Loading...
HomeMy WebLinkAboutAgreement A-19-036 External Low Voltage Wiring.pdf1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1 EXTERNAL LOW VOLTAGE CABLING MASTER AGREEMENT AGT. # 19-016 THIS MASTER AGREEMENT (“Agreement”) is made and entered into this _____ day of __________, 2019 (“Effective Date”), by and between the County of Fresno, a political subdivision of the State of California ("COUNTY"), and each contractor (each a “CONTRACTOR” and collectively the “CONTRACTORS”) listed in Attachment A-1 to this Agreement, which is attached and incorporated by reference, and such additional CONTRACTORS as may, from time to time during the term of this Agreement, be added by COUNTY. COUNTY and each CONTRACTOR may be referred to as a “Party” or collectively as “Parties” to this Agreement. WITNESSETH: WHEREAS, COUNTY needs to contract for cabling (aka external cabling) services without the exterior or between County owned and leased buildings; and WHEREAS, COUNTY issued Request for Statement of Qualifications No. 19-016 (RFSQ) soliciting proposals from qualified CONTRACTORS to provide external fiber-optical and associated cabling service to County owned and leased buildings. The cabling services may include low voltage copper cabling and short run fiber, including repairs to existing cable plants, installation of new data drops to existing cable plants, and the installation or expansion of cable plants at existing and new County locations in accordance with specific terms, conditions and requirements; and WHEREAS, COUNTY desires to enter into this Agreement with each CONTRACTOR in order to expeditiously provide for the COUNTY'S needs for cabling services; and WHEREAS, CONTRACTOR is willing and able to provide the above-described cabling services to the COUNTY subject to the terms and conditions of this Agreement. 29th January Agreement No. 19-036 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2 NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions contained in this Agreement, the Parties agree as follows: I. JOB ORDERS FOR SERVICE/SERVICE RELATED PRODUCTS CONTRACTOR shall provide services in accordance with the specifications, requirements, terms, conditions, etc. of RFSQ No. 19-016 and each CONTRACTOR's response to RFSQ No. 19-016. All products supplied by each CONTRACTOR shall be F.O.B. destination. Any changes to specifications, services or products from this AGREEMENT shall be implemented only in writing and in accordance with the terms of this Agreement. COUNTY's RFSQ No. 19-016 and each CONTRACTOR's response to RFSQ No. 19- 016 are incorporated by reference. The originals of such documents shall be maintained by COUNTY's Purchasing Manager at 4525 East Hamilton Avenue, Fresno, California. II. PARTICIPATING DEPARTMENTS Only the COUNTY's Internal Services Department - Information Technology Services Division (ISD-IT) is authorized to participate in this Agreement or to place orders for low voltage cabling projects under this Agreement. County shall designate in writing an ISD- IT Project Manager (“ISD-IT Project Manager”) to coordinate and manage the projects under this Agreement. III. JOB ORDERS/REQUESTS FOR QUOTES COUNTY shall place orders with each CONTRACTOR on an as-needed basis. Orders will be placed by designated representatives from ISD-IT. Each CONTRACTOR and ISD-IT shall agree which personnel are authorized to place orders against this Agreement. A list of such authorized COUNTY personnel shall be maintained and kept current by both each CONTRACTOR and COUNTY for the term of this AGREEMENT. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 3 A. CONTRACTOR IDENTIFICATION COUNTY’s RFSQ and each CONTRACTOR’s Response, both of which are attached as Attachments B and C, respectively, are incorporated by reference and are made a part of this Agreement. Each CONTRACTOR will be identified as C-1, C- 2, C-3, and so on; each subpart lettering will identify each CONTRACTOR’s Response to the RFSQ. B. SELECTING CONTRACTORS FOR NON-EMERGENCY MAINTENANCE SERVICE REQUESTS For non-emergency maintenance service requests, which will be on an as- needed basis throughout the term of this Agreement, the County Representative will obtain bids from at least two (2) CONTRACTORS listed in Exhibit A. After at least two (2) bids are obtained, the low bidder may be awarded the maintenance work, subject to approval by the Purchasing Manager. C. SELECTING CONTRACTORS FOR NON-EMERGENCY BID REPAIR SERVICE REQUESTS COUNTY shall require a request for bids from interested CONTRACTORs for external low voltage services on an as-needed basis throughout the term of this Agreement. The COUNTY shall issue a request for bids to all CONTRACTORS listed on Exhibit A, and bids shall be due not less than ten (10) days following the date that COUNTY has completed the issuance of its request for bids to the CONTRACTORS. When a request for bids is released, COUNTY may require CONTRACTORs interested in submitting a bid to attend a site inspection of the building identified in the bid. Decision to require a site inspection, or lack thereof, will be at the sole discretion of COUNTY. COUNTY will communicate such information to all CONTRACTORs in writing at the time of release of its request for bids. The selection of the successful responding CONTRACTOR will be based on COUNTY’s evaluation 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 4 of the bids submitted by each CONTRACTOR, with the bid awarded to the CONTRACTOR with the lowest bid (clear itemization of cost for parts labor hours, tax and freight). If a request for bids seeks optional or extra services or similar additional services, the selection, if any, of the CONTRACTOR for that project will be based on award to the bidder having submitted the lowest responsive base bid. D. For emergency service calls, a County Representative will contact CONTRACTORS listed in Exhibit A via a round-robin scheduling process via telephone or email, informing the contacted CONTRACTOR of details of service request. If a CONTRACTOR accepts a service request via telephone, COUNTY will send a follow- up email confirming the details of the service request. The round-robin scheduling process will provide each CONTRACTOR in Exhibit A an opportunity to respond to a service request in such scheduled order. The scheduling process will move through CONTRACTORs in a circular order, handling all processes without priority. If a CONTRACTOR does not acknowledge ability to fulfill the service request within the time required by the COUNTY, COUNTY will then contact the next CONTRACTOR in the scheduling process, and the CONTRACTOR who was first contacted but unable to meet the COUNTY’s needs will not receive any preference in any future service requests. Each CONTRACTOR must reference its cost of services to those provided by that CONTRACTOR in the Attachment C series. E. The required response levels for emergency service calls are as follows: LEVEL I – Requires onsite response within one (1) hour or less. LEVEL II – Requires onsite response within four (4) hours or less. LEVEL III – Requires onsite response at 7:00 AM, the next normal working day. Determination of call response level is at the discretion of the County Representative or his/her authorized representative(s). Failure to furnish emergency response services within the above-specified required response time may result in one or more of the following consequences: withholding of payment or termination of this Agreement as to 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 5 the breaching CONTRACTOR only. F. SECURITY – Failure to fully comply with the security requirements as set forth in this Section 1(F) will be considered a breach of contract and shall result in termination of this Agreement for default as to the breaching CONTRACTOR only. CONTRACTOR personnel shall cooperate with all COUNTY Security personnel at all times and shall be subject to and conform to COUNTY security rules and regulations. Any violations or disregard of these rules may be cause for denial of access to COUNTY property. COUNTY may change these policies and procedures at any time, without any prior notice to CONTRACTOR. It is the CONTRACTOR’s responsibility to have the most recent versions of the Exhibits below. 1. CONTRACTOR acknowledges that the Juvenile Justice Campus (JJC) and the Fresno Sheriff – Coroner’s Office (FSCO) Jail Detention Facilities are “no- hostage facilities”. CONTRACTOR(s) shall ensure that its employees and any sub-contractors working in the JJC, and associated facilities, agree to abide by COUNTY’S rules for a no-hostage facility as set forth in Attachment E and F, attached and incorporated by this reference. CONTRACTOR shall plan and execute all work in such a manner as to prevent a security breach of the JJC and FSCO detention facilities or any other COUNTY secured facility. 2. CONTRACTOR shall comply with all Prison Rape Elimination Act (PREA) standards for juvenile correctional facilities as set forth in Attachment G, attached and incorporated by this reference. The Probation Department shall provide Trainings, as necessary, at no charge to CONTRACTOR. CONTRACTOR shall comply with all Probation Department Policies and Procedures. In the event of a dispute involving COUNTY staff and a CONTRACTOR employee or subcontractor, the on-duty Facility Administrator will have the final decision. Information on the Prison Rape Elimination Act can be found at: http://www.prearesourcecenter.org/. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 6 3. When a bid is released, as specified in Section III (C) above, COUNTY may require CONTRACTORs who are interested in submitting a bid to have their respective staff pass a background investigation through the Fresno County’s Sheriff – Coroner Office, as stated in Attachment H, attached and incorporated by this reference, prior to commencing services on the specified bid project. Decision to require a background investigation on a bid, or lack thereof, will be at the sole discretion of the COUNTY and will be relayed to all CONTRACTORs at time of bid release. G. NO RELATIONSHIP TO OTHER CONTRACTORS – Under this Agreement, each CONTRACTOR only has rights and obligations with respect to the COUNTY. This Agreement creates no rights or obligations between any CONTRACTORS. No CONTRACTOR has any right to receive performance under this Agreement from, or to enforce any part of this Agreement against, any other CONTRACTOR. H. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to the work to be done. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California – Department of Industrial Relations: http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for apprentices may be found on the website for the State of California – Department of Industrial Relations: http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp. It shall be mandatory upon the CONTRACTOR and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 7 holiday rates, to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, CONTRACTOR and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the CONTRACTOR at the job site where it will be available to any interested party. CONTRACTOR shall comply with Labor Code section 1775 and shall forfeit as a penalty to COUNTY Two Hundred Dollars ($200.00) for each calendar day or portions thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by CONTRACTOR or by any subcontractor under CONTRACTOR in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the CONTRACTOR or subcontractor. CONTRACTOR and each of their subcontractors shall keep an accurate record showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the CONTRACTOR or subcontractor has complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the COUNTY, its officers and agents, 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 8 and to the representatives of the State of California – Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. I. Licensing – CONTRACTOR shall possess at all times, and maintain proof of, during the Term of this Agreement, a current State of California contractor’s License, Class C-39 or another license class that covers the work to be performed. CONTRACTOR must immediately give notice to the COUNTY if this license is suspended or revoked at any time during the Term of this Agreement. If at any time during the Term of this Agreement, CONTRACTOR’S license, as described in this Section 1(H), is not in full force and effect, this shall be grounds for immediate Termination, in accordance with Section 6. IV. OBLIGATIONS OF CONTRACTOR A. COMPLIANCE 4. Each CONTRACTOR shall comply with all applicable Federal, State, County, and City regulations regarding wages, hours, and working conditions. B. BID REQUIREMENTS: Each job bid shall define the services to be offered, how these services would be used to the COUNTY's advantage, and how a CONTRACTOR will be available to ensure that the data cable installation services provided to the County are consistently provided at a high level. CONTRACTOR shall detail all costs associated with the data cable installation services described. All costs, recurring and non- recurring, shall be presented in a manner that allows costs to be easily understood. At a minimum, cost proposals shall specify: Job title and Job ID number; job description; requested start and completion dates; special comments or considerations, parts and cost; labor hours and cost; and tax and freight. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 9 C. SERVICE SPECIFICATIONS Each CONTRACTOR selected for each job will be required to provide voice/data grade, copper riser, station distribution, multimode fiber, single mode fiber and Category 6/5E data cabling distribution to support voice and data communications. 5. VOICE, DATA and FIBER TERMINATIONS a. Data terminations shall be made on a standard single Category 6A Class E RJ-45 8 position jack (ANSllTIAIEIA-568-8), depending on existing cable plant requirements. Certification in the installation of Ortronics products and Berk-tek cable Category 6A Class E is required, as specified under the Installers Qualification section. Wiring standard for Category 6A Class E wiring termination is T568B. b. Equipment room MDF and IDF terminations for voice applications shall be made on standard 110-type termination blocks and associated mounting brackets and hardware specifically designed for the purpose. The use and/or combination of cable trays, backboards, wall frames, and stand-alone frames are expected to provide a logical and proper layout to equipment spaces and IDF locations (ANSl/TIA/EIA-606-A). c. Fiber cable to be supplied shall be multimode 62.5/125 micron, single mode at 8.3/125. The CONTRACTOR shall be certified to install both multi-mode and single mode fiber with non-mechanical termination via fusion splicing. 6. INSTALLATION a. Each CONTRACTOR will coordinate with COUNTY's ISD-IT to schedule any anticipated interruptions to existing telephone/data communications. Interruptions shall be minimized and may be requested to be performed after- hours, on weekends and/or holidays. b. Each CONTRACTOR will notify the ISD-IT Project Manager of any potential disturbance prior to beginning work on any installation activity that may be 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 10 potentially disruptive (i.e. drilling, running cable, mounting frames, raceway, etc.) to administrative activity. c. Each CONTRACTOR shall supply its own tools and equipment, including brooms, dustpans, ladders, etc. d. Each CONTRACTOR shall broom clean work areas at the end of each shift or workday. e. Each CONTRACTOR’S equipment, materials, and product will ONLY be allowed to be kept in specified areas. Hallways, office areas, lobbies, etc. are not suitable for storage and COUNTY will NOT be held liable for missing or stolen equipment. f. Wiring to all outlets to run above the ceiling shall be fastened to the building structure at eight (8) foot intervals through the combined use of, but not limited to, J hooks, beam clamps, D-rings, and hangers. At no time shall voice or data drops/homeruns be directly secured to the building structure above the ceiling without the use of cable supports. Cabling above the ceiling shall be sectioned off, bundled and tied, and routed back to intermediate or MDF/IDF or MPOE using a star configuration. All wiring shall run continuously from the outlet to the wiring closet without breaks or splices. Cable supports shall be employed every eight (8) feet. Cable supports (J Hooks, etc.) shall be sized 50% larger than needed to allow for future growth. g. In areas where ceiling tiles are removed for cable pulling, or ceiling tiles are damaged as a result of cable pulling, each CONTRACTOR shall replace tiles with like tiles. h. All boxes, equipment and cable shall be firmly secured in place. Boxes, jacks and blocks shall be plumb and square. Consideration will be given for overall aesthetic factors. Sample installation diagrams and layouts shall be followed 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 11 at all times. Deviations due to design and/or building structural considerations must be cleared with COUNTY's ISD-IT Project Manager. i. Any new or replacement premises wiring shall be clearly labeled. Each CONTRACTOR and COUNTY will work to design a structured method of designating all cabling involved with the project. j. Each CONTRACTOR will observe all departmental and COUNTY safety and security regulations. k. Each CONTRACTOR is responsible for repair of any damage it causes to any COUNTY building. Each CONTRACTOR shall exercise reasonable care to avoid any damage to property. Each CONTRACTOR must report to the County any property damage that occurs during CONTRACTOR’S occupancy of the site. l. Each CONTRACTOR will perform duties as requested, such as connecting ground lugs and common carrier networks. m. Each CONTRACTOR must correct all defects for which the CONTRACTOR is responsible within one (1) week of notification, unless other arrangements are agreed upon in writing (email is sufficient) by COUNTY and CONTRACTOR. n. Upon completion of the work, each CONTRACTOR must remove its tools, equipment and all rubbish and debris from the premises and must leave the premises clean and neat. o. Each CONTRACTOR will obtain ISD-IT permission before cutting into or through any part of the building structure such as beams, girders, concrete or tile floors, partitions and ceilings. Each CONTRACTOR shall restore any girders, beams, floors, partitions, ceilings, fire partitions and walls to their original condition. p. Each CONTRACTOR shall coordinate all work with ISD-IT. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 12 q. Core boring set up shall be handled in such a way as to minimize interference with daily operations and with minimal impact to the work environment. Structural engineering approval may be required, depending upon the building and location of the desired core bore. r. Fiber optic cable service loops shall be provided at all fiber termination points. Wiring closet loops shall be a minimum of 15 ft. End termination or main termination point loop shall be a minimum of 30 ft. Long haul fiber connections must include a minimum 150’ length or greater at each vault. s. Category 6A Class E and Category 3 horizontal cabling shall have a minimum two (2) foot service loop for each cable above ceiling. Each service loop shall be neatly dressed and secured. t. Category 6A Class E patch panel terminations shall maintain cable jacket and twist a minimum of one half inch from point of termination. End station terminations shall maintain cable jacket and twist up to the edge of the jack housing. u. All indoor/outdoor splices and distribution must be enclosed in an enclosure designed for the purpose and able to provide maximum protection to splices and protection from environmental effects. v. All splices must be impervious to environmental effects and mechanical shock. w. Splice trays must protect all fiber splices. x. MDF/MPOE and associated vaults will contain loops for strain relief to hinder the possibility of breakage and connection failure. y. The use of inner duct is mandatory in ALL situations that fiber is being installed. Buried or aerial fiber optic cable must be approved and designed to specific standards intended for aerial or buried application. In general, all fiber must run in inner duct to its termination point (fiber patch panel). 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 13 i. Plenum grade is required by COUNTY when required by code, or when specified by ISD-IT Low Voltage Coordinator, and shall run in an inner duct to its termination point (fiber patch panel). z. Installation work may involve performing installation duties in an operational, production datacenter. At no time will installation work be permitted without direction from COUNTY's ISD-IT Project Manager. 7. TESTING AND ACCEPTANCE a. ISD-IT will make inspection as it deems necessary when notified by the CONTRACTOR that the services requested, or any part thereof, are ready for acceptance. If items from the bid have been omitted or need changing as per requirements stated herein, they shall be noted in a punch list. This punch list will be given to each CONTRACTOR, who is expected to complete all items within the time specified by ISD-IT. b. Installation of structured horizontal wiring, cable riser, voice and data drops, raceway, terminations, fiber riser, fiber distribution, coring, and peripheral equipment must be completed. c. Performance and quality tests shall be conducted as specified for each job. d. Incorporating the full range of testing specified, successful testing by a CONTRACTOR shall include a written report of all performance and quality results provided to the ISD-IT Project Manager. e. Implementation of any and all punch list items which may result from inspections by the ISD-IT Project Manager must be completed within one (1) week unless agreed upon by both parties. f. Written acceptance of the work provided for the services requested shall be granted after all equipment has passed the required tests, and has been in operation thirty (30) consecutive days without a major failure. In the event of a failure, the County reserves the right to extend the acceptance date until a 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 14 time the installation complies with the thirty (30) day major fault free requirement. g. Final payment to each CONTRACTOR will be made within 45 days receipt of an approved invoice and upon acceptance of services from ISD-IT. 8. Category 6A Class E Testing shall be end to end, patch panel to jack including patch cables. (Total run length not to exceed 316ft., with patch cables 328ft). Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, detailing cable port location (building, closet etc.) and all requested test data for the run. The following tests shall be run on all installed Category 6A Class E data runs. a. Length b. Insertion Loss c. NEXT Loss d. PS NEXT Loss e. ACR-F Loss f. PS ACR-F Loss g. Return loss h. Propagation Delay i. Delay Skew 9. SINGLE MODE AND MULTI MODE FIBER TESTING Testing shall be end to end with all terminations and splices involved for each strand tested, OTDR, both directions. Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, detailing cable, cable port, location (building, closet etc.), length and attenuation in dB. The following standards will be used on all installed fiber strands: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 15 a. ANSl/TIA/EIA-455-59A, Measurement of Fiber Point Discontinuities Using an OTDR. b. ANSl/TIA/EIA-455-60A, Measurement of Fiber or Cable Length Using an OTDR. c. ANSl/TIA/EIA-455-61A, Measurement of Fiber or Cable Attenuation Using an OTDR. d. ANSl/TIA/EIA-526-7, Optical Power Loss Measurements of Installed Singlemode Fiber Cable Plant. e. ANSl/TIA/EIA-526-14-A, Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant. 10. INSTALLER QUALIFICATIONS a. CONTRACTOR is required to provide a qualified installer, certified for the installation of Ortronic products and Berk-Terk cabling (or equivalent), for every job bid. Evidence of these certifications may be required, at any time, during the term of the Agreement. b. Special qualifications (livescan or other) may be required for CONTRACTOR installer(s), depending upon job environments, location or purpose (example: Sheriff's office, Coroner, and School sites). 11. SECURITY a. Failure to fully comply with the security requirements as set forth in this section will be considered a breach of contract and shall result in termination of this Agreement. D. SERVICE WARRANTY Each CONTRACTOR shall provide a warranty of at least thirty (30) days following occupancy as a standard business practice, unless the warranty requirement is waived in writing by the COUNTY's ISD-IT Project Manager. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 16 V. TERM This Agreement shall become effective on the effective date and shall remain effective for an initial term of three (3) years (“Initial Term”). Thereafter, this Agreement shall automatically renew for a maximum of two (2) additional one (1) year periods, unless written notice is delivered by either party to the other expressing an intent not to renew. Such notice must be delivered a minimum of sixty (60) days prior to the then current expiration date of this Agreement. COUNTY's Chief Information Officer is hereby authorized to provide such notice of non-renewal. VI. TERMINATION A. NON-ALLOCATION OF FUNDS The terms of this Agreement, and the services to be provided thereunder, are contingent upon the approval of funds by the appropriating government agency. Should sufficient funds not be allocated, the services provided may be modified, or this Agreement terminated, at any time by giving the CONTRACTOR thirty (30) days advance written notice. B. BREACH OF CONTRACT 1. COUNTY may immediately suspend or terminate this Agreement in whole or in part, where in the determination of the COUNTY there is: a. An illegal or improper use of funds; b. A failure to comply with any term of this Agreement; c. Improperly performed service. In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of any breach of this Agreement or any default, which may then exist on the part of a CONTRACTOR. Neither shall such payment impair or prejudice any remedy available to the COUNTY with respect to the breach or default. The COUNTY shall have the right to demand of a CONTRACTOR the repayment to 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 17 the COUNTY of any funds disbursed to the CONTRACTOR under this Agreement, which in the judgment of the COUNTY were not expended in accordance with the terms of this Agreement. The CONTRACTOR shall promptly refund any such funds upon demand. C. WITHOUT CAUSE Under circumstances other than those set forth above, this Agreement may be terminated by COUNTY upon the giving of thirty (30) days advance written notice of an intention to terminate to an individual CONTRACTOR. D. TERMINATION OF ONE OR MORE CONTRACTORS - In the event that COUNTY terminates this Agreement as to one or more CONTRACTORS, this Agreement shall stay in full force and effect as to the remaining CONTRACTORS. Termination of one or more CONTRACTOR from this Agreement shall not terminate the Agreement as to the remaining CONTRACTORS. VII. COMPENSATION COUNTY shall compensate CONTRACTOR in an amount equal to that offered by CONTRACTOR in its accepted written quotation for each specific COUNTY job bid. Such quotations shall be subject to the terms, conditions, requirements etc. of this Agreement, even if not so stated on CONTRACTOR's quotation. The terms and conditions of this Agreement shall take priority over any conflicting terms and conditions stated in CONTRACTOR's quotation. Terms and conditions stated on the quotation that conflict with this Agreement shall not apply even if COUNTY accepts the quotation, unless specifically identified by COUNTY and accepted in writing. In no event will the compensation paid by COUNTY for services or goods provided pursuant to this Agreement exceed four million, five hundred thousand dollars ($4,500,000) during the Initial Term. Maximum budgetary expenditure limits will be increased by Five 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 18 Hundred Thousand Dollars ($500,000) for each of the two automatic one-year renewal periods, as specified for elective years four (four year agreement total not to exceed amount $5,000,000) and five (five year agreement total not to exceed amount $5,500,000). In no event shall compensation paid by COUNTY for services or goods provided pursuant to this Agreement exceed Five Million, Five Hundred Thousand Dollars ($5,500,000) for the possible five year term (Overall Term). VIII. TAXES, SHIPPING/HANDLING AND SPECIAL FEES A. TAXES. County is required to pay tax on products at 100% of the current applicable tax rate. If a non-tangible service is included, there is no tax. All taxable items must be individually identified on each CONTRACTOR's quotation in response to the Request for Quote, unless all items are taxable at 100% of the current California tax rate. B. SHIPPING/HANDLING. All shipping/handling costs must be included on a CONTRACTOR's quotation in response to the Request for Quote. On rare occasions, it may be necessary for the CONTRACTOR to indicate that special shipping and handling charges will have to be assessed just prior to delivery. In that instance, an estimated shipping/handling charge must be included and identified on the quotation. The invoiced shipping/handling amount cannot exceed the estimated shipping/handling amount. COUNTY will not accept shipping and/or handling charges appearing on an invoice if not included on a CONTRACTOR's quotation in response to the Request for Quote as a separate line item. C. SPECIAL FEES. Special fees such as Environment Fees or fees assessed pursuant to purchasing contracts for Federal or State General Service Agreements or CMAS or 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 19 WSCA/NASPO Agreements, must be identified on the CONTRACTOR's quotation in response to the Request for Quote or such invoiced fees will not be paid by COUNTY. IX. INVOICING/ MANNER OF PAYMENT A. INVOICING. Each CONTRACTOR shall invoice COUNTY for each order. COUNTY shall pay a CONTRACTOR within 45 days of receipt of an approved invoice pending receipt and acceptance of the completed job order. For example, a large order of products may have to be temporarily warehoused or require setup before delivery of the products. Multiple deliveries may be acceptable in those situations; however, payments will only be made once all items are delivered. Purchasing Card: Some items are only available for purchase via a County Purchasing Card. This includes unique software, software licenses, specialized parts or equipment, specialized services, etc. These items will be processed through the normal charge card purchasing procedures as established by COUNTY. X. INDEPENDENT CONTRACTOR In performance of the work, duties and obligations assumed by each CONTRACTOR under this Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of the CONTRACTOR's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the COUNTY. Furthermore, COUNTY shall have no right to control or supervise or direct the manner or method by which a CONTRACTOR shall perform its work and function. However, COUNTY shall retain the right to administer this 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 20 Agreement so as to verify that a CONTRACTOR is performing its obligations in accordance with the terms and conditions thereof. Each CONTRACTOR and COUNTY shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, each CONTRACTOR shall have absolutely no right to employment rights and benefits available to COUNTY employees. Each CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, each CONTRACTOR shall be solely responsible and save COUNTY harmless from all matters relating to payment of each CONTRACTOR’s employees, including compliance with Social Security withholding and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, each CONTRACTOR may be providing services to others unrelated to the COUNTY or to this Agreement. XI. MODIFICATION Any matters of this Agreement may be modified from time to time by the written consent of all the parties without, in any way, affecting the remainder. XII. NON-ASSIGNMENT Neither COUNTY nor a CONTRACTOR shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the prior written consent of the other party. XIII. HOLD HARMLESS Each CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S request, defend the COUNTY, its officers, agents, and employees from any 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 21 and all costs and expenses, including attorney’s fees and costs, damages, liabilities, claims, and losses occurring or resulting to COUNTY in connection with the performance, or failure to perform, by that CONTRACTOR, its officers, agents, or employees under this Agreement, and from any and all costs and expenses, including attorney’s fees and costs, damages, liabilities, claims, and losses occurring or resulting to any person, firm, or corporation who may be injured or damaged by the performance, or failure to perform of that CONTRACTOR, its officers, agents, or employees under this Agreement. The provisions of this Section XIII shall survive the termination of this Agreement. XIV. INSURANCE Without limiting the COUNTY's right to obtain indemnification from a CONTRACTOR or any third parties, each CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement. A. COMMERCIAL GENERAL LIABILITY Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of this contract. B. AUTOMOBILE LIABILITY ISO Form Number CA 00 01 covering any auto (Code 1), or if Contractor has no owned autos, covering hired, (Code 8) and non-owned autos (Code 9), with limit no less than $1,000,000 per accident for bodily injury and property damage. Coverage 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 22 should include owned, non-owned and hired vehicles used in connection with this Agreement. C. WORKER'S COMPENSATION A policy of Worker's Compensation insurance as may be required by the California Labor Code. CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to COUNTY. If the CONTRACTOR maintains broader coverage and/or higher limits than the minimums shown above, the COUNTY requires and shall be entitled to the broader coverage and/or higher limits maintained by the CONTRACTOR. D. OTHER INSURANCE PROVISIONS The insurance policies shall contain, or be endorsed to contain, the following provisions: 1. Additional Insured Status The COUNTY, its officers, officials, employees, and volunteers shall be covered as additional insureds on the CGL policy with respect to liability arising out of work or operations performed by or on behalf of the CONTRACTOR including materials, parts or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the CONTRACTOR’s insurance (at 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 23 least as broad as ISO Form CG 20 10 11 85 or both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 forms if later revisions used). 2. Primary Coverage For any claims related to this contract, the CONTRACTOR’s insurance coverage shall be primary insurance coverage at least as broad as ISO CG 20 01 04 13 as respects the COUNTY, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the COUNTY, its officers, officials, employees, or volunteers shall be excess of the CONTRACTOR’s insurance and shall not contribute with it. 3. Notice of Cancellation Each insurance policy required above shall provide that coverage shall not be canceled, except with notice to the COUNTY. 4. Waiver of Subrogation CONTRACTOR hereby waives its right to recover from COUNTY, its officers, agents, and employees any amounts paid by the policy of worker’s compensation insurance required by this Agreement. CONTRACTOR is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but CONTRACTOR’s waiver of subrogation under this paragraph is effective whether or not CONTRACTOR obtains such an endorsement. 5. Self-Insured Retentions Self-insured retentions must be declared to and approved by the COUNTY. The COUNTY may require the CONTRACTOR to purchase coverage with a lower retention or provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. 6. Acceptability of Insurers 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 24 Insurance shall be placed with insurers authorized to conduct business in the state with a current A.M. Best’s rating of no less than A:VII, unless otherwise acceptable to the COUNTY. 7. Claims Made Policies (note – should be applicable only to professional liability, see below) If any of the required policies provide claims-made coverage: a) The Retroactive Date must be shown, and must be before the date of the contract or the beginning of contract work. b) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. c) If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a Retroactive Date prior to the contract effective date, the CONTRACTOR must purchase “extended reporting” coverage for a minimum of five (5) years after completion of work. 8. Verification of Coverage CONTRACTOR shall furnish the COUNTY with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements shall be received and approved by the COUNTY before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the CONTRACTOR’s obligation to provide them. The COUNTY reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 25 9. Special Risks or Circumstances COUNTY reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Within Thirty (30) days from the date CONTRACTOR signs and executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, (Name and Address of the official who will administer this contract), stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies, and that for such worker’s compensation insurance the CONTRACTOR has waived its right to recover from the COUNTY, its officers, agents, and employees any amounts paid under the insurance policy and that waiver does not invalidate the insurance policy. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be issued by admitted insurers licensed to do business in the State of California, and such insurance shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. XV. AUDITS AND INSPECTIONS The CONTRACTOR shall at any time during business hours, and as often as the COUNTY may deem necessary, make available to the COUNTY for examination all of its records and data with respect to the matters covered by this Agreement. CONTRACTOR shall, upon request by the COUNTY, permit the COUNTY to audit and 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 26 inspect all of such records and data necessary to ensure CONTRACTOR's compliance with the terms of this Agreement. If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall be subject to the examination and audit of the California State Auditor for a period of three (3) years after final payment under contract (Government Code Section 8546.7). XVI. NOTICES The persons and their addresses having authority to give and receives notices under this AGREEMENT include the following: COUNTY OF FRESNO: CONTRACTOR: Director of Internal Services As indicated on ATTACHMENT A 333 W. Pontiac Way Clovis, CA 93612-5893 All notices between the COUNTY and CONTRACTOR provided for or permitted under this Agreement must be in writing and delivered either by personal service, by first-class United States mail, by an overnight commercial courier service, or by telephonic facsimile transmission. A notice delivered by personal service is effective upon service to the recipient. A notice delivered by first-class United States mail is effective three COUNTY business days after deposit in the United States mail, postage prepaid, addressed to the recipient. A notice delivered by an overnight commercial courier service is effective one COUNTY business day after deposit with the overnight commercial courier service, delivery fees prepaid, with delivery instructions given for next day delivery, addressed to the recipient. A notice delivered by telephonic facsimile is effective when transmission to the recipient is completed (but, if such transmission is 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 27 completed outside of COUNTY business hours, then such delivery shall be deemed to be effective at the next beginning of a COUNTY business day), provided that the sender maintains a machine record of the completed transmission. For all claims arising out of or related to this Agreement, nothing in this section establishes, waives, or modifies any claims presentation requirements or procedures provided by law, including but not limited to the Government Claims Act (Division 3.6 of Title 1 of the Government Code, beginning with section 810). XVII. SECTION 13. ADDITION AND DELETION OF CONTRACTORS The Director of Internal Services/Chief Information Officer (CIO), reserves the right at any time during the term of this Agreement to add and delete CONTRACTORS to those listed in Attachment A-1, all subject to the County Counsel approval as to legal form and County Auditor-Controller/Treasurer-Tax Collector approval as to accounting form. It is understood any such additions and removals will not affect compensation paid to any other CONTRACTOR, and therefore such additions and removals may be made by COUNTY without notice to or approval of the CONTRACTORs under this Agreement. Any such CONTRACTORS added must qualify according to the terms of RFSQ No. 19- 016. CONTRACTORS also agree that inclusion on Attachment A-1 does not constitute a guarantee or promise that any CONTRACTOR shall provide any certain amount of work or services to COUNTY under this Agreement. Each CONTRACTOR understands that any such additions will not affect their compensation. These same provisions apply to the termination of any CONTRACTOR listed in Attachment A-1. By executing a signature page, each CONTRACTOR becomes a signatory to this Agreement, and agrees that it is party to this Agreement with the COUNTY and is bound by its terms. // 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 28 XVIII. ESCALATION CONTACT INFORMATION The persons and their contact information that the COUNTY or a CONTRACTOR may use to escalate problems or situations are as follows: COUNTY: CONTRACTOR: Contact #1: Information Technology Division Manager As indicated on ATTACHMENT A Office Phone: (559) 600-5800 bmartin@fresnocountyca.gov Office Phone: (559) 600-5800 333 W Pontiac Ave Clovis, CA 93612-5613 COUNTY: CONTRACTOR: Contact #2: (To be provided when job is awarded) Contact #2: (To be provided when job is awarded) Office Phone: Cell Phone: (559) 999-9999 Email: xxxxx@co.fresno.ca.us Office Phone: Cell Phone: (559) 999-9999 Email: xxxxx@co.fresno.ca.us 333 W Pontiac Ave Clovis, CA 93612 333 W Pontiac Ave Clovis, CA 93612 XIX. GOVERNING LAW Venue for any action arising out of or related to this Agreement shall only be in Fresno County, California. The rights and obligations of the parties and all interpretation and performance of this Agreement shall be governed in all respects by the laws of the State of California. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 XX. DISCLOSURE OF SELF-DEALING TRANSACTIONS This provision is only applicable if the a CONTRACTOR is operating as a corporation (a for-profit or non-profit corporation) or if during the term of this Agreement, a CONTRACTOR changes its status to operate as a corporation (Attachment D). Members of a CONTRACTOR's Board of Directors shall disclose any self-dealing transactions that they are a party to while a CONTRACTOR is providing goods or performing services under this agreement. A self-dealing transaction shall mean a transaction to which a CONTRACTOR is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Self-Dealing Transaction Disclosure Form (Exhibit 1) and submitting it to the COUNTY prior to commencing with the self-dealing transaction or immediately thereafter. 0 1 2 3 4 5 6 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first hereinabove written. CONTRACTOR See attached Contractor Signature Pages FOR ACCOUNTING USE ONLY: 1020, 1080, 0001 and others Fund No.: depending on the size of the projects and other departments Subclass No.: 100000, 19000, 19934 and others depending on the size of the projects and other departments Org No.: 8905, 8930, 8931, 8932 and others depending on the size of the projects and other departments. Account No.: -30- COUNTY OF FRESNO -~:<eO Nathariagsig, Chairman of the Board of Supervisors of the County of Fresno ATTEST: Bernice E. Seidel Clerk of the Board of Supervisors County of Fresno, State of C~lifornia By: ~1'Q· Q.,-& epufi 0 1 2 4 5 6 CONTRACTOR SIGNATURE PAGE .fu'.: Print Name: Matt Furrer __________________ _ Title: Vice President, Fresno Branch Manager _________ _ -----------------~-------------------;1 11;.-------------------------------------------------------------------- .fu'.: ~U'\ .Print Name: David Galli __________________ _ Chief Financial Officer ______________ _ Date: -----11=/J~~(t~l f~~~~~~ E-Mail Address for Notices: mfurrer@emcor.net E-Mail Notice Contact Person's Name and Title: Matt Furrer, Fresno Branch Manager Company Name: Contra Costa Electric .Mailing Address: 4690 E. Carmen Ave Fresno, CA 93703-4519 *Stale in Which lhe Company Originally Registered : California Telepho ne Number: Fax Telephone Number: (559) 252-1114 (559) 452-1013 -31- 0 2 3 4 5 6 CONTRACTOR SIGNATURE PAGE fu:--t-~~2_"---__ _ Print Name: Paul Lukianov President Date: Title: Chief Fi nancial Officer Date: E-Mail Address for Notices: paul@ redwavecomm.com E-Mail Notice Contact Person 's Name and Title: Pau l Lukianov, President Company Name: Red Wave Communi cations, Inc. Mailing Address: 3582 W Holland Ave Ste 101 City, State & Z ip Code: Fresno CA 93 722-7807 *State in Which the Company Origin a lly Registered: Californ ia Telephone Number: Fax Telephone Number : (559) 271-9350 (559) 271-9354 -32- CONTRACTOR SIGNATURE PAGE Print Name: John Mark Furin ·-----------------~ 0 Title: Secretary ___________________ _ 1 2 3 4 5 6 E-Mail Address for Notices: mark@ tscfresno.com E-Mail Notice Contact Person's Name and Title: J . Mark Furin, President Company Name: Mailing Address: City. State & Zip Code: Teledata Services Company 3886 N Ann Ave Fresno, CA 93727-7447 *State in Which the Company Originally Registered: California Telephone Number: Fax Telephone Number: (559) 291-3975 (559) 291-3977 -33- 0 CONTRACTOR SIGNATURE PAGE ~ Chief Operating Officer ______ ~------- -\7.--\1 s ·\\'6 Date: fu:~~ -~ Print Name: Adam Skinner~AM_~~tv'--'--=~--k_,_._""""• N~~'---"e._(' ________ _ Title: Chief Executive Officer -------------- Date: 1 E-Mail Address for Notices: ed@xactts.com 2 3 4 5 6 E-Mail Notice Contact Person's Name and Title: Ed Coleman, Chief Operating Officer Company Name: Mailing Address: City, State & Zip Code: X-ACT Technology Solutions, Inc. 28810 Avenue 15 112, Suite 102 Madera, CA 93638-2330 *State in Which the Company Originally Registered: California Telephone Number: Fax Telephone Number: (818) 465-6765 (818) 922-8520 -34- " ' -35- 1 2 3 4 5 6 7 8 9 1 0 1 1 1 2 1 3 1 4 1 5 1 6 1 7 1 8 ATTACHMENT A1 PARTICIPATING CONTRACTORS CONTRACTOR ADDRESS *GIVE AND RECEIVE NOTICES Contra Costa Electric, Inc. 4690 E Carmen Ave Fresno, CA 93703-4519 Matt Furrer, Fresno Branch Manager 559-252-1114 matt_furrer@emcorgroup.com Red Wave Communications 3582 W Holland Ave Ste 101 Fresno CA 93722-7807 Paul Lukaniov, President (559) 271-9350 paul@redwavecomm.com Teledata Services Company 3886 N Ann Ave Fresno, CA 93727-7447 J. Mark Furin, President 559-291-3975 mark@tscfresno.com X-ACT Technology Solutions, Inc. 28810 Avenue 15 1/2, Suite 102 Madera, CA 93638-2330 Ed Coleman, Chief Operating officer President (818) 465-6765 ed@xactts.com G:\Public\RFSQ\FY 2018-19\19-016 External Low Voltage Cabling Services\19-016 External Low Voltage Cabling Services.doc COUNTY OF FRESNO REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES Issue Date: September 18, 2018 Closing Date: OCTOBER 16, 2018 AT 2:00 P.M. All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Louann M. Jones at Phone (559) 600-7110. BIDDER TO COMPLETE Statement of Qualifications must be signed and dated by an authorized officer or employee. Organization Individual/Contact Person Title Street Address/P.O. Box City State Zip Code Telephone Fax Number E-Mail Address Request for Statement of Qualifications No. 19-016 Page 2 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC TABLE OF CONTENTS PAGE KEY DATES .................................................................................................................... 3 OVERVIEW ..................................................................................................................... 3 SCOPE OF WORK .......................................................................................................... 3 INSURANCE REQUIREMENTS ..................................................................................... 7 STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS ........................... 8 SELECTION PROCEDURE ............................................................................................ 9 APPEALS ........................................................................................................................ 9 Request for Statement of Qualifications No. 19-016 Page 3 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC KEY DATES RFSQ Issue Date: September 18, 2018 Written Questions for RFSQ Due: October 2, 2018 at 12:00 P.M. Questions must be submitted on the Bid Page on Public Purchase. In the event that it becomes necessary to revise any part of this RFSQ, addenda will be posted to Public Purchase and all agencies and organizations that received the basic RFSQ will be notified. RFSQ Closing Date: October 16, 2018 at 2:00 P.M. Statement of Qualifications must be electronically submitted on the Bid Page on Public Purchase. OVERVIEW The County of Fresno (County) on behalf of the Internal Service Department, Information Technology Division, is requesting bids from qualified vendors to provide external low-voltage cabling wiring to and between County buildings, including installation and network performance testing, as required for new and existing wiring and equipment. The County seeks to create a master agreement with multiple vendors for the completion of approximately $1M of new County expansion and redevelopment projects (min.) during the next five (5) years, including County low voltage service needs. SCOPE OF WORK The County, on behalf of the Internal Services Department, Information Technology (ISD-IT) Division, is in need of multiple vendors for provision of low voltage cabling services at various County facilities, in accordance with categorical bid amounts listed in this Request for Statement of Qualifications (RFSQ). Fresno County encompasses over 6,000 square miles. The County has a need to supply reliable cabling installation and servicing needs throughout the County area, with the majority of servicing needs being centralized in the Fresno/Clovis metropolitan area. Remote areas may include but are not limited; Coalinga, Shaver and Mendota The County has spent between $275,000 and $600,000, per year, over the last three calendar year cycles (2014-2016) for its low voltage cabling projects. The County’s Internal Services Department expects its installation(s) to increase threefold (conservative estimate) during the next 5-year cycle. In anticipation for this growth in business, the County seeks to ably secure pricing and vendor availability across small, and large low voltage installation projects. BID REQUIREMENTS Each job bid shall define the services to be offered, how these services would be used to the County’s advantage, and how the vendor will be available to ensure that the data cable installation services provided to the County are consistently offered at a high level. Vendor shall detail all costs associated with the data cable installation services described. All costs, recurring and non-recurring, shall be presented in a manner that allows costs to be easily understood. At minimum, each such cost proposal shall specify: Job title and Job ID number; job description; requested start and completion dates; special comments or considerations, parts and cost; labor hours and cost; tax and freight. Request for Statement of Qualifications No. 19-016 Page 4 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC JOB ORDERS/REQUESTS FOR QUOTES ISD-IT shall place orders with the vendor on an as-needed basis. Orders will be placed by designated representatives from ISD-IT. The vendor and ISD-IT shall agree upon which personnel are authorized to place orders. A list of such ISD-IT personnel shall be maintained and kept current by both vendor and ISD-IT for the term of the resulting agreement. All job orders will be placed with the vendor deemed to best satisfy ISD-IT’s specific requirements. Such determination will be based upon evaluation of the quotations submitted by the vendors, with attention to cost, capability to meet the required start and finish dates for the job, and the capability to meet the technical criteria and certifications required for that specific job. The award of a specific job will not affect the awarding of any future jobs. ISD-IT does not guarantee a minimum or maximum number of jobs to be awarded to a specific vendor during the term of the resulting agreement. PARTICIPATING DEPARTMENTS Only the County’s Internal Services Department is authorized to participate in this Agreement or to place orders for low voltage cabling projects under this Agreement. SERVICE SPECIFICATION CHECKLIST An attached Service Specification Checklist (compliance category checklist) is provided, detailing all required voice and data termination elements, installation requirements, and testing certifications required in County of Fresno Low Voltage installations (Exhibit A). RIGHT TO ASSESS MATERIALS PRICING LIST The County reserves the right to review a complete pricing list for all vendors. In the event that an individual item price cost cannot be provided, the County reserves the right to disqualify a vendor. AGREEMENT TERMS The master agreement shall be for a period of three (3) years and may be extended for up to two (2) additional consecutive twelve (12) month periods upon written approval of all parties no later than thirty (30) days prior to the first day of the next twelve (12) month extension period. The Director of Internal Services/Chief Information Officer or his or her designee is authorized to execute such written approval on behalf of the County based on Contractor’s satisfactory performance. SB 854/PREVAILING WAGE California Law (SB854) now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations (DIR) and pay an annual fee. The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. Please refer to http://www.dir.ca.gov/Public- Works/PublicWorksSB854.html for more information. This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may result in their quotation being considered non-responsive. Request for Statement of Qualifications No. 19-016 Page 5 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC PREVAILING WAGES The work to be done on this project will involve the repair, alteration, maintenance, installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities, and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to this public work project. The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on file with the Purchasing Department, 4525 E. Hamilton Avenue, Fresno, California 93702, and are herein incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California – Department of Industrial Relations: http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for apprentices may be found on the website for the State of California – Department of Industrial Relations: http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars ($200.00) for each calendar day or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California – Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. Request for Statement of Qualifications No. 19-016 Page 6 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC BIDDER TO COMPLETE a. Subcontractors: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: b. Contractor’s License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minimum five (5) years’ experience in performing the services being requested. The bidder shall possess a current State of California contractor’s License, a General Building Contractor’s – B and a Class C-7 for Low Voltage Systems Contractor or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-7 or B, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: Date of Issue: Bidder must also submit verification of Contractor’s License from the Department of Consumer Affairs – Contractors’ State License Board. Failure to submit verification may result in bidder’s response being considered non-responsive. Public Contract Code Section 7028.15: Where the State of California requires a Contractor’s license, it is a misdemeanor for any person to submit a bid unless specifically exempted. DIR Acknowledgement: I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that I have registered with the Department of Industrial Relations (DIR) and all Certified Payroll Records will be uploaded to the DIR Website. Any additional requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. (Authorized Signature) Title DIR Number Request for Statement of Qualifications No. 19-016 Page 7 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC INSURANCE REQUIREMENTS INSURANCE: Without limiting the County’s right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker’s compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor’s waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30) days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Internal Services Department (ISD), Attn: Accounts Payable, 333 W. Pontiac Way, Clovis, CA 93612, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. Request for Statement of Qualifications No. 19-016 Page 8 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS The submittal shall be in two (2) parts. A. The submittal will enable the Selection Committee to appraise the general competence and qualifications of the submitting firms. Provide the listed information in the following sequence: 1. Firm name, address and phone number (specify the physical address for your firm’s regionally located base of operations) 2. Type of organization (sole-proprietorship, partnership, or corporation) 3. Firm principals who will be responsible for the project, and their educational background, credentials, training and experience 4. Key personnel (including proposed sub-contractors, if applicable) who will work on the project with their educational background, credentials, training and experience on comparable projects 5. Evidence of certification for installation of Ortronics and Leviton networking products 6. Evidence of possession of California General Building Licensure. 7. Evidence of possession of C-7 low voltage systems contractor license 8. List of current staff, including job classification 9. Of your staff, how many specifically possess BICSI (Building Industry Consulting Service International) technician certification and associated licensure requirements? a. How many apprentice underneath certified installers? (i.e. what is your certified technician: apprentice ratio?) 10. Firm qualifications, including the number of years your firm has been providing low voltage wiring services 11. Firm organization chart 12. List current projects or commitments for similar services in your office 13. On a separate sheet, address each of the following procedures and include a current copy of your firm’s policy and procedure manual relating to each procedure a. Personnel security screening b. Facilities and procedures to ensure proper functional terminations and connections c. Oversight on work completed 14. Describe how your agency has dealt with any security breaches by employees of your company. 15. Explain how your agency has dealt with any NON-best practice installation by staff employed by your company, and how problems were solved. Request for Statement of Qualifications No. 19-016 Page 9 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC B. VENDOR COMPANY DATA – INCLUDED ELEMENTS: 1. A narrative which demonstrates the vendor’s basic ability to provide any or all of the services requested. 2. Descriptions of any similar or related contracts under which the bidder has provided services. 3. Descriptions of the ability of the vendor to provide the services on the form provided. 4. A brief description of the bidder’s current operations, and ability to provide the services. 5. The cost of all services offered on the provided Quotation Schedule. 6. A list of References on the form provided. SELECTION PROCEDURE A Selection Committee will be formed to evaluate the Statement of Qualification (SOQs) and to make recommendations. The Committee will consist of representatives of the Department. The Committee will address the following criteria in its evaluations of the SOQs: A. Bidder is capable of providing the requested services. B. Bidder demonstrates experience in the requested services. C. Bidder is qualified and meets the technical criteria and certifications required to provide the requested services. APPEALS Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A “Notice of Award” is not an indication of County’s acceptance of an offer made in response to this RFSQ. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599 and in Word format to gcornuelle@co.fresno.ca.us. Appeals should address only areas regarding RFSQ contradictions, procurement errors, selection discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFSQ process. Purchasing will provide a written response to the complainant within seven (7) working days unless the complainant is notified more time is required. 19-016 EXHIBIT A COST PROPOSAL LABOR PER HOUR (During regular business hours from 8 a.m. – 5 p.m.) Master Level Technician $ Journeyman Level Technician $ Apprentice/Helper $ EMERGENCY LABOR PER HOUR (Outside of regular business hours from 8 a.m. – 5 p.m.) $ OVERTIME PER HOUR Master Level Technician $ Journeyman Level Technician $ Apprentice/Helper $ List any additional services provided and quote cost of each service. $ $ $ $ $ 19-016 EXHIBIT B COMPLY/NOT COMPLY Compliance and understanding of the specification is to be noted by marking “COMPLY” on the line provided to the right of the specification. Non-compliance is to be indicated by marking “NOT COMPLY” on the line. A detailed statement explaining why they fail to meet the stated specification or requirement must accompany all non-compliant items. SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY Provision of voice/data grade, copper riser, station distribution, multi-mode fiber, single mode fiber and CAT 6A Class E/CAT7 data cabling distribution to support voice and data communications 1. VOICE, DATA, AND FIBER TERMINATIONS a. Terminations on standard CAT 6A Class E RJ-45 8-position jack (ANSI/TIA/EIA-568B), unless otherwise specified, and according to cable plant requirements b. Certified to install Ortonics products c. Certified to install Leviton products d. Berk-tek CAT6A Class E cable use, and standardized to T568B e. MDF/IDF to 110-type termination to appropriately paired bracketing and hardware f. Cable trays, backboards, and frames to provide a logical layout to equipment spaces and IDF location (ANSI/TIA/EIA-606A) g. Fiber cable at multi-mode 50/125 micron, single mode at ITU-T G.657.A1 h. The vendor certified to install both multi-mode and single mode fiber. 2. INSTALLATION a. The vendor will coordinate with County ISD-IT to coordinate anticipated interruptions; County reserves the right to minimize interruptions /schedule some services during after hour schedules b. The vendor will advise ISD-IT of major disturbances (drilling, framing, and other installation) prior to beginning work c. The vendor shall supply its own necessary tools, equipment, ladders, etc., to complete work d. The vendor shall broom clean/work areas at end of each shift workday e. Installation equipment, materials and product will only be allowed to be kept in specified areas; hallways, office areas, lobbies, etc.; County will not be held liable for lost or stolen equipment f. All cabling secured above ceiling spaces to building structure at eight (8) foot intervals through combined use of, but not limited to, J hooks, beam clamps, D-rings, and hangers. • At no time shall data drops/homeruns be secured to the building structure above ceiling without the use of cable supports 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY • Cabling about ceiling shall be sectioned off, bundled & tied; and routed back to intermediate, MDF/IDF(s) or MPOE(s) using a star configuration • Wiring shall run continuously from the outlet to the wiring closet without breaks or splices • Cable supports (J Hooks, etc.) shall be sized 50% larger than needed to allow for future growth g. All Boxes equipment and cable shall be firmly secured in place; boxes, jacks, and blocks shall be plumb and square; consideration to be given for overall installation aesthetics and cleanliness • Sample Installation diagrams are to be followed at all times • Deviations due to design and/or building structure, must be cleared with County’s ISD-IT Low Voltage Coordinator h. Any new or replacement premises wiring shall be clearly labeled; the vendor and County will work to design a structured method of designing all cabling involved with the project i. The vendor will observe all applicable departmental safety and security regulations established j. The vendor is responsible for repairing any damage it causes to any County building; • The vendor shall exercise reasonable care to avoid any damage to County property • The vendor must report to the County any property damage that may exist or may occur during the occupancy of the site k. The vendor must perform all duties as expected, and run all jumpers and wiring for surge protection to the carrier network, or as otherwise directed by the ISD-IT Project Manager. l. The vendor must correct all defects for which the vendor is responsible, within one (1) week of notification, unless other arrangements are agreed upon by County and the vendor m. Upon completion of work, the vendor must remove its tools, equipment and all debris from the premises and must leave the premises clean and neat n. The vendor will obtain ISD-IT approval before cutting into or through any part of the building structure such as beams, girders, concrete or tile floors, partitions and ceilings. The vendor shall restore any girders, beams, floors, partitions, ceilings, fire partitions and walls to their original condition 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY • Any roof penetrations shall adhere to NRCA standards. The proper integration of new electrical conduit into existing roofing requires penetrations to be no less than 12” from the base of the perimeter wall or any adjacent penetration or roof curb. Conduit should be contained within a sheet lead pre-manufactured or field-fabricated lead jack in a diameter closely resembling, but larger than that of the conduit. The top of the lead jacks are to be closed from weather using a galvanized stainless steel clamp and Terpolyer sealant. Conduit on weather-resistant wood or rubber blocks are to allow for unrestricted drainage, and verify all anchors used to attach the cameras to the perimeter walls are properly sealed with a Terpolymer sealant – no bituminous (asphalt) or mastic roofing products are to be used. o. The vendor shall coordinate all work with ISD-IT p. Core boring set up is to be handled in such a way as to minimize interference with daily operations and with minimal impact to the work environment. Structural engineering approval may be required, depending upon the building and location of the desired core bore q. Fiber optic cable service loops are to be provided at all fiber termination points. Wiring closet loops are to be a minimum of 15ft. End termination or main termination point loop is to be a minimum of 150ft. r. Category 6A Class E and Category 3 horizontal cabling shall have a minimum two (2) foot service loop for each cable above ceiling. Service loop is to be neatly dressed and secured s. Category 6A patch panel terminations are to maintain cable jacket and twist a minimum of one half inch from point of termination. End station terminations are to maintain cable jacket and twist up to the edge of the jack housing. t. All indoor/outdoor splices and distribution must be enclosed in an enclosure designed for the purpose and able to provide maximum protection to splices and protection from environmental effects u. All splices must be able to withstand environmental effects and mechanical shock v. Splice trays must protect all fiber splices • Fusing cassettes are to be used on the end of all terminations unless explicitly defined otherwise by the ISD-IT Low Voltage Coordinator w. All inside distribution and outside plant fiber cabling must utilize loops at MDF/MPOE and vaults for strain relief. x. The use of inner duct is mandatory in ALL situations that fiber is being installed. Buried or aerial fiber optic cable must be approved and designed to specific standards intended for aerial or buried application. • All fiber must be plenum grade when directed according to regulatory code, or unless otherwise specified by ISD-IT low voltage project manager, and run in an inner duct to its termination point (fiber patch panel) y. Installation work may involve performing installation duties in an operational, production datacenter. At no time will installation work be permitted without direction from County's ISD-IT project manager and under direct supervision. 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY 3. TESTING AND ACCEPTANCE a. ISD-IT will make inspection as it deems necessary when notified by the vendor that the services requested, or any part thereof, are ready for acceptance. If items from the bid have been omitted or need changing as per requirements stated herein, they shall be noted in a “punch list”. This deviation list will be given to the vendor, who is expected to complete all items within the time specified by ISD-IT b. Installation of structured horizontal wiring, cable riser, voice and data drops, raceway, terminations, fiber riser, fiber distribution, coring, and peripheral equipment must be completed c. Performance and quality tests shall be conducted as specified for each job d. Incorporating the full range of testing specified, successful testing by the vendor shall include a written report of all performance and quality results provided to the ISD-IT project manager e. Implementation of any and all deviation list items which may result from inspections by the ISD-IT project manager must be completed within one (1) week unless agreed upon by both parties f. Acceptance of each bid for the services requested shall be granted after all equipment has passed the tests required, and has been in operation thirty (30) consecutive days without a major failure. In the event of a failure, the County reserves the right to extend the acceptance date until a time the installation complies with the thirty (30) day major fault free requirement g. Final payment to the vendor will be made within forty-five (45) days receipt of an approved invoice and upon acceptance of services from ISD-IT 4. CATEGORY 6A CLASS E Testing shall be end to end, patch panel to jack including patch cables according to material installed, and according to regulatory code. (Total run length not to exceed 316ft., with patch cables 328ft). Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, detailing cable port location (building, closet etc.) and all requested test data for the run. The following tests shall be run on all installed Category 6A Class E data runs. a. Length b. Insertion Loss c. NEXT Loss d. PS NEXT Loss e. PS Next Loss f. ACR-F Loss g. Return Loss h. Propogation Delay i. Delay Skew 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY 5. SINGLE MODE AND MULTI-MODE FIBER TESTING Testing is to be end to end with all terminations and splices involved for each strand tested, OTDR, Both directions. Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, detailing cable, cable port, location (building, closet etc.), length and attenuation in dB. Fluke OTDR testing reports can be utilized where and when approved by the ISD-IT project manager. The following standards will be used on all installed fiber strands: a. ANSI/TIA/EIA-455-59A, Measurement of Fiber Point Discontinuities Using an OTDR b. ANSI/TIA/EIA-455-60A, Measurement of Fiber or Cable Length Using an OTDR c. ANSI/TIA/EIA-455-61A, Measurement of Fiber or Cable Attenuation Using an OTDR d. ANSI/TIA/EIA-526-7, Optical Power Loss Measurements of Installed Single Mode Fiber Cable Plant e. ANSI/TIA/EIA-526-14-A, Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant INSTALLER QUALIFICATIONS a. Each job bid will require a qualified installer, certified for the installation of Ortronic products and Berk-Tec cabling (or equivalent). Evidence of this certification may be required, at any time, during the term of the contract b. Special qualifications (livescan or other) may be required for THE VENDOR installer(s), depending upon job environments, location or purpose (example: Sheriff's office, Coroner, School sites) 6. SERVICE WARRANTY The vendor shall provide a warranty of 30 days following occupancy as a standard business practice unless the warranty requirement is waived in writing by the County’s ISD-IT Project Manager **Please Note: Failure to comply to all services requested will not automatically disqualify any Bidder. 19-016 EXHIBIT C VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: REFERENCE LIST Provide a list of at least three (3) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: Contact: Address: City: State Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State Zip Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State Zip: Phone No.: ( ) Date: Service Provided: Failure to provide a list of at least three (3) customers may be cause for rejection of this RFSQ. COUNTY OF FRESNO REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES Issue Date: September 18, 2018 Closing Date: OCTOBER 16, 2018 AT 2:00 P.M. All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Louann M. Jones at Phone (559) 600-7110. BIDDER TO COMPLETE Statement of Qualificat ions must be signed and dated by an author ized officer or employee. Contra Costa Electric Inc. Organization Matt Furrer Vice President. Branch Manager Individual/Contact Person Title Cooporate Office: 825 Howe Road, Martinez CA 94553 Fresno Branch: 4690 E. Carmen A venue. Fresno CA 93 703 Street Address/P.O . Box City State Zip Code 559-252-1114 559-452-1013 m furrer@emcor .net Telephone Fax Number E-Mail Address G:\Public\RFSQ\FY 2018-19119-016 External Low Voltage Cabling Services\19-016 External Low Voltage Cabling Services.doc Request for Statement of Qualifications No. 19-016 Page2 TABLE OF CONTENTS PAGE KEY DATES .................................................................................................................... 3 OVERVIEW ..................................................................................................................... 3 SCOPE OF WORK .......................................................................................................... 3 INSURANCE REQUIREMENTS ..................................................................................... 7 STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS ........................... 8 SELECTION PROCEDURE ............................................................................................ 9 APPEALS ........................................................................................................................ 9 G:\PUBLICIRFSQIFY 2018-19119--016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC Request for Statement of Qualifications No. 19-016 Page3 RFSQ Issue Date: Written Questions for RFSQ Due: RFSQ Closing Date : KEY DATES September 18, 2018 October 2, 2018at12:00 P.M. Questions must be submitted on the Bid Page on Public Purchase . In the event that it becomes necessary to revise any part of this RFSQ, addenda will be posted to Public Purchase and all agencies and organizations that received the basic RFSQ will be notified. October 16, 2018 at 2:00 P.M. Statement of Qualifications must be electronically submitted on the Bid Page on Public Purchase. OVERVIEW The County of Fresno (County) on behalf of the Internal Service Department, Information Technology Division, is requesting bids from qualified vendors to provide external low-voltage cabling wiring to and between County buildings, including installation and network performance testing, as required for new and existing wiring and equipment. The County seeks to create a master agreement with multiple vendors for the completion of approximately $1 M of new County expansion and redevelopment projects (min .) during the next five (5) years, including County low voltage service needs . SCOPE OF WORK The County, on behalf of the Internal Services Department, Information Technology (ISO-IT) Division, is in need of multiple vendors for provision of low voltage cabling services at various County facilities, in accordance with categorical bid amounts listed in this Request for Statement of Qualifications (RFSQ). Fresno County encompasses over 6,000 square miles . The County has a need to supply reliable cabling installation and servicing needs throughout the County area, with the majority of servicing needs being centralized in the Fresno/Clovis metropolitan area . Remote areas may include but are not limited; Coalinga , Shaver and Mendota The County has spent between $275,000 and $600,000, per year, over the last three calendar year cycles (2014-2016) for its low voltage cabling projects. The County's Internal Services Department expects its installation(s) to increase threefold (conservative estimate) during the next 5-year cycle. In anticipation for this growth in business, the County seeks to ably secure pricing and vendor availability across small, and large low voltage installation projects. BID REQUIREMENTS Each job bid shall define the services to be offered, how these services would be used to the County's advantage, and how the vendor will be available to ensure that the data cable installation services provided to the County are consistently offered at a high level. Vendor shall detail all costs associated with the data cable installation services described. All costs , recurring and non-recurring , shall be presented in a manner that allows costs to be easily understood. At minimum, each such cost proposal shall specify : Job title and Job ID number; job description ; requested start and completion dates ; special comments or considerations, parts and cost; labor hours and cost ; tax and freight. G:\PUBLICIRFSQ\FY 2018-19119-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC Request for Statement of Qualifications No. 19-016 Page4 JOB ORDERS/REQUESTS FOR QUOTES ISO-IT shall place orders with the vendor on an as-needed basis. Orders will be placed by designated representatives from ISO-IT. The vendor and ISO-IT shall agree upon which personnel are authorized to place orders. A list of such ISD-IT personnel shall be maintained and kept current by both vendor and ISO-IT for the term of the resulting agreement. All job orders will be placed with the vendor deemed to best satisfy ISD-IT's specific requirements. Such determination will be based upon evaluation of the quotations submitted by the vendors , with attention to cost , capability to meet the required start and finish dates for the job , and the capability to meet the technical c riteria and certifications required for that specific job . The award of a specific job will not affect the awarding of any future jobs. ISO-IT does not guarantee a minimum or maximum number of jobs to be awarded to a specific vendor during the term of the resulting agreement. PARTICIPATING DEPARTMENTS Only the County's Internal Services Department is authorized to participate in this Agreement or to place orders for low voltage cabling projects under this Agreement. SERVICE SPECIFICATION CHECKLIST An attached Service Specification Checklist (compliance category checklist) is provided , detailing all required voice and data termination elements, installation requirements , and testing certifications required in County of Fresno Low Voltage installations (Exhib it A). RIGHT TO ASSESS MATERIALS PRICING LIST The County reserves the right to review a complete pricing list for all vendors . In the event that an individual item price cost cannot be provided, the County reserves the right to disqualify a vendor. AGREEMENT TERMS The master agreement shall be for a period of three (3) years and may be extended for up to two (2) additional consecutive twelve (12) month periods upon written approval of all parties no later than thirty (30) days prior to the first day of the next twelve (12) month extension period. The Director of Internal Services/Chief Information Officer or his or her designee is authorized to execute such written approval on behalf of the County based on Contractor's satisfactory performance. SB 854/PREVAILING WAGE California Law (SB854) now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations (DIR) and pay an annual fee . The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. Please refer to http://www.dir.ca.gov/Public- Works/PublicWorksSB854.html for more information. This requirement , found in Labor Code Sections 1725.5 and 1770-1777.7 , now applies to alt public works projects . Contractor must submit verification of DIR registration with their quotation . Failure to submit verification may result in their quotation being considered non-responsive. G:\PUBLICIRFSQ\FY 2018-19119-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\ 19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC Request for Statement of Qualifications No. 19-016 Page 5 PREVAILING WAGES The work to be done on this project will involve the repair, alteration, maintenance, installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities, and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation , travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093 , and similar purposes applicable to this public work project. The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on file with the Purchasing Department, 4525 E. Hamilton Avenue , Fresno, California 93702, and are herein incorporated by this reference . Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California -Department of Industrial Relations: http://www.dir.ca .gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for apprentices may be found on the website for the State of California -Department of Industrial Relations : http://www.dir.ca .gov/oprl/pwappwage/PWAppWageStart.asp It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates, to all workers , laborers, or mechanics employed on this public work project, including those workers employed as apprentices . Further, Contractor and each subcontractor shall comply with Labor Code sections 1777 .5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars ($200.00) for each calendar day or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California -Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. G:\PUBLIC\RFSQ\FY 2018-19119-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19 -016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC Request for Statement of Qualifications No. 19-016 Pages BIDDER TO COMPLETE a. Subcontractors: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: NA b. Contractor's License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minimum five (5) years' experience in performing the services being requested. The bidder shall possess a current State of California contractor's License, a General Building Contractor's -Band a Class C-7 for Low Voltage Systems Contractor or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-7 or B, the bidder must explain why his/her license(s) is acceptable . The County will review and determine if acceptable. *See attached explanation Number and Class: C-10 A B Date of Issue: 07/28/1953 Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs - Contractors' State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. Public Contract Code Section 7028.15: Where the State of California requires a Contractor's license, it is a misdemeanor for any person to submit a bid unless specifically exempted. DIR Acknowledgement: I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that I have registered with the Department of Industrial Relations (DIR) and all Certified Payroll Records will be uploaded to the DIR Website. Any additional requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. Title Vice President, Fresno Branch Manager DIR Number 1000001625 G:\PUBLIC\RFSQIFY 2018-19119-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC A. ~ Contra Costa Electric Contra Costa Electric, Inc. 4690 E. Carmen Avenue Fresno, CA 93703 ~ Page 6 Section B. An EMCOR Company Ph : 559.252.1114 Fax: 559.452.1013 Contra Costa Electric holds a class C-10 license. Please see description below from California State Contractors license board . You will see that a Class C-10 license supersedes a C-7 license. Copies of license attached. http://www.cslb.ca.gov/Resources/GuidesAndPublications/DescriptionOfClassifications.pdf C-10 Electrical An electrical contractor places, installs, erects or connects any electrical wires, fixtures, appliances, apparatus, raceways, conduits, solar photovoltaic cells or any part thereof, which generate, transmit, transform or utilize electrical energy in any form or for any purpose. (832.10 CCR) C-7 Low Voltage Systems A communication and low voltage systems contractor installs, services and maintains all types of communication and low voltage systems which are energy limited and do not exceed 91 volts. These systems include, but are not limited to, telephone systems, sound systems, cable television systems, closed-circuit video systems, satellite dish antennas, instrumentation and temperature controls, and low voltage landscape lighting. Low voltage fire alarm systems are specifically not included in this section. (832.07 CCR) Page 6 Section B. DIR registration attached. ··'")! I~ ,. .. _-.·ias www.ccelectric.com CA Lie. #139885 c:sc:a ---CONTRACTORS STATE LICENSE BOARD ACTIVE LICENSE ---139885 -CORP -a-CONTRA COSTA ELECTRIC INC --01/31/2019 ....... calb.ce.gov lft _.,C10BA .' ·- CONTRACTORS STATE LICENSE BOARD Contractor's License Detail for License # 139885 llSCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this nformation, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. This license is current and active. All information below should be reviewed. C10-ELECTRICAL B -GENERAL BUILDING CONTRACTOR Business Information CONTRA COSTA ELECTRIC INC 825 HOWE RD MARTINEZ, CA 94553 Business Phone Number:(925) 229-4250 Entity Corporation Issue Date 07 /28/1953 Expire Date 01/31/2019 License Status Classifications A -GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond Data current as of 10/16/2018 8:54:36 Al\ This license filed a Contractor's Bond with TRAVELERS CASUAL TY AND SURETY COMPANY OF AMERICA. Bond Number: 103617292 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual ~his license flied Bond of Qualifying Individual number 10587530 for MICHAEL STEVEN DIAS in the amount of $12,500 with jfRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. Effective Date: 02/27/2013 Workers' Compensation This license has workers compensation insurance with the AMERICAN CASUALTY COMPANY OF READING PA Policy Number:WC6072336019 Effective Date: 10/01/2018 Expire Date: 10/01/2019 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. https://www2 .cslb.ca.gov/onlineservices/Checklicensel I/license Detail .aspx?LicN um::: 139885 212 Public Works Contract or (PWC) Regis tration Sea rch Public Works Contra cto r (PWC) Registration Search Enter at least!!!!! search crillerla to display registered public works contractor(s) matching your selections. Note: Search results will display au or the public worb contractor regls1ntlons, both current and expired. Make sure the proper ,.glstntion fiscal year is selec19d when perfonning a search. Registration Flscal Year: -7,-1/20_1_8 _-613-0/20-19------.-, ~., PWC Registration Numbe r: 1000001625 ContractorLegalNarne: contra costa eleclric License Number: ._1_39_88_5 _____ ~] Contractor License Lookup County: CONTRA CO STA Pl -This Is a li sting of PWC reg straHons pursuant to DM slon 2, Part 7, Chapter 1 (commencing with sectfon 1720 of the califoml a Labor Code.) Search Results One registered contractor found . Oeuils' Legal ~e View CONTRA COSTA ELECTRIC, INC. ~ Reglstmlon _ County Number • 1000001625 CONTRA COSTA MARTINEZ -Lleense Type/Number{s) CSLB : 139885 Elc port as: *ii Excel I "' PDF Current • Reglstrallon Expiration Status • OatJt 0- Active 06/28/2018 06/30/2019 v220171120 Request for Statement of Qualifications No. 19-016 Page7 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000 ,000 .00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000 .00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e .g., Ph.D ., R.N., L.C.S.W., M.F.C .C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000 .00) per occurrence, Three Million Dollars ($3 ,000,000 .00) annual aggregate. This coverage shall be issued on a per claim basis . Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D. Worke r's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned . Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30) days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Internal Services Department (ISO), Attn: Accounts Payable, 333 W. Pontiac Way, Clovis, CA 93612, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. G:\PUBLICIRFSQ\FY 2018-19119-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC Request for Statement of Qualifications No. 19-016 Pages In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. -Best, Inc. rating of A FSC VII or better. STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS The submittal shall be in two (2) parts. A. The submittal will enable the Selection Committee to appraise the general competence and qualifications of the submitting firms. Provide the listed information in the following sequence: 1. Firm name, address and phone number (specify the physical address for your firm's regionally located base of operations) 2. Type of organization (sole-proprietorship , partnership , or corporation) 3. Firm principals who will be responsible for the project, and their educational background, credentials, training and experience 4. Key personnel (including proposed sub-contractors, if applicable) who will work on the project with their educational background, credentials, training and experience on comparable projects 5. Evidence of certification for installation of Ortronics and Leviton networking products 6. Evidence of possession of California General Building Licensure. 7. Evidence of possession of C-7 low voltage systems contractor license 8. List of current staff, including job classification 9. Of your staff, how many specifically possess BICSI (Building Industry Consulting Service International) technician certification and associated licensure requirements? a. How many apprentice underneath certified installers? (i.e. what is your certified technician: apprentice ratio?) 10. Firm qualifications, including the number of years your firm has been providing low voltage wiring services 11. Firm organization chart 12. List current projects or commitments for similar services in your office 13 . On a separate sheet, address each of the following procedures and include a current copy of your firm's policy and procedure manual relating to each procedure a. Personnel security screening b. Facilities and procedures to ensure proper functional terminations and connections c. Oversight on work completed 14. Describe how your agency has dealt with any security breaches by employees of your company. 15. Explain how your agency has dealt with any NON-best practice installation by staff employed by your company , and how problems were solved . G:IPUBLIC\RFSQ\FY 2018-19119-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC • Contra Costa Electric Contra Costa Electric, Inc. 4690 E. Carmen Avenue Fresno, CA 93703 An EMCOR Company Ph: 559.252.1114 Fax: 559.452.1013 County of Fresno Request for Statement of Qualifications No. 19-016 External Low Voltage Cabling Services Section A. 1. Contra Costa Electric, Inc. Corporate Office: 825 Howe Road, Martinez CA 94553 Fresno Branch Office: 4690 E. Carmen A venue, Fresno CA 93 703 PH: 559-252-114 2. Corporation 3. Matt Furrer, Fresno Branch Manager, 25 years in the electrical industry John Fowler, Project Manager & Estimator, 18 years in the electrical industry Mike Moineau, Project Manager, 30 years in the electrical industry 4. Micah Lindsay, Communications Installer Foreman, 10 years Jesse Gonzales, Communications Installer Foreman, 19 years Saritha Ham, Communications Installer Foreman, 11 years All of our Installers and Technicians are California State Certified. 5. Leviton Authorized Network Installer Certification #0016327 *see attached 6. Contractor's License #139885 *see attached 7. Contra Costa Electric holds a C-10 license which overrides a C-7. *see attached 8. Current Staff List *see attached 9. BICSI-None located in our Fresno Branch. We are ISO 900 Certified. 9a. 1:2 10. Contra Costa Electric has been providing low voltage wiring services for 72 years. 11. Organization chart *see attached 12. We currently perform Sound & Communications services fulltime to the following customers: Saint Agnes Medical Center and Kaweah Delta District Hospital. We also serve Fresno State University and Fresno Pacific University as a preferred vendor, on a "on call/as needed" basis. We currently just finished the demo phase project for State Center Community College District's new office and we are starting the installation of horizontal cabling at the same office. 13. a. Contra Costa Electric employees go through a background check prior to employment b. Each communications cable is tested per TIA industry standards with TIA compliant equipment with up-to-date calibration. c. After work is completed all contract documents specified to be provided to the owner will be submitted. This includes test results, warranties, as-built documentation, etc. A request will be made for a punch list inspection. Punch-list items will be addressed and the final inspection will be requested. A project completion date will be requested from the owner. CCE will warranty the project for 1 year following the completion date. CCE will stock any specified items per contract documents for spare or emergency replacement. -.-.. "")'} ,~ .. "'·"··ias www.ccelectric.com CA Lie. #139885 ~ Contra Costa Electric Contra Costa Electric, Inc. 4690 E. Carmen Avenue Fresno, CA 93703 "':"" An EMCOR Company Ph: 559.252.1114 14 C C El . l hr h b k d h k . Fax: 559.452.1013 . ontra osta ectnc emp oyees go t oug a ac groun c ec pnor to employment. We have never had any security breach issues. We uphold the highest confidentiality when it comes to sensitive information. 15. NON-best practice installations by any of our staff members are always corrected immediately and staff members will be retrained to negate any future issues. Our staff members have been trained to go above and beyond in all aspects of construction to provide the highest quality finished product. If a staff member does not comply with the industry standard best practices and/or Contra Costa Electric standards, the individual will be relieved of employment. Section B. Please see attachments. .<~) I ~· ;; ..... ·ias www.ccelectric.com CA Lie. #139885 LEVI ® Authorized Network Installer Leviton Authorized Network Installer Certification Contra Costa Electric -Fresno, CA Has met Leviton's Certification Program selection criteria and has successfully completed the program certification requirements. Therefore, Contra Costa Electric is hereby certified as a Leviton Authorized Network Installer. Installations performed by Contra Costa Electric that are compliant with TIA/EIA and/or ISO requirements are eligible to receive Leviton Network Solutions Extended Product and Performance System Limited Warranties. _c_o_n_tr_a_C_o_s_t_a_E_le_c_t_ri _c ____ has agreed to conform to all Leviton specified, TIA/EIA and/or ISO compliant installation practices in force at the time of installation. In addition, Contra Costa Electric agrees to install Leviton approved products and category compliant cabling in compliance with program policies and related industry standards. TIA/568 Series and ISO standards compliant links and channels are covered under Leviton Network Solutions Extended Product and Performance Warranties when installed by Authorized Network Installers. Leviton approved cable manufacturers must be used to obtain system warranties. _C_o_n_t_ra_C_o_st_a_E_l_e_ct_r_ic ____ agrees to adhere to the Terms & Conditions of Leviton Network Solutions certified contractor program, and the Terms & Conditions of the programs Extended Product and Performance System Limited Warranties for the duration of their participation in the program. In no event shall Leviton be liable for special, indirect, incidental, consequential or punitive damages (regardless of the form of action, whether in contract or in tort, including negligence, gross negligence and strict liability), including, without limitation, lost profits, lost revenue, loss of data, technology, rights or services, interruption of business, costs of procurement of substitute products or other economic damage arising from the failure of a system installed by a Leviton certified contractor. 0016327 Certification Number David Rumpakis, RCDD Contractor Programs Manager - July 25, 2018 Certified Installer Since December 31, 2021 Expiration Date Rev 814 5128a Hl4 ~ Contra Costa Electric Contra Costa Electric, Inc. 4690 E. Carmen Avenue Fresno, CA 93703 ~ An EMCOR Company Ph: 559.252 .1114 Fax: 559.452.1013 Section A. #7 Contra Costa Electric holds a class C-10 license. Please see description below from California State Contractors license board . You will see that a Class C-10 license supersedes a C-7 license. Copies of license attached. http://www .cslb.ca.gov/Resources/GuidesAndPublications/DescriptionOfClassifications .pdf C-10 Electrical An electrical contractor places, installs, erects or connects any electrical wires, fixtures, appliances, apparatus, raceways, conduits, solar photovoltaic cells or any part thereof, which generate, transmit, transform or utilize electrical energy in any form or for any purpose. (832.10 CCR) C-7 Low Voltage Systems A communication and low voltage systems contractor installs, services and maintains all types of communication and low voltage systems which are energy limited and do not exceed 91 volts. These systems include, but are not limited to, telephone systems, sound systems, cable television systems, closed-circuit video systems, satellite dish antennas, instrumentation and temperature controls, and low voltage landscape lighting. Low voltage fire alarm systems are specifically not included in this section. (832.07 CCR) ·"""'~, _..p,;Q}f J ~· .;, ····ias www.cceiectric.com CA Lie. #139885 cc: a ---CONTRACTORS STATE LICENSE BOARD ACTfVE LICENSE ._-139885 -CORP __._ CONTRA COSTA ELECTRIC INC -..C10BA www.cslb.ca.gov ll:IJ --01/3112019 ,. CO N TRACTORS S T A TE LICE N SE BOAR D Contractor's License Detail for License # 139885 >ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this nformation, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action infonnation. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arb itrations are not listed unless the contractor fails to comply with the terms of the arbitration . Due to workload, there may be relevant infonnation that has not yet been entered onto the Board's license database. !T his license is current and active. All information below should be reviewed. C10 -ELECTRICAL B -GENERAL BUILDING CONTRACTOR Business Information CONTRA COSTA ELECTRIC INC 825 HOWE RD MARTINEZ, CA 94553 Business Phone Number:(925) 229-4250 Entity Corporation Issue Date 07 /28/1953 Expire Date 01/31/2019 License Status Classifications A -GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond Data current as of 10/16/2018 8:54:36 Al\ Th is li cense filed a Contractor's Bond with TRAV ELERS CASUALTY AND SURETY COMPANY OF AMERICA. Bond Number: 103617292 Bond Amount: $15,000 Effective Date: 01/01/2016 Contra ctor's Bond History Bond of Qualifying Individual This license filed Bond of Qualifying Individual number 10587530 for MICHAEL STEVEN DIAS in th e amount of $12,500 with TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. Effective Date: 02/27/2013 Workers' Compensation rr his license has workers compensation insurance with the AMERICAN CASUAL TY COMPANY OF READING PA Policy Number:WC6072336019 Effective Date: 10/01/2018 Expire Date: 10/01/2019 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. https:/lwww2.cslb.ca.gov/onlineservices/Checklicensell/LicenseDetail .aspx?LicNum=139885 212 ;-Contra Costa Electric An EMCOR Company Company Information Sheets Page 4 of 7 Labor, Staff and Experience Management and Sue.erviso!Y, Pers o nnel: Corp./ Years Years in CCEMqmt. Title Signing at Electrical Responsibility Officer CCE Industry Charlie Hadsell VP, Dept. Manager Yes 29 36 Commercial Department Michael J. Parry Exec. Vice President 23 Corporate Officer Joseph McCormick Secretary 27 Corporate Officer Carl R. Case Asst. Secretary Yes 35 35 IT I Special Projects David W. Galli CFO/ VP/ Treasurer Yes 21 27 CFO/ Controller Joey Ramirez VP, Dept. Manager Yes 23 40 Industrial I Utility Departments Mark Sheeley VP, Dept. Manager Yes 35 40 Purchasing I Public Relations Matt Furrer VP, Branch Manager Yes 18 25 Fresno Branch Manager Michael S. Dias President Yes 35 46 Chief Executi ve Officer Paul White VP, Branch Manager Yes 31 38 Bakersfield Branch Manager/ Sr. PM Ray Robertson, PE, VP, Dept. Manager Yes 23 36 Engineer. & Renewables Dept./ LEED Certified LEED AP P. E. License # E 15827 Thomas L. Tatro VP, Operations Yes 38 43 Operations Manager, All Departments Other Ke~ Personnel Bob Lilley Bus iness Development 2 31 Bus iness Development , Marketing Dept. Director Bruce Costa Safety Director 17 28 Safety & Ri sk Management Dave Medeiros Field Superintendent 36 40 Commercial/ Industrial Div., Electricians Don Stratmeyer Prec onstruction Mgr. 22 27 Preconstruction and MEP Coordination Doug Farrow Purchasing Manager 33 33 Procurement/ Materials Management Nat Springer , P.E. Sr. Electrical Engineer 10 37 Engineering Department P.E . License #E16551 Ray Green HR/Training/Quality Mgr. 27 39 Human Resources I Training I QA/QC Labor Affiliations Expirati o n IBEW ................ International Brotherhood of Electrical Workers................................ ongoi ng ................... various UA .................... United Assoc. of Journeymen & Apprentices of the . .. .. . ..... .. .. .. .... .. .. . o ngoi ng ................... various Plumbing and Pi pefitting Industry LIUNA .............. Laborers International Union of North America ................................. ongo ing ................... various '" 11 i f1'•'/, I ', ••: ~ ~Contra Costa Electric ":" An EMCOR Company Company Information Sheets Page 5 of7 Approx. Number of Employees Cu"en tly on the CCE Payroll: Principles ........................... 8 Support Staff .................... 64 Safety Staff ........................ 6 Estimators ........................ 11 Project Managers ............. 27 EngineeringfT echnical ..... 13 In house 132 Superintendents ........... _ .. _ .. _ .. 3 ____ _ Field Engineers .................. 3 Foremen .......................... 55 Tradesmen (elect) .......... 395 Tradesmen (fitters) .......... 12 Laborers ............................. 5 Apprentices ...................... 25 Total 627 Field 495 (Jan '18) Annual Average Past Emp.Joyee Count Office Field Total 2017: 133 469 602 2016: 120 410 530 2015: 124 404 528 2014: 128 445 573 2013 : 128 392 520 2012 : 120 388 508 2011: 115 305 420 Note: Employee numbers peaked in December 2002 with 949 employees. P rojects and Bidding Ust of Crafts Regularly Employed: • Inside Wiremen • Instrument Technicians • Pipefitters • Data Technicians • Linemen • Ground men • Cable Splicers • Equipment Operators • Apprentices for each of these crafts Project Values We Perform: Min = $5,000 /Max = $50,000,000 Desired Project Values: $10,000,000 + Largest Complet ed Projects per Year: 2017: $24,945,000 -Barren Ridge Transmission Project Scope: Construction of 23 miles of 230KV powerline 2016: $22,465,000 -Sutter Sacramento Women and Children's Center Scope: Electrical for new medical center 2015: $27,200 ,000-San Francisco Public Safety Building Scope: Electrical for new high-tech public safety complex 2014: $36,749,000 -Centinela 175MW Solar Project Scope: AC distribution and PV modules for 200 acre solar field 2013: $18,530,000 -GWF Tracy Power Plant Scope: Electrical, instrumentation and switchyard construction 2012: $ 5,711,000 -Central Valley Gas Storage-Colusa Scope: Electrical and Instrumentation for compressor station 2011: $36,349,000 -John Muir Hospital Walnut Creek Scope: Elect for renovation and expansion for 5-story medical bldg . 2010: $17,952,000 -LLNL-NIF-Elect. Utility Mod Support 2009: $48,500,000-ConocoPhillips HEP Project-Rodeo Number of Contracts Completed per Year: Average Contract Size per Year: 2017 = 168 contracts 2014 = 171 contracts 2017 = $1 .1 Million 2014 = $918 ,801 2016 = 196 contracts 2013 = 256 contracts 2016 = $1 .2 Million 2015 = 229 contracts 2012 = 311 contracts 2015 = $959 ,815 Avg Contract size (all jobs)= $400 ,000 Market Breakdown -2018 Annual Workload by Type -2018 Healthcare ..................................... 20% 30% .................... Distribution Systems Retail ............................................... 5% 2% ....................... General Contracting Office Environment ......................... 7% 12% ................................... Power Line Miscellaneous ................................. 4% 3% ..... Telecommunications -Wireless Petrochemical ............................... 31 % 5% ...... Telecommunications -Wireline Power Generation ........................... 5% 3% ........................ Transmission Lines Chemical/ Bio Pharmaceutical. ....... 5% 7% ......................... Utility Design/Build High Voltage Power Distribution ... 18% 38% ................................ Electrical and Solar I Photovoltaic ......................... 3% Instrumentation Construction Government .................................... 2% L ,, (' ':' 1 , , 'I Jr 1 ,, Average Percentage of Work we Subcontract Annually = 2% Work we normally contract out: • Civil • Painting MBE/WBE/DVBE/ - Average annual = 2% ~ Contra Costa Electric An EMCOR Company VP Operations Manager Tom Tatro VP Industrial •Utility Joey Ramirez VP VP Bakersfield Paul White Company Organizational Chart PRESIDENT Michael Dias CFO/VP Dave Galli 1 • Management Safety Coordinator Bruce Costa Contents: Employee Relations Ray Green VP Dir. of Management. ........... :.····~··············································Page 1 Commercial ................................................ : .....•......• Page 2 Industrial/Utility, Renewables, Fresno ................... Page 3 Bakersfield .................................................................. Page 4 Contracts Admin, Purchasing/Whse/Tools, .......... Page 5 Marketing Accounting/IT, Marketing, Safety, ........................ Page 6 Vehicles & Equipment ----=== ~ Contra Costa Electric • Commercial Division ":'" An EMCOR Company VP Commercial Charlie Hadsell Preeonstruction Estimating Project Manager Managers Don Stratmeyer Gene Anunciacion Anne Bradshaw Rich Blodgett Curt Svenpladsen Chuck Higgins Dave Monnens James Walton Jason Tatro Prefab Mgr. voe Manager Sr. Engineer Andrew Hogenson Joe Siino Mike Redding Josh Thorndike Nat Springer John Martinez John Young Keith Ennis Prefab voe Engineering Ray Prien Carey Hummel Allyn Mariani Olena Turchina Walt Johanson IBEW Appren-Andrew Wise Dolphy Bigornia W ill Minyard tices Phil Peterson 2 Scheduler Carla Palmer Project Assistants Rene Conn-Sr. Andria Shafer-Sr. Laura Starkey Nico l e Garci a Anna Stewart Kayla Scarbrough -------~ --~ Contra Costa Electric An EMCOR Company VP Industrial/ Utility Joey Ramirez Project Mgmt. Superintendent PM/I&E H / Estimating Byron Buie Tim McCabe Kyle Church Matt Tennant Sr. Process I I I l Jarrod Tatro Proj. Assistant Andy Zepeda Sheryl Justice Project l Estimating Tyrone Quezon Assisstants Katie Bradshaw Meyviline Vailleau Lisa Si kie y Site Superint, Kelley Delauter Chevron Amber Brown El Segundo Maureen Jones Hugh James Christiana Wilson Nancy Reyes Jessica Schodorf • Industrial & Utility Division • Renewables Division • Fresno Division r .... r .... VP VP Fresno -Renew ables -Division Ray Robertson Matt Furrer '" ~ ..... Project Mgmt. r Project Managers/" -+ /Estimating Estimators Kevin Dalton -+ Mike Moineau \. ~ John Fowler \.. Val Foronda ~ r .... ~ Sr. Estimator Richard Potter r ..... Administrative r-+ Assistant '" ~ -Erin Englehart '" r "I Warehouse ...... & Drivers Casey King \. ~ 3 --- ~ Contra Costa Electric • Bakersfield Division ~ An EMCOR Company r Proj. Managers Phil Gaines (Sr) Chief Estimator James Moore ....... Cory Berkfield .I bt! Russell Beck David Olmstead \...__ Alex Madrid Project Coordinators Thomas Brown \. Kevin Zelaya , ' Bkfd Safety Coordinator Nicholas Fuentez \.. , ( • "I Chevron Pro). Estimators Jeff Compton Josh Lockett Thomas Wilson .) , L....-1 Manager Chevron Elect. Gerald Lockett superintendent Mark James '\. / \. , , '- • ..... VP Bakersfield Division Paul White ' / • ..... Purchasing Larry Wilson CRC ....-1 Superintendent Gary McWilliams .J \. .J / Safety Coordinators ~ Miguel Magallanes Ignacio Prado Stephanie Johnson \. .,) I+ ~ 4 \. Adm ins Stacy Turner Melinda Rowe .... , , ..... Material Handler Tim Hickey Wayne Teague .) / \. / ~ Sr. Project Assistant Kathy Mayo -i .J "'I Project Assistants Vanessa Oelke Christy McGee ' .I -- ~ Con tra Costa Electric An EMCOR Company Contracts Manager Mike Delasandro Sr. Contracts Adm in. Diana Remington Contracts Admin. Gina Jackson Bus. Develop/ Marketing Bob Lilley Administrative Assistant Dianne Sim pson r ..... ~ ~ Purchasing Agent Alex Deluna . 5 • Contracts Administration • Business Development/ Marketintg • Purchasing, Warehouse, and Tools , " Purchasing Manager Doug Farrow ~ I ~ ' r r ~ Warehouse Tool Dept. Manager Manager Darrel Reed Don Lloyd .. '- l / ' ~ Warehouse Tool & Drivers i-. Technician Dave Marsh Ryan Pilkington Dominic Sparacino Justin Kennard Jack Balestrieri / ' Xav i er Pad i lla Tool Hunter Barreuther Distribution \.. i....+ Kev i n Ragland ~ Steve Cardinelli Anthony Gaines \.. ,) -----------Contra Costa Electric --An EMCOR Company CFO I Controller Dave Galli \. .. • .. r 'I I' " ,. 'I Special Proj. Accounting IT Manager IT/Acctg Supervisor -Jerry Dare ,._.. Carl Case Linda Amaral ~ .. Sean Dare ·i '-~ ~ " ' r '\ IT 'I Acctg. Clerks Administrators Receptionist Lisa Looney L..,_. /Help Desk ~ Mary Jane Betty Myers Chris Blosch Thompson Lynda Hilton Mike Jamerson \. .. Myra SanNicolas \. Victor Chacon Samantha , """' Vongprachanh Payroll \. Supervisor -L......+ Roberta Will i amson \. .. !. , -.... Payroll Clerks Robin Edelson Karen Rico .. \. 6 •Accounting & Information Technologies (IT) • Business Development/ Marketing • Safety • Vehicles & Equipment Safety Director Bruce Costa Claims Manager Karen Duran Field Safety Coordinators Mike Rose Wade Wilcox T i m Allen Jason Moorhead Vehicles a. Equipment Bob Gaines Commercial Operator I Mechanic Jerad Davis Mechanics Aaron Lopez Mark Gad • Contra Costa Electric An EMCOR Company County of Fresno Contra Costa Electric, Inc. 4690 E. Carmen Avenue Fresno, CA 93703 Ph: 559.252.1114 Fax : 559.452.1013 Request for Statement of Qualifications No. 19-016 External Low Voltage Cabling Services Section B. ..~'"! Jr!!!ft/ .,, .• '"·''IGS www.ccelectric.com CA Lie. #139665 ~ Contra Costa Electric ~ An EMCOR Company Executive Summary BUSINESS DESCRIPTION Contra Costa Electric, Inc. an electrical construction company founded in February 1946, specializes in providing electrical/ instrumentation design, pre-construction and installation. Contra Costa Electric's primary goal of meeting customers' electrical construction needs through quality workmanship and successful relationships with owner management teams is evidenced by our expanding base of repeat clients. CCE offers a full range of additional electrical services, such as: design/build, preconstruction services, start-up and commissioning. CCE evaluates projects for constructability, provides cost estimates, helps maintain project scheduling, and works with owners to meet quality and time objectives. We can suggest cost effective means of construction and value engineering for each project. Once a project has begun, Contra Costa Electric maintains full-time superintendents who are responsible for all daily logs, reviewing quality and timeliness of our work and subcontractors work, conducting safety meetings and maintaining good communications with the owner. Our client list includes many nationally known firms and faculties including: Pacific Gas & Electric, Southern California Edison, SMUD, Chevron, Shell Oil, Genentech, Pankow and Swinerton Builders, Conoco/Phillips, Kaiser Permanente Sutter Health, Port of Oakland, Lawrence Livermore Lab, NASA, Well Fargo, among other notable firms. CURRENT POSITION AND FUTURE OUTLOOK Contra Costa Electric, Inc. is in its 72nd year of operation. Operations are conducted from facilities located at our main office at; 825 Howe Road, Martinez, CA and our branch offices in Bakersfield, Fresno, and Gardena, CA. We expect business to remain constant through 2018 with sectors of public projects, power generation and transmission, alternative energy, telecommunication and health care expected to continuing to provide opportunities for another three years. The focused area of opportunity into the future will be working on healthcare, power generation and transmission, alternative energy, and telecommunications projects. Our expertise, experienced personnel and quality programs will offer advantages when seeking out these opportunities. MANAGEMENT AND OWNERSHIP The company is set up as a California corporation and is a wholly owned subsidiary of the EMCOR Group, a Fortune 500 company with nearly $6 Billion in annual revenues. EMCOR's 170 companies build, power, service and protect the sophisticated and dynamic systems that create facility environments such as electrical, mechanical, lighting, air conditioning, heating, security and power generation systems in virtually every sector of the economy. Combining our extensive construction experience, professional engineering and project management expertise with EMCOR's knowledge network and strong financial resources, Contra Costa Electric creates solutions and delivers maximum performance and productivity. Contra Costa Electric provides quality installation to benefit our client's goals and investments. Contra Costa Electric, Inc. Executive Summary Page 2 of 2 Michael Dias serves as President and C.E.O. possessing over 40 years of electrical industry experience. Other key employees include Thomas Tatro, Vice-President, David Galli, CFO; Ray Robertson; LEED-PE, and Bob Lilley, Director of Business Development. UNIQUENESS AND DIFFERENTIATION OF THE SERVICE Contra Costa Electric is a full service electrical construction firm, offering electrical services in the full spectrum of electrical sectors; commercial, technologies, industrial, instrumentation, utility, facility services, project management, engineering and design build. Over our more than sixty plus years of existence, and as the largest l&E industrial contractor in California, Contra Costa Electric has played an important role in the electrification of major facilities throughout Northern, Southern California and Nevada Our IS0-9001 quality certification and award winning safety programs are industry standards, giving us the ability to work in even the most technical and difficult environments. We have the knowledge, experience, resources and capacity necessary to perform effectively on any size project. We have combined the latest in technology to satisfy a growing sector need and promised to deliver a high quality product at a competitive price. We are now considered contractor of first choice by many well known companies. We continue to build on our excellent reputation by bringing projects in on time and on budget. ,&;.. ~ Contra Costa Electric Contra Costa Electric, Inc . 825 Howe Road ~ An EMCOR Company 10/16/2018 To: County of Fresno Re : RFQ 19-016 External Low Voltage Cabling Services Qualification Statement: Martinez, CA 94553 Ph: 925.229.4250 Fax: 925.228.3265 Contra Costa Electric, Inc. 4690 E. Carmen Avenue Fresno, CA 93703 Ph: 559.252.1114 Fax: 559.452.1013 As an ISO 9001 certified company, Contra Costa Electric has been providing electrical, communications, and instrumentation services to all types of clients since 1946. As an EMCOR company, we offer a unique combination of substantial financial resources, extensive project experience, and collaborative labor relations. From project inception to completion, our professional engineers and project managers use today's most advanced technology for scheduling, estimating, and accounting . Further ensuring schedules are met, budgets are efficiently maintained, and solutions are provided. Every project is staffed and supported by state-of-the-art resources. Our technicians are trained and certified on the latest technologies and supported by a complete fleet of heavy construction line vehicles, stocked with the specialized tools and equipment required for safe and effective crew operation . And when you need service, our facilities maintenance technicians are available 24/7/365 via our around-the-clock dispatching services for dependable, responsive, and efficient handling of emergency or routine maintenance needs . The result is a package of capabilities and benefits designed to ensure that our clients always get the very best in electrical, communications, and instrumentation services. We take great pride in the reputation of our people and our ability to provide our clients with practical and functional engineering, construction and operations solutions throughout the design and construction processes. Please take time to review our website at www.ccelectric.com for more information on the capabilities of Contra Costa Electric Inc. And if you have any further questions please let us know. Sincerely, CONTRA COSTA ELECTRIC, INC. Peter Murray Business Development /~l. ;;,..··ias www.ccelectric.com CA Lie. #139885 :-Contra Costa Electric Contra Costa Electric, Inc. 825 Howe Road ":"" An EMCOR Company Martinez, CA 94553 Ph: 925.229.4250 Fax: 925.228.3265 Contra Costa Electric, Inc. Quality Policy Our Quality Policy is to provide products and services that: Bring benefit to our Customers and Stakeholders Constantly evolve to meet the requirements of our Customers Embrace existing and emerging technologies. To achieve the above Quality Policy we will: Manage the delivery of our products and services to the ISO 9001 :2008 Quality System Standard Invest in and deploy an extensive Computer Network to enable fast and reliable data transmission and integration Pro-actively develop our Business Processes and Management Systems to ensure continual improvement and consistent customer satisfaction. Create a Teaming Environment between our customers, employees and management characterized by empowerment, open and timely communication and respect for others Establish and review quality objectives through the identification of customer expectations and the involvement and commitment of management. We are firmly committed to the above policy. Michael S. Dias, Contra Costa Electric, Inc. President ~<..., 1@21 ;; "'ias www.ccelectric.com CA Lie. #139885 19-016 EXHIBIT C VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: Contra Costa Electric REFERENCE LIST Provide a list of at least three (3) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. / /" Reference Name: Kaweah Delta Hospital Contact: Christine Muldoon Address: 400 W. Mineral King City: Visalia State CA Zip: 93291 ------- Phone No.: ( ~ ) 624-2000 Date: _c_ur_re_n_t _________ _ Service Provided: Sound & Communications services on a T&M fulltime basis for Kaweah Delta Hospital and their affiliated locations. We have been working with KOH since Approximately 2005 on various projects and consistently fulltime T&M basis. / / / ( / Reference Name: ~S=a~in=t ~A~g~n=e~s "'"'M"'"'e'-'d~ic'-'a~I """C'""e~n=te""'"r___ Contact: Arthur Sislia n Address: 1303 E. Herndon Avenue City: Fresno State CA Zip 93720 Phone No.: 559 450-3000 Current Service Provided: Sound & Communications services on a T&M fulltime bas is for Saint Agnes Medical Center and their affiliated locations. We have been a preffered vendor Since approximately 2007. / Reference Name: State Center Community College Contact: Shannon Robertson Address: 1525 E. Weldon Avenue City: Fresno State CA Zip : 93704 --- Phone No.: 559 ) 226-0720 Date: current ~-----------~ Service Provided: CCE just completed Phase 1 Demo for the new district office. We started installing horizontal cabling for the same office. Failure to provide a list of at least three (3) customers may be cause for rejection of this RFSQ. 19-016 EXHIBIT A COST PROPOSAL LABOR PER HOUR (During regular business hours from 8 a.m. - 5 p.m.) Master Level Technician $ 9'1.2 ~ Journeyman Level Technician $ ~'Z-O<b Apprentice/Helper $ 72. 3S EMERGENCY LABOR PER HOUR (Outside of regular business hours from 8 a.m. - 5 p.m.) $ OVERTIME PER HOUR Master Level Technician $ /2/.<j').. Journeyman Level Technician $ /{}'f. IS° Apprentice/Helper $ 9tJ.o I List any additional services provided and quote cost of each service. $ ____ _ $ ------- $ ______ _ $ ------- $ ______ _ 19-016 EXHIBIT B COMPLY/NOT COMPLY Compliance and understanding of the specification is to be noted by marking "COMPLY" on the line provided to the right of the specification. Non-compliance is to be indicated by marking "NOT COMPLY" on the line. A detailed statement explaining why they fail to meet the stated specification or requirement must accompany all non-compliant items. SERVICE SPECIFICATIONS Provision of voice/data grade, copper riser, station distribution, multi-mode fiber, single mode fiber and CAT 6A Class E/CAT7 data cabling distribution to support voice and data communications 1. VOICE, DATA, AND FIBER TERMINATIONS a. Terminations on standard CAT 6A Class E RJ-45 8-position jack (ANSl/TIA/EIA-5688), unless otherwise specified, and according to cable plant requirements b. Certified to install Ortonics products c. Certified to install Leviton products d. Berk-tek CAT6A Class E cable use, and standardized to T568B e. MDF/IDF to 110-type termination to appropriately paired bracketing and hardware f. Cable trays, backboards, and frames to provide a logical layout to equipment spaces and IDF location (ANSl/TIA/EIA-606A) g. Fiber cable at multi-mode 50/125 micron, single mode at ITU-T G.657.A1 h. The vendor certified to install both multi-mode and single mode fiber. 2. INSTALLATION a. The vendor will coordinate with County ISO-IT to coordinate anticipated interruptions; County reserves the right to minimize interruptions /schedule some services during after hour schedules b. The vendor will advise ISD-IT of major disturbances (drilling, framing, and other installation) prior to beginning work c. The vendor shall supply its own necessary tools, equipment, ladders, etc., to complete work d. The vendor shall broom clean/work areas at end of each shift workday e. Installation equipment, materials and product will only be allowed to be kept in specified areas; hallways, office areas, lobbies, etc.; County will not be held liable for lost or stolen equipment f. All cabling secured above ceiling spaces to building structure at eight (8) foot intervals through combined use of, but not limited to, J hooks, beam clamps, D-rings, and hangers. • At no time shall data drops/homeruns be secured to the building structure above ceiling without the use of cable supports COMPLY/ NOT COMPLY Com pl y I Comnlv I I Cotv'Ql ,, , SERVICE SPECIFICATIONS • Cabling about ceiling shall be sectioned off, bundled & tied; and routed back to intermediate, MDF/IDF(s) or MPOE(s) using a star configuration • Wiring shall run continuously from the outlet to the wiring closet without breaks or splices • Cable supports (J Hooks, etc.) shall be sized 50% larger than needed to allow for future growth g. All Boxes equipment and cable shall be firmly secured in place; boxes, jacks, and blocks shall be plumb and square; consideration to be given for overall installation aesthetics and cleanliness • Sample Installation diagrams are to be followed at all times • Deviations due to design and/or building structure, must be cleared with County's ISD-IT Low Voltage Coordinator h. Any new or replacement premises wiring shall be clearly labeled; the vendor and County will work to design a structured method of designing all cabling involved with the project i. The vendor will observe all applicable departmental safety and security regulations established j. The vendor is responsible for repairing any damage it causes to any County building; • The vendor shall exercise reasonable care to avoid any damage to County property • The vendor must report to the County any property damage that may exist or may occur during the occupancy of the site k . The vendor must perform all duties as expected, and run all jumpers and wiring for surge protection to the carrier network, or as otherwise directed by the ISD-IT Project Manager. I. The vendor must correct all defects for which the vendor is responsible, within one (1) week of notification, unless other arrangements are agreed upon by County and the vendor m. Upon completion of work, the vendor must remove its tools, equipment and all debris from the premises and must leave the premises clean and neat n. The vendor will obtain ISD-IT approval before cutting into or through any part of the building structure such as beams, girders, concrete or tile floors, partitions and ceilings . The vendor shall restore any girders, beams, floors, partitions, ceilings, fire partitions and walls to their original condition 19-016 EXHIBIT B COMPLY/ NOT COMPLY COMfltt C"""p Iv I Co mp Iv I I Cu1!1 ph1 I C-om pty Cvm ~1,1 I Com a iv I Cn mpl ,, ' SERVICE SPECIFICATIONS • Any roof penetrations shall adhere to NRCA standards. The proper integration of new electrical conduit into existing roofing requires penetrations to be no less than 12" from the base of the perimeter wall or any adjacent penetration or roof curb . Conduit should be contained within a sheet lead pre-manufactured or field-fabricated lead jack in a diameter closely resembling , but larger than that of the conduit. The top of the lead jacks are to be closed from weather using a galvanized stainless steel clamp and Terpolyer sealant. Conduit on weather-resistant wood or rubber blocks are to allow for unrestricted drainage, and verify all anchors used to attach the cameras to the perimeter walls are properly sealed with a Terpolymer sealant -no bituminous (asphalt) or mastic roofing products are to be used . o. The vendor shall coordinate all work with ISO-IT p. Core boring set up is to be handled in such a way as to minimize interference with daily operations and with minimal impact to the work environment. Structural engineering approval may be required , depending upon the building and location of the desired core bore q. Fiber optic cable service loops are to be provided at all fiber termination points. Wiring closet loops are to be a minimum of 15ft. End termination or main termination point loop is to be a minimum of 150ft. r. Category 6A Class E and Category 3 horizontal cabling shall have a minimum two (2) foot service loop for each cable above ceiling. Service loop is to be neatly dressed and secured s. Category 6A patch panel terminations are to maintain cable jacket and twist a minimum of one half inch from point of termination . End station terminations are to maintain cable jacket and twist up to the edge of the jack housing . t. All indoor/outdoor splices and distribution must be enclosed in an enclosure designed for the purpose and able to provide maximum protection to splices and protection from environmental effects u. All splices must be able to withstand environmental effects and mechanical shock v. Splice trays must protect all fiber splices • Fusing cassettes are to be used on the end of all terminations unless explicitly defined otherwise by the ISO-IT Low Voltage Coordinator w. All inside distribution and outside plant fiber cabling must utilize loops at MDF/MPOE and vaults for strain relief. x . The use of inner duct is mandatory in ALL situations that fiber is being installed. Buried or aerial fiber optic cable must be approved and designed to specific standards intended for aerial or buried application. • All fiber must be plenum grade when directed according to regulatory code, or unless otherwise specified by ISO-IT low voltage project manager, and run in an inner duct to its termination point (fiber patch panel) y. Installation work may involve performing installation duties in an operational, production datacenter. At no time will installation work be permitted without direction from County's ISO-IT project manager and under direct supervision. 19-016 EXHIBIT B COMPLY/ NOT COMPLY f.o lYl,p ly Co""p I" Comolv , , I c ~ly CatV\pl v I SERVICE SPECIFICATIONS 3. TESTING AND ACCEPTANCE a . ISO-IT will make inspection as it deems necessary when notified by the vendor that the services requested , or any part thereof, are ready for acceptance. If items from the bid have been omitted or need changing as per requirements stated herein, they shall be noted in a "punch list". This deviation list will be given to the vendor, who is expected to complete all items within the time specified by ISO-I T b. Installation of structured horizontal wiring, cable riser, voice and data drops, raceway, terminations, fiber riser, fiber distribution , coring, and peripheral equipment must be completed c . Performance and quality tests shall be conducted as specified for each job d . Incorporating the full range of testing specified, successful testing by the vendor shall include a written report of all performance and quality results provided to the ISO-IT project manager e. Implementation of any and all deviation list items which may result from inspections by the ISO-IT project manager must be completed within one (1) week unless agreed upon by both parties f . Acceptance of each bid for the services requested shall be granted after all equipment has passed the tests required, and has been in operation thirty (30) consecutive days without a major failure. In the event of a failure, the County reserves the right to extend the acceptance date until a time the installation complies with the thirty (30) day major fault free requirement g. Final payment to the vendor will be made within forty-five (45) days receipt of an approved invoice and upon acceptance of services from ISO-IT 4. CATEGORY 6A CLASS E Testing shall be end to end , patch panel to jack including patch cables according to material installed , and according to regulatory code . (Total run length not to exceed 316ft., with patch cables 328ft). Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, detailing cable port location (building, closet etc.) and all requested test data for the run . The following tests shall be run on all installed Category 6A Class E data runs. a. Length b. Insertion Loss c. NEXT Loss d. PS NEXT Loss e. PS Next Loss f. ACR-F Loss g. Return Loss h. Propagation Delay i. Delay Skew 19-016 EXHIBIT B COMPLY/ NOT COMPLY Camp ( c 'I 01"\p 1/ Crpip fy SERVICE SPECIFICATIONS 5. SINGLE MODE AND MUL Tl-MODE FIBER TESTING Testing is to be end to end with all terminations and splices involved for each strand tested, OTDR, Both directions. Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, detailing cable, cable port, location (building, closet etc.), length and attenuation in dB . Fluke OTDR testing reports can be utilized where and when approved by the ISD-IT project manager. The following standards will be used on all installed fiber strands: a . ANSl/TIA/EIA-455-59A, Measurement of Fiber Point Discontinuities Using an OTDR b. ANSl/TIA/EIA-455-60A, Measurement of Fiber or Cable Length Using an OTDR c . ANSl/TIA/EIA-455-61A, Measurement of Fiber or Cable Attenuation Using an OTDR d . ANSl/TIA/EIA-526-7, Optical Power Loss Measurements of Installed Single Mode Fiber Cable Plant e . ANSl/TIA/EIA-526-14-A , Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant INSTALLER QUALIFICATIONS a . Each job bid will require a qualified installer, certified for the installation of Ortronic products and Berk-Tee cabling (or equivalent). Evidence of this certification may be required, at any time , during the term of the contract b . Special qualifications (livescan or other) may be required for THE VENDOR installer(s), depending upon job environments, location or purpose (example: Sheriff's office, Coroner, School sites) 6. SERVICE WARRANTY The vendor shall provide a warranty of 30 days following occupancy as a standard business practice unless the warranty requirement is waived in writing by the County's ISD-IT Project Manager 19-016 EXHIBIT B COMPLY/ NOT COMPLY CcJmP lf **Please Note: Failure to comply to all services requested will not automatically disqualify any Bidder. ATTN: COUNTY OF FRESNO SELECTION COMMITTEE (CFSC) RE: Statement of Qualifications (SOQ) Submittal Requirements Part “A” Red Wave Comm., Inc. (RW) has made every best effort to understand and respond to your SOQ requirements. Please see below response(s) to your RFP: A.1 Red Wave Comm., Inc. 3582 W. Holland Ave. Fresno, CA 93722 (559) 271-9350 A.2 RW is an S-Corporation within the State of California. A.3 Firm principals who will be responsible for this project are as follows: Paul Lukianov- President Mr. Lukianov has over 25 years of experience within the low voltage construction industry ranging from field installation to management to ownership. He is the license holder of RW, holding A, B, C-10 and C-07 classifications. Due to RW’s vast service offerings within the low voltage industry, he is also certified by the NFPA holding a NICET Level III title. Mr. Lukianov maintains day to day involvement within all aspects of RW, including certifications within various structured cabling manufacturers keeping him up to date on industry best practices and technologies. Paul is also directly involved with pre-construction offerings allowing him to offer various solutions to customers based off of both design and value. John Lukianov- CFO Mr. Lukianov has over 20 years of experience within the low voltage construction industry specializing in Project Management ranging from simple to complex solutions. John’s vast knowledge of the structured cabling industry has helped him achieve the coveted BICSI RCDD designation. His ongoing involvement with BICSI and various manufacturers, has provided him with various training materials allowing him to be at the cutting edge of the industry. This knowledge has proved himself to be a valuable recourse of information within the structured cabling industry. John has managed and continues to maintain numerous structured cabling projects including some local notable projects such as installing a fiber optic backbone throughout the City of Clovis linking Clovis Unified Schools to the main District Office to providing an entire new horizontal and vertical cabling infrastructure at a hospital all the while maintaining importance of uptime and care of ongoing patients. Red Wave Comm, Inc 3582 W Holland Ave Ste 101 Fresno, CA 93722 Tel 559-271-9350 Fax 559-271-9354 www.redwavecomm.com CA Lic # 500378 Page 2 A.4 Although not limited to those listed below, key personnel who will work on this project are as follows: Brandon Antonesen- Having successfully graduated from the apprenticeship program many years ago, Brandon has shown his desire to learning and maintaining a high level of workmanship throughout his tenure with RW. His attention to detail and communication to end user’s, has proven him to be an appreciated resource for low voltage projects. Throughout his duration of employment by RW, he has provided low voltage for such projects such as wiring up a new multi-story courthouse to installation of structured cabling and security systems for a large veterans facility located in Fresno. A.5 See below installation certification documentation (Note that we have attempted to provide information as required per this SOQ, but some information that has been deemed as confidential between RW and manufacturer may not have been included): Page 3 Page 4 Page 5 Page 6 Page 7 Page 8 Page 9 A.6/A.7 Please see attached CSLB license as evidence of RW “B” and C-07 classifications. Page 10 A.8 Below is a list of current staff and roles. Note that not all of RW office personnel or field technicians are listed below. We have listed only specific personnel as related to this RFP. Paul Lukianov- President John Lukianov- Project Manager Brandon Antonsen- Foreman Charles Tran - Senior Technician Erica Johnson- Office Manager Sarah Lukianov- Human Resources Mark Huerta- CAD Designer A.9 RW maintains (1) BICSI certified RCDD to oversee project installations. In lieu of BICSI technician certifications, RW field technicians are certified by the specific manufacturers prior to installation of specific product. RW maintains large federal government installations which have recognized manufacturer certifications as an equal to BICSI installation certifications. a) RW maintains a State of California mandate of 5:1 ratio of journeymen to apprentices. A.10 For 20 years, RW has provided design and installation of the following systems: • Structured Cabling • Fire Alarm • Access Control • CCTV • Intrusion • A/V • Various Other Systems Page 11 A.11 Below is a current Org Chart for Fresno, CA RW Office. Page 12 A.12 Below is a list of current projects with similar services as related to this RFP. Some projects below may be ongoing or nearing completion. • Ongoing Structured Cabling support for State of California • Structured Cabling for new government building in Hollister, CA. • Structured Cabling for new prison in Tuolumne County. • Fiber backbone for a State of CA ran facility in Porterville, CA. • Structured Cabling for new research office in Fresno, CA. • Structured Cabling for new global large distribution warehouse located in Fresno, CA. • Ongoing cabling installation and cutovers for national banking organization. Page 13 A.13 See below for RW responses: a) Persons seeking employment with Red Wave may be subject to any or all of the following testing prior to an offer of employment: Background investigation (criminal records search, civil records search, credit history, DMV records search, educational verification, employment history and business references, professional license verification, and social security number verification), drug testing and medical examinations. A medical examination will only be administered after other tests or investigations are completed and a job offer has been extended. The nature of the medical examination will be disclosed to the applicant prior to testing and will be related to specific job duties. b) Each employee of Red Wave completes ongoing training and certification throughout their employment in order to maintain their education and practice industry standards. With training and certifications, it allows each technician to understand the importance of their installation practices. Additionally, RW management will “spot-check” various installations for any potential flaws or deviations from proper installation practices. RW also has current test equipment required for certification of cabling. RW test equipment will check for all industry and manufacturer driven standards. If improper connections are present, the test equipment helps to ensure that new installations are remedied prior to completion. c) We employ several tiered positions ranging from Apprentice, Technician, Installer, Foreman and Project Manager. Our Foreman’s and Project Manager’s oversee the project from start to finish and provide hands on interaction with each employee to ensure the work performed is the highest quality and that safety conditions and practices are being met for the duration of the project. Page 14 A.14 RW has not had any security breaches by any of its employees within our company. RW maintains and enforces a strict and enforceable during and post-employment confidentiality agreement. Below are samples of verbiage of our policy: Confidentiality of Company Information In the course of your employment you will be exposed to information that Red Wave considers and protects as confidential, proprietary and trade secret information. It is your responsibility to in no way reveal or divulge any such information unless except in the performance of your duties. Access to confidential information should be on a "need-to-know" basis and must be authorized by management. Any breach of this policy will not be tolerated and Red Wave may take legal action. Even after your employment with Red Wave terminates, you are required to maintain the confidentiality of this information and not disclose it for any reason. The confidential information to which you are privy and which you must maintain as confidential includes, but is not limited to, customer lists and information, potential customer information, financial information, agreements, business plans and other proprietary information. You may be given a personal password to log onto Red Wave’s or Red Wave’s Customers computer system(s). Passwords are given to allow us to control and restrict access to information to certain employees. Do not give your password to others or allow others to access company data using your password. Nor should you ever, directly or indirectly, copy, download or disseminate or help another copy, download or disseminate company information for a non-company purpose. You should never download information to take with you when you leave Red Wave’s employ, even if you created the document. Engaging in these activities could subject you to civil and/or criminal liability. Memorandum Regarding Protection of Trade Secrets & Confidential Information Dear: We wish you well in all future endeavors. Before you leave, however, we want to remind you of your continuing obligations, even after the employment relationship ends. Failure to comply with these obligations may result in litigation. During your employment at Red Wave Comm., Inc. ( “Red Wave”) you received a copy of the Employee Handbook. You signed the Employee Handbook Acknowledgment in 2017. (Copies of the Acknowledgement are attached to this memorandum.) The Handbook put you on notice that in the course of your employment with Red Wave, you would be exposed to information that Red Page 15 Wave considers and protects as confidential, proprietary and trade secret information. (A copy of the Confidentiality Policy is attached to this memorandum.) In the Acknowledgement you specifically confirmed your obligation to maintain confidentiality of Red Wave information. Trade secrets and confidential information include information regarding Red Wave, its customers, its suppliers, employees, and Red Wave’s relationships with these businesses or individuals. It also includes information relating to job specifications, contract provisions, marketing strategies, financial data, business plans, bids, costs, proposals, customer contact data, and contracts. Any attempt to use or disclose trade secrets or confidential information would violate your obligations of confidentiality. Your knowledge of the information was obtained only as a result of your employment at Red Wave. Information was provided to you so that you could perform your job duties at Red Wave and is not otherwise available to the general public. These trade secrets are protected under the California Uniform Trade Secret Act found at California Civil Code §§ 3426- 3426.11. Under that Act, a person who willfully misappropriates trade secrets is liable for monetary damages, including punitive damages, among other things. The Act also permits Red Wave to seek injunctive relief, precluding you from further misuse of its trade secrets. Employee Acknowledgement I understand my duty to maintain the confidentiality of the information described in this memorandum. I also acknowledge that all of Red Wave’s property, including confidential information, has been returned and I have not retained any copies of this information. Should I later discover Red Wave property or information in my possession, I will promptly return it to the office. A.15 Although rare, any situations that may arise due to non-best installation practices would be resolved in the following manner: Paul Lukianov PRESIDENT 10/15/18 Page 16 • Onsite meeting with Project Manager, General Foreman, Senior Tech and ISO-IT personnel to identify and discuss the installation. • Internal RW review of installation which may include technician, document and field condition review. • Written response to ISO-IT for attempt at agreeable remedy of non-best installation. • Upon acceptance, RW to provide at it's own cost the remedy of installation. ATTN: COUNTY OF FRESNO SELECTION COMMITTEE (CFSC) RE: Vendor Company Data (VCD)- Included Elements Part “B” Red Wave Comm., Inc. (RW) has made every best effort to understand and respond to your VCD requirements. Please see below response(s) to your RFP: B.1 RW is able to provide the County of Fresno (COF) with several benefits per this RFP. For 20 years, RW has provided organizations from small to large with structured cabling installation services. During this time we have perfected and maintained a high level of quality for installation of Layer 1 systems. With a staff of long tenured and local employees, we look forward to providing this to the COF ISD-IT team. B.2 RW has had and currently has contracts similar to this RFP with the following examples: • State of California (currently in 1st year of 5 year cabling support contract as 2nd tier subcontractor for various counties throughout the State). • Bank of America. • RW provided multi year ongoing tel/data structured cabling support for AT&T. B.3 See the following response in regards to our ability to comply with this RFP in its entirety. Red Wave Comm, Inc 3582 W Holland Ave Ste 101 Fresno, CA 93722 Tel 559-271-9350 Fax 559-271-9354 www.redwavecomm.com CA Lic # 500378 Page 2 Page 3 Page 4 Page 5 Page 6 Page 7 B.4 RW has provided low voltage solutions to various client throughout Fresno County for 20 years. Although RW designs and installs a wide array of low voltage systems, the understanding of providing a structured cabling system which meets or exceeds industry standards is a necessity. Thru our long tenure of providing structured cabling solutions, we have encountered almost every environment from healthcare to municipalities to top secret government facilities for installations. With our committed team whom are local to Fresno, we will be able to offer our same blue ribbon response and professionalism to your staff. B.5 Please see below for cost of services: Page 8 Page 9 B.6 Please see below for list of references: Page 10 Paul Lukianov PRESIDENT 10/15/18 Page 11 G:\Public\RFSQ\FY 2018-19\19-016 External Low Voltage Cabling Services\19-016 External Low Voltage Cabling Services.doc COUNTY OF FRESNO REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES Issue Date: September 18, 2018 Closing Date: OCTOBER 16, 2018 AT 2:00 P.M. All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Louann M. Jones at Phone (559) 600-7110. BIDDER TO COMPLETE Statement of Qualifications must be signed and dated by an authorized officer or employee. Organization Individual/Contact Person Title Street Address/P.O. Box City State Zip Code Telephone Fax Number E-Mail Address Request for Statement of Qualifications No. 19-016 Page 2 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC TABLE OF CONTENTS PAGE KEY DATES .................................................................................................................... 3 OVERVIEW ..................................................................................................................... 3 SCOPE OF WORK .......................................................................................................... 3 INSURANCE REQUIREMENTS ..................................................................................... 7 STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS ........................... 8 SELECTION PROCEDURE ............................................................................................ 9 APPEALS ........................................................................................................................ 9 Request for Statement of Qualifications No. 19-016 Page 3 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC KEY DATES RFSQ Issue Date: September 18, 2018 Written Questions for RFSQ Due: October 2, 2018 at 12:00 P.M. Questions must be submitted on the Bid Page on Public Purchase. In the event that it becomes necessary to revise any part of this RFSQ, addenda will be posted to Public Purchase and all agencies and organizations that received the basic RFSQ will be notified. RFSQ Closing Date: October 16, 2018 at 2:00 P.M. Statement of Qualifications must be electronically submitted on the Bid Page on Public Purchase. OVERVIEW The County of Fresno (County) on behalf of the Internal Service Department, Information Technology Division, is requesting bids from qualified vendors to provide external low-voltage cabling wiring to and between County buildings, including installation and network performance testing, as required for new and existing wiring and equipment. The County seeks to create a master agreement with multiple vendors for the completion of approximately $1M of new County expansion and redevelopment projects (min.) during the next five (5) years, including County low voltage service needs. SCOPE OF WORK The County, on behalf of the Internal Services Department, Information Technology (ISD-IT) Division, is in need of multiple vendors for provision of low voltage cabling services at various County facilities, in accordance with categorical bid amounts listed in this Request for Statement of Qualifications (RFSQ). Fresno County encompasses over 6,000 square miles. The County has a need to supply reliable cabling installation and servicing needs throughout the County area, with the majority of servicing needs being centralized in the Fresno/Clovis metropolitan area. Remote areas may include but are not limited; Coalinga, Shaver and Mendota The County has spent between $275,000 and $600,000, per year, over the last three calendar year cycles (2014-2016) for its low voltage cabling projects. The County’s Internal Services Department expects its installation(s) to increase threefold (conservative estimate) during the next 5-year cycle. In anticipation for this growth in business, the County seeks to ably secure pricing and vendor availability across small, and large low voltage installation projects. BID REQUIREMENTS Each job bid shall define the services to be offered, how these services would be used to the County’s advantage, and how the vendor will be available to ensure that the data cable installation services provided to the County are consistently offered at a high level. Vendor shall detail all costs associated with the data cable installation services described. All costs, recurring and non-recurring, shall be presented in a manner that allows costs to be easily understood. At minimum, each such cost proposal shall specify: Job title and Job ID number; job description; requested start and completion dates; special comments or considerations, parts and cost; labor hours and cost; tax and freight. Request for Statement of Qualifications No. 19-016 Page 4 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC JOB ORDERS/REQUESTS FOR QUOTES ISD-IT shall place orders with the vendor on an as-needed basis. Orders will be placed by designated representatives from ISD-IT. The vendor and ISD-IT shall agree upon which personnel are authorized to place orders. A list of such ISD-IT personnel shall be maintained and kept current by both vendor and ISD-IT for the term of the resulting agreement. All job orders will be placed with the vendor deemed to best satisfy ISD-IT’s specific requirements. Such determination will be based upon evaluation of the quotations submitted by the vendors, with attention to cost, capability to meet the required start and finish dates for the job, and the capability to meet the technical criteria and certifications required for that specific job. The award of a specific job will not affect the awarding of any future jobs. ISD-IT does not guarantee a minimum or maximum number of jobs to be awarded to a specific vendor during the term of the resulting agreement. PARTICIPATING DEPARTMENTS Only the County’s Internal Services Department is authorized to participate in this Agreement or to place orders for low voltage cabling projects under this Agreement. SERVICE SPECIFICATION CHECKLIST An attached Service Specification Checklist (compliance category checklist) is provided, detailing all required voice and data termination elements, installation requirements, and testing certifications required in County of Fresno Low Voltage installations (Exhibit A). RIGHT TO ASSESS MATERIALS PRICING LIST The County reserves the right to review a complete pricing list for all vendors. In the event that an individual item price cost cannot be provided, the County reserves the right to disqualify a vendor. AGREEMENT TERMS The master agreement shall be for a period of three (3) years and may be extended for up to two (2) additional consecutive twelve (12) month periods upon written approval of all parties no later than thirty (30) days prior to the first day of the next twelve (12) month extension period. The Director of Internal Services/Chief Information Officer or his or her designee is authorized to execute such written approval on behalf of the County based on Contractor’s satisfactory performance. SB 854/PREVAILING WAGE California Law (SB854) now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations (DIR) and pay an annual fee. The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. Please refer to http://www.dir.ca.gov/Public- Works/PublicWorksSB854.html for more information. This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may result in their quotation being considered non-responsive. Request for Statement of Qualifications No. 19-016 Page 5 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC PREVAILING WAGES The work to be done on this project will involve the repair, alteration, maintenance, installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities, and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to this public work project. The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on file with the Purchasing Department, 4525 E. Hamilton Avenue, Fresno, California 93702, and are herein incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California – Department of Industrial Relations: http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for apprentices may be found on the website for the State of California – Department of Industrial Relations: http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars ($200.00) for each calendar day or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California – Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. Request for Statement of Qualifications No. 19-016 Page 6 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC BIDDER TO COMPLETE a. Subcontractors: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: b.Contractor’s License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minimum five (5) years’ experience in performing the services being requested. The bidder shall possess a current State of California contractor’s License, a General Building Contractor’s – B and a Class C-7 for Low Voltage Systems Contractor or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-7 or B, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: Date of Issue: Bidder must also submit verification of Contractor’s License from the Department of Consumer Affairs – Contractors’ State License Board. Failure to submit verification may result in bidder’s response being considered non-responsive. Public Contract Code Section 7028.15: Where the State of California requires a Contractor’s license, it is a misdemeanor for any person to submit a bid unless specifically exempted. DIR Acknowledgement: I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that I have registered with the Department of Industrial Relations (DIR) and all Certified Payroll Records will be uploaded to the DIR Website. Any additional requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. (Authorized Signature) Title DIR Number Request for Statement of Qualifications No. 19-016 Page 7 G:\PUBLIC\RFSQ\FY 2018-19\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES\19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES.DOC INSURANCE REQUIREMENTS INSURANCE: Without limiting the County’s right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A.Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B.Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C.Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. D.Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker’s compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor’s waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30) days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Internal Services Department (ISD), Attn: Accounts Payable, 333 W. Pontiac Way, Clovis, CA 93612, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. 19-016 EXHIBIT A COST PROPOSAL LABOR PER HOUR (During regular business hours from 8 a.m. – 5 p.m.) Master Level Technician $ 95 Journeyman Level Technician $ 85 Apprentice/Helper $ 75 EMERGENCY LABOR PER HOUR (Outside of regular business hours from 8 a.m. – 5 p.m.) $ 105 OVERTIME PER HOUR Master Level Technician $ 115 Journeyman Level Technician $ 105 Apprentice/Helper $ 95 List any additional services provided and quote cost of each service. $ $ $ $ $ 19-016 EXHIBIT B COMPLY/NOT COMPLY Compliance and understanding of the specification is to be noted by marking “COMPLY” on the line provided to the right of the specification. Non-compliance is to be indicated by marking “NOT COMPLY” on the line. A detailed statement explaining why they fail to meet the stated specification or requirement must accompany all non-compliant items. SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY Provision of voice/data grade, copper riser, station distribution, multi-mode fiber, single mode fiber and CAT 6A Class E/CAT7 data cabling distribution to support voice and data communications 1.VOICE, DATA, AND FIBER TERMINATIONS a.Terminations on standard CAT 6A Class E RJ-45 8-position jack (ANSI/TIA/EIA-568B), unless otherwise specified, and according to cable plant requirements b.Certified to install Ortonics products c.Certified to install Leviton products d.Berk-tek CAT6A Class E cable use, and standardized to T568B e.MDF/IDF to 110-type termination to appropriately paired bracketing and hardware f.Cable trays, backboards, and frames to provide a logical layout to equipment spaces and IDF location (ANSI/TIA/EIA-606A) g.Fiber cable at multi-mode 50/125 micron, single mode at ITU-T G.657.A1 h.The vendor certified to install both multi-mode and single mode fiber. 2.INSTALLATION a.The vendor will coordinate with County ISD-IT to coordinate anticipated interruptions; County reserves the right to minimize interruptions /schedule some services during after hour schedules b.The vendor will advise ISD-IT of major disturbances (drilling, framing, and other installation) prior to beginning work c.The vendor shall supply its own necessary tools, equipment, ladders, etc., to complete work d.The vendor shall broom clean/work areas at end of each shift workday e.Installation equipment, materials and product will only be allowed to be kept in specified areas; hallways, office areas, lobbies, etc.; County will not be held liable for lost or stolen equipment f.All cabling secured above ceiling spaces to building structure at eight (8) foot intervals through combined use of, but not limited to, J hooks, beam clamps, D-rings, and hangers. •At no time shall data drops/homeruns be secured to the building structure above ceiling without the use of cable supports 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY • Cabling about ceiling shall be sectioned off, bundled & tied; and routed back to intermediate, MDF/IDF(s) or MPOE(s) using a star configuration • Wiring shall run continuously from the outlet to the wiring closet without breaks or splices • Cable supports (J Hooks, etc.) shall be sized 50% larger than needed to allow for future growth g. All Boxes equipment and cable shall be firmly secured in place; boxes, jacks, and blocks shall be plumb and square; consideration to be given for overall installation aesthetics and cleanliness • Sample Installation diagrams are to be followed at all times • Deviations due to design and/or building structure, must be cleared with County’s ISD-IT Low Voltage Coordinator h. Any new or replacement premises wiring shall be clearly labeled; the vendor and County will work to design a structured method of designing all cabling involved with the project i. The vendor will observe all applicable departmental safety and security regulations established j. The vendor is responsible for repairing any damage it causes to any County building; • The vendor shall exercise reasonable care to avoid any damage to County property • The vendor must report to the County any property damage that may exist or may occur during the occupancy of the site k. The vendor must perform all duties as expected, and run all jumpers and wiring for surge protection to the carrier network, or as otherwise directed by the ISD-IT Project Manager. l. The vendor must correct all defects for which the vendor is responsible, within one (1) week of notification, unless other arrangements are agreed upon by County and the vendor m. Upon completion of work, the vendor must remove its tools, equipment and all debris from the premises and must leave the premises clean and neat n. The vendor will obtain ISD-IT approval before cutting into or through any part of the building structure such as beams, girders, concrete or tile floors, partitions and ceilings. The vendor shall restore any girders, beams, floors, partitions, ceilings, fire partitions and walls to their original condition 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY •Any roof penetrations shall adhere to NRCA standards. The proper integration of new electrical conduit into existing roofing requires penetrations to be no less than 12” from the base of the perimeter wall or any adjacent penetration or roof curb. Conduit should be contained within a sheet lead pre-manufactured or field-fabricated lead jack in a diameter closely resembling, but larger than that of the conduit. The top of the lead jacks are to be closed from weather using a galvanized stainless steel clamp and Terpolyer sealant. Conduit on weather-resistant wood or rubber blocks are to allow for unrestricted drainage, and verify all anchors used to attach the cameras to the perimeter walls are properly sealed with a Terpolymer sealant – no bituminous (asphalt) or mastic roofing products are to be used. o.The vendor shall coordinate all work with ISD-IT p.Core boring set up is to be handled in such a way as to minimize interference with daily operations and with minimal impact to the work environment. Structural engineering approval may be required, depending upon the building and location of the desired core bore q.Fiber optic cable service loops are to be provided at all fiber termination points. Wiring closet loops are to be a minimum of 15ft. End termination or main termination point loop is to be a minimum of 150ft. r.Category 6A Class E and Category 3 horizontal cabling shall have a minimum two (2) foot service loop for each cable above ceiling. Service loop is to be neatly dressed and secured s.Category 6A patch panel terminations are to maintain cable jacket and twist a minimum of one half inch from point of termination. End station terminations are to maintain cable jacket and twist up to the edge of the jack housing. t.All indoor/outdoor splices and distribution must be enclosed in an enclosure designed for the purpose and able to provide maximum protection to splices and protection from environmental effects u.All splices must be able to withstand environmental effects and mechanical shock v.Splice trays must protect all fiber splices •Fusing cassettes are to be used on the end of all terminations unless explicitly defined otherwise by the ISD-IT Low Voltage Coordinator w.All inside distribution and outside plant fiber cabling must utilize loops at MDF/MPOE and vaults for strain relief. x.The use of inner duct is mandatory in ALL situations that fiber is being installed. Buried or aerial fiber optic cable must be approved and designed to specific standards intended for aerial or buried application. •All fiber must be plenum grade when directed according to regulatory code, or unless otherwise specified by ISD-IT low voltage project manager, and run in an inner duct to its termination point (fiber patch panel) y.Installation work may involve performing installation duties in an operational, production datacenter. At no time will installation work be permitted without direction from County's ISD-IT project manager and under direct supervision. 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY 3.TESTING AND ACCEPTANCE a.ISD-IT will make inspection as it deems necessary when notified by the vendor that the services requested, or any part thereof, are ready for acceptance. If items from the bid have been omitted or need changing as per requirements stated herein, they shall be noted in a “punch list”. This deviation list will be given to the vendor, who is expected to complete all items within the time specified by ISD-IT b.Installation of structured horizontal wiring, cable riser, voice and data drops, raceway, terminations, fiber riser, fiber distribution, coring, and peripheral equipment must be completed c.Performance and quality tests shall be conducted as specified for each job d.Incorporating the full range of testing specified, successful testing by the vendor shall include a written report of all performance and quality results provided to the ISD-IT project manager e.Implementation of any and all deviation list items which may result from inspections by the ISD-IT project manager must be completed within one (1) week unless agreed upon by both parties f.Acceptance of each bid for the services requested shall be granted after all equipment has passed the tests required, and has been in operation thirty (30)consecutive days without a major failure. In the event of a failure, the County reserves the right to extend the acceptance date until a time the installation complies with the thirty (30) day major fault free requirement g.Final payment to the vendor will be made within forty-five (45) days receipt of an approved invoice and upon acceptance of services from ISD-IT 4.CATEGORY 6A CLASS E Testing shall be end to end, patch panel to jack including patch cables according to material installed, and according to regulatory code. (Total run length not to exceed 316ft., with patch cables 328ft). Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, detailing cable port location (building, closet etc.) and all requested test data for the run. The following tests shall be run on all installed Category 6A Class E data runs. a.Length b.Insertion Loss c.NEXT Loss d.PS NEXT Loss e.PS Next Loss f.ACR-F Loss g.Return Loss h.Propogation Delay i.Delay Skew 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY 5.SINGLE MODE AND MULTI-MODE FIBER TESTING Testing is to be end to end with all terminations and splices involved for each strand tested, OTDR, Both directions. Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, detailing cable, cable port, location (building, closet etc.), length and attenuation in dB. Fluke OTDR testing reports can be utilized where and when approved by the ISD-IT project manager. The following standards will be used on all installed fiber strands: a.ANSI/TIA/EIA-455-59A, Measurement of Fiber Point Discontinuities Using an OTDR b.ANSI/TIA/EIA-455-60A, Measurement of Fiber or Cable Length Using an OTDR c.ANSI/TIA/EIA-455-61A, Measurement of Fiber or Cable Attenuation Using an OTDR d.ANSI/TIA/EIA-526-7, Optical Power Loss Measurements of Installed Single Mode Fiber Cable Plant e.ANSI/TIA/EIA-526-14-A, Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant INSTALLER QUALIFICATIONS a.Each job bid will require a qualified installer, certified for the installation of Ortronic products and Berk-Tec cabling (or equivalent). Evidence of this certification may be required, at any time, during the term of the contract b.Special qualifications (livescan or other) may be required for THE VENDOR installer(s), depending upon job environments, location or purpose (example: Sheriff's office, Coroner, School sites) 6.SERVICE WARRANTY The vendor shall provide a warranty of 30 days following occupancy as a standard business practice unless the warranty requirement is waived in writing by the County’s ISD-IT Project Manager **Please Note: Failure to comply to all services requested will not automatically disqualify any Bidder. G:\PUBLIC\RFQ\FY 2018-19\19-018 INTERNAL LOW VOLTAGE WIRING\19-018 INTERNAL LOW VOLTAGE WIRING.DOC Quotation No. 19-016 Exhibit C VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name: Contact: Address: City: State: Zip: Phone No.: ( Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Contact: State: Zip: ( ) Date: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ. County of Fresno Raul Valdez 333 W Pontiac Way Clovis CA 93612559) 600-5800 Date: 7/17/2018Installation of Cat 6 fibers, fiber optic cabling, OTDR meter testing, cable locating, AP, T.Vs, cameras Valley Childrens Hospital Walt Leah9300 Valley Children's PL Madera CA 93636 559 353-7315 5/01/2018 Working with a HEPA cart around patients. Installation of Cat 6, and fiber optic cabling. Certified testing, cable locating, AP, Reference Name: Address: City: Phone No.: Service Provided: CA Fresno Pacific University Webster Alfonso 1717 South ChestnutFresno CA 93702 559 453-3415 4/1/2018 Installation of Cat 6 and Fiber Optic cabling. Testing, cable locating, AP, TVs, cameras, and point to point antenna. Also, data CA 7/11/2018 point to point antenna, campus cabling, copper splicing, assisting in the design of a data room, and construction from start to finish. TVs, cameras, and point to point antennas. Installation after hours around patients. Fresno Community Medical Center Dan Calerwood 2823 Fresno St Fresno 93721 559 Installation of Cat 6 cables, fiber optic cabling, AP, AV installs. Pulling cables through manholes in confined spaces, J Hook installation, floor coring, MDF and IDF buildings. Clovis Community Hospital Tyson Johnson 2755 Herndon AveClovis 93611 Installation of Cat 6 cabling, fiber optic cabling, AP, and AV installation. Confined space certification, J Hook installation, floor coring, MDF and IDF buildouts. 459-2426 559 387-1252 Ext 41252 Teledata Services Company room build outs. Teledata Services Company 19-016 | External Low Voltage Cabling 3886 North Ann Avenue Fresno, CA 93727 (559) 291-3975 1 Submittal Part 1 1. Firm name, address and phone number (specify the physical address for your firm’s regionally located base of operations): Teledata Services Company 3886 North Ann Avenue Fresno, CA 93675 Office: (559)291-3975 Fax: (559)291-3977 Mark@tscfresno.com 2. Type of organization (sole-proprietorship, partnership, or corporation): Teledata Services Company is a C-Corporation 3. Firm principals who will be responsible for the project, and their educational background, credentials, training and experience. • John Mark Furin o Mr. Mark Furin has more than 35 years of fiber optic and copper cabling installation and testing experience including owning a successful small business during that time. Mark has provided operational oversight and quality control for major equipment cut-overs; fiber optic installation and testing; copper cabling installation and testing; installation of security cameras, phone systems, speaker and paging systems, and data room design. Mark is currently certified with various low-voltage material suppliers such as Berk-Tek, Leviton, Ortronics, Panduit, and Chatsworth. His experience with data and fiber optic installation and testing includes a wide variety of projects such as hospitals, schools, office buildings, county- maintained facilities, jails, and large manufacturing plants. As president of Teledata Services Company Mark will be responsible for project oversight and ensuring that adequate personnel are available for the County’s project. 4. Key personnel (including proposed sub-contractors, if applicable) who will work on the project with their educational background, credentials, training and experience on comparable projects. • Greg Stone o Mr. Greg Stone has more than 19 years providing low-voltage cable installation and testing services throughout the state of California. Greg also has worked as the Lead Technician and Project Manager for over 10 2 years. His management experience consists of onsite supervision, generating cost estimates, managing projects and materials, proposal preparation; as well as coordinating personnel and resources. Greg’s 19 years of technical experience includes final job inspections as part of quality assurance; deciphering job codes, plans, and job specifications; installing data and fiber optic equipment; testing data cables and fiber optics after installation; fiber optic fusion splicing, OTDR testing, and audio- video system installs. Greg recognizes and manages the challenges that can accompany change. He is currently trained and certified with various low-voltage material suppliers such as Berk-Tek, Leviton, Ortronics, Panduit, and Chatsworth. Greg has taken the lead on similar projects including large cable installations for the following projects: Juvenile Justice Courthouse, Behavioral Health Center (Dakota Avenue), Harris Ranch Office Remodel, Saputo Dairy Camera System Install, Fresno City College Fiber Optic Cabling Backbone, and Fresno Pacific University Cat 6 and Fiber Optic Install. Greg will be responsible for coordinating with project representatives to ensure project schedules are maintained and installation and testing is reliable as well as providing support services to this project. • Mark Audelo o Mr. Mark Audelo has been working in the low-voltage cabling industry for over 15 years, and has been supervising installers for more than 10 years. Mark’s commitment to excellence produces top quality work performance and his leadership exceeds standard expectations. He accepts personal responsibility for quality of work and strives to complete work in a timely manner within the proposed budget. Mark’s 15 years of technical experience includes preparing and writing field reports and documents; safety inspections and quality insurance; reviewing the daily activities and efficiency of the installers; deciphering job codes, plans, and job specifications; installing data and fiber optic equipment; testing data cables and fiber optics after installation; fiber optic fusion splicing, OTDR testing, and audio-video system installs. He is currently trained and certified with various low-voltage material suppliers such as Berk-Tek, Leviton, Ortronics, Panduit, and Chatsworth. Mark has been the requested project supervisor and lead technician for all projects including the Phillips Remodels, IR Remodel, Wi-fi Upgrade, Oncology Pharmacy Remodel, and Homecare Out-Building at Valley Children’s Hospital. He has also taken the lead on several large projects at Fresno City College, DNC Yosemite, Building 6, Fresno County Jail, Fresno County Hall of Records, Fresno County Crocker Building, all of UMC Campus’, and he is currently working on Department of Social Services Building 7. 3 5.Evidence of certification for installation of Ortronics and Leviton networking products. Please see attachments for certifications. 6.Evidence of possession of California General Building Licensure. Not Applicable. 7.Evidence of possession of C-7 low voltage systems contractor license. Please see attachment for contractor license. 8.List of current staff, including job classification. Employee Name Length of Service (years) Job Classification Chris Baldwin 11 Senior Technician Charles Barner 2 Installer Curtis Kinnish 4 Installer Dakota Stump 2 Installer Greg Stone 19 Project Manager Jerry Lopez 1 Installer Matt Richens 2 Installer Mark Audelo 15 Field Supervisor Mike Duarte 0.5 Installer Toby Lebow 2 Installer 9.Of your staff, how many specifically possess BICSI (Building Industry Consulting Service International) technician certification and associated licensure requirements? •None How many apprentice underneath certified installers? (i.e. what is your certified technician: apprentice ratio?) 1:5 ratio. 10.Firm qualifications, including the number of years your firm has been providing low voltage wiring services. 4 Teldedata Services Company has been in business installing low voltage systems for 35 years. Qualifications include the installation and testing of Cat 5e, Cat 6, Fiber Optic Single Mode, and Multi- Mode Cabling. Teledata is a manufactur certified installer of copper and fiber optic cabling for Berk-tek, Leviton, Ortronics, Panduit, and Chatsworth. Our company has the capability to provide OTDR testing and fusion splicing, manufacturer warranties, and high quality work. 11. Firm organization chart. Please see attachment. 12. List current projects or commitments for similar services in your office. • Fresno County: DSS Pontiac Building 7. • Fresno County: EMS Brix / Plaza Building • Fresno County: DSS Pontiac Building 6 • Valley Children’s Hospital: Phillips Install • Saputo Cheese: Paging and Camera System Install • Fresno Community Hospital: VOIP Upgrade • Clovis Community: 5 Story Bed Tower Low-Voltage 13. On a separate sheet, address each of the following procedures and include a current copy of your firm’s policy and procedure manual relating to each procedure. Please see attached 14. Describe how your agency has dealt with any security breaches by employees of your company. Teledata Services has a written Non-Disclosure in place that sates if an employee is caught in the act of a security breach, that employee will be terminated immediately. 15. Explain how your agency has dealt with any NON-best practice installation by staff employed by your company, and how problems were solved. The employee is notified about the non-compliance practice by the supervisor, and the employee is re-trained and monitored to ensure best practice. A lead technician will check on that employee for best Quality Assurance. 5 Submittal Part 2 1. A narrative which demonstrates the vendor’s basic ability to provide any or all of the services requested. • Teledata Services has been providing top quality customer service since 1983. Teledata strives to be the best low voltage contractor in the valley. We have acquired all tools necessary to ensure proper installations, and testing of copper and fiber optic cables. Our team specializes in low-voltage system installations and testing; we have top quality system installers and experienced management personnel. Teledata upholds manufactures certifications, and can provide the manufacture certified warranties. Our company has extensive experience handling multiple ongoing tasks under tight schedules and ever tighter budgets. The combination of our experienced personnel, our physical testing resources, and our proactive management style, will assure you that your projects will be staffed with professional installers and your team will receive relevant, accurate, test results and superior work completed within a timely manner. 2. Descriptions of any similar or related contracts under which the bidder has provided services. • Fresno County: DSS Pontiac Building 7. • Fresno County: EMS Brix / Plaza Building • Fresno County: DSS Pontiac Building 6 • Valley Children’s Hospital: Phillips Install • Saputo Cheese: Paging and Camera System Install • Fresno Community Hospital: VOIP Upgrade • Clovis Community: 5 Story Bed Tower Low-Voltage 3. Descriptions of the ability of the vendor to provide the services on the form provided. • Because of our location, resources, and equipment, Teledata Services can commit to a same-day response time for dispatch requests, if necessary. This can reduce project delays and potentially save your projects money. 4. A brief description of the bidder’s current operations, and ability to provide the services. • Teledata Services is located in the center of Fresno with a fully stocked warehouse of materials and supplies. We have a fleet of service vehicles and diverse staff qualified to meet project demands. Our technicians and installers are highly qualified to perform system installations and testing for low-voltage projects. These installation and testing specialists are experienced, cross-trained, and hold multiple certifications (including OSHPOD, OSHA, Berk-tek, Leviton and Ortronics) to inspect the diverse 6 elements of projects simultaneously. This allows us to provide low-voltage installation services for projects in a highly efficient manner reducing the overall cost of the project. 5. The cost of all services offered on the provided Quotation Schedule. • Please see attachment. 6. A list of References on the form provided. • Please see attachment. CERTIFIED INTEGRATOR is authorized to register and install Structured Cabling Systems under the terms and conditions of Berk-Tek’s Open Architecture Systems Interconnection Solutions (OASIS) Program. CERTIFICATE VALID: CERTIFICATION NUMBER: Kelly M. Urbanik CONTRACTOR PROGRAMS MANAGER Teledata Services Company 3886 N. Ann Avenue, Fresno, CA, 93727 1/1/2018 through 12/31/2018 OCA043002 LEVITOB e Authorized Network Installer Leviton Authorized Network Installer Certification Tel edata Services Co. -Fresno, CA Has met Levitco's Certification Program selection criteria and has successful¥ c ompleted the program certification requirements. Therefore, Teled-ata Services Co . is hereby certified as a LwitonAuthorimdNenvork lnstaler. lnstauations performed by Teled-ata Ser vices Co. that are compliant \Yith TIA/ElA aid/or ISO reQJirements are etigible to receive Leviton Nebvork .Solutions Extended Product and Performance ~stem Limited Warranties. _T_e_le_d_a_ta_s_e_rv_ices __ c_o_. ____ has agreed to conform to au le'iAton specified , TIA/EIA and/or 150 c omptiait instalation practices in force at the time of installation. In addition, Te led-a ta S ervlces Co. agrees to instal Leviton approved products and c ategory c ompticnt ccbliig in compliance \'lith program poticies and related industry standards. TIA/568 Series aid ISO standards oomptirt liiks and channels are covered under Leviton Network Solutions Extended Product and Performance Warranties \Yhen instaUed by Authorized Nebvork lnstalers. Leviton ai::proved cable maiuf acturers must be used to OOtain system\varranties. _T_e_le_d_a_ta_s_e_rv_ices __ c_o_. ____ agrees to adhere to the Terms & Conditions of L01iton Network Solutions certified contractor prograTI, and the Terms & Condtions. of the programs Extended Product and Performance ~stem Limited Warranties for the dLtation of their particPation in the program. In no event shall L£viton be ti able for specia, indirect. incidental oonsequentia or punitive damages (rega-dess of the form of action, \vhether in contract or in tort, ind.uding negUgence, gross negtigence and strict liability), includng, \'lithout li'nitation, lost profits, lost r01erue, loss of data, technology, rights or seivices. iiterruption of business. costs of procurement of substitute products or other economic dcmage arising from the failure of a system installed by a L01iton certified c ontractor. 001 3381 Certification Number Da.iid ~rrpakis, RCDD Contractor ProgramsManager Se pt e mbe r 30, 2015 Certified lnsta[er Sine<> Dece m be r 31 , 202 1 EXpiration Date :con Cert CERTIFIED INSTALLER PWS (CIPJ • D legrand " Legrand acknowledges Teledata Services Company of Fresno, California is Certified at the Certified Installer Plus (CIP) tier for the period October 15, 2018 to December 31, 2018 This certification allows the installer to offer the nCompass Standard and Premium Performance Limited Lifetime Warranties for properly registered and approved projects in California. Warranty for projects outside California must be pre-approved. U~dM~ 10688 (4850) Director of Technical Support and Training Registration Number STATE OF CALIFORNIA <tContrartorS ~tate 1Ltcense 1joarb Pursuant to Chapter 9 of Div ision 3 of th e Business and Professions Code and the Rules and Regulations of the Contractors State Li ce ns e Board, the Registrar of Contractors does hereby issue this I icense to: TELEDATA SERVICES CO to engage in the business or act in the capac ity of a co ntractor in the following classification(s): C-7 -LOW VOLTAGE SYSTEMS SI GNAT U RE OF LI C EN SEE Witness my hand and seal this da y, June 2, 2004 Issued March 12, 1984 REPLACEMENT ~1:fL Registrar of Contractors SI G N A TU RE OF LI CEN SE QU A LI FI ER 13L-24 (REV. 7-01) ~~ O SP 0 1 59448 This l icense is th e property of the Registrar of Contractors, is not transferrable, and shall be returned to the Registrar upon demand when suspended, revoked , or inv alidated for any reason. It becomes vo id if not renewed. Reassigned 453586 License Number ,,.,_UO\T NO: 32:0301 BUSINESS T AX DIVISION PO BOX4501 7 FRESNO CA 93718-5017 ADDRESS SERVICE REQUESTED 102067016711279 TEL EDATA SERVICES COMPANY 3886 N AJ\IN A V E FRESNO , CA 9 3727 -7447 h lllp 11 11 1 hI111 1111 1Ih•l 11 l11 111 l 1l 1 l11 I Pll l11 ll1 ll 1 1l 1 l11ll Please keep this certificate for di s play and for your records. CITY OF FRESNO BUSINESS TAX CERTIFICATE EXPIRES: October 31, 2018 PLEASE POST THIS CERTIFICATE IN YOUR PLACE OF BUSINESS. Business Name: TELEDA TA SERVICES COMPANY Contact/Owner: Location: 3886 N ANN AVE !Tax Account N o. 6880 I This tax certificate may be accepted as valid up to thirty (30) days after the expiration date above if appropriate tax returns have been filed and business tax paid before the due date. This tax certificate must be available for inspection by any authoriz ed City of Fresno employee. Bus inesses that do not maintain a fixed location . or are located outside the ci t y, should carry this Tax Certificate wh il e conducting business w1t hm the City. This certifies that t he noted business has a Business Tax Certificate w ith the City of F resno . It does not entitle the holder to carry on business activ iti es in a manner inco nsistent with any app l kbnpm;;;:;;['~e Michael Lima , City Controller •:;•=.!!!:!!."!".!"~················ .. ··'.'"'"''_'~:·;·::. .. ·········::························:::·:·.:··-:····:.······:··········;········-····:::·:_······:·;:·:_··:::_.::::·::.:;.::.·.:::.:::.:;.:,:.:.:.::;·;:.·.:::":'·:.:_··············:·:::=:=::.:::.:-:······:···········:··:···:·····:··_'~'·:···_. .... _.:::":'.:·.:·::·:·;:·:·:··~:::.::·.:..::.::.:.:::::·.:··:·.:::.:.:.:.·_.··::::::·:· _::·:::::.::::·.:::·:::.:·~:·:···- ;J J ~ ~(UJ ~O[R!][g~~ UJ ©[g [R!)~[g ©[g lRllfO[F~©ffi\u [g · · ., ._ · CITY OF CLOVIS NOT TRANSFERABLE The Licensee named herein having paid to the City of Clov is all fees required, license is hereby granted said Licensee to transact the business herein set forth, for the period stated, in conformity with the Provisions of Ordinances of this c ity. FO R PERIOD 01 /0l /20 18 TO __ 12_/_3 l_/2~0~1~8__ LI C EN SE ACCOUNT NUMBER BL00028906 L TELEDATA SERVIC ES CO 3886 N ANN A VE FRESN O, C A 93727-7447 BUSINESS LOCATION 3886 N ANN AVE FRESNO, C A 93727-7447 _J TYPE OF BUSINESS Mi sc Construction -Out of City I .imits •License is val id through the renewal peri od of M arch 15 of the following year if all provisions of the renewal are met. (This does not apply to businesses with quarterly licenses.) c:ica CONTRACTORS ST ATE LICENSE BOARD ACTIVE LICENSE '"""'..,._ 453586 E-.~ CORP """,,.,........, TELEDA T A SERVICES CO E.o"'"'"°'" 04/30 /2020 www.cslb.ca .gov Legal NameRegistration NumberCountyCityLicense Type/Number(s)Current StatusRegistration DateExpiration DateTELEDATA SERVICES CO1000015964FRESNOFRESNOCSLB:453586Active08/16/201806/30/2019 Teledata Services Hiring Procedure: Our employee background check policy refers to our guidelines for investigating our job candidates' backgrounds as part of our hiring process. Background checks help us: Get insight into candidates' background. Ensure we hire reliable employees. Verify candidates' information for truthfulness and accuracy. Screen candidates convicted of serious criminal behavior. Background checks may include: Criminal records. Credit reports. Drug testing. Verification reports (e.g. identity, previous employment, education, SSN) Driving records. Reference checks. All candidates aren't required to pass every type of background check we offer before our company hires them. Each position has its own requirements. For example, driving records may be relevant to field reliable salespeople and taxi drivers, but not to hire office managers. The basic background screening includes [verification reports and reference checks.] Local laws may prohibit or restrict certain types of background checks. We'll comply with legal guidelines at all times. Criminal record checks are essential if candidates are interviewing for positions where they will: Represent our company and deal with our clients or stakehold ers. [Example: Legal Counsel.] Have access to sensitive and confidential information [Example: VP of Human Resources.] Handle money and finances [Example: Accountant.] Have any contact with children or the elderly Hiring managers and HR staff must: Inform candidates that a background check is required in the position's job advertisement. Ask candidates to provide written permission before conducting a background check and let them know how long the process will take. Hire a repu table and reliable background check provider. Criteria to consider when choosing a provider are: cost, legality, commitment to confidentiality and turnaround time. If our current provider doesn't meet our requirements for these criteria, HR should search for a new provider. Inform candidates of the results of their background checks and what we plan to do (reject or move candidates to the next hiring phase.) Background check providers should give candidates copies of their results. Conduct a background check on all candidates who pass through the [interview phase) for a specific position without discriminating against certain indi viduals. Give candidates information they need to dispute a report or address any issues a background check turns up. Hiring managers/HR must tell candidates a clean background check doesn't guarantee employment, unless they've already received a verbal job offer. Personnel Security These procedures apply to all direct-hire employees, whether full-time, part-time, temporary, or seasonal. Applicants who appear to meet the position qualifications will be interviewed, and the results of those interviews documented. If being considered for hire, the following background checks will be preformed on the applicant. All background check items will be documented. Check off each item on this list as it is placed in the employee file, and place the completed check list in the employee file. ____ Original Application: References and employment history must be verified. The person conducting the verification will write on the application their initials, the date, the person spoken with for verification, and any relevant comments. ____ Drug/Alcohol screening ____ Criminal background, nationwide (note the existence of a criminal record may not preclude employment, but does warrant further review per company policy) ____ Copy of Government issued photo identification. ____ Copy of Social Security Card ____ Right to work/legal status verification Once employed, the company reserves the right to conduct periodic checks and reinvestigations, based on cause, and/or the sensitivity of the employee’s position. Teledata Services: Material Handling and Storage 5,000 SQFT Warehouse with 4,000 SQFT of Warehouse. Complete stock of Leviton, Berk-Tek, Ortronics connectivity. What should your employees know before moving, handling, and storing materials? In addition to training and education, applying general safety principles—such as proper work practices, equipment, and controls—can help reduce workplace accidents involving the moving, handling, and storing of materials. Whether moving materials manually or mechanically, your employees should know and understand the potential hazards associated with the task at hand and how to control their workplaces to minimize the danger. Because numerous injuries can result from improperly handling and storing materials, workers should also be aware of accidents that may result from the unsafe or improper handling of equipment as well as from improper work practices. In addition, workers should be able to recognize the methods for eliminating—or at least minimizing—the occurrence of such accidents. Employers and employees should examine their workplaces to detect any unsafe or unhealthful conditions, practices, or equipment and take corrective action. What are the potential hazards for workers? Workers frequently cite the weight and bulkiness of objects that they lift as major contributing factors to their injuries. In 1999, for example, more than 420,000 workplace accidents resulted in back injuries. Bending, followed by twisting and turning, were the more commonly cited movements that caused back injuries. Other hazards include falling objects, improperly stacked materials, and various types of equipment. You should make your employees aware of potential injuries that can occur when manually moving materials, including the following: Strains and sprains from lifting loads improperly or from carrying loads that are either too large or too heavy, Fractures and bruises caused by being struck by materials or by being caught in pinch points, and Cuts and bruises caused by falling materials that have been improperly stored or by incorrectly cutting ties or other securing devices. What precautions should workers take when moving materials manually? When moving materials manually, workers should attach handles or holders to loads. In addition, workers should always wear appropriate personal protective equipment and use proper lifting techniques. To prevent injury from oversize loads, workers should seek help in the following: When a load is so bulky that employees cannot properly grasp or lift it, when employees cannot see around or over a load, or When employees cannot safely handle a load. Using the following personal protective equipment prevents needless injuries when manually moving materials: Hand and forearm protection, such as gloves, for loads with sharp or rough edges. Eye protection. Steel-toed safety shoes or boots. Metal, fiber, or plastic metatarsal guards to protect the instep area from impact or compression. What precautions should workers take when moving materials mechanically? Using mechanical equipment to move and store materials increases the potential for employee injuries. Workers must be aware of both manual handling safety concerns and safe equipment operating techniques. Employees should avoid overloading equipment when moving materials mechanically by letting the weight, size, and shape of the material being moved dictate the type of equipment used. All materials-handling equipment has rated capacities that determine the maximum weight the equipment can safely handle and the conditions under which it can handle that weight. Employers must ensure that the equipment-rated capacity is displayed on each piece of equipment and is not exceeded except for load testing. Although workers may be knowledgeable about powered equipment, they should take precautions when stacking and storing material. When picking up items with a powered industrial truck, workers must do the following: Center the load on the forks as close to the mast as possible to minimize the potential for the truck tipping or the load falling, Avoid overloading a lift truck because it impairs control and causes tipping over, Do not place extra weight on the rear of a counterbalanced forklift to allow an overload, Adjust the load to the lowest position when traveling, Follow the truck manufacturer's operational requirements, and Pile and cross-tier all stacked loads correctly when possible. What precautions must workers take to avoid storage hazards? Stored materials must not create a hazard for employees. Employers should make workers aware of such factors as the materials' height and weight, how accessible the stored materials are to the user, and the condition of the containers where the materials are being stored when stacking and piling materials. To prevent creating hazards when storing materials, employers must do the following: Keep storage areas free from accumulated materials that cause tripping, fires, or explosions, or that may contribute to the harboring of rats and other pests; Place stored materials inside buildings that are under construction and at least 6 feet from hoist ways, or inside floor openings and at least 10 feet away from exterior walls; Separate noncompatible material; and Equip employees who work on stored grain in silos, hoppers, or tanks, with lifelines and safety belts. In addition, workers should consider placing bound material on racks, and secure it by stacking, blocking, or interlocking to prevent it from sliding, falling, or collapsing. What safeguards must workers follow when stacking materials? Stacking materials can be dangerous if workers do not follow safety guidelines. Falling materials and collapsing loads can crush or pin workers, causing injuries or death. To help prevent injuries when stacking materials, workers must do the following: Stack lumber no more than 16 feet high if it is handled manually, and no more than 20 feet if using a forklift; Remove all nails from used lumber before stacking; Stack and level lumber on solidly supported bracing; Ensure that stacks are stable and self-supporting; Do not store pipes and bars in racks that face main aisles to avoid creating a hazard to passersby when removing supplies; Stack bags and bundles in interlocking rows to keep them secure; and Stack bagged material by stepping back the layers and cross-keying the bags at least every ten layers (to remove bags from the stack, start from the top row first).During materials stacking activities, workers must also do the following: Store baled paper and rags inside a building no closer than 18 inches to the walls, partitions, or sprinkler heads; Band boxed materials or secure them with cross-ties or shrink plastic fiber; Stack drums, barrels, and kegs symmetrically; Block the bottom tiers of drums, barrels, and kegs to keep them from rolling if stored on their sides; Place planks, sheets of plywood dunnage, or pallets between each tier of drums, barrels, and kegs to make a firm, flat, stacking surface when stacking on end; Chock the bottom tier of drums, barrels, and kegs on each side to prevent shifting in either direction when stacking two or more tiers high; and Stack and block poles as well as structural steel, bar stock, and other cylindrical materials to prevent spreading or tilting unless they are in racks. In addition, workers should do the following: Paint walls or posts with stripes to indicate maximum stacking heights for quick reference; Observe height limitations when stacking materials; Consider the need for availability of the material; and Stack loose bricks no more than 7 feet in height. (When these stacks reach a height of 4 feet, taper them back 2 inches for every foot of height above the 4-foot level. When masonry blocks are stacked higher than 6 feet, taper the stacks back one-half block for each tier above the 6-foot level.) Teledata Services Company: Quality of Work Teledata Services Company uses a competency chart employee and their managers can use to measure and manage performance and establish development plans. This is a framework that will support the development of superior performers through helping to describe what superior performance is. These competencies help identify the knowledge, skills, abilities or other behaviors critical to success in a job role or specific function. Accountability & Dependability • Shows up to work on time, and follows instructions, policies, and procedures. Meets productivity standards, deadlines, and work schedules. • Stays focused on tasks in spite of distractions and interruptions. • Makes the best use of available time and resources. • Balances quality of work with meeting deadlines. • Does not make excuses for errors or problems; acknowledges and corrects mistakes. • Does not diffuse blame for not meeting expectations; faces up to problems with people quickly and directly. • Accepts personal responsibility for quality and timeliness of work; achieves results with little oversight. Adaptability & Flexibility • Responds positively to change, embracing and using new practices or values to accomplish goals and solve problems. • Adapts approach, goals, and methods to achieve solutions and results in dynamic situations. • Copes well and helps others deal with the ongoing demands of change; sees and shows others the benefits of change. • Recovers quickly from setbacks, and finds alternative ways to reach goals or targets. • Manages change in a way that reduces the concern experienced by others. Clarifies priorities when leading change. • Displays openness to different or new ways of doing things and sees multiple perspectives Analysis/Reasoning • Identifies key facts in a range of data. Notices when data appear wrong or incomplete, or need verification. Distinguishes information that is not pertinent to a decision or solution. • Breaks down complex information into component parts. Sorts and groups data, and applies causal relationships. Sees underlying principles, patterns, or themes in an array of related information. • Applies logic and complex layers of rules to analyze and categorize complicated information. Sees relationships between information in varied forms and from varied sources. • Goes beyond analyzing factual information to develop a conceptual understanding of the meaning of a range of information. Integrates diverse themes and lines of reasoning to create new insights or levels of understanding for the issue at hand. Thinks in terms of generalized models rather than concrete details. Attention to Detail • Performs tasks with care; is thorough. Makes few if any errors. • Checks work to ensure accuracy and completeness. • Compares observations or finished work to what is expected to find inconsistencies. • Remains aware and takes care of details that are easy to overlook or dismiss as insignificant. Leadership • Recognizes and manages the challenges that can accompany change. • Encourages others to value change. • Develops improved ways of doing things, including new approaches or methods Communication Ensures that others involved in a project or effort are kept informed and developments and plans. • Ensures that important information from management is shared with employees and others as appropriate. • Ensures that regular consistent communication takes place where necessary. • Keeps manager informed about progress and problems. • Gives and receives constructive feedback. Customer Focus Can describe customers’ business and expectations. Shows interest in, anticipates, and responds timely to customer needs. • Focuses on the customer’s business results, rather than own. Goes beyond basic service expectations to help customers implement complete solutions. • Delivers products and services when and where the customer needs them. Explores options when unable to deliver a requested product or service, and pursues solutions until the customer is satisfied. • Provides to customers status reports and progress updates. Seeks customer feedback and ensures needs have been fully met. • Seeks ways to improve service delivery. Assesses the organization and its services from the customer’s point of view. Emphasizes a team approach to providing great customer service. • Recognizes adverse customer reactions and develops better alternatives. • Presents a positive disposition when interacting with customers. Ethics & Integrity • Respects and maintains confidentiality. • Tells the truth and is honest in all dealings. • Keeps promises and commitments made to others. Does the right thing, even when it is difficult. Does not yield to pressure to show bias or manipulate others. • Avoids situations and actions considered inappropriate or which present a conflict of interest. • Adheres to a set of core values that are represented in decisions and actions. • Does not misrepresent self or use position or authority for personal gain. • Takes responsibility for own work, including problems or issues Managing Projects or Programs • Ensures the project’s or program’s goals, purpose, and criteria for success are clearly defined. Clarifies the related roles and responsibilities, deliverables, milestones, limits for independent decision-making, and needs and desires of the primary customers. • Ensures needed resources and skill sets among staff are available. Averts scope creep. • Develops reasonable performance standards and ways of evaluating outcome quality. • Integrates the ideas and needs of others in developing feasible strategies to achieve goals. Obtains stakeholder acceptance of and support for those strategies. • Evaluates progress and success against performance standards. Appraises and resolves deficiencies and challenges. Ensures deadlines are met and keeps stakeholders informed of project/program status Operating Equipment • Learns the functions, purposes, and limitations of new equipment, and practices using it. • Accurately sets up and calibrates tools and machines. • Routinely inspects equipment, and adheres to the proper maintenance schedule. • Follows safety and other regulations when handling and operating equipment. • Uses equipment for its intended purpose only, protecting it from damage and misuse. • Competently operates office equipment as required, such as computers, technology, copiers. • Responds quickly to malfunctions, seeking assistance as needed and ensuring equipment is fully operational prior to using it again. Safety Focus • Performs work in a safe manner at all times. Avoids shortcuts that increase health and safety risks to self or others. Maintains emergency supplies and/or personal protective gear. • Organizes the personal workspace to minimize the likelihood of an accident or other unsafe situation. • Checks for and reports potential hazards or breaches of security plans while in the workplace or in the field. • Responds positively to safety-oriented feedback. • Encourages and supports others to be safe while at work. Staff Management • Aligns the right work with the right people; delegates tasks according to people’s strengths and interests. • Ensures staff have the skills and resources to get things done. Provides staff with coaching, training, and opportunities for growth to improve their skills. • Gives staff ongoing, constructive feedback on their performance and progress in light of expectations and goals. Holds timely discussions and performance reviews. • Lets staff know what is expected of them and holds them accountable. Differentiates between high and low performance. Rewards and recognizes hard work and results. Addresses performance issues promptly and corrects poor performance. • Works to create a strong team. Treats all staff fairly and consistently. Shares accountability when delegating. Involves staff in setting their performance goals. Organizational Chart President John Mark Furin Project Manager Greg Stone Field Supervisor Mark Audelo Installers Dakota Stump Toby Lebow Jerry Lopez Mike Durate Vice President Steve Furin Senior Technician Chris Baldwin Installers Curtis Kinnish Matt Richens Charles Barner Treasurer Donald Furin Office Manager & Prevailing Wage Specialist Brittany Durate Admin Assistant Bobbie Furin Accounting Manager Malissa Furin COUNTY OF FRESNO . . ,~REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES Issue Date: September 18, 2018 Closing Date: OcTOBER 16, 2018 AT 2:00 P.M. All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Louann M. Jones at Phone (559) 600-7110. BIDDER TO COMPLETE Statement of Qualifications must be signed and dated by an authorized officer or employee. .. ' Individual/Contact Person Title Street Address/P .O. Box V\C\t~d ere"' CA J 3 tP3 8 City State Zip Code ''6 1 ~ L/<,5--(;,1 ~,s-£ ci °' z 2. -·?s-z_o £J G2 K~c:TT~ -Ce ,-yi Telephone Fax Number E-!'Aail Address G:\PldclRFSQ\FY 2018-19\19-016 External Low Voltage Cabling Services\19-016 External lolr ~Cabling Services.doc 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME 10/4/18 WE HAVE PREPARED A PROPOSAL FOR: COUNTY OF FRESNO REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 19-016 EXTERNAL LOW VOLTAGE CABLING SERVICES th Deadline for Submissions: 2:00pm Oct 16 2018 “TECHNOLOGY” IS OUR MIDDLE NAME EXECUTIVE SUMMARY X-ACT TECHNOLOGY SOLUTIONS, INC. (XTS) WILL: 1.Provide timely, professional and effective services. 2.Work harmoniously with staff and other contractors. 3.Conduct regular status and information meetings. 4.Provide regular and timely reports on outstanding issues, work accomplished, and general infrastructure, and make recommendations on improving Cabling infrastructure. KEY DIFFERENCES IN CHOOSING XTS: As a FULL SERVICE IT COMPANY, XTS can provide more than just cabling. XTS has advanced level technical resources and consultants. XTS has been successfully helping clients manage their technology, staffing and cabling needs since 2007. XTS provides cabling Services to more than 32 active Private clients and Public Agencies in California. Including the City of Santa Monica, The City of Hawaiian Gardens, The City of Simi Valley, and Fresno Co. Libraries, just to name a few. With 8 cable technicians that live in Fresno County, you can be assured that help is just a phone call away. We are certified with Superior Essex/ Ortronics as well as Leviton/Berktek. We are diverse in a variety of fields including Voice/Data cabling, Fiber, Wifi, and ShoreTel voip phone systems. We also hold a C10 license for electrical. X-act Technology Solutions: 28810 Ave 15 1/2 #102 Madera, CA 93638 Ed Coleman - COO (818) 465-6765 ph (818) 922-8520 fx Ed@xactts.com 818-465-6765 Ed@xactts.com www.xactts.com 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME STATEMENT OF QUALIFICATIONS X-act Technology Solutions, Inc.(XTS) has become a leading provider of Network Cabling Services in California, and concentrating on local cities and businesses has allowed us to be more personal and accessible to our clients. With our Main office in Los Angeles and additional offices in Fresno and Ventura County, we are capable of providing dedicated attention to Our clients through our close proximity and exceptional staff. We value and support the communities we serve and believe this is evident in our dealings and work relationships we have with Governmental Agencies and Private Corporations. We invite you to contact our references as we feel these are an ultimate measure of our service. X-act Technology Solutions, Inc.(XTS) provides a multitude of Information Technology Services such as: I.T. Staffing Outsourced Help Desk 24 x 7 IT Support Security Cameras Network Services Voice/Data Cabling Backbone Fiber VoIP Phone Systems Wide Area Wi-Fi X-act Technology Solutions, Inc. (XTS), is a provider of Pure IP Voice, IP Telephony, IT Networking, Desktop Computer, Security, Cabling, and Wireless data solutions. We hold a C-10 license for electrical as well as a spin number for E-rate funding. For over a decade XTS has served the small- to-medium-size and Enterprise businesses network communications needs, along with educational institutions and government entities in California. We are a proud re-seller of ShoreTel Voip Telephony Systems, Leviton/BerkTek and Superior Essex/Ortronics certified. We insure that all our technicians are up-to-date on all the latest technology and are certified in a variety of hardware & software applications, BICSI, Copper / Fiber and Security. This means that you and your staff are always working with a qualified professional. Office: 28810 ave 15 ½ #102 Madera, CA 93638 (818) 465-6765 PH (818) 922-8520 FX Ed@xactts.com CA corporation formed in 2007 Contractors License Number 726924 C-10 EIN Number 27-1434731 DIR Number 1000008257 3 offices in California 18 Cable Technicians - NO SUBS XTS ADAM SKINNER CEO ASKINNER@XACTTS.COM ED COLEMAN COO ED@XACTTS.COM JASON LORANCE FRESNO CO MGR ADRIAN RODRIGUEZ IT HELP DESK DAN SCHNIEDER IT HELP DESK DAVID ABRAMIAN ELECTRICIAN ERIC GARCIA LEAD CABLE TECHNICIAN DOUG MOORE LEAD CABLE TECHNICIAN FRESNO COUNTY ORGANIZATIONAL CHART SELECTION PROCEDURE: The Committee will address the following criteria in its evaluations of the SOQs: A. Bidder is capable of providing the requested services. - XTS has been doing public works voice/ data cabling, fiber, security, voip phones and wifi installs for over 10 years specializing in Govt/ Schools.(See References) 6 BICSI certified installers, 2 Lead Techs and a Project Manager dedicated solo to Fresno County. XTS is a FULL service IT company, not just cabling. We also hold a C-10 for electrical. B. Bidder demonstrates experience in the requested services. -XTS has been doing public works voice/ data cabling, fiber, security, voip phones and wifi installs for over 10 years specializing in Govt/ Schools.(See References) 6 BICSI certified installers, 2 Lead Techs and a Project Manager dedicated solo to Fresno County. C. Bidder is qualified and meets the technical criteria and certifications required to provide the requested services. - XTS is certified Leviton/BerkTek and Superior Essex/Ortronics. (See Certs) and we hold a C-10 for electrical and DIR registered (See licenses) 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME MEET OUR ST AFF MR. ADAM SKINNER Project Manager BICSI, RCDD, LIVE SCANNED Mr. Skinner’s primary role functions as Technical Project Manager servicing several of the Fresno County contracts and supervises the delivery of all services as requested by the clients. Mr. Skinner has served as Technical Project Manager since 2006. Mr. Skinner currently oversees all technicians involved with current clients and maintains an open relationship with all clients to insure their satisfaction. Mr. Skinner studied at DeVry University with a double major in Business Administration and Network & Communications Management. He has received his Bachelors and is working towards his Master’s Degree. He is certified by Cisco Meraki, Microsoft, HP, Berktek/Leviton, Superior Essex/Ortronics and ShoreTel to name a few. MR. EDWARD COLEMAN Contract Manager BICSI, RCDD, LIVE SCANNED Mr. Coleman assists in directing all functions of the firm and particularly makes sure all in house cabling services are running effectively. In his role as Contract Manager, he consistently brings in new clients and prepares all of the company’s RFP’s, servicing all of Central California. Mr. Coleman has served as an IT Project Manager for XTS since 2009 Mr. Coleman currently attends all job walks and coordinates all activities with current clients and maintains an open relationship with our clients to insure their satisfaction. Mr. Coleman holds many technical certifications including RCDD, Corning, BerkTek/Leviton and Superior Essex/Ortronics certified. He graduated from Loyola Marymount University. MR. JASON LORANCE Project Manager - Fresno Co. BICSI, LIVE SCANNED Mr. Lorance comes to X-act after spending over 15 years serving organizations of all sizes. He has established Voice/Data cabling relationships with many different businesses throughout Central California within the last 10 years. Mr. Lorance overlooks our organizations processes and procedures, while also managing our corporate office in Fresno County on a daily basis. His primary goal is insuring that our crews are on time and projects are running smoothly. He continues his education in new technology and has a Bachelor’s of Science from Fresno State University. He is certified in Corning, BerkTek/Leviton and Superior Essex/Ortronics. 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME MR. DAVID ABRAMIAN Lead Cable Technician/Electrician BICSI, LIVE SCANNED Mr. Abramian runs a crew of 8 Technicians at verious projects in and around Fresno County. His Crews specialize in the installation of all Voice and Data cabling including Cat 3, Cat 5, Cat 6 and Cat 6A. He also specializes in SM and MM Fiber as well in Conduit, Panduit, J-Hooks and Data Closets, including Racks, Patch Panels and Security Cameras. He is a certified electrician and handles all of our C-10 licensing needs. He is Certified BerkTek/Leviton and Superior Essex/Ortronics. MR. ERIC GARCIA Lead Cable Technician - Fresno Co. BICSI, LIVE SCANNED Mr. Garcia is one of top Cabling Technicians. He leads a crew of 4 installers in the Fresno Area, installing Cat 3,4,5 and 6 cable as well as SM and MM fiber, Server room build outs, new racks, patch cords, Waps, patch panels, Security Cameras etc. He is certified in BerkTek/Leviton and Superior Essex/Ortronics. He continues his education in new technology and has a Bachelor’s of Science from Fresno State University. MR. DOUG MOORE Lead Cable Technician - Fresno Co. BICSI, LIVE SCANNED Mr. Moore is one of top Cabling Technicians. He leads a crew of 2 installers in the Fresno Area, installing Cat 3,4,5 and 6 cable as well as SM and MM fiber, Server room build outs, new racks, patch cords, Waps, patch panels, Security Cameras etc. He is certified in Corning, BerkTek/Leviton and Superior Essex/Ortronics and continues educational training with various classes that Graybar and others offer. 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME REFERENCES TULARE JOINT UNION SCHOOL DISTRICT – TULARE, CA $150,000 / Year CAT6 Data Cabling In ea Class Room for WIFI and PA System Project Duration: June 2016 – Current XTS installed Cat6 cable for over 500 classrooms. We did 2 drops in the center of ea for WIFI. Installed 49 cat 6 24-port patch panels. Installed PA/clocks in ea class room. Director of Facilities: Chris Stevens (559) 688-2021 ext. 242 chris.stevens@tulare.k12.ca.us CIT Y OF WEST COVINA –WEST COVIN A, C A $350,000 / Year CAT 6 A Data Cabling, Fiber, WIFI Customer Established: June 2017 – Current XT S installed city-wide Cabling/Fiber/W ifi for various site including: Cit y Hall, PD, Sr Center and 5 fire stations. W e have installed over 100 AP’s and over 900 CAT6a cable drops, data racks, Fiber and patch panels. Public Works Supervisor: M iguel Hernandez (626) 939-8731, m iguel.hernandez@westcovina.org CITY OF HAWAIIAN GARDENS –HAWAIIAN GARDENS, CA $432,000 / Year CAT6 Data Cabling, WIFI Customer Established: November 2017 – Current XTS installs city-wide Cabling/Fiber/Wifi for various public works projects (5 yr contract) We have installed over 100 Cisco Meraki AP’s and over 400 CAT6 cable drops, Fiber and Patch Panels, along with a ShoreTel Voip phone system for over 200 users. Information Technology Manager: Sergio Cueva (562) 884-0421, sergio@hgcity.org FRESNO COUNTY LIBR ARIES – FRESNO COUNTY, C A $175,000 / Year WIFI & Cabling Customer Established: February 2017 – Current W ith over 34 branches, Fresno Count y chose XTS to deploy a CIPA com plaint W iFi across all of them . W e manage W iFi at all of the branches and support any issues they m ay have. W e also retain records in case of any CIPA audits. W e installed over 200 drops of Cat 6 cable Plenum Cable, fiber, patch panels, patch cords, etc Support Services M anager: Deborah Janzen (559) 600-6257, deborah.janzen@fresnolibrary.org 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME AN AHEIM UNIFIED SCHOOL DIST - AN AHEIM , C A $160,000/ Year Cat 6 cabling/ W AP installation Customer Established: June 2018 – Current AUSD chose XT S to provide over 350 drops of CAT 6 cabling AND installed their wifi s ystem for Katella and C ypress High School. XTS also installed Fiber, Patch Panels, Conduit and Data Cabinets. Director, Purchasing - Brad M inami (714) 999-3602 m inam i_b@auhsd.us CIT Y OF SANT A M ONICA – SANT A M ONICA, C A $90,000 / Year WIFI, C AT6 Data Cabling Customer Established: Mar 2016 – Current XT S installs cit y-wide Cabling/Fiber/W ifi for various public works projects. (3 yr contract) W e have Installed Cat 6 and fiber at Cit y Yard, Library, and Police Dept. Information Systems Department: Sarkis Metspakyan (310) 458-8381 Sarkis.Metspakyan@SM GOV.NET CIT Y OF ARC ADI A – ARCADI A, C A $75,000 / Year CAT 6 Data Cabling, Customer Established: Mar 2017 – Current The City of Arcadia chose X-act Technolog y Solutions to provide CAT6 data cabling services at Cit y Hall, The Police Dept, Fire Departm ents, Library, Sr/Rec Center, Etc. W e also installed Fiber, Patch Panels, and Data Cabinets. Public Works: Dave McVey (626) 256-6664, dmcvey@ci.arcadia.ca.us AZUSA UNIFIED SCHOOL DISTRICT – AZUS A, C A $160,000/ Year CAT 6 C ABL ING/ FIBER for E-rate Customer Established: April 2015 – Current XT S installed Cat 6 cable in 2 High schools with over 1000 Drops. W e did 4 drops in ea for W IFI and other Future Technologies. Installed Fiber. Installed data racks/ Server room build out. Technology Administrator: M ario Venzor (626) 858-6520 m ariov@azusausd.k12.ca.us MORE REFERENCES AVAILABLE UPON REQUEST 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME PROJECT APPROACH 1 CABLING- XT S will assume on-going responsibilit y of ON-CALL, and problem resolution of the following: VOICE/DAT A C ABLING FIBER TESTING/LABLING C ABLE TECHNICI AN The XTS CABLE TECHNICIAN will PERFORM: •Provide services including, but not be limited to, cabling, patch panels, voice and data outlets, conduit, equipment racks and ladders, testing & labeling and documenting. •Acknowledge that County buildings have a wide variation of age, condition and construction methods. Cable routing may involve transitions through various space such as hard-lid and suspended ceilings, under floors and through walls of various construction. Cabling must be routed efficiently, but also neatly, using existing cable routes. •Ensure that the allowable bend radius for specified cable is not exceeded. •Avoid cable splices unless absolutely necessary. County must give written approval for any splicing and reserves the right to reject any splicing request. •Support cable bundles with a J-hook or trapeze system for all horizontal cables at four- foot intervals maximum; ensure that cables no not rest on acoustic ceiling grids or panels. •Ensure that cable is installed above all fire sprinklers; not attached to any ancillary equipment or hardware; does not interfere with any valves, fire alarm conduit, boxes, or other control devices; is not attached to ceiling grid or lighting support wires. •Install clips to properly support the cabling. •Terminate connections for each specific project. •Utilize a labeling scheme as directed by the County. 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME TESTING •Ensure that all test equipment meets or exceeds the cable manufacturer’s requirements. •Test all installed components according to the cable manufacturer’s requirements. •Retest any failures of rests at Contractor’s sole expense. •Replace any failed cable as Contractor’s sole expense. •Provide and printed or electronic copy of the rest results to the Project Manager. LABOR AND MATERIALS Contractor shall provide all labor, materials, and tools required for the provision of the required services. 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME SCOPE OF WORK T he Count y, o n behalf of the Internal Services Department, Inf ormation T echnology (ISD-IT ) Division, is in need of m ultiple vendors f or provision of low voltage cabling services at various County facilities, in accordance with categorical bid amounts listed in this Request f or Statem ent of Qualif ications (RFSQ). Fresno County encom passes over 6,000 square m iles. T he County has a need to supply re liable cabling installation and servicing needs throughout the County area, with the majorit y of servicing needs being centralized in the Fresno/Clovis metropolitan area. Rem ote areas may include but are not lim ited; Coalinga, Shaver and Mendota T he Count y has spent between $275,000 and $600,000, per year, over the last three calendar year cyc les (2014-2016) for its low voltage cabling projects. T he County’s Inte rnal Services Departm ent expects its installation(s) to increase threef old (conservat ive estim ate) during the next 5-year c ycle. In anticipation f or this growth in business, the County seek s to ably secure pricing and vendor availability across sm all, and large low vo ltage installation projects. BID REQUIREM ENTS Each job bid shall define the services to be offered, how these services would be used to the Count y’s advantage, and how the vendor will be available to ensure that the data cable in stallation services provided to the Count y are consistently offered at a high level. Vendor shall detail all costs associated with the data cable installation services described. All costs, recurring and non-recurring, shall be presented in a manner that allows costs to be easily understood. At m inim um , each such cost proposal shall specif y: Job title and Job ID num ber; job description; requested start and completion dates; special comments or considerations, parts and cost; labor hours and cost; tax and f reight. 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME BIDDER TO COMPLETE a.Subcontractors: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be perform ing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: N/A b.Contractor’s License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minim um five (5) years’ experience in perform ing the services being requested. The bidder shall possess a current State of California contractor’s License, a General Building Contractor’s – B and a Class C-7 for Low Voltage Systems Contractor or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-7 or B, the bidder m ust explain why his/her license(s) is acceptable. The County will review and determ ine if acceptable. Number and Class: 726924 C-10 Date of Issue: 8/31/20 Bidder m ust also subm it verification of Contractor’s License from the Department of Consumer Affairs – Contractors’ State License Board. Failure to submit verification may result in bidder’s response being considered non-responsive. Public Contract Code Section 7028.15: W here the State of California requires a Contractor’s license, it is a misdemeanor for any person to subm it a bid unless specifically exem pted. DIR Acknowledgem ent: I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that I have registered with the Department of Industrial Relations (DIR) and all Certified Payroll Records will be uploaded to the DIR W ebsite. Any additional requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. EDWARD COLEMAN (Authorized Signature) COO Title 10000008257 DIR Num ber 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME CONTR ACTORS STATE LICENSE BO ARD STATE OF CALIFORNIA 9821 Business Park Drive, Sacramento, California 95827 Governor Edmund G. Brown Jr. Mailing Address: P.O. Box 26000, Sacramento, CA 95826 800-321-CSLB (2752) www.cslb.ca.gov ▪ CheckTheLicenseFirst.com October 24, 2014 Ed Coleman X-act Technology Solutions Inc Mr. Ed Coleman, This letter is to follow up the email you sent requesting verif ication that a C10 - Electrical licenses can perf orm C7 – Low Voltage project. The C10 – Electrical contractor may perform electrical work with no limitation of voltage therefore the C10 – Electrical classif ication encompasses all of the C7 – Low Voltage classif ications scope of work. Andrea Sisto Classif ication Deputy classif ications@cslb.ca.gov 818-465-6765 Ed@xactts.com www.xactts.com “TECHNOLOGY” IS OUR MIDDLE NAME OASIS Certificate of Completion Certif ied experts. Guaranteed results. OASIS Installer Training Course has successfully completed the Berk-Tek Certified OASIS Integrator Installer Training and is qualified to install OASIS Program Structured Cabling Systems. Date of Certification: 01/22/18 Berk-Tek Kelly M. Urbanik A NEXANS COMPANY CONTRACTOR PROGRAMS MANAGER “TECHNOLOGY” IS OUR MIDDLE NAME 818-465-6765 Ed@xactts.com www.xactts.com CERTIFICATIONS Legrand acknowledges X-act Technology Solutions is Certified at the Certified Installer (CI) tier for the period January 1, 2018 to December 31, 2018 This certification allows the installer to offer the Ortronics Extended Product warranty for properly registered and approved projects in California. Warranty for projects outside California must be pre-approved. T raining & Contractor Program Manager Registration Num ber 20174 “TECHNOLOGY” IS OUR MIDDLE NAME 818-465-6765 Ed@xactts.com www.xactts.com Certificate of Accomplishment Awarded to Edward Coleman in recognition of satisfactory completion of the Technician Certification - Network Infrastructure Installation and Testing March 5, 2017 for X-act Technology Solutions Approved b y: Lylette Macdonald, Director of Training & Contractor Program Event ID: OV-LEGR-CT-0212-2 BICSI CECs Awarded: RCDD: 7 RITP: 7 ESS: 0 NTS: 0 OSP: 0 W D: 0 ITS Installer 2, Copper/Optical Fiber: 7 ITS Technician: 7 Certified Trainer: 7 “TECHNOLOGY” IS OUR MIDDLE NAME 818-465-6765 Ed@xactts.com www.xactts.com Legal Name Registration Number County City License Type/Number(s) Current Status Expiration Date X-ACT TECHNOLOGY SOLUTIONS 1000008257 LOS ANGELES LOS ANGELES CSLB:726924 Active 06/30/2019 DIR C-10 “TECHNOLOGY” IS OUR MIDDLE NAME 818-465-6765 Ed@xactts.com www.xactts.com Personnel security screening we live scan every employee D D STATE OF CALIFORNIA BCIA 8016 (orig. 04/2001 ; rev. 01/2011) REQUEST FOR LIVE SCAN SERVICE DEPARTMENT OF JUSTICE Applicant Submission AL479 Contract Employee ORI (Code assigned by DOJ) Authorized Applicant Type Type of License/Certification/Permit OR Working Title (Maximum 30 characters- if assigned by DOJ, use exact title assigned) Contributing Agency Information: X-ACT TECHNOLOGY SOLUTIONS, INC. Agency Authorized to Receive Criminal Record Information 28810 AVE 15 ½ #102. Street Address or P.O. Box MADERA CA 93638 22000 Mail Code (five-digit code assigned by DOJ) Ed Coleman Contact Name (mandatory for all school submissions) (818) 465-6765 City Applicant Information: Last Name State ZIP Code Contact Telephone Number First Name Middle Initial Other Name (AKA or Alias) Last Sex Male Female Date of Birth Height Weight Eye Color Hair Color First Suffix Driver's License Number Billing 156203 Number Place of Birth (State or Country) Social Security Number Home Address Street Address or P.O. Box “TECHNOLOGY” IS OUR MIDDLE NAME 818-465-6765 Ed@xactts.com www.xactts.com Facilities and procedures to ensure proper functional terminations and connections and Oversight on work completed Every crew has a LEAD TECHNICIAN. It is the Lead Technician’s responsibility to ensure all work is done up to code and professional. Eliminating NON-best practice installations. Throughout the job, random walk thru’s are performed by our Area Manager to ensure everything is correct. We use a Fluke Tester on every cable/fiber to ensure proper connections/termination. Once the job is Complete, a walk thru will be performed by the Lead Technician, Area Manager, as well as Cable Techs. A complete Punch list will be provided and any corrections needed will be addressed immediately. All of our Crew, including Lead Tech and Area Manager are Certified Superior Essex/Ortronics as well as Leviton/Berk -Tek and go to continued training at Graybar and other Distributers that offer it. We have been fortunate over the years not to have any security breaches by employees. We take the time to perform back ground checks on everyone we hire . We have a employee discipline Report to document any incidents. An employee may be terminated after just 1 incident. EMPLOYEE DISCIPLINARY REPORT ATTN: HUMAN RESOURCE DEPT. The following warning was issued today (date) and is to be made part of the Official Record of (Print Name) (SSN) (Bldg # & Name) (Date) 1. Unreported Absence 8. Fighting on Co. Premises 13. Violation of Safety Rules (NC/NS) 9. Leaving without Approval 14. Defective and Improper 2. Excessive Tardiness 10. Improper Conduct Work 3. Drinking on Duty 11. Reporting to Work Under 15. Destruction of Property 4. Insubordination the Influence of Drugs or 16. Carelessness 5. Dishonesty Alcohol 17. Other 6. Failure to Obey Orders 12. Violation of Work Rule 7. Excessive Absenteeism # EXPLAIN ALL FACTS IN DETAIL c NTY OF FRESNO ADDE OUM NUMBER: ONE (1) R Q NUMBER: 19-018 L LOW VOLTAGE WIRING Issue Date: October 2, 2018 ATE: 0cTOBER 15, 2018 AT 2:00 P.M. lions and Quotations on the Bid Page at Public Purchase. For tance contact Darren Howard at (559) 600-7110. NOTE THE FOLLOWING ADDmo , DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUM ER: 1!M>18 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM YOUR QUOTATION. ~ Questions and Answers COMPANY NAME: SIGNATURE: NAME & TITLE: (PRINl) Purchasing Use: DH :st ORGIRequisition: 8905 18905190152 G:\PUBUC\RFQ\FY2018-19\19-018 INTERNAL WVOLTAGEWIRING\19-018ADDENDUM 1.DOC 19-016 EXHIBIT A COST PROPOSAL LABOR PER HOUR (During regular business hours from 8 a.m. – 5 p.m.) Master Level Technician $ 42.00 Journeyman Level Technician $ 40.00 Apprentice/Helper $ 38.00 EMERGENCY LABOR PER HOUR (Outside of regular business hours from 8 a.m. – 5 p.m.) $ 50.00 OVERTIME PER HOUR Master Level Technician $ 63.00 Journeyman Level Technician $ 60.00 Apprentice/Helper $ 57.00 List any additional services provided and quote cost of each service. Senior Network Engineer $ 130.00 IT Manager $ 90.00 IT Help Desk Technician $ 55.00 $ $ 19-016 EXHIBIT B COMPLY/NOT COMPLY Compliance and understanding of the specification is to be noted by marking “COMPLY” on the line provided to the right of the specification. Non -compliance is to be indicated by marking “NOT COMPLY” on the line. A detailed statement exp laining why they fail to meet the stated specification or requirement must accompany all non -compliant items. SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY Provision of voice/data grade, copper riser, station distribution, multi-mode fiber, single mode fiber and CAT 6A Class E/CAT7 data cabling distribution to support voice and data communications 1. VOICE, DATA, AND FIBER TERMINATIONS comply a. Terminations on standard CAT 6A Class E RJ-45 8-position jack (ANSI/TIA/EIA-568B), unless otherwise specified, and according to cable plant requirements comply b. Certified to install Ortonics products comply c. Certified to install Leviton products comply d. Berk-tek CAT6A Class E cable use, and standardized to T568B comply e. MDF/IDF to 110-type termination to appropriately paired bracketing and hardware comply f. Cable trays, backboards, and frames to provide a logical layout to equipment spaces and IDF location (ANSI/TIA/EIA -606A) comply g. Fiber cable at multi -mode 50/125 micron, single mode at ITU -T G.657.A1 comply h. The vendor certified to install both multi -mode and single mo de fiber. comply 2. INSTALLATION comply a. The vendor will coordinate with County ISD-IT to coordinate anticipated interruptions; County reserves the right to minimize interruptions /schedule some services during after hour schedules comply b. The vendor will advise ISD-IT of major disturbances (drilling, framing, and other installation) prior to beginning work comply c. The vendor shall supply its own necessary tools, equipment, ladders, etc., to complete work comply d. The vendor shall broom clean/work areas at end of each shift workday comply e. Installation equipment, materials and product will only be allowed to be kept in specified areas; hallways, office areas, lobbies, etc.; County will not be held liable for lost or stolen equipment comply f. All cabling secured above ceiling spaces to building structure at eight (8) foot intervals through combined use of, but not limited to, J hooks, beam clamps, D-rings, and hangers. comply • At no time shall data drops/homeruns be secured to the building structure above ceiling without the use of cable supports comply 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY • Cabling about ceiling shall be sectioned off, bundled & tied; and routed back to intermediate, MDF/IDF(s) or MPOE(s) using a star configuration comply • Wiring shall run continuously from the outlet to the wiring closet without breaks or splices comply • Cable supports (J Hooks, etc.) shall be sized 50% larger than needed to allow for future growth comply g. All Boxes equipment and cable shall be firmly secured in place; boxes, jacks, and blocks shall be plumb and square; consideration to be given for overall installation aesthetics and cleanliness comply • Sample Installation diagrams are to be followed at all times comply • Deviations due to design and/or building structure, must be cleared with County’s ISD-IT Low Voltage Coordinator comply h. Any new or replacement premises wiring shall be clearly labeled; the vendor and County will work to design a structured method of designing all cabling involved with the project comply i. The vendor will observe all applicable departmental safety and security regulations established comply j. The vendor is responsible for repairing any damage it causes to any County building; comply • The vendor shall exercise reasonable care to avoid any damage to County property comply • The vendor must report to the County any property damage that may exist or may occur during the occupancy of the site comply k. The vendor must perform all duties as expected, and run all jumpers and wiring for surge protection to the carrier network, or as otherwise directed by the ISD-IT Project Manager. comply l. The vendor must correct all defects for which the vendor is responsible, within one (1) week of notification, unless other arrangements are agreed upon by County and the vendor comply m. Upon completion of work, the vendor must remove its tools, equipment and all debris from the premises and must leave the premises clean and neat comply n. The vendor will obtain ISD-IT approval before cutting into or through any part of the building structure such as beams, girders, concrete or tile floors, partitions and ceilings. The vendor shall restore any girders, beams, floors, partitions, ceilings, fire partitions and walls to their original condition comply 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY • Any roof penetrations shall adhere to NRCA standards. The proper integration of new electrical conduit into existing roofing requires penetrations to be no less than 12” from the base of the perimeter wall or any adjacent penetration or roof curb. Conduit should be contained within a sheet lead pre-manufactured or field-fabricated lead jack in a diameter closely resembling, but larger than that of the conduit. The top of the lead jacks are to be closed from weather using a galvanized stainless steel clamp and Terpolyer sealant. Conduit on weather-resistant wood or rubber blocks are to allow for unrestricted drainage, and verify all anchors used to attach the cameras to the perimeter walls are properly sealed with a Terpolymer sealant – no bituminous (asphalt) or mastic roofing products are to be used. comply o. The vendor shall coordinate all work with ISD-IT comply p. Core boring set up is to be handled in such a way as to minimize interference with daily operations and with minimal impact to the work environment. Structural engineering approval may be required, depending upon the building and location of the desired core bore comply q. Fiber optic cable service loops are to be provided at all fiber termination points. Wiring closet loops are to be a minimum of 15ft. End termination or main termination point loop is to be a minimum of 150ft. comply r. Category 6A Class E and Category 3 horizontal cabling shall have a minimum two (2) foot service loop for each cable above ceiling. Service loop is to be neatly dressed and secured comply s. Category 6A patch panel terminations are to maintain cable jacket and twist a minimum of one half inch from point of termination. End station terminations are to maintain cable jacket and twist up to the edge of the jack housing. comply t. All indoor/outdoor splices and distribution must be enclosed in an enclosure designed for the purpose and able to provide maximum protection to splices and protection from environmental effects comply u. All splices must be able to withstand environm ental effects and mechanical shock comply v. Splice trays must protect all fiber splices comply • Fusing cassettes are to be used on the end of all terminations unless explicitly defined otherwise by the ISD-IT Low Voltage Coordinator comply w. All inside distribution and outside plant fiber cabling must utilize loops at MDF/MPOE and vaults for strain relief. comply x. The use of inner duct is mandatory in ALL situations that fiber is being installed. Buried or aerial fiber optic cable must be approved and designed to specific standards intended for aerial or buried application. comply • All fiber must be plenum grade when directed according to regulatory code, or unless otherwise specified by ISD-IT low voltage project manager, and run in an inner duct to its termination point (fiber patch panel) comply y. Installation work may involve performing installation duties in an operational, production datacenter. At no time will installation work be permitted without direction from County's ISD-IT project manager and under direct supervision. 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY 3. TESTING AND ACCEPTANCE a. ISD-IT will make inspection as it deems necessary when notified by the vendor that the services requested, or any part thereof, are ready for acceptance. If items from the bid have been omitted or need changing as per requirements stated herein, they shall be noted in a “punch list”. This deviation list will be given to the vendor, who is expected to complete all items within the time specified by ISD-IT comply b. Installation of structured horizontal wiring, cable riser, voice and data drops, raceway, terminations, fiber riser, fiber distribution, coring, and peripheral equipment must be completed comply c. Performance and quality tests shall be conducted as specified for each job comply d. Incorporating the full range of testing specified, successful testing by the vendor shall include a written report of all performance and quality results provided to the ISD-IT project manager comply e. Implementation of any and all deviation list items which may result from inspections by the ISD-IT project manager must be completed within one (1) week unless agreed upon by both parties comply f. Acceptance of each bid for the services requested shall be granted after all equipment has passed the tests required, and has been in operation thirty (30) consecutive days without a major failure. In the event of a failure, the County reserves the right to extend the acceptance date until a time the installation complies with the thirty (30) day major fault free requirement comply g. Final payment to the vendor will be made within forty-five (45) days receipt of an approved invoice and upon acceptance of services from ISD-IT comply 4. CATEGORY 6A CLASS E comply Testing shall be end to end, patch panel to jack including patch cables according to material installed, and according to regulatory code. (Total run length not to exce ed 316ft., with patch cables 328ft). Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, detailing cable port location (building, closet etc.) and all requested test data for the run. The following tests shall be run on all installed Category 6A Class E data runs. a. Length comply b. Insertion Loss comply c. NEXT Loss comply d. PS NEXT Loss comply e. PS Next Loss comply f. ACR-F Loss comply g. Return Loss comply h. Propogation Delay comply i. Delay Skew comply 19-016 EXHIBIT B SERVICE SPECIFICATIONS COMPLY/ NOT COMPLY 5. SINGLE MODE AND MULTI-MODE FIBER TESTING Testing is to be end to end with all terminations and splices involved for each strand tested, OTDR, Both directions. Test results shall be presented in an Excel spreadsheet, version 5.0 or greater, detailing cable, cable port, location (building, closet etc.), length and attenuation in dB. Fluke OTDR testing reports can be utilized where and when approved by the ISD-IT project manager. The following standards will be used on all installed fiber strands: a. ANSI/TIA/EIA-455-59A, Measurement of Fiber Point Discontinuities Using an OTDR comply b. ANSI/TIA/EIA-455-60A, Measurement of Fiber or Cable Length Using an OTDR comply c. ANSI/TIA/EIA-455-61A, Measurement of Fiber or Cable Attenuation Using an OTDR comply d. ANSI/TIA/EIA-526-7, Optical Power Loss Measurements of Installed Single Mode Fiber Cable Plant e. ANSI/TIA/EIA-526-14-A, Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant comply INSTALLER QUALIFICATIONS comply a. Each job bid will require a qualified installer, certified for the installation of Ortronic products and Berk-Tec cabling (or equivalent). Evidence of this certification may be required, at any time, during the term of the contract comply b. Special qualifications (livescan or other) may be required for THE VENDOR installer(s), depending upon job environments, location or purpose (example: Sheriff's office, Coroner, School sites) comply 6. SERVICE WARRANTY The vendor shall provide a warranty of 30 days following occupancy as a standard business practice unless the warranty requirement is waived in writing by the County’s ISD-IT Project Manager comply **Please Note: Failure to comply to all services requested will not automatically disqualify any Bidder. 19-016 EXHIBIT C REFERENCE LIST Provide a list of at least three (3 customers for whom you have recenUy provided similar produclslservices. If you have held a contract for si ilar services with the County of Fresno within the past seven (7) years, list the County as one of your custo ers. Please list the person most familiar with your contract Be sure to include all requested informatio #l~#IW~l##~#~~~~~~~#ll.~ll.~/.1/#1/1/l#~I#~ Reference Name: Contact Address: City: State Zip: ----- Phone No.: ( Date: Service Provided: '1#.#/l:I,. 'I## IJ#l/l<l/;#71/'l/.l_.,,7. l/##/41?'1#/ll/'l:L.·.1xl/l/l#IXIX.A Reference Name: Contact Address: City: State Zip Phone No.: { Date: Service Provided: ~~/.l#ll#:#'l.l-W##-7~/~l.l-#~##~l/l#/ll~ Reference Name: Contact Address: City: State -----Zip: Phone No.: ) Date: ----i+---------- Service Provided: Failure to provide a list of at I three (3) custometS may be cause for rejection of this RFSQ. Request for Statement o Qualifications No. 19-016 Page6 BIDDER TO COMPLETE a. Subcontractors: List all subcontractors that ould perform work in excess of one/half of one percent of the total amount of your bid, and state general of work such subcontractor would be performing. The primary contractor is not relieved of ny responsibility by virtue of using a subcontractor: b. Contractor's License: rnn~a license for the project in accordance with current regulations/staMes. (5) years' experience in performing the services being requested. The bidder shall possess a rrent State of California contractor's License, a General Building Contractor's - B and a Cla C-7 for Low Voltage Systems Contractor or another license class that covers the work to be perfo ed. The proposal must indicate the license held by the bidder, which enables him/her to perform work. · If the license is other than Class C-7 or B, the bidder must explain why his/her l icense(s) is acceptable. The County will review and etermine if acceptable. Number and Class: z~,qz._ .. 7 I 0 c /() Date of Issue: Bidder must also submit ve · tion of Contractor's License from the Department of Consumer Affairs - Contractors' State License rd. Failure to submit verification may result in bidder's response being considered non-responsive Public Contract Code S · n 7028.15: Where the State of California requires a Contractor's license, it is a misdemeanor for any pe 1 n to submit a bid unless specifically exempted. DIR Acknowledgement I acknowledge in accordan , with labor Code Sections 1725.5 and 1770-1777.7, that I have registered with the Department of Ind · I Relations (DIR) and all Certified Payroll Records will be uploaded to the DIR Website. Any addition 1 I requirements that materialize from the SB854 legislation will be complied with. A ed is · 1caf of the DIR registration. (Authorized Signature) Title . o757Jt5t:/~7--I DIR Number ATTACHMENT E THE PRISON RAPE ELIMINATION (PREA) ACT All bidders must comply with the Prison Rape Elimination (PREA) Act as stated below: "CONTRACTOR shall comply with all Prison Rape Elimination (PREA) Act standards for juvenile correctional facilities. Training will be provided by Probation at no charge to CONTRACTOR." "CONTRACTOR will ensure that all staff assigned to work at the Juvenile Justice Campus (JJC) undergo a pre-employment Live Scan and criminal background security clearance by the Probation Department at no charge to CONTRACTOR. No alcoholic beverages/drugs will be brought into any facility. Nor will anyone under the influence of alcoholic beverages or drugs be allowed inside. In the event of any disturbance inside the facilities, the CONTRACTOR'S employees will immediately follow the orders of the Facility Administrator or his/her designees. CONTRACTOR shall comply with all Probation Department Policies and Procedures. In the event of a dispute involving COUNTY staff and the contract employee, the on-duty Facility Administrator will have the final decision." INFORMATION ON THE PRISON RAPE ELIMINATION ACT CAN BE FOUND HERE: http://www.prearesourcecenter.org/ NO HOSTAGE SITUATIONS Fresno County Juvenile Justice Campus Policy Manual California Code of Regulations Subject: Hostage Situations Policy Number: 326.0 Page: 1 of 2 Date Originated: April 1, 2004 Date Revised: February 1, 2008 ATTACHMENT F It is imperative for the safety and security of all persons within Juvenile Justice Campus (JJC) facilities, as well as for those in the community, that minors are not allowed to leave the secure confines of the facilities by the taking of a hostage(s). If successful in securing a release through these means minors would be much more likely in the future to use this practice again in an attempt to escape the confines of the facilities. This would put those visiting and working at the JJC at higher level of risk and would jeopardize the safety of the community if the minor was in fact successful in securing his/herrelease. The JJC is a "no-hostage" facility. This means that minors will not be released from custody under any circumstances due to the taking of a hostage(s). Any staff person taken hostage, no matter what their rank or status, immediately loses their authority and any orders issued by that person will not be followed. I. HOSTAGE SIJUATION PROCEDURES A. If any minor(s) and/or other person(s) in the facility attempt to hold any person hostage, and they do not respond to verbal commands to stop staff will immediately notify the Watch Commander. He/she will respond to the location and assess the situation. If a hostage situation is in progress the Watch Commander will: 1. Summon assistance from other officers as required. 2. Establish a secure perimeter around the hostage takers and allow no one to pass into it for any reason without authorization. Risks should not be taken that might allow the taking of additional hostages. 3. Evacuate all non-essential persons at the scene to a safe location or any housing pod that is not directly involved in theincident. 4. Direct officers to place minors in uninvolved housing pods in their rooms and have them remain there until directed otherwise. Minors outside of housing pods will remain in place under officer supervision until it is safe to return to their respective housing pods or any housing pod that is not directly involved in the incident. 5. Immediately notify the Director or the Probation Services Manager/Assistant Director in his/her absence and confer with higher authority as to action to be taken. Administration in turn will notify theChief. G:\Public\Requests for Qualifications\FY 2017-18\18-051 Roofing Services\18-051 Revised Exhibit F.docx ATTACHMENT F B. The Fresno Sheriff's Dispatch Center (488-3111) will be notified immediately and a request for a trained hostage negotiator and other emergency personnel will be made as needed. Prior to the arrival of the Sheriff Department's hostage negotiator the Watch Commander will attempt to ascertain: 1. The number and identity of both the hostages and hostage takers; 2. Any known weapons possessed by the hostage takers; 3. The demands of the hostagetakers. C. The Watch Commander will retain and direct departing custody officers, as well as, available Probation peace officer staff to assist with security and safety needs, as necessary. Additional Juvenile Correctional Officers should be called in as may be needed to insure the safe and secure operation of the facility. D. The Watch Commander will coordinate with the Sheriffs Department all activities taken to resolve the hostage situation, including the use of appropriate force, and will maintain control of the facility until relieved of that duty by the presence of a Probation Services Manager/Assistant Director, Director, or the Chief Probation Officer. E. Once the hostage situation has been resolved the minors involved should be housed in the most secure setting available and all appropriate charges should be filed. F. Each officer and/or non-sworn staff member who was involved or observed the incident will complete an incident report and if required, the appropriate critical incident evaluation report(s) regarding the details of the incident prior to the end of his/her shift. (See Incident Report, located in JAS Probation View, under "Word Templates".) G. The Watch Commander will prepare a Critical Incident Investigation Report, using the Critical Incident Evaluation Report -Page 2 report form and the critical incident evaluation report(s) completed by the reporting persons at the time of the incident. II. PARENTAL AND MEDIA INFORMATION A. Attempts will be made at the direction of Administration to reach the families of the hostages to advise them of the situation. Notification will also be made to the parents of the hostage takers as deemed appropriate. B. All media inquiries will be referred to the Chiefs office per departmental policy. Ill. SECURITY AND OPERATIONAL REVIEW Once the incident has been resolved a team will be established to conduct a security and operational review of the incident. The review will be conducted within 2 days of the resolution of the incident. The review team will be comprised of the facility administrator and/or facility Director, Probation Services Manager/Assistant Director and Supervising Juvenile Correctional Officers who are relevant to the incident. The team will review the circumstances leading up to the incident and any necessary corrective action necessary to insure that such an incident does not repeat itself. ATTACHMENT G NO HOSTAGE POLICY EFFECTIVE DATE: 12-18-89 12-01-10 REVISED: 08-06-90, 12-25-94, 05-06-96, 09-01-99, APPROVED BY: Sheriff M. Mims BY: Assistant SheriffT. Gattie AUTHORITY: California Code of Regulations, Title 15,Section 1029(a)(7)(B) and Penal Code Section236. PURPOSE: The purpose of this policy is to establish procedures which provide for the resolution of a hostage-taking incident while preserving the safety of staff, public, inmates, and hostages, and maintaining facilitysecurity. POLICY: The Fresno County Sheriff's Office Jail Division maintains a NO HOSTAGE FACILITY and will not consider bargaining with hostage takers for ANY reason. It is the policy of the Fresno County Sheriff's Office Jail Division that once any staff member is taken hostage, they immediately lose their authority and any orders issued by that person will not be followed regardless of their rank or status. It is the policy of the Fresno County Sheriff's Office Jail Division that the primary responsibility of all staff members in a hostage situation is to protect every person involved, if possible, from serious injury or death. PROCEDURES: I. DEFINITION HOSTAGE SITUATION: any staff member, citizen or inmate held against their will by another person for the purpose of escape, monetary gain or any reason which may place an individual in danger of losing life or suffering serious injury. II. NOTIFICATIONS, CONTAINMENT AND CONTROL OF THE SITUATION A. Emergency procedures and notifications shall be implemented as per Emergency Planning procedures (B-101/FILE: EMERGENCY) EXHIBIT H BACKGROUND INVESTIGATIONS AND IDENTIFICATION (ID) BADGES Background Investigations Prior to the beginning of any services, one (1) background check may be required for every member of the Contractor’s personnel providing services to a building location for the life of the agreement. The background check may be required before access is given to any County facility/property. Clearance will only be granted after a successful background check, completed by the County of Fresno Sheriff’s Department. Background checks provided by any agency other than the County of Fresno Sheriff’s Department will not be accepted. The current cost of a background check is $52 per person. This cost will be incurred by the successful Bidder. One check covering the cost of background checks for all employees shall be made payable to: Sheriff, County of Fresno. The successful bidder will be notified regarding the result of background checks. Those that are accepted will report to County of Fresno Security to have their photo taken and ID badge issued. Background checks are done on a first-come, first serve basis between the hours of 7:00 a.m and 12:00 noon. Monday through Friday. The process takes approximately 20 minutes time. The amount of time it takes to receive the result of background checks varies from one day to a month (or longer), dependent upon the individual’s history. Individuals who are cleared through this process are entered into the Department of Justice database. Their records are flagged and the County of Fresno Sheriff’s Department is notified if the person is ever arrested in the future. When required by County, applicants’ background checks must be approved prior to entering any County facility. Approval will not be granted to any individual possessing any of the following circumstances: 1.They have been convicted of a felony, or any crime involving moral turpitude, or carrying or possessing a dangerous weapon. 2.They have ever been charged with a felony or are currently under investigation for a felony. 3.They are charged with or convicted of any crime committed in or at a correctional institution. 4.They are currently on parole or probation or are a sentenced inmate at any correctional facility. 5.They have been refused a license as a private investigator or had such license revoked. 6.They have fraudulently represented themselves, their credentials, their employment or their criminal or arrest record on their application. 7.Make omissions or false statements on their application. 8.They have no valid reason for entering a facility. 9.Their admission into a facility could represents a threat to security, staff or inmate safety. 10.Further information regarding the criteria for background check clearance, including an appeal for process for someone who may be denied clearance is available upon request. EXHIBIT H Identification (ID) Badges The successful bidder’s employees will be issued a badge that must be worn and be visible at all times during performance of work in any County building to identify the wearer as an individual who is authorized to enter County facilities. 1.ID badges will be given only after successfully completing the background investigation. ID badges will be issued when the photo is taken. If electronic access to any County facility is required, activation of the badge may take an additional 48 hours to complete. 2.The successful Bidder shall pay $11.99 per individual badge by submitting one check covering the cost for all the Bidder’s employees made payable to: County of Fresno, Security. 3.Costs for ID badges are established by County Auditor and fluctuate annually, therefore the cost of obtaining a new ID badge for a Bidder’s new employee may not remain the same throughout the contract term. 4.The wearer will not escort or bring any other individuals into any County facilities. County issued ID badges are for the exclusive use of the individual named and pictured on the badge. 5.All ID badges will remain the property of the County and are returnable upon demand or upon the expiration of the contract. The successful Bidder will be responsible for collecting all ID badges issued and turning them in to the County Security Office when a contract ends or when an employee leaves employment. The Bidder will assumes all responsibility for their employee’s use of and the return of the County ID badges. 6.The ID badges will only be issued to individuals passing the Background check. Each individual will need to present themselves in person with a valid, clean, and legible copy of a Driver’s license or State issued Identification Card to receive an ID badge.