be deemed to include within their scope additional damages or administrative costs arising from Defective Work, lost revenues, interest expenses, cost of completion of the Work, cost of substitute facilities, claims and fines of regulatory agencies, damages suffered by others or other forms of liability claimed against District as a result of delay (e.g., delay or delay related claims of other contractors, subcontractors or tenants), and defense costs thereof. Contractor shall be fully responsible for the actual amount of any such damages it causes, in addition to the liquidated damages otherwise due District.

8. District may deduct from any money due or to become due to Contractor subsequent to time for completion of entire Work and extensions of time allowed pursuant to provisions hereof, a sum representing then-accrued liquidated damages. Should Contractor fall behind the approved Progress Schedule, District may deduct liquidated damages based on its estimated period of late completion. District need not wait until Final Completion to withhold liquidated damages from Contractor’s progress payments. Should money due or to become due to Contractor be insufficient to cover aggregate liquidated damages due, then Contractor forthwith shall pay the remainder of the assessed liquidated damages to District.

Page 20: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 17 of 22

W. COUNTY PROVISIONS

1. Preference for Local Products and Vendors: A five percent (5%) preference shall be granted to Alameda County products or Alameda County vendors on all sealed bids on contracts except with respect to those contracts which state law requires be granted to the lowest responsible bidder. An Alameda County vendor is a firm or dealer with fixed offices and having a street address within the County for at least six (6) months prior to the issue date of this RFQ; and which holds a valid business license issued by the County or a city within the County. Alameda County products are those which are grown, mined, fabricated, manufactured, processed or produced within the County. Locality must be maintained for the term of the contract. Evidence of locality shall be provided immediately upon request and at any time during the term of any contract that may be awarded to Contractor pursuant to this RFQ.

2. Small and Emerging Locally Owned Business: A small business for purposes of this RFP

is defined by the United States Small Business Administration as having no more than 500 employees as required per SBA standards based on the appropriate NAICS code for that industry (332911) over the last three (3) years. An emerging business, as defined by the County is one having less than one-half (1/2) the number of employees above and has been in business less than five (5) years. In order to participate herein, the small or emerging business must also satisfy the locality requirements and be certified by the County as a Small or Emerging, local business. A certification application package (consisting of Instructions, Application and Renewal Application) has been attached hereto as Exhibit E and must be completed and returned by a qualifying contractor.

A locally owned business, for purposes of satisfying the locality requirements of this provision, is a firm or dealer with fixed offices and having a street address within the County for at least six (6) months prior to the issue date of this RFP/Q; and which holds a valid business license issued by the County or a city within the County.

The County is vitally interested in promoting the growth of small and emerging local businesses by means of increasing the participation of these businesses in the County’s purchase of goods and services. As a result of the County’s commitment to advance the economic opportunities of these businesses the following provisions shall apply to this RFP:

c. If Bidder is certified by the County as either a small and local or an emerging and

local business, the County will provide a five percent (5%) bid preference, in addition to that set forth in paragraph 1., above, for a total bid preference of ten percent (10%). However, a bid preference cannot override a State law, which requires the granting of an award to the lowest responsible bidder.

d. Bidders not meeting the small or emerging local business requirements set forth

above do not qualify for a bid preference and must subcontract with one or more County certified small and/or emerging local businesses for at least twenty percent (20%) of Bidder’s total bid amount in order to be considered for the contract award. Bidder, in its bid response, must submit written documentation evidencing a firm contractual commitment to meeting this minimum local participation requirement. Participation of a small and/or emerging local

Page 21: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 18 of 22

business must be maintained for the term of any contract resulting from this RFP. Evidence of participation shall be provided immediately upon request at any time during the term of such contract.

The County reserves the right to waive these small/emerging local business participation requirements in this RFP, if the additional estimated cost to the County, which may result from inclusion of these requirements, exceeds five percent (5%) of the total estimated contract amount or Ten Thousand Dollars ($10,000), whichever is less.

The following entities are exempt from the Small and Emerging Local Business (SLEB) requirements as described above and are not required to subcontract with a SLEB. If you apply and are certified as a SLEB, you will receive a 5% SLEB bid preference:

Non-profit community based organizations (CBO); Non-profit churches or non-profit religious organizations (NPO); Public schools; and universities; and Government agencies

Non-profits must provide proof of their tax exempt status. These are defined as organizations that are certified by the U.S. Internal Revenue Service as 501(c) 3.

If additional information is needed regarding this requirement, please contact the Auditor- Controller’s Office of Contract Compliance (OCC) located at 1221 Oak St., Rm. 249, Oakland, CA 94612 at Tel: (510) 891-5500, Fax: (510) 272-6502 or via E-mail at [email protected].

3. First Source Program: The First Source Program has been developed to create a

public/private partnership that links CalWORKs job seekers, unemployed and under employed County residents to sustainable employment through the County’s relationships/connections with business, including contracts that have been awarded through the competitive process, and economic development activity in the County. Welfare reform policies and the new Workforce Investment Act require that the County do a better job of connecting historically disconnected potential workers to employers. The First Source program will allow the County to create and sustain these connections.

Vendors awarded contracts for goods and services in excess of One Hundred Thousand Dollars ($100,000) as a result of any subsequently issued RFQ are to allow Alameda County ten (10) working days to refer potential candidates to vendor to be considered by Vendor to fill any new or vacant positions that are necessary to fulfill their contractual obligations to the County, that Vendor has available during the life of the contract before advertising to the general public. Potential candidates referred by County to Vendor will be pre-screened, qualified applicants based on vendor specifications. Vendor agrees to use its best efforts to fill its employment vacancies with candidates referred by County, but the final decision of whether or not to offer employment, and the terms and conditions thereof, rest solely within the discretion of the Vendor.

Bidders are required to complete, sign and submit in their bid response, the First Source Agreement that has been attached hereto as Exhibit H, whereby they agree to notify the First Source Program of job openings prior to advertising elsewhere (ten day window) in

Page 22: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 19 of 22

the event that they are awarded a contract as a result of this RFP/Q. Exhibit H will be completed and signed by County upon contract award and made a part of the final contract document.

If compliance with the First Source Program will interfere with Contractor’s pre-existing labor agreements, recruiting practices, or will otherwise obstruct the Contractor’s ability to carry out the terms of the contract, the Contractor will provide to the County a written justification of non-compliance.

If additional information is needed regarding this requirement, please contact the

Auditor- Controller’s Office of Contract Compliance (OCC) located at 1221 Oak St., Rm. 249, Oakland, CA 94612 at Tel: (510) 891-5500, Fax: (510) 272-6502 or via E-mail at [email protected].

4. Environmentally Friendly Packaging: Alameda County is an environmentally

responsible employer and seeks all practical opportunities for waste reduction and recycling. The County, therefore, encourages its contractors to reduce waste volume and toxicity by using environmentally friendly packaging material whenever possible. Options may include backhauling product packaging to the supplier for reuse or recycling, shipping in bulk or reduced packaging, using soy bean-based inks for packaging printing, using recycled product packaging or using recyclable or reusable packaging material. The County encourages all bidders and contractors for goods and services to adhere to these principles where practicable.

5. Material Safety Data Sheets (MSDS’s): MSDS's for all hazardous substances must be

included with each shipment.

6. Warranty: Bidder expressly warrants that all goods and services to be furnished pursuant to any contract awarded it arising from the RFQ will conform to the descriptions and specifications contained herein and in supplier catalogs, product brochures and other representations, depictions or models, and will be free from defects, of merchantable quality, good material and workmanship. Bidder expressly warrants that all goods and services to be furnished pursuant to such award will be fit and sufficient for the purpose(s) intended. This warranty shall survive any inspections, delivery, acceptance or payment by the District.

X. THIS SECTION INTENTIALLY OMITTED

Y. THIS SECTION INTENTIALLY OMITTED

Z. ONLINE CONTRACT COMPLIANCE SYSTEM

As part of the Alameda County General Services Agency’s commitment to assist contractors to conveniently comply with legal and contractual requirements, the County has established an online Contract Compliance System. The system was designed to help reduce contractors’ administrative costs and to provide various work-flow automation features that improve the project reporting process.

The Alameda County Contract Compliance System will be implemented to monitor contract compliance for County contracts through the use of a new interactive website, Elation Systems.

Page 23: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 20 of 22

The prime contractor and all participating subcontractors awarded contracts as a result of this bid process for this project, are required to use the secure web-based system to submit SLEB Program information including, but not limited to, monthly progress payment reports and other information related to SLEB participation.

The Alameda County Contract Compliance System has been designed to provide online functionality that streamlines the process, reduces paperwork and assists contractors and subcontractors in complying with the County’s SLEB Program and its reporting requirements. Utilizing the Alameda County Contract Compliance System will reduce the amount of time currently required to submit hard copy documentation regarding contract compliance information and is provided for use by County contractors and subcontractors at no cost.

Procedural differences between the previous conventional reporting and the new web-based system include: Monthly progress payment status reports will be submitted via the web-based system. Paper copies will no longer be required. Contractor will be required to enter data for payments made and subcontractors will be

required to enter data for payments received into the web-based system.

Alameda County Contract Compliance System training and ongoing support are provided at no charge to contractors and participating sub-contractors awarded a contract as a result of this bid process for this project. Contractors having contracts with the County should schedule a representative from their office/company, along with each of their subcontractors, to attend training. Training sessions are approximately one hour and will be held periodically in a number of locations throughout Alameda County.

Upon award of contract, please view the training schedule http://www.elationsys.com/elationsys/support_1.htm or call Elation Systems at (510) 764-1870. A special access code will be provided to contractors and subcontractors participating in any contract awarded as a result of this bid process to allow use of the System free of charge. It is the Contractor’s responsibility to ensure that they and their subcontractors are registered and trained as required to utilize the Alameda County Contract Compliance System.

Please contact the Auditor- Controller’s Office of Contract Compliance (OCC) located at 1221 Oak St., Rm. 249, Oakland, CA 94612, at Tel: (510) 891-5500, Fax: (510) 272-6502 or via E-mail at [email protected] if you have any other questions regarding utilization of the Alameda County Contract Compliance System.

AA. COMPLIANCE INFORMATION AND RECORDS

As needed and upon request, for the purposes of determining compliance with the SLEB Program, the Contractor shall provide the County with access to all records and documents that relate to SLEB participation and/or certification. Proprietary information will be safeguarded. All subcontractor submittals must be through the prime contractor.

BB. ACCOUNT MANAGER/SUPPORT STAFF

Page 24: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 21 of 22

1. Contractor shall provide a dedicated competent account manager who shall be responsible for the District account/contract. The account manager shall receive all orders from the District and shall be the primary contact for all issues regarding Bidder’s response to this RFQ and any contract which may arise pursuant to this RFP.

2. Contractor shall also provide adequate, competent support staff that shall be able to service

the District during normal working hours, Monday through Friday. Such representative(s) shall be knowledgeable about the contract, products offered and able to identify and resolve quickly any issues including but not limited to order and invoicing problems.

3. Contractor account manager shall be familiar with District requirements and standards and

work with District representative to ensure that established standards are adhered to. CC. GENERAL REQUIREMENTS

1. Proper conduct is expected of Contractor’s personnel when on District premises. This

includes adhering to no-smoking ordinances, the drug-free work place policy, not using alcoholic beverages and treating employees courteously.

2. District has the right to request removal of any Contractor employee or subcontractor who

does not properly conduct himself/herself/itself or perform quality work.

3. Contractor personnel shall be easily identifiable as non-District employees (i.e. work uniforms, badges, etc.).

4. Compliance with Safety & Health Regulations. Bidder agrees that all item(s) offered

comply with all applicable Federal and the State Occupational Safety and Health Act, laws, standards and regulations, and that Bidder will indemnify and hold the District harmless for any failure to so conform.

5. Maintenance, Product Handling, and Protection

a. Transport, deliver, handle, and store materials and equipment at the Site in such a

manner as to prevent the breakage, damage or intrusions of foreign matter or moisture, and otherwise to prevent damage.

b. Hazardous substance compliance: Provide District with copies of the OSHA Material Safety Data Sheets (MSDS) for all products containing a hazardous substance, examples: Adhesives, paints, sealants, and the like.

c. Packaging: Provide packaged materials in manufacturer’s original containers with seals unbroken and labels intact until incorporated into the work.

d. Remove all damaged or otherwise unsuitable material and equipment promptly from the site.

e. Protection: Protect all finished surfaces. f. Asbestos Removal: If, during the progress of the Work, suspected asbestos-containing

products are identified, Contractor shall stop work in the affected area and engage an asbestos removal Subcontractor to verify the materials and, if necessary, encapsulate, enclose, or remove and dispose of all asbestos in accordance with current regulations of the Environmental Protection Agency and the U.S. Department of Labor – Occupational

Page 25: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Specifications, Terms & Conditions RFQ No. 701-09

DVWTP – Procurement of Filter Valves

Page 22 of 22

Safety and Health Administration, the state asbestos regulating agency, and any local government agency. Payment for such work will be made by Change Order.

6. Delivery Hours. Unless otherwise specified, all items must be delivered to: 601 E.

Vallecitos Rd., Livermore, CA 94550, Monday through Friday between the hours of 8:00 a.m. & 11:30 a.m. and 1:00 p.m. & 4:00 p.m.

7. Delivery Time. Time is of the essence of this contract. Bidder shall state earliest

delivery time on the Bid Form. The District reserves the right to cancel any order not received within the time stated by the Bidder on the Bid Form. Delivery time may be a factor in award of bid where a maximum time for delivery is stipulated herein. See Section 15200, Paragraph 1.1, item F, for delivery from date of approved shop drawings.

8. Manufacturer & Model Number. Bidder must state the manufacturer name and model

number of each item proposed.

9. New and Unused. Unless specifically provided to the contrary, all materials and equipment shall be new and unused and of the current production year. Bids that are received for other than the current production year or for items and materials that has been previously used will be rejected.

10. Testing. After delivery, random samples may be submitted to a commercial laboratory,

or other inspection agency, for testing to determine if they conform to the specifications. In cases where tests indicate the samples do not meet specifications, the cost of the testing shall be borne by the contractor. When test indicate the materials do not meet specifications, the District reserves the right to cancel the award and purchase the goods in the open market at the expense of the vendor.

11. Warranty, Manufacturer. Manufacturer shall fully warrant all materials and equipment

furnished under the terms of this contract, against poor and inferior quality, for a period of not less than (18) eighteen months from the date of final acceptance by the District. Time is of the essence of this contract. While under warranty, manufacturer shall repair or replace inoperable materials or equipment in a timely manner to minimize the disruption of District operations. A copy or description of the manufacturer’s warranty shall accompany each bid for the item(s) proposed, detailing the scope and length of the warranty.

12. Warranty, Successful Bidder. Successful Bidder shall fully warrant all materials and

equipment furnished under the terms and this contract, against poor and inferior quality, for a period of not less than (18) eighteen months from date of the final acceptance by the District.

13. Time is of the essence of this contract. While under warranty, successful Bidder shall

repair or replace inoperable materials or equipment in a timely manner to minimize the disruption of District operations.

Page 26: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

ZONE 7 WATER AGENCY EXHIBIT A – BID ACKNOWLEDGEMENT

RFQ No. 701-09 For

DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

The Alameda County Flood Control and Water Conservation District, Zone 7 is soliciting bids from qualified vendors to furnish its requirements per the specifications, terms and conditions contained in the above referenced RFQ number. This Bid Acknowledgement must be completed, signed by a responsible officer or employee, dated and submitted with the bid response. Obligations assumed by such signature must be fulfilled. 1. Preparation of bids: (a) All prices and notations must be printed in ink or typewritten. No erasures permitted. Errors may be crossed out and

corrections printed in ink or typewritten adjacent and must be initialed in ink by person signing bid. (b) Quote price as specified in RFQ. No alterations or changes or any kind shall be permitted to Exhibit B, Bid Form. Responses that do not comply shall be subject to rejection in total.

2. Failure to bid: If you are not submitting a bid but want to remain on the mailing list and receive future bids, complete, sign and return this Bid Acknowledgement and state the reason you are not bidding.

3. Taxes and freight charges: (a) Unless otherwise required and specified in the RFQ, the prices quoted herein do not include Sales, Use or other taxes. (b) No charge for delivery, drayage, express, parcel post packing, cartage, insurance, license fees, permits, costs of bonds, or for any other purpose, except taxes legally payable by District, will be paid by the District unless expressly included and itemized in the bid. (c) Amount paid for transportation of property to the County of Alameda is exempt from Federal Transportation Tax. An exemption certificate is not required where the shipping papers show the consignee as Alameda County, as such papers may be accepted by the carrier as proof of the exempt character of the shipment. (d) Articles sold to the County of Alameda are exempt from certain Federal excise taxes. The County will furnish an exemption certificate.

4. Award: (a) Unless otherwise specified by the bidder or the RFQ gives notice of an all-or-none award, the District may accept any item or group of items of any bid. (b) Bids are subject to acceptance at any time within thirty (30) days of opening, unless otherwise specified in the RFQ. (c) A valid, written purchase order mailed, or otherwise furnished, to the successful bidder within the time for acceptance specified results in a binding contract without further action by either party. The contract shall be interpreted, construed and given effect in all respects according to the laws of the State of California.

5. Patent indemnity: Vendors who do business with the District shall hold the District its officers, agents and employees, harmless from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order.

6. Samples: Samples of items, when required, shall be furnished free of expense to the District and if not destroyed by test may upon request (made when the sample is furnished), be returned at the bidder’s expense.

7. Rights and remedies of County for default: (a) In the event any item furnished by vendor in the performance of the contract or purchase order should fail to conform to the specifications therefore or to the sample submitted by vendor with its bid, the District may reject the same, and it shall thereupon become the duty of vendor to reclaim and remove the same forthwith, without expense to the District, and immediately to replace all such rejected items with others conforming to such specifications or samples; provided that should vendor fail, neglect or refuse so to do the or District shall thereupon have the right purchase in the open market, in lieu thereof, a corresponding quantity of any such items and to deduct from any moneys due or that may there after come due to vendor the difference between the prices named in the contract or purchase order and the actual cost thereof to the District. In the event that vendor fails to make prompt delivery as specified for any item, the same conditions as to the rights of the District to purchase in the open market and to reimbursement set forth above shall apply, except when delivery is delayed by fire, strike, freight embargo, or Act of God or the government. (b)Cost of inspection or deliveries or offers for delivery, which do not meet specifications, will be borne by the vendor. (c) The rights and remedies of the District provided above shall not be exclusive and are in addition to any other rights and remedies provided by law or under the contract.

8. Discounts: (a) Terms of less than ten (10) days for cash discount will considered as net. (b) In connection with any discount offered, time will be computed from date of complete, satisfactory delivery of the supplies, equipment or services specified in the RFQ, or from date correct invoices are received by the District at the billing address specified, if the latter date is later than the date of delivery. Payment is deemed to be made, for the purpose of earning the discount, on the date of mailing the County warrant check.

9. California Government Code Section 4552: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.

10. No guarantee or warranty: The District makes no guarantee or warranty as to the condition, completeness or safety of any material or equipment that may be traded in on this order.

THE undersigned acknowledges receipt of above referenced RFQ and/or Addenda and offers and agrees to furnish the articles and/or services specified on behalf of the vendor indicated below, in accordance with the specifications, terms and conditions of this RFQ and Bid Acknowledgement.

Firm: Address: State/Zip What advertising source(s) made you aware of this RFP/Q?

By:_______________ ________________________________________________ Date____________ Phone_____________________ Printed Name Signed Above:_______________________________________________________________________________________ Title:__________________________________________________________________________________________________________

Page 27: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Exhibit B Page 1 of 3

EXHIBIT B

ALAMEDA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, ZONE 7

RFQ No. 701-09 For

DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

BID FORM

To be submitted as part of the Bidder’s Envelope by the time and date specified in the Instructions to Bidders of the Request for Quotation No. 701-09.

The undersigned Bidder proposes and agrees, if the Bid is accepted, to furnish and deliver AWWA C504 and industrial type wafer butterfly valves per the specifications and delivery requirements. I/We have stated hereon the price(s) at which we will furnish and deliver the specified item(s) and will accept as full payment therefore the amount shown below.

Cost shall be submitted on Exhibit B as is. No alterations or changes of any kind are permitted. Bid responses that do not comply will be subject to rejection in total. Bidder further agrees; in addition to the terms and conditions specified herein the following terms and conditions that are a part of this bid and any resulting contracts:

F.O.B. Point. All shipments shall be made F.O.B. Destination, Livermore, California. F.O.B. Destination indicates that the seller is responsible for shipment until it is tendered to the District.

Award. Bid award will be based on the lowest responsible bid price, as well as any other criteria indicated in these specifications.

Signatures. All information submitted by Bidder, including signatures, must be original. Copies will not be accepted.

* Taxes. Bidder should not show California sales tax on their bids. The District will calculate the California sales tax at (9.75)% and pay it to Successful Bidder(s) who are California suppliers or out-of-state suppliers who are registered with the State of California and who have the appropriate California Seller’s Permit. The District will pay the State sales tax directly to the State of California when the Successful Bidder(s) is not registered with the state to collect it.

In submitting this Bid, Bidder represents:

Bidder has examined all of the RFQ Specifications and the following Addenda (receipt of all of which is hereby acknowledged).

Addendum Number Addendum Date Signature of Bidder

Page 28: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Exhibit B Page 2 of 3

Bidder has performed all tasks, research, investigation, reviews, examinations, and analysis and given notices regarding the Project as required.

Bidder has given District prompt written notice of all conflicts, errors, ambiguities, or discrepancies that it has discovered in or among the RFQ and drawings and actual conditions and the written resolution thereof through Addenda issued by District is acceptable to Bidder.

Manufacturer: Model:

Maximum Delivery Time: Days from shop drawing approval.

Minimum Warranty. The minimum acceptable warranty is: a. Scope: All parts and labor to repair or replace inoperable equipment. b. Term: 18 months from date of acceptance by the District.

Warranty Offered by Bidder (Bidder, you must provide the following information): The Manufacturer’s Warranty for Item Offered is: a. Scope: b. Term:

The undersigned Bidder understands that District reserves the right to reject any or all Bids, to waive any informality in a Bid, and to make awards in the interest of the District.

Bidder agrees that the price(s) quoted are the maximum they will charge during the term of any contract awarded.

FIRM: _____________________SIGNATURE:_______________ DATE:______

PRINTED NAME: _____________________TITLE:____________________________

TELEPHONE NUMBER FAX NUMBER

ITEM DESCRIPTION UNIT OF MEASURE

ESTIMATE QUANTITY

UNIT PRICE

EXTENDED TOTAL

1 20-inch wafer style butterfly valves per AWWA C504 with pneumatic actuator per AWWA C540

Each 4 $ $

2 18-inch wafer style butterfly valves per AWWA C504 with pneumatic actuator per AWWA C540

Each 16 $ $

3 10-inch wafer style butterfly valve with pneumatic actuator, industrial type

Each 4 $ $

4 4-inch wafer style butterfly valve with pneumatic actuator, industrial type

Each 8 $ $

5 Spare parts per Specifications Nos. 15200 Lump sum N.A. $ $

TOTAL BID AMOUNT * $

Page 29: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Exhibit C COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS

Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following insurance coverage, limits and endorsements:

TYPE OF INSURANCE COVERAGES MINIMUM LIMITS

Commercial General Liability Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability

$1,000,000 per occurrence (CSL) Bodily Injury and Property Damage

Commercial or Business Automobile Liability All owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related activities

$1,000,000 per occurrence (CSL) Any Auto Bodily Injury and Property Damage

Workers’ Compensation (WC) and Employers Liability (EL) Required for all contractors with employees

WC: Statutory Limits EL: $100,000 per accident for bodily injury or disease

Endorsements and Conditions:

1. ADDITIONAL INSURED: All insurance required above with the exception of Personal Automobile Liability, Workers’ Compensation and Employers Liability, shall be endorsed to name as additional insured: County of Alameda, its Board of Supervisors, Alameda County Flood Control and Water Conservation District, Zone 7, its Board of Directors, the individual members thereof, and all County officers, agents, employees and representatives .

2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement with the following exception: Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following termination and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement.

3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies shall be primary insurance to any insurance available to the Indemnified Parties and Additional Insured(s). Pursuant to the provisions of this Agreement, insurance effected or procured by the Contractor shall not reduce or limit Contractor’s contractual obligation to indemnify and defend the Indemnified Parties.

4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with an A.M. Best Rating of no less than A:VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible amounts acceptable to the County. Acceptance of Contractor’s insurance by County shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor.

5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage’s for subcontractors shall be subject to all of the requirements stated herein.

6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by any one of the following methods: – Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured (covered party),

or at minimum named as an “Additional Insured” on the other’s policies. – Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured.

7. CANCELLATION OF INSURANCE: All required insurance shall be endorsed to provide thirty (30) days advance written notice to the County of cancellation.

8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The require certificate(s) and endorsements must be sent to:

- Zone 7 Water Agency, 100 North Canyons Pkwy. Livermore, CA 94551-9486 - With a copy to Risk Management Unit (125 – 12th Street, 3rd Floor, Oakland, CA 94607)

Page 1 of 1 Form 2001-1 (Rev. 03/15/06)

Page 30: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT D-1

Page Intentionally Omitted

Page 31: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT D-2

Page Intentionally Omitted

Page 32: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Exhibit E Small, Local And Emerging Business (SLEB) Program Certification

Instructions RFP/Q No. 701-09

For DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER

VALVES

Exhibit E, Page 1 of 4 (Revision 3-03-09)

3 Easy Steps

1. Complete the appropriate application form for New or Renewal Certification: Current or previously certified businesses must complete the Renewal Certification Application on Page

4 of 4. To apply for a New Certification, complete the application form in Pages 2 and 3 of 4. Program Definitions

Local Business: A business having a fixed office with a street address in Alameda County for a minimum period of 6 months and a valid business license issued by the County or a City within Alameda County

Small Business: A business which has been certified by the County as local and meets the U.S. Business

Administration (SBA) size standards for its classification. Size standards and classification codes information available at http://www.naics.com/search.htm

Emerging Business: A business which has been certified by the County as local and meets one half of the U.S.

SBA size standards for its classification and has been in business less than 5 years. If you own less than 51% interest in your business, please indicate other owner(s) name(s), title(s) and

percentage of ownership. List all current business and professional licenses. If you have been in business for less than three years, please provide your actual gross receipts received for the period that you have been in business. If you have not been in business for a complete tax year, please provide actual gross receipts to date. If any item on the application form is not applicable, please put “N/A” in the designated area. If additional space is needed, please attach additional sheet(s).

2. Please sign* and mail Application to:

Alameda County Auditor-Controller Agency Office of Contract Compliance

1221 Oak Street, Room 249 Oakland, CA 94612

*The application form must be signed by the owner, principal partner or authorized officer of the

corporation. We will contact you within 10 days to schedule a site visit upon receipt of your application.

3. On-site Visit The following items must be available for our review during the visit to your business address:

Signed Federal Tax Returns showing Gross Business Receipts for the last 3 years**

Business Licenses

Current Identification (i.e. Driver’s License, Identification Card)

Deed, Rental or Lease Agreement showing Business Address

**Personal Net Worth Statement (if the business has never filed taxes)

If you have questions regarding your certification, please contact the Office of Contract Compliance Telephone: (510) 891-5500 Email: [email protected]

Page 33: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Exhibit E Small Local Emerging Business (SLEB) Program New Certification

Application RFP/Q No. 701-09

for DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER

VALVES

Exhibit E, Page 2 of 4 (Revision 3-03-09)

E a s t B a y I n t e r a g e n c y A l l i a n c e ( E B I A )

C O M M O N A P P L I C A T I O N f o r L O C A L C E R T I F I C A T I O N

Alameda County – Alameda County Transportation Improvement Authority – City of Oakland – Port of Oakland

Insert RFP/Q/I number and response due date below:

The Common Application is a sharing of information between agencies and NOT a reciprocal

certification. 1) Contact Information

Legal Name of Entity

Contact Person (Name & Title)

Street Address of Entity (No P.O. Box)

City State ZipCode County

Telephone ( )

Fax # ( )

Cell# ( )

Email Address Web Site

2) Company Profile Primary Service undertaken/offered:

Specialty Service undertaken/offered:

Date Entity was established (mm/dd/yr)

Does the entity have one or more additional offices outside the city of Oakland, CA? Y N If yes, list other location(s)

Date Oakland office was established (mm/dd/yr)

Method of Acquisition

New Merger or

consolidation

Purchased existing Inherited

Secured concession Other (explain)

Federal ID Number:

Has this entity operated under a different name during the past five years?

Ethnicity Group of owners(s) that own greater than 50% of the business. (for tracking purposes only)

African American Asian Asian Pacific /Hawaiian Asian Indian Caucasian Filipino

Hispanic Native American Multi ethnic ownership Multi ethnic minority

ownership Other ______________

Type of Firm Sole Proprietorship Joint Venture Partnership Corporation Limited Liability Partnership Limited Liability Corporation Publicly traded entity Non-Profit or Church Other ____________________ Gender (for tracking purposes only)

Male Female

Alameda County

RFP/Q/I# _____________________ RFP/Q/I Response Due Date: __/__/__

Check additional certifying agencies below that you would like your application to be forwarded to:

Alameda County Transportation Improvement Authority City of Oakland Port of Oakland All the above

Page 34: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Exhibit E Small Local Emerging Business (SLEB) Program New Certification

Application RFP/Q No. 701-09

for DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER

VALVES

Exhibit E, Page 3 of 4 (Revision 3-03-09)

Gross Receipts for the last three recent fiscal years: Please attach copies of appropriate tax returns: (e.g. Form 990, Form 1040, Form 1120, etc)

Year Ended________ Year Ended________ Year Ended________

Total Receipts $_____________________ Total Receipts $_____________________ Total Receipts $_____________________

Page 35: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Exhibit E, Page 4 of 4 (Revision 3-03-09)

2) Company Profile: (Continue) Number of Employees at the local office Permanent Full time ____ Permanent Part time ____

Temporary Full Time ____ Temporary Part Time ____

Seasonal Full Time ____ Seasonal Part Time ____

TOTAL Number of Employees at all locations. Permanent Full time ____ Permanent Part time ____

Temporary Full Time ____ Temporary Part Time ____

Seasonal Full Time ____ Seasonal Part Time ____

3) Certifications: Name of Issuing Authority Type Number

Expiration Date

City / County Business Tax Certificate

Internal Revenue Service (required) – If your firm is a Non-Profit, submit the Letter of Determination of Not For Profit Status.

State of CA /CUCP Certification for DBE/ACDBE firm

State of CA /SBA Certification for Small firm

Other Certification

Other Certification

Other Certification

4) Professional Licenses, Permits and/or Certificates (e.g. contractor, architect, engineer, etc. – list all that apply - attach copies. List on a separate page if additional space is needed)

Name of Issuing Authority Type Number Expiration

Date State of CA Contractor’s License Board – Contractor’s

License:

State of CA Professional Service License or Permit:

State of CA Service Provider License or Permit:

Other:

Other:

5) NAICS Codes: Please review the NAICS1 listing of work codes and indicate below your areas of expertise ranked in order of importance (begin with primary and specialty areas as indicated in the Company Profile section) NAICS Codes can be found at: http://www.naics.com/search.htm & http://www.census.gov/epcd/naics02/. Add separate sheet for additional NAICS codes if needed.

NAICS Code Description of Work

6) Additional Information: Are you a Trucking Firm? Yes No Are you a Truck Broker? Yes No Both? Yes No A supplier? Yes No

7) I consent to the sharing of information contained herein with the certifying agencies I have

checked on Page 1, and declare under penalty of perjury that all statements made in this Application are true and correct : Yes No

Signature: ____________________________________________________________ Date:_______________ Printed Name: ____________________________________________________________

1 North American Industry Classification System – www.naics.com

Page 36: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Exhibit E Small Local Emerging Business (SLEB) Program Re-Certification

Application RFP/Q No. 701-09

for DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER

VALVES

Exhibit E, Page 5 of 4 (Revision 3-03-09)

SLEB Certification Number: _____________________ Date of Initial Certification: ___________________

Business Name:

Business Address:

How long at this address: ________________________ Business Telephone Number: ___________________

Federal Tax Identification Number: ______________ Business Fax Number:________________________

Main Contact Name:

Phone Number: Email Address:

Ownership changed since last certification: Yes No Number of Employees:_______________________

Gross Business Receipts for Last Three Years: $____________________ 20____ $ ___________________ 20____ $____________________ 20____

Composition of Ownership

Are you a publicly traded entity, a public school, or a government? Yes No Are you a non-profit, or a church? Yes No If “Yes” to one of the above, skip Ethnicity and Gender below. The Collection of ethnicity and gender data is for statistical and demographic purposes only. Please check the ONE most applicable in each category: Ethnicity

African American or Black (greater than 50%) Hispanic or Latino (greater than 50%) American Indian or Alaskan Native (greater than 50%) Native Hawaiian/Pacific Islander (greater than 50%) Asian (greater than 50%) Multi-ethnic minority ownership (greater than 50%) Caucasian or White (greater than 50%) Multi-ethnic ownership (50% Minority–50% Non-

Minority) Filipino (greater than 50%)

Gender

Female (greater than 50% Ownership) Male (greater than 50% Ownership

North America Industry Classification System Codes (NAICS )

________________________________________________________ _________________________________________________________

________________________________________________________ _________________________________________________________

________________________________________________________ _________________________________________________________

RENEWAL AFFIDAVIT

I declare, under penalty of perjury all of the foregoing statements are true and correct.

Signature: ________________________________________________________ Date: ________________

Printed Name: ________________________________________________________________________________

Title (Proprietor, Partner, Officer, etc.): ____________________________________________________________

Page 37: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Revision 3-5-09

EXHIBIT F SMALL LOCAL EMERGING BUSINESS (SLEB) PARTNERING INFORMATION

SHEET

COUNTY OF ALAMEDA RFP No. 701-09

for DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

In order to meet the small local emerging business (SLEB) requirements of this RFP/Q, all bidders must complete this form as required below.

Bidders not meeting the definition of a SLEB (as stated in this RFP/Q County Provisions) are required to subcontract with a SLEB for at least twenty percent (20%) of the total estimated bid amount in order to be considered for contract award. This form must be submitted for each business that bidders will work with, as evidence of a firm contractual commitment to meeting the SLEB participation goal. (Copy this form as needed.)

Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of the partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as a prime on their own.

Once a contract has been awarded, bidders will not be able to substitute the partner without prior written approval from the Auditor-Controller, Office of Contract Compliance (OCC).

The OCC will monitor the contract for compliance with the SLEB requirements.

BIDDER (CONTRACTOR) NAME:______________________________________________________

is Certified SLEB #____________________ through ___/___/___ (certification expiration date)

BIDDER is not a SLEB and will subcontract ________% with the SLEB named below for the following service(s): _________________________________________________________________________________

SLEB Subcontractor

Business Name: __________________________________________________________________________

Street Address: __________________________________________________________________________ City, State, Zip: __________________________________________________________________________

Phone: _________________Fax:_________________E-Mail:_____________________________

Tax ID Number: _________________________ SLEB Certification Number:______________ SLEB Certification Status (Small or Emerging) __________ SLEB Certification Expiration Date: ___/___/___

Principal Name: ________________________________________________________________________

SLEB Principal Signature: ___________________________________ Date:________________ Bidder Signature: ________________________________________ Date:_______________

Page 38: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT G

COUNTY OF ALAMEDA

RFP No. 701-09 for

DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

REQUEST FOR PREFERENCE for

LOCAL BUSINESS and

SMALL AND LOCAL OR EMERGING AND LOCAL BUSINESS

IF YOU WOULD LIKE TO REQUEST THE LOCAL BUSINESS, SMALL AND LOCAL BUSINESS, OR EMERGING AND LOCAL BUSINESS PREFERENCE, COMPLETE THIS FORM AND RETURN IT WITH YOUR BID. IN ADDITION, IF APPLYING FOR LOCAL PREFERENCE, SUBMIT THE FOLLOWING:

Copy of a verifiable business license, issued by the County of Alameda or a City within the County; and

Proof of six (6) month business residency, identifying the name of the vendor and the local address: utility bills, deed of trust or lease agreement.

A five-percent (5%) preference will be granted to Alameda County products or vendors on all sealed bids on contracts except with respect to those contracts which State law requires be granted to the lowest responsible bidder. An Alameda County vendor is a firm or dealer with fixed offices and having a street address within the County for at least six (6) months prior to the date upon which a request for sealed bids or proposals is issued; and which holds a valid business license issued by the County or a city with the County. Alameda County products are those which are grown, mined, fabricated, manufactured, processed or produced within the County.

In addition, a five percent (5%) preference, for a total bid preference of ten percent (10%), shall be granted (except as noted above) if the bidder is certified by the County as either a small and local or an emerging and local business. Check the appropriate (2 maximum) boxes and provide the requested information below.

Request for 5% local preference Request for 5% small and local preference OR Request for 5% emerging and local preference

Company Name:

Street Address:

Telephone Number:

Business License Number:

The Undersigned declares that the foregoing information is true and correct: Print/Type Name:

Title:

Signature:

Date:

Page 39: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT H

COUNTY OF ALAMEDA

RFP No. 701-09 for

DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

ALAMEDA COUNTY VENDOR FIRST SOURCE AGREEMENT VENDOR INFORMATION

ALCOLINK Vendor Number (if known): 00000 SLEB Vendor Number:

Full Legal Name:

DBA

Type of Entity: Individual Sole Proprietor Partnership

Corporation Tax-Exempted Government or Trust Check the boxes that apply:

Goods Only Goods & Services Rents/Leases Legal Services Rents/Leases paid to you as the agent Medical Services Non-Medical Services – Describe

Other

Federal Tax ID Number (required):

P.O. Box/Street Address:

Vendor Contact’s Name:

Vendor Contact’s Telephone: Fax:

Vendor Contact’s E-mail address:

Please check all that apply: LOC Local Vendor (Holds business license within Alameda County) SML Small Business (as defined by Small Business Administration) I American Indian or Alaskan Native (>50%) A Asian (>50%) B Black or African American (>50%) F Filipino (>50%) H Hispanic or Latino (>50%) N Native Hawaiian or other Pacific Islander (>50%) W White (>50%)

Number of Entry Level Positions available through the life of the contract:___________

Number of other positions available through the life of the contact:_________________

This information to be completed by County:

Contract #______________________

Contract Amount: __________________

Contract Term: ____________________

Page 40: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT H

COUNTY OF ALAMEDA

RFP No. 701-09 for

DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

ALAMEDA COUNTY VENDOR FIRST SOURCE AGREEMENT VENDOR INFORMATION

Vendor agrees to provide Alameda County (through East Bay Works and Social Services Agency), ten (10) working days to refer to Vendor, potential candidates to be considered by Vendor to fill any new or vacant positions that are necessary to fulfill their contractual obligations to the County, that Vendor has available during the life of the contract before advertising to the general public. Vendor will also provide the County with specific job requirements for new or vacant positions. Vendor agrees to use its best efforts to fill its employment vacancies with candidates referred by County, but final decision of whether or not to offer employment, and the terms and conditions thereof, to the candidate(s) rest solely within the discretion of the Vendor.

Alameda County (through East Bay Works and Social Services Agency) agrees to only refer pre-screened qualified applicants, based on vendor specifications, to vendor for interviews for prospective employment by Vendor (see Incentives for Vendor Participation under Vendor/First Source Program located on the Small Local Emerging Business (SLEB) Website, http://www.co.alameda.ca.us/gsa/sleb/vendor.shtml If compliance with the First Source Program will interfere with Vendor’s pre-existing labor agreements, recruiting practices, or will otherwise obstruct Vendor’s ability to carry out the terms of the contract, Vendor will provide to the County a written justification of non-compliance in the space provided below.

(Company Name) _________________________________ ____________________

(Vendor Signature) (Date)

_________________________________ ____________________

(East Bay Works / One-Stop Representative Signature) (Date)

Justification of Non-Compliance: _______________________________________________________________________

________________________________________________________________________

Page 41: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT I

COUNTY OF ALAMEDA

RFP/Q No. 701-09 for

DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

Exceptions, Clarifications, Amendments List below requests for clarifications, exceptions and amendments, if any, to the RFP and its exhibits, and submit with your bid response. The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid disqualification.

Reference To: Item No. Page No. Paragraph

No.

Description

_________________________________ _____________________________ ____________ Bidder Name Bidder Signature Date

Page 42: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT J

4/4/06

ZONE 7 OF ALAMEDA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, ZONE 7

100 North Canyons Parkway Livermore, CA 94551

Date:

GOODS/SERVICES AGREEMENT VENDOR:

I. SCOPE OF THE SERVICES 1. The Services to be rendered (“Services”) consist generally of and as may be more fully described in the attached Appendix B “Scope of Work”:

II. COMPENSATION FOR SERVICES Vendor’s total compensation for Services performed under this Agreement is , to be paid as: (1) ___ lump sum; (2) ___ lump sum with progress payments; (3) X per attached schedule of rates and charges, with a guaranteed not to exceed price of ; or (4) ___ are described in Appendix B, attached.

III. SCHEDULE OF PERFORMANCE Vendor shall commence the Services by and complete the Services by or within [___] days of commencement of the Services.

IV. TERMS AND CONDITIONS (1) Vendor shall perform the Services in accordance with the terms and conditions of this Agreement, INCLUDING THE

GENERAL TERMS AND CONDITIONS ATTACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE.

(2) Agreement number must appear on all invoices and correspondence. Send invoices in duplicate to Accounting - Zone 7 Water Agency, 100 North Canyons Parkway, Livermore, California, 94551, immediately upon performance.

(3) Changes made to printed Terms and Conditions on this Agreement are null and void unless approved in writing by the General Manager.

(4) Vendor must comply with Appendix C (Insurance) and [__________________________]. (5) Vendor has read and expressly accepts all terms incorporated herein, including provisions relating to indemnity and

liability. (6) This instrument is void to the extent it requires payment by the District of more than .

ALAMEDA COUNTY FLOOD CONTROL and WATER CONSERVATION DISTRICT, ZONE 7 (“District”)

. Vendor ________________________________________________ __________________________________________________ Sign here Date Date ________________________________________________ General Manager Print Name & Title Title Address Telephone TIN or SS Number

Page 43: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT J APPENDIX A

4/4/06

GENERAL TERMS AND CONDITIONS

1. Services Agreement (“Agreement”) Force and Effect. District is not responsible for services rendered without the authority of an order on this form. This Agreement shall supersede and control over all inconsistent provisions in any proposal, counter-proposal or addendum supplied by Vendor. The provisions of this Agreement (which may include attachments) constitute the entire agreement between the Vendor and District regarding the work and services described herein. No representation, term or covenant not expressly specified in this Agreement shall, whether oral or written, be a part of this agreement, and no modification of this Agreement shall be effective unless it is in writing. This Agreement shall supersede all other prior service agreements and other agreements between Vendor and District with respect to the work and services described herein. This Agreement may not be modified, nor may compliance with any of its terms be waived, except by written instrument executed and approved by fully authorized representatives of District and Vendor. No part of this Agreement may be assigned or subcontracted without the prior written approval of the District. The provisions of this Agreement shall be binding upon and inure to the benefit of the heirs, executors, administrators, successors, and assigns of the parties hereto.

2. Independent Contractor. Vendor, and any agents and employees of Vendor, in the

performance of this Agreement, shall act in an independent capacity and not as officers, employees or agents of District.

3. Performance of Services. Time is of the essence in the performance of the Services. Vendor

represents that it possesses the skills necessary to perform the services (“Services”) under this Agreement. Vendor will perform its Services in a skillful manner; comply fully with criteria established by District, and with applicable laws, codes, and all applicable professional standards. The granting of any payment, and any inspections, reviews, approvals or oral statements by any District representative, or certification by any governmental entity, shall in no way limit or waive Vendor’s obligations under this Agreement.

.

4. Delivery of goods/services. No charges for transportation, containers, packing, etc. will be allowed unless so specified in this Agreement. Vendor agrees to deliver all items on this Agreement FOB Destination unless otherwise specified in this Agreement. FOB Destination shall mean that the Vendor pays all shipping costs, and title shall transfer to the District only upon receipt and acceptance by an authorized representative of the District. All articles furnished shall be subject to inspection by representatives of the District for defects or non-compliance with specifications. If Vendor shall fail to deliver as promised or delivers any article which does not conform to specifications, the District may, at its option, set aside the contract entered into with said Vendor, either in whole or in part, and enter into a new contract in accordance with law. Any additional cost or expense incurred by the District in making of such contract and any additional cost of supplying any article or articles by reason of the failure of the Vendor shall be paid by Vendor and his sureties, if any. District may delay deliver or acceptance of goods and Vendor shall hold goods pending District’s direction at no cost to District. All shipments, shipping papers, invoices and correspondence must be identified with our Agreement Number. Invoices must have a unique identifying number. Overshipments will not be accepted unless authorized by Buyer.

5. Warranty. Vendor warrants that all goods or services furnished hereunder shall be

merchantable and free from any defects in workmanship or material and suitable for its intended uses. Vendor shall indemnify and hold the District harmless from any breach of this warranty, and no limitations on District’s remedy in Vendor's documents shall reduce this indemnification. Vendor shall extend all warranties it receives from its vendors to the District. This warranty is in addition to all warranties contained under the law. All work performed under this agreement shall be warranted for 12 months after acceptance by District of the work. Vendor shall promptly, at no cost to the District, repair, alter, or replace defective work to the reasonable satisfaction of District. With respect to repaired or replaced work under Vendor's warranty, Vendor's warranty shall apply for the longer of (a) the initial warranty period then remaining as to the repaired or replaced goods or (b) nine (9) months from the date of written notification by Vendor to District that the work has been completed, whichever is later. Vendor warrants that the prices quoted hereunder are the lowest prices at which these or similar articles are sold by the Vendor to other customers. Any price reduction between execution of the Agreement and delivery of the goods shall be granted to the District. The District makes no guarantee or warranty as to the condition, completeness or safety of any material or equipment that may be traded in on this Agreement.

6. Phases and Performance Requirements. Vendor shall maintain a quality control program to

ensure quality services and deliverables. Time is of the essence of each and all provisions of this Agreement. Failure of District to insist upon strict performance of any of the terms and conditions hereof, or failure or delay to exercise any rights or remedies or to properly notify Vendor in the event of breach, or the acceptance of or payment for any goods hereunder, shall not release Vendor of any of the warranties or obligations of this Agreement and shall not be deemed a waiver of any right of District to insist upon strict performance hereof.

7. Payment. District will only make payments against invoices which are: "ORIGINAL", "CUSTOMER COPY" or a copy of invoice that has been "CERTIFIED AS ORIGINAL" and which has been SIGNED BY an officer of Vendor with his/her title. Terms, if not otherwise specified herein, shall be Net 30 days. Cash discount and payment date will be computed from the date of acceptance of the Agreement (partial or complete) or receipt of invoices, whichever is later. Payment is deemed to be made, for the purpose of earning the discount,

on the date of mailing the District warrant or check. The District does not pay, and is not subject to, any late charges, fees or penalties of any kind.

8. Compliance with Laws; Conflict of Interests. Vendor's acceptance of this Agreement certifies that

goods and services sold and furnished to District by Vendor are produced and sold in conformity with all applicable federal, state and local laws, rules, ordinances and regulations. Vendor agrees to comply with all applicable federal and state laws, regulations and policies, as amended, including those regarding discrimination, unfair labor practices, collusion and conflicts of interest. Vendor, its officer, partners, associates, agents, and employees, shall not make, participate in making, or in anyway attempt to use the position afforded them by this purchase order to influence any governmental decision in which he or she knows or has reason to know that he or she has a financial interest under applicable state, federal and local conflict of interest regulations. Vendor represents and warrants that it presently has no interest, and shall not have any interest, direct or indirect, which would conflict in any manner with the performance of work and services required under this Agreement. The Vendor and his employees or agents shall secure and maintain in force such licenses and permits as are required by law in connection with furnishing of materials and services listed herein.

9. Compliance with Laws; Hazardous Materials. Vendor shall comply with applicable environmental

statutes, regulations and guidelines in performing the work under this Agreement, including laws on the disposal of hazardous wastes. Vendor shall bear full and exclusive responsibility for any release of hazardous or nonhazardous substances or disposal of hazardous wastes during the course of performance of this Agreement. If any material or the ingredient of any material furnished by the Vendor is hazardous as defined by Federal or California statute, the Vendor shall provide to the District Material Safety Data Sheets (MSDS) pursuant to OSHA's Hazard Communication Rule 29 CFR 1919.1200. Vendor shall be solely responsible for all claims and expenses associated with the disposal of hazardous wastes or with the response to or removal of any release, including without limit, payment of any fines or penalties levied against District by any agency as result of such release. Vendor shall hold harmless, indemnify and defend District from any claims, suits, actions, costs or expenses arising from such disposal or release.

10. Confidentiality. Any information, whether proprietary or not, made known to or discovered by

Vendor during the performance of or in connection with this Agreement for District, will be kept confidential and not be disclosed to any other person. Vendor will immediately notify District in writing if it is requested to disclose any information made known to or discovered by during the performance of or in connection with this Agreement. These conflict of interest, confidentiality and future service provisions and limitations shall remain fully effective indefinitely after termination of services to District hereunder.

11. Non-Discrimination Policy. Vendor shall not discriminate against any employee or applicant for

employment, nor against any SubVendor or applicant for a subcontract, because of race, color, religious creed, age, sex, actual or perceived sexual orientation, national origin, disability as defined by the ADA or veteran’s status, and shall comply with all applicable laws regarding non-discrimination and equal employment opportunity.

12. Indemnity/Liability. The Vendor shall hold the District, its officers, agents, servants and

employees, harmless from liability of any nature or kind on account of use of any copyrighted or uncopyrighted composition, secret processes, patented or unpatented invention articles or appliances furnished or used under this Agreement. Vendor shall hold harmless, defend and indemnify the District, its Board of Directors, officers, employees and agents from and against any and all claims, losses, damages, liabilities or expenses, including reasonable attorney fees, incurred in the defense thereof, for the death or injury, or personal injury, to any person or persons (including employees of Vendor or County) or damage of any property (including property of Vendor or District) which arises out of or is connected with Vendor's performance of this Agreement.

13. Termination and Suspension. District may terminate this contract in the event of a default by

Vendor. In such event, District shall not be liable to Vendor for any amounts, and Vendor shall be liable for, and shall hold District harmless from, any damages, costs, fees, and penalties occasioned by the Vendor's breach or default. District may direct Vendor to terminate, suspend, delay or interrupt Services, in whole or in part, for such periods of time as District may determine in its sole discretion. District may issue such directives without cause. District will issue such directives in writing, and compensate Vendor for its costs expended up to the termination plus reasonable profit thereon only in the event District terminates this Agreement for District’s convenience. Vendor may recover no other cost, damage, or expense. Suspension of Services shall be treated as an excusable delay.

14. The headings in this Agreement are for convenience only and do not affect the construction of

this Agreement.

15. The definition of terms used, interpretation of this Agreement and the rights of all parties hereunder shall be construed under and governed by the laws of the State of California, including but not limited to the California Commercial Code. The exclusive venue for all litigation arising from or relating to this Agreement shall be in Alameda County, California.

Page 44: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

APPENDIX C - INSURANCE

This is an appendix attached to, and made a part of, the Professional Services Agreement dated ___________ (“Agreement”) between THE ALAMEDA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, commonly known as ZONE 7 WATER AGENCY (“District”) and _ (“Vendor”), for the provision of professional services (“Services”).

1. Vendor’s Duty to Show Proof of Insurance. Prior to the execution of this Agreement, Vendor shall furnish to District

satisfactory proof that Vendor has taken out for the entire period required by this Agreement, as further described below, the following insurance, in a form satisfactory to District and with an insurance carrier satisfactory to District, authorized to do business in California and rated by A. M. Best & Company A- or better, financial category size VII or better, which will protect those described below from claims described below which arise or are alleged to have arisen out of or result from the acts or omissions of Vendor for which Vendor may be legally liable, whether performed by Vendor, or by those employed directly or indirectly by it, or by anyone for whose acts Vendor may be liable:

1.1 Commercial General Liability Insurance Commercial general liability insurance, written on an “occurrence” basis, which shall provide

coverage for bodily injury, death and property damage resulting from operations, products liability, blasting, explosion, collapse of buildings or structures, damage to underground structures and utilities, liability for slander, false arrest and invasion of privacy arising out of construction management operations, blanket contractual liability, broad form endorsement, a construction management endorsement, products and completed operations, personal and advertising liability, with per location limits of not less than $2,000,000 general aggregate and $1,000,000 each occurrence.

1.2 Business Automobile Liability Insurance. Business automobile liability insurance with limits not less than $1,000,000 each occurrence

including coverage for owned, non-owned and hired vehicles.

1.3 Workers’ Compensation Insurance. Workers’ Compensation Employers’ Liability limits not less than $1,000,000 each accident, $1,000,000 per disease and $1,000,000 aggregate. Vendor’s Workers’ Compensation Insurance policy shall contain a Waiver of Subrogation. In the event Vendor is self-insured, it shall furnish Certificate of Permission to Self-Insure signed by Department of Industrial Relations Administration of Self-Insurance, State of California.

1.4 Professional Liability Insurance. Professional Liability Insurance, either (a) specific to this Project only, with limits not less than

$1,000,000 each claim, or (b) limits of not less than $1,000,000 each claim and aggregate, all with respect to negligent acts, errors or omissions in connection with services to be provided under this Agreement, and any deductible not to exceed $5,000 for each claim, with no exclusion for claims of one insured against another insured and with tail coverage for a period of five (5) years after the completion of the Services.

2. Insurance policies shall contain an endorsement containing the following terms:

2.1 Additional Insureds. On Vendor’s Commercial General Liability policy and Automobile Liability Policy, Alameda County, Alameda County Flood Control and Water Conservation District, its Zone 7 Water Agency and their affiliates, directors, officers, officials, partners, representatives, employees, Vendors, subVendors and agents, shall be named as additional insureds, but only with respect to liability arising out of the activities of the named insured, and there shall be a waiver of subrogation as to each named and additional insured.

2.2 The policies shall apply separately to each insured against whom claim is made or suit is brought except with respect to the limits of

the company’s liability.

2.3 Written notice of cancellation, non-renewal or of any material change in the policies shall be mailed to District thirty (30) days in advance of the effective date thereof. Certificates of Insurance and Endorsements shall have clearly typed thereon the title of the Agreement, shall clearly describe the coverage and shall contain a provision requiring the giving of written notice described above

2.4 Insurance shall be primary insurance and no other insurance or self insured retention carried or held by any named or additional

insureds other than that amount Vendor shall be called upon to contribute to a loss covered by insurance for the named insured.

2.5 Nothing herein contained shall be construed as limiting in any way the extent to which Vendor or any of its permitted SubVendors may be held responsible for payment of damages resulting from their operations. If Vendor fails to maintain any required insurance, District may take out such insurance, and deduct and retain amount of premium from any sums due Vendor under this Agreement.

END OF APPENDIX C

Page 45: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT K

COUNTY OF ALAMEDA

RFQ No. 701-09 For

DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

ENVIRONMENTAL CERTIFICATION

The bidder certifies under penalty of perjury the following:

The products we are proposing to supply are not manufactured with and do not contain, use, or generate PBTs as defined in Acronym and Term Glossary of this RFQ.

Our company, and any product provided to the County as part of this contract, is in

compliance with all local, state, and federal environmental and worker health and safety regulations that apply to their operation.

The bidder shall provide the following with its response: A brief description of planned efforts to minimize the amount of packaging and shipping materials and a description of the post-consumer recycled content of those materials:

Print Name/Title: _____________________________________________________________________ Company Name: _____________________________________________________________________ Signature: _____________________________________________________________________ Date: _____________________________________________________________________

Page 46: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

RFQ No. 701-09

EXHIBIT L RFQ VENDOR BID LIST

Below is the Vendor Bid List for this project consisting of vendors who have been referred by the Manufacturer or been issued a copy of this RFQ. This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop local small and emerging business subcontracting relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program (described within this RFQ). For additional information regarding the SLEB Program, please visit our website at http://www.acgov.org/gsa/sleb/ and/or contact the Auditor- Controller’s Office of Contract Compliance (OCC) located at 1221 Oak St., Rm. 249, Oakland, CA 94612 at Tel: (510) 891-5500, Fax: (510) 272-6502 or via E-mail at [email protected]. Potential bidders are strongly encouraged, but not required, to attend the Bidders Conferences in order to further facilitate subcontracting relationships. Vendors who attend the Bidders Conferences will be added to the Vendor Bid List. Please see the RFQ sections entitled ‘Calendar of Events’ and Bidders Conferences’ for additional information. The Bidders Conferences scheduled for all current projects are posted on the GSA Calendar of Events website at http://www.acgov.org/gsa/Calendar.jsp. An RFQ Addendum will be issued to all vendors on the Vendor Bid List following the Bidders Conferences and will include contact information for each vendor attendee. RFQ No. 701-09 – DEL VALLE WATER TREATMENT PLANT – FILTER VALVE REPLACEMENT Business Name Address City St Phone No Contact

Name Email

Frank A. Olsen Company

286 Rickenbacker Circle

Livermore CA 94550

925.961.8888 / 559.292.1665

Brent Phillips

[email protected]

Southwest Valve LLC

7083 North Cedar Avenue, Ste 304

Fresno CA 559.261.2703 Dave Burrell

[email protected]

Henry Pratt Company

401 S. Highland Avenue

Aurora IL 60506-5563

Jeff Irish [email protected]

Tempresco 6928 Sierra Ct. Dublin CA 94568

925.829.3400 Rick Duemling

[email protected]

Hayward Pipe & Supply

3218 Diablo Ave.

Hayward CA 94545

510.887.2700 Pedie Greg [email protected]

HyDEC Corp. 6450 Trinity Ct. Dublin CA 94568

925.803.4646 Mike Landers

[email protected]

Bray Controls 13333 Westland East Blvd.

Houston TX 77041

281.894.5454

Page 47: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Exhibit M Page 1 of 3

EXHIBIT M

RFQ No. 701-09 For

DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

RESPONSE CONTENT AND SUBMITTALS COMPLETENESS CHECKLIST

1. Bid responses must be signed in ink and include evidence that the person or persons signing the proposal is/are authorized to execute the proposal on behalf of the bidder.

2. Bidders shall provide all of the below noted Bid documentation and exhibits. Any

material deviation from these requirements may be cause for rejection of the proposal, as determined in the District’s or the County’s sole discretion. The content and sequence for each required Bid document/exhibit shall be as follows:

CHECK LIST

A. Title Page: Show RFQ number and title, your company name and address, name of

the contact person (for all matters regarding the RFQ response), telephone number and quotation/proposal date.

B. Table of Contents: Bid responses shall include a table of contents listing the

individual sections of the quotation/proposal and their corresponding page numbers. Tabs should separate each of the individual sections.

C. Cover Letter: Bid responses shall include a cover letter describing Bidder and

include all of the following:

1) The official name of Bidder;

2) Bidder’s organizational structure (e.g. corporation, partnership, limited liability company, etc.);

3) The jurisdiction in which Bidder is organized and the date of such

organization;

4) The address of Bidder’s headquarters, any local office involved in the Bid Proposal/Quotation; and the address/location where the actual production of goods and/or services will be performed;

5) Bidder’s Federal Tax Identification Number;

6) The name, address, telephone, fax numbers and e-mail address of the

person(s) who will serve as the contact(s) to the District, with regards to the RFQ response, with authorization to make representations on behalf of and to bind Bidder;

Page 48: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Exhibit M Page 2 of 3

7) A representation that Bidder is in good standing in the State of California and will have all necessary licenses, permits, certifications, approvals and authorizations necessary in order to perform all of its obligations in connection with this RFQ. This requirement includes the necessity for some out of state companies to be registered with the State of California by the effective date of the agreement. Information regarding this requirement can be located at the Secretary of State website, http://www.sos.ca.gov/.; and

8) An acceptance of all conditions and requirements contained in this RFQ.

9) Cover letter must be signed in ink by a person or persons authorized to

execute the proposal on behalf of the bidder.

D. Bid Form, Exhibit B: Itemize pricing for each of the following options: 1. 20-inch wafer style butterfly valves per AWWA C504 standard with

pneumatic actuator per AWWA C540 standard. (See Exhibit O, Pre-Purchased Equipment Specifications).

2. 18-inch wafer style butterfly valves per AWWA C504 standard with pneumatic actuator per AWWA C540 standard. (See Exhibit O, Pre-Purchased Equipment Specifications).

3. 10-inch wafer style butterfly valve with pneumatic actuator, industrial type. 4. 4-inch wafer style butterfly valve with pneumatic actuator, industrial type. 5. Spare parts per Specifications No. 15200. Bidder may refer to “PRICING” under Section IV designated “TERMS AND CONDITIONS.”

E. Evidence of Insurance

Certificates of insurance are required per the attached Exhibit C from a reputable insurer evidencing all coverages required for the term of any contract that may be awarded pursuant to this RFP/Q. The County’s insurance requirements for Additional Insured reads, “All insurance required above with the exception… shall be endorsed to name as additional insured…”An endorsement is an amendment to a contract, such as an insurance policy, by which the original terms are changed. The insurance certificate (also known as the “Acord”) carries a disclaimer, “This certificate is issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not amend, extend or alter the coverage afforded by the policy below.” Additional insureds listed in the description box are not a proper risk transfer. Any amendment or extension of the coverage such as an additional insured should be provided by a separate endorsement page or copy of the policy

F. Other required Submittals/Exhibits not included above that are required in the bid

response:

Exhibit A, Acknowledgement form for the RFP and for each Addendum, must be signed and returned

Exhibit E, SLEB Certification Application Package, completed, signed, required documentation attached (applicable to a small or emerging business, located within

Page 49: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

Exhibit M Page 3 of 3

the boundaries of Alameda County, seeking certification or renewal certification) *If bidder does not want to participate in this program please indicate on Exhibit I, Exceptions, Clarifications and Amendments Form.

Exhibit F, Small Local Emerging Business (SLEB) Subcontracting Information Sheet, must be completed and signed

Exhibit G, Request for Preference for Local Business and Small Local or Emerging Local Business, completed and signed (read Exhibit G for applicability). If applying for local preference, submit the following:

Copy of a verifiable business license, issued by the County of Alameda or a City within the County; and

Proof of six (6) month business residency, identifying the name of the vendor and the local address: utility bills, deed of trust or lease agreement

Exhibit H, First Source Agreement, must be completed and signed (applicable to contracts over $100,000)

Exhibit I, Exceptions, Clarifications and Amendments Form, must be completed and signed. Any exceptions, clarifications and amendments should also address the attached Exhibits, particularly Exhibit J, Standard Agreement (The County and or District is under no obligation to accept any exceptions and such exceptions may be a basis for bid disqualification)

Exhibit K, Environmental Certification Exhibit N, Debarment and Suspension Certification. Exhibit P, Non-Collusion Affidavit

Page 50: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT N

COUNTY OF ALAMEDA

RFP No. 701-09 for

DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

DEBARMENT AND SUSPENSION CERTIFICATION For Procurements Over $25,000

The bidder, under penalty of perjury, certifies that, except as noted below, bidder, its Principal, and any named and unnamed subcontractor:

Is not currently under suspension, debarment, voluntary exclusion, or determination of

ineligibility by any federal agency;

Has not been suspended, debarred, voluntarily excluded or determined ineligible by any

federal agency within the past three years;

Does not have a proposed debarment pending; and

Has not been indicted, convicted, or had a civil judgment rendered against it by a court of

competent jurisdiction in any matter involving fraud or official misconduct within the past

three years.

If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. BIDDER: _________________________________________________________________ PRINCIPAL: _______________________________ TITLE: ________________________

SIGNATURE: ______________________________ DATE: ________________________

Page 51: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT O

PRE-PURCHASED EQUIPMENT SPECIFICATIONS

TABLE OF CONTENTS SPECIFICATIONS 15200 Valves, General 15201 Valves Actuators 15202 Butterfly Valves TABLES Table 1 Butterfly Valve Schedule VALVE LOCATION SKETCHES Sheet 1 Pipe Gallery and Filters – Plan Sheet 2 Treatment Units – Cross Sections Sheet 3 Treatment Units – Pipe Gallery Sections Sheet 4 Pipe Gallery – Alternate “B” – Sections Sheet 5 Butterfly Valve Schedule (original plant construction in 1973) File: P:WSE/Jack/DVWTP Filter Valve Replacement RFQ – Table of Content

Page 52: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

VALVES, GENERAL DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15200-1

EXHIBIT O

PRE-PURCHASED EQUIPMENT SPECIFICATIONS

SECTION 15200 - VALVES, GENERAL

1.1 THE REQUIREMENT

A. The CONTRACTOR shall provide rubber seated butterfly valves, pneumatic actuators, and appurtenances, complete and operable, in accordance with the Contract Documents for pre-purchased equipment by the DISTRICT to replace and match existing AWWA C504 18-inch and 20-inch wafer style valves and replace and match existing AWWA C540 pneumatic actuator systems and replace and match existing industrial type 4-inch and 10-inch wafer style valves and with industrial type pneumatic actuator systems as shown in the Contract Documents and located at Filter Nos. 1 to 4 (only) at DISTRICT’S Del Valle Water Treatment Plant, located in, Livermore, California. A total of thirty two (32) valves and pneumatic actuator systems are being pre-purchased in accordance to the Contract Documents and then installed by the DISTRICT under a separate contract. DISTRICT will not accept non-AWWA wafer style valves for its 18-inch and 20-inch filter valve services, as described in the Contract Documents.

B. The provisions of this Section shall apply to valves and pneumatic actuators except where otherwise indicated. Valves and actuators shall require a combination of units, sensors, limit switches, speed controls, and a 4-way solenoid with manual override to match existing wiring. Open and close speed controls shall be provided for independent adjustment of open and close operating times. Where each system shall require a combination of valves, sensors, limit switches, and controls, the CONTRACTOR shall properly factory assemble and pre-piped. All tests such items in accordance to latest revisions to AWWA C504 so that systems are compatible and operating properly for DISTRICT installation by a separate contract. The relationship between interrelated items shall be clearly noted on Shop Drawing submittals.

C. Prior to submittal of the shop drawings for DISTRICT approval, the CONTRACTOR shall be required to field investigate existing systems to confirm existing available lay lengths for each 18-inch and 20-inch AWWA wafer style butterfly valves and 4-inch and 10-inch industrial wafer style butterfly valves shall be adequate to fit each existing locations without field modifications of adjacent pipe spools and adjacent flange connections; also CONTRACTOR shall confirm existing valve and pneumatic actuator orientations to match existing location unless directed by the DISTRICT to revise current orientations; also, CONTRACTOR shall field confirm existing system control for each valve location so that the available existing power, signal, and air supply connections will readily connect to the proposed locations for the limit switches, speed controls, and solenoid valves with manual override, etc, for a fully compatible and properly operating system. A total of 32 valve systems are being replaced per Contract Documents. See Functionality paragraph in Section 15201 for additional requirements.

D. Unit Responsibility: A single manufacturer shall be made responsible for coordination of design, assembly, testing, and furnishing each valve; however, the CONTRACTOR shall be responsible to the DISTRICT for compliance with

Page 53: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

VALVES, GENERAL DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15200-2

the requirements of each valve section. Unless indicated otherwise, the responsible manufacturer shall be the manufacturer of the valve.

E. Single Manufacturer: All valves shall be of the same design and manufacturer to keep continuity of product and to minimize spare parts and DISTRICT maintenance.

F. Shop Drawing Submittal and Valve Fabrication Schedule; The DISTRICT will be handling the valve system installations in a separate contract. The installation period is tentatively scheduled for May 10 to May 28, 2010 and requires a plant shutdown to be scheduled with the DISTRICT Operations and requires Filter Nos. 1 to 4 to be placed back in-service with the replacement valve systems fully operable no later than June 1, 2010. Time is of the essence. The Manufacturer shall expedite the shop drawing review and approval process to one to two weeks and for valve system fabrication, factory assembly, testing, and delivery in four to six weeks from the date of approval of the shop drawing submittals by the DISTRICT. See item D above for requirements of CONTRACTOR for field confirmation, especially the existing AWWA 20-inch and 18-inch wafer style valves, which are critical to filter operations and reliability and DISTRICT treatment capacity.

G. NSF Standard 61-2005: Materials shall be listed for use in contact with potable water. All AWWA valves shall be tested and certified as meeting NSF-61-2005 as required by California Code of regulations, Title 22, Division 4, Chapter 16, Section 64591 or 64593.c.2. Certification shall be maintained by an independent third party and proof of certification shall be provided to the District upon request. Failure to provide certification will be reason for rejection of bid or termination of contract.

1.2 CONTRACTOR SUBMITTALS

A. Shop Drawings: Shop Drawings shall contain the following information:

1. Valve name, size, Cv factor, pressure rating, identification number (if any), and specification section number.

2. Complete information on valve actuator, including size, manufacturer, model number, pressure rating, normal and maximum operating range, speed controls, limit switches, 4 way solenoid with manual override, and mounting. Assembly drawings showing part nomenclature, materials, dimensions, weights, and relationships of valve handles, handwheels (if applicable), position indicators, limit switches, integral control systems, speed control valves, etc. Show dimensions and clearances required for installation and operations.

3. Manufacturer’s standard drawings shall be modified to delete non-applicable data or include applicable data. Identify pertinent materials, products in manufacturer’s catalog sheets, brochures, diagrams, charts, and other standard descriptive data. Show performance characteristics and capacities.

4. Complete wiring diagrams and control system schematics for complete system components being furnished by the CONTRACTOR.

Page 54: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

VALVES, GENERAL DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15200-3

5. Valve Labeling: A schedule of valves to be provided with stainless steel tags, indicating in each case the valve location and the proposed wording for the tag per current DISTRICT SCADA tagging system to be obtained

. from the DISTRICT. See Table 1 – Butterfly Schedule in the Contract Documents for SCADA tagnames.

B. Shop Drawing Submittals: Time is of the Essence, CONTRACTOR shall be required to expedite the standard shop drawing submittal, review, approval, and finalize processes within a one to two calendar week from receipt of DISTRICT’s purchase order. See Paragraph 1.1, item F

1. Schedule and Shop Drawing Submittals

a. Submit preliminary Schedule of Shop Drawing Submittal(s) for DISTRICT approval. Submit two copies of final and accepted Schedule of Shop Drawings.

b. Submit five copies of shop drawings for District’s review, include list of key materials, name of manufacturer, telephone number, trade name, and model number of each product.

C. Technical Manual: The Technical Manual shall contain the required information for each valve. D. Spare Parts List: A Spare Parts List shall contain the required information for

each valve assembly, where indicated.

E. Factory Test Data: Where indicated, signed, dated, and certified factory test data for each valve requiring certification shall be submitted before shipment of the valve. The data shall also include certification of quality and test results for factory-applied coatings.

PART 2 -- PRODUCTS

2.1 PRODUCTS

A. General: Valves shall be new and of current manufacture. Shut-off valves 4 inches and larger shall have actuators with position indicators.

B. Valve Actuators: Unless otherwise indicated, actuators shall be in accordance with Section 15201 - Valve and Gate Actuators.

C. Protective Coating: The exterior surfaces of valves and the wet interior surfaces of ferrous valves of sizes 4 inches and larger shall include manufacturer’s best design for protective coating. Coating shall be NSF approved, self priming, with a minimum coat of 10 mils or greater, and should be compatible with most top coating systems to be applied by the DISTRICT in a separate contract. The valve disc, if applicable, should be coated similarly to the exterior coating per latest edition of AWWA C550.

D. Valve Labeling: Except when such requirement is waived by the ENGINEER in writing, a label shall be provided. The label shall be of 1/16-inch plastic or stainless steel, minimum 2 inches by 4 inches in size and shall be permanently attached to the valve or on the wall adjacent to the

Page 55: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

VALVES, GENERAL DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15200-4

valve as directed by the DISTRICT. See Table 1 of Request for Quotation/Proposal for current SCADA tag names for all 32 existing filter valves to be replaced.

E. Valve Testing: As a minimum, unless otherwise indicated or recommended by the reference standards, 4 inches in diameter and larger shall be factory tested as follows:

1. Hydrostatic Testing: Valve bodies shall be subjected to internal hydrostatic pressure equivalent to twice the water rated pressure of the valve. Metallic valve rating pressures shall be at 100 degrees F, or at higher temperature according to type of material. During the hydrostatic test, there shall be no leakage through the valve body, end joints, or shaft seals, nor shall any part of the valve be permanently deformed. The duration shall be sufficient time to allow visual examination for leakage. Test duration shall be at least 10 minutes.

2. Seat Testing: Valves shall be tested for leaks in the closed position with the pressure differential across the seat equal to the water rated pressure of the valve. The duration of test shall be sufficient time to allow visual examination for leakage. Test duration shall be at least 10 minutes. Leakage past the closed valve shall not exceed 1 fluid ounce per hour per inch diameter for metal seated valves. Resilient-seated valves shall be drop-tight.

3. Performance Testing: Valves shall be shop-operated from fully closed to fully open position and reverse under no-flow conditions in order to demonstrate the valve assembly operates properly.

F. Certification: Prior to shipment, the CONTRACTOR shall submit for valves over 12 inches in size, certified, notarized copies of the hydrostatic factory tests, showing compliance with the applicable standards of AWWA, ANSI, or ASTM.

G. Valve Marking: Valve bodies shall be permanently marked in accordance with MSS SP25 - Standard Marking Systems for Valves, Fittings, Flanges, and Unions.

2.2 MATERIALS

A. General: Materials shall be suitable for the intended application. Materials in contact with potable water shall be listed as compliant with NSF Standard 61. Materials not indicated shall be high-grade standard commercial quality, free from defects and imperfections that might affect the serviceability of the product for the purpose for which it is intended. Unless otherwise indicated, valve and actuator bodies shall conform to the following requirements:

1. Cast Iron: Close-grained gray cast iron, conforming to ASTM A 48 - Gray Iron Castings, Class 30, or to ASTM A 126 - Gray Iron Castings for Valves, Flanges, and Pipe Fittings.

2. Ductile Iron: ASTM A 536 - Ductile Iron Castings, or to ASTM A 395 - Ferritic Ductile Iron Pressure-Retaining Castings for Use at Elevated Temperatures.

Page 56: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

VALVES, GENERAL DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15200-5

3. Bronze: ASTM B 62 - Composition Bronze or Ounce Metal Castings, and valve stems not subject to dezincification shall conform to ASTM B 584 - Copper Alloy Sand Castings for General Applications.

2.3 VALVE CONSTRUCTION

A. Bodies: Valve bodies shall be cast, forged, or welded of the materials indicated, with smooth interior passages. Wall thicknesses shall be uniform in agreement with the applicable standards for each type of valve, without casting defects, pinholes, or other defects that could weaken the body. Welds on welded bodies shall be done by certified welders and shall be ground smooth. Valve ends shall be as indicated, and be rated for the maximum temperature and pressure to which the valve will be subjected.

B. Valve End Connections: Unless otherwise indicated, all valves 4 inches diameter and larger shall be wafer style to fit within existing lay lengths available for each valve location at Filter Nos. 1 to 4.

C. Bonnets: Valve bonnets, if applicable, shall be clamped, screwed, or flanged to the body and shall be of the same material, temperature, and pressure rating as the body. The bonnets shall have provision for the stem seal with the necessary glands, packing nuts, or yokes.

D. Stems: Valve stems shall be of the materials indicated, or, if not indicated,

of the best commercial material for the specific service, with adjustable stem packing, O-rings, Chevron V-type packing, or other suitable seal. Where subject to dezincification, bronze valve stems shall conform to ASTM B 62, containing not more than 5 percent of zinc or more than 2 percent of aluminum, with a minimum tensile strength of 30,000 psi, a minimum yield strength of 14,000 psi, and an elongation of at least 10 percent in 2 inches. Where dezincification is not a problem, bronze conforming to ASTM B 584 may be used, except that zinc content shall not exceed 16 percent.

E. Internal Parts: Internal parts and valve trim shall be as indicated for each individual valve. Where not indicated, valve trim shall be of Type 316 stainless steel or other best suited material.

2.4 VALVE ACCESSORIES

A. Valves shall be furnished complete with the accessories required to provide a functional system.

2.5 SPARE PARTS

A. The CONTRACTOR shall furnish the two sets of 4-way solenoid valves with manual override for each valve size, a spare cylinder for each size cylinder for the 18-inch and 20-inch valves, two sets of seal kits for each valve size, including any o-rings and cylinder gaskets, suitably packaged and labeled for cylinder size, etc. The CONTRACTOR shall also furnish the name, address, and telephone number of the nearest distributor for the spare parts of each valve. Spare parts are intended for use by the OWNER, after expiration of the correction of defects period.

Page 57: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

VALVES, GENERAL DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15200-6

2.6 MANUFACTURERS

A. Manufacturer's Qualifications: Valve manufacturers shall have a successful record of not less than 5 years in the manufacture of the valves indicated.

PART 3 -- EXECUTION

3.1 FACTORY ASSEMBLAGE AND TESTING

A. General: Valves, actuating units, and accessories shall be installed by the DISTRICT in accordance with the manufacturer's written instructions under a separate Contract Document. Valves shall be firmly supported to avoid undue stresses on the pipe.

B. Access: Valves shall be designed per Contract Documents with easy access for actuation, removal, and maintenance and to avoid interference between valve actuators and structural members, There are other DISTRICT existing equipment, instrumentation and control panels, signal and power conduits and connections in the project area for Filter Nos. 1 to 4.

C. Valve Accessories: Where combinations of valves, sensors, switches, and controls are indicated, the CONTRACTOR shall properly assemble and install such items so that systems are compatible and operating properly in the factory prior to delivery. The relationship between interrelated items shall be clearly noted on Shop Drawing submittals.

- END OF SECTION -

Page 58: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

VALVE AND GATE ACTUATORS DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15201-1

EXHIBIT O

PRE-PURCHASED EQUIPMENT SPECIFICATIONS

SECTION 15201 - VALVE ACTUATORS GENERAL

1.1 THE REQUIREMENT

A. The CONTRACTOR shall provide valve actuators and appurtenances, complete and operable, in accordance with the Contract Documents, which includes specifications Section 15200, 15201, and 15202, Table 1 - Butterfly Valve Schedule, and Sketch Nos. 1 to 5 of existing valve locations.

B. The provisions of this Section shall apply to valves except where otherwise indicated in the Contract Documents.

C. Unit Responsibility: The valve manufacturer shall be responsible for coordination of design, assembly, and testing of actuators on the valves however, the CONTRACTOR shall be responsible to the DISTRICT in compliance of the valves and actuators with the Contract Documents requirements. The DISTRICT will be responsible for the system installation by a separate contract.

D. Single Manufacturer: Where 2 or more valve actuators of the same type or size are required, the actuators shall be produced by the same manufacturer.

1.2 CONTRACTOR SUBMITTALS

A. Furnish submittals in accordance with Section 15200 - Valves, General.

B. Shop Drawings: Shop drawing information for actuators shall be submitted together with the valve submittals, including limit switches, speed controls, 4-way solenoid valve with manual override as a complete, operable system package.

C. Calculations: Selection calculations showing dynamic seating and unseating torques versus output torque of actuator. See Paragraph 2.1, item A for torque requirements.

PART 2 -- PRODUCTS

2.1 GENERAL

A. Unless otherwise indicated, all valves shall be shut-off type for open-close operations only and with a pneumatic actuator. The CONTRACTOR shall furnish actuators complete and operable with mounting hardware, gears, controls, wiring, 4-way solenoid with manual override, as applicable. Actuators shall have the torque ratings equal to or greater than required for valve seating and dynamic torques, whichever is greater, and shall be capable of holding the valve in any intermediate position between fully-open and fully-closed without creeping or fluttering. A 1.5 minimum safety factor shall be provided based on cylinder operator torque capacity divided by calculated torque requirements. Actuator torque ratings for all butterfly valves listed in the Contract Documents shall be determined in accordance with the latest edition of AWWA C504 - Rubber-Seated Butterfly Valves. Actuators shall be sized for the valve at 150 psi and 16 feet per second with a supply air pressure of 80 psig.

Page 59: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

VALVE AND GATE ACTUATORS DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15201-2

B. Manufacturers: The valve manufacturer and the design of the actuators shall be consistent for all the valves.

Manufacturers or DISTRICT approved equal:

Henry Pratt Company - Pratt Dura-Cyl / SVE

DeZurik – DeZurik PowerRac pneumatic cylinder

C. Materials: Actuators shall be current models of the best commercial quality materials and be liberally-sized for the maximum torque. Materials shall be suitable for in-door installation in which the valve is to be installed. Pneumatic cylinder material can be either non-metallic, such as fiberglass, or metallic, such as stainless steel.

D. Actuator Mounting and Position Indicators: Actuators shall be securely mounted by means of brackets or hardware specially designed and sized for this purpose and be of ample strength. The word "open" shall be cast on each valve or actuator with an arrow indicating the direction to open in the counter-clockwise direction. Gear and power actuators shall be equipped with position indicators.

E. Standard: Unless otherwise indicated and where applicable, actuators shall be in accordance with latest edition of AWWA C 540 - Power-Actuating Devices for Valves and Sluice Gates.

F. Functionality: Pneumatic actuators shall be coordinated with the DISTRICT on available plant air supply pressure, both normal and maximum, power requirements, and existing SCADA controls.

G. Fasteners shall be manufacturer’s best design standard.

H. Protective coatings shall be in accordance with manufacturer’s best design standard for protective coating. See Section 15200, Paragraph 2.1, item C.

2.2 MANUAL ACTUATORS

A. General: All valves in the Contract Documents shall be powered by a pneumatic actuator and with a 4-way solenoid valve with manual override. No manual operator is required for the valves with a pneumatic actuator.

2.3 PNEUMATIC ACTUATORS

A. Actuator shall be a either a fiberglass cylinder or stainless steel cylinder and traveling nut actuator combination, which offers both open/close service. Cylinders shall be sized for minimum 80 psi air pressure.

All parts of the cylinder shall be non-metallic or stainless steel, except the cylinder rod which shall be chromium plated stainless steel. The rod seals shall be of the non-adjustable, wear compensating type. A rod wiper for removing deposits inside the cylinder shall be provided in addition to an external dirt wiper.

B Actuator for valves 3”- 8” shall be of the scotch yoke design. Valve sizes 10” and larger shall be supplied with a compound link and lever arrangement designed to minimize water hammer by providing characterized opening and closing.

Page 60: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

VALVE AND GATE ACTUATORS DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15201-3

C. The cylinder actuator and accessories shall be provided by the same manufacturer as the valve.

D.. Cylinder is to be fitted with DPDT Limit Switch mounted to the top of the actuator.

Cylinders shall be equipped with open/close speed controls and 4-way solenoid valves with manual override to match current wiring. Currently, two solenoids are used to move the shuttle. The shuttle stays in position by activation of the open or closed solenoids. Open and close speed controls shall be provided for independent adjustment of open and close operating times.

E. Valve manufacture shall mount actuators and verify actuator systems at the factory and

test. Certifications acknowledging zero leakage shall accompany valve shipment.

- END OF SECTION -

Page 61: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

BUTTERFLY VALVES DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15202 - 1

EXHIBIT O

PRE-PURCHASED EQUIPMENT SPECIFICATIONS

SECTION 15202 - BUTTERFLY VALVES GENERAL

1.1 THE REQUIREMENT

A. The CONTRACTOR shall provide butterfly valves and appurtenances, complete and operable, in accordance with the Contract Documents.

B. The requirements of Section 15200 - Valves, General apply to this Section.

C. The requirements of Section 15201 - Valve Actuators apply to this Section.

1.2 CONTRACTOR SUBMITTALS

A. Furnish submittals in accordance with Section 15200.

B. Shop Drawings

1. Complete Shop Drawings of butterfly valves and pneumatic actuators, complete with limit switches, independent operating open and close speed controls, and 4-way solenoid with manual override.

2. Drawings showing valve port diameter complete with dimensions, part numbers, and materials of construction.

3. Manufacturer’s certification that the valve complies with applicable provisions and latest editions of AWWA C504 – Rubber-Seated Butterfly Valves and AWWA C540 – Power-Actuating Devices for Valves and Sluice Gates.

1.3 QUALITY ASSURANCE

A. Valves shall be subjected to performance, leakage, and hydrostatic tests in accordance with procedures and acceptance criteria established by AWWA C504.

PART 2 -- PRODUCTS

2.1 RUBBER SEATED BUTTERFLY VALVES 25 TO 150 PSI (AWWA)

A. General: Butterfly valves for steady-state water working pressures and steady-state differential pressure up to 150 psi and shall be class 150B for potable water service having a pH range from 6 to 10 and temperature range from 33 to 125 degrees F. Valves shall conform to latest edition of AWWA C504 and be as indicated. Specifically, most of the filter valve services will be handling treated water with a free chlorine residual of 1 to 2 mg/L and a pH of 6.0 to 7.5. However, the top half of the 18-inch backwash supply valve and the 4-inch surface wash supply valves will handle a monochloramine of 2 to 2.5 mg/L at a pH of 8.2 to 9.0. Valves subjected to steady state working pressures and steady state differential pressures from 25 to 150 psi in sizes 4-inches through 24-inches shall be rated for Class 150B with actuator sized for Class 150B, designed in accordance with latest editions of AWWA C504 and AWWA C540, respectively. If the operating conditions such as flow, velocity, and differential pressures

Page 62: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

BUTTERFLY VALVES DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15202 - 2

are not indicated, the valve body and shaft shall be sized for the pressure class rating of the valve.

B. Valves shall be of the body type, pressure class 150B, end joint, and actuator indicated.

C. Construction: Unless otherwise indicated, materials of construction shall be in accordance with latest edition of AWWA C504, suitable for the service. Seats shall be positively clamped or bonded into the body of the valve, but cartridge-type seats that rely on a high coefficient of friction for retention shall not be acceptable. Seat material shall be guaranteed to last for at least 75 percent of the number of cycles in the AWWA C504 proof-of-design test without premature damage.

Description Material Standards

Valve bodies Gray iron, ASTM A48, Class 40 or Gray iron, ASTM A126, Class B, or Ductile iron, ASTM A536, grade 65-45-12 or 70-50-05

Valve shafts Stainless steel ASTM A240 or A276, Type 316

Valve discs Cast iron with a 316 stainless steel disc edge or 316 stainless steel disc with a polished edge

Rubber seats EPDM – peroxide cured

Seat mating surfaces Stainless steel, ASTM A240 or A276, Type 316

Clamps and retaining rings

Type 316 retaining rings and cap screws.

Valve bearings Self lubricating materials per AWWA C504

Shaft seals Resilient non-metallic materials suitable for service

Painting and coating Per manufacturer’s best design standards. Minimum 10 mils of coating, NSF approved, and is self-priming.

Butterfly valves shall be leak tight, one piece, rubber seat type suitable for above ground installation, as required in the Contract Documents. Valves shall have a full uninterrupted 360 degree sealing surface mounted in the valve body and shall shut-off bubble-tight at the rated design pressure in either direction of flow. Valves shall be suitable for very infrequent operation after extended periods of activity. Rubber body seats shall be of one-piece construction molded, bonded or retained in a machined groove in the valve body. Rubber seats may not be located on the disc or be mechanically retained by segments and or screws.

D. Manual Actuators: N.A.

E. Pneumatic Actuators: See Section 15201 – Valve Actuator. Actuators for the 20-inch and 18-inch filter valves shall meet the applicable requirements of AWWA C540 or DISTRICT approval. The pneumatic actuators for the 10-inch and 4-inch filter valves shall be industrial type and manufacturer’s best design standard. All pneumatic actuators

Page 63: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

BUTTERFLY VALVES DVWTP – PROCUREMENT OF FILTER VALVES PAGE 15202 - 3

design type shall match for all valves furnished to maintain consistency and minimize spare parts and DISTRICT maintenance. All actuators will be used for open and close service and shall be rated to produce output torque of at least 1.5 times the required valve maximum seating or maximum dynamic torque, whichever is greater.

F. Manufacturers or DISTRICT approved Equal

1. De Zurik Company Model BOS-US

2. Henry Pratt Company Model MK11

- END OF SECTION -

Page 64: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT O

TABLE 1 - BUTTERFLY VALVE SCHEDULE

DVWTP FILTER VALVE REPLACEMENT - PHASE 1 (Filter Nos. 1 to 4 and one divider valve)

Notes: (1) match existing operator and actuator locations; see attached Dwg. M-52, Butterfly Schedule, for typical location with respect to pipeline; N = northside; S = southside; E = eastside; W = westside; A = above; B = below; and valve manufacturer shall be required to confirm field location of operators as part of shop drawing approval;

Industrial Industrial

Industrial Industrial Industrial Industrial

C504C504

Industrial Industrial

Industrial Industrial Industrial Industrial

C504C504

C504C504C504C504

C504C504C504C504

C504C504C504C504

AWWA Standard

C504C504C504

2222

TBDTBD

22

22

TBDTBD

2222

3322

1133

EEEE

WEEE

EWWW

SEEE

ASSS

Arrangement

Number(1)

AAA

222211

Filter No. 1 - Filter-to-wasteFilter No. 2 - Filter-to-wasteFilter No. 3 - Filter-to-wasteFilter No. 4 - Filter-to-waste

Filter No. 1 backwash supplyFilter No. 2 backwash supplyFilter No. 3 backwash supplyFilter No. 4 backwash supply

Filter No. 1 effluent - side BFilter No. 2 effluent - side BFilter No. 3 effluent - side BFilter No. 4 effluent - side B

Filter No. 1effluent - side AFilter No. 2 effluent - side AFilter No. 3 effluent - side AFilter No. 4 effluent - side A

10101010

waferwafer

44444

22

Surface Wash B - POV-328BSurface Wash B - POV-338BSurface Wash B - POV-348B wafer

waferwafer

4

E

Effluent A - POV-312AEffluent A - POV-322AEffluent A - POV-332A

Surface Wash A - POV-348A

Effluent A - POV-342AEffluent B - POV-312BEffluent B - POV-322BEffluent B - POV-332B

Filter-to-waste - POV-317Filter-to-waste - POV-327

Backwash - POV-315Backwash - POV-325Backwash - POV-335

Surface Wash A - POV-318A

Filter-to-waste - POV-337Filter-to-waste - POV-347

Surface Wash A - POV-328ASurface Wash A - POV-338A

waferwaferwafer

Filter No. 1 - Surface wash - side

44

Filter No. 2 - Surface wash - side Filter No. 3 - Surface wash - side Filter No. 4 - Surface wash - side Filter No. 1 - Surface wash - side Filter No. 2 - Surface wash - side Filter No. 3 - Surface wash - side Filter No. 4 - Surface wash - side

NNNN

1818

SSC504

SS

waferwaferwaferwafer

waferwaferwaferwafer

20202020

1818

Operator

Location(1)SCADA Tag Number Valve StyleValve Service or Location Size - inches

Inlet - POV-311Inlet - POV-321

Filter No. 1 inlet valveFilter No. 2 inlet valve

Inlet - POV-331Inlet - POV-341Drain - POV-316

Filter No. 4 inlet valveFilter No. 1 drain

Drain - POV-326

Filter No. 3 inlet valve

Backwash - POV-345

Surface Wash B - POV-318B

Filter No. 2 drain Filter No. 3 drain Filter No. 4 drain

Drain - POV-336Drain - POV-346

Effluent B - POV-342B

181818181818181818181818

waferwaferwaferwaferwaferwaferwaferwaferwaferwaferwaferwaferwaferwaferwaferwafer

file: DVWTP Filter Valve replacement - Filter Nos. 1 to 4; revised 11-20-09 by JF

Page 65: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

file: DVWTP Filter Valve replacement - Filter Nos. 1 to 4; revised 11-20-09 by JF

Page 66: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions
Page 67: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions
Page 68: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions
Page 69: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions
Page 70: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions
Page 71: ALAMEDA COUNTY FLOOD CONTROL AND WATER … · alameda county flood control and water conservation district, zone 7 request for quotation no. 701-09 specifications, terms & conditions

EXHIBIT P

RFQ NO. 701-09

Non-Collusion Affidavit

PUBLIC CONTRACT CODE §7106 DEL VALLE WATER TREATMENT PLANT – PROCUREMENT OF FILTER VALVES

NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

STATE OF CALIFORNIA ) ) ss. COUNTY OF _________________) [_________________________________], being first duly sworn, deposes and says that he or she is _________________________________ [Office of Affiant] of _________________________________ [Name of Bidder], the party making the foregoing Bid, 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 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, and 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 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 Alameda County Flood Control and Water Conservation District, its Zone 7 Water Agency, or anyone interested in the proposed contract; that all statements contained in the Bid are true; and further, that Bidder has not, directly or indirectly, submitted its 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. Executed under penalty of perjury under the laws of the State of California:

(Name of Bidder) (Signature of Principal)

Subscribed and sworn before me This _______ day of _________________, 20___ Notary Public of the State of ________________________________ In and for the County of____________________________________ My Commission expires____________________________________ (Seal)

(If Bidder is a partnership or a joint venture, this affidavit must be signed and sworn to by every member of the partnership or venture.)

(If Bidder [including any partner or venturer of a partnership or joint venture] is a corporation, this affidavit

must be signed by the Chairman, President, or Vice President and by the Secretary, Assistant Secretary, Chief Financial Officer, or Assistant Treasurer.)

(If Bidder’s affidavit on this form is made outside the State of California, the official position of the person

taking such affidavit shall be certified according to law.)

END OF DOCUMENT