SDCWA

Bid No. 2004-05

SAN DIEGO COUNTY WATER AUTHORITY

4677 OVERLAND AVENUE, SAN DIEGO, CA 92123

SMALL CONTRACTOR OUTREACH AND OPPORTUNITIES PROGRAM

(SCOOP) REQUIREMENTS ON PROJECTS WITH

LIMITED OPPORTUNITIES

Small Contractor Outreach and Opportunities Program (SCOOP): The Water Authority’s Small Contractor Outreach and Opportunities Program is designed to maximize participation of diverse qualified small contractors, consultants and vendors seeking to do business with the Water Authority.

Due to the scope of this project, the Water Authority anticipateslimited subcontracting opportunities. The Water Authority does continue to promote opportunities for small business participation and encourages outreach to small firms should subcontracting opportunities become available on this project.

If subcontractors, suppliers, vendors, or truckers are to provide services related to this project, the Contractor must complete the following form: Schedule A-1, (Designation of Subcontractors, Vendors and Services Providers). Mark “N/A” or “None” if no subcontractors, vendors, suppliers, or truckers will be utilized.

BIDDERS CHECKLIST

  1. GENERAL

Bidders are advised that notwithstanding any instructions or inferences elsewhere in this Notice of Inviting Bids, only the documents shown and detailed on this sheet need be submitted with and made part of their bid. Other documents may be required to be submitted after bid time, but prior to award. Bidders are hereby advised that failure to submit the documents shown and detailed on this sheet SHALL RENDER THE BID NON-RESPONSIVE.

  1. REQUIRED DOCUMENTS FOR BID

BIDS WILL NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the bid.

Note: "Only Those Items Marked by an "X" Are Required."

Cover sheet, Notice Inviting Bids

XBid Proposal Sheet, pages 8 - 9, must be completed.

Erasures or other changes made to the Bid Proposal sheet must be initialed by individual signing the bid.

XTwo (2) identical sets of descriptive literature, brochures

and/or data must accompany the bid where specifically requested or when in support of an "or equal" offer.

Bid Bond, certified check, cashier's check, money order or

cash shall be submitted with the bid in the amount indicated.

XAll Addenda issued shall be acknowledged in the space

provided on the Bid Proposal Page (page 9) or by manually signing the Addenda sheet and submitting it prior to the bid opening.

XSpecification pages 10 through 15.

XSummary: complete and submit pages 8 through 15.

Submit duplicate copy of bid in its entirety.

BID PROPOSAL SHEET

(page 1 of 2)

The San Diego County Water Authority will evaluate the various bids and will determine which bid it deems in its best interest. The determination of which bid is in its best interest is at the sole discretion of the Water Authority, and its decision shall be final. Based on pricing, availability and compliance with the specifications, it is understood that the Water Authority reserves the right to award the bid to one or more bidders, to award the bid on an item by item basis, or any other basis deemed by the Water Authority to be in its own best interest. If applicable, substitution and/or award of one or more Bid Alternates are subject to availability of budgetary funds. In the event one or more Bid Alternates are awarded and/or substituted, said award will be based on the same determination as listed above.

CONFINED SPACE FALL ARREST SYSTEM

Item / Description / Unit Price / Quantity / Extended Price
1 / Self retracting lifeline (SRL) with rescue retrieval capability using 50 ft. steel cable. With appropriate locking snap hook for use on body harnesses / $ / 10
each / $
2 / Permanent mount lower bracket with all hardware necessary to attach to 5/8” – ¾” round structure ladder rungs / $ / 400 each / $
3 / Portable upper mast w/ mounting base for SRL / $ / 12
each / $
Subtotal / $
Tax (7.75%) / $

Total Cost

/ $
Total Cost Specified In Words:
______
Note: Total cost shall include freight and any other applicable charges. Vendor shall not
include any other charges other than those specified above.

If the Supplier is duly authorized to collect California sales/use tax, payment as indicated on the Bid Proposal Sheet shall be made directly to the Supplier upon receipt and acceptance of the Bid item(s) that are subject to the tax.

If the Supplier is not duly authorized to collect California sales/use tax, the Water Authority shall pay the California sales/use tax as indicated on the Bid Proposal Sheet directly to the State of California and deduct the amount listed from the Purchase Order by change order.

BID PROPOSAL SHEET

(page 2 of 2)

Supplier's Name and Address:

Taxpayer identification number:______

Delivery Date from Receipt of Purchase Order:

Telephone Number:

Facsimile Number:______

The undersigned hereby agrees to and accepts the terms and conditions of the Notice Inviting Bids (pages 1 through 6), including the Bid Proposal Sheet (page 8 and 9), the Specifications (pages 10 through 15) and the Purchase Order.

Signed by:

Printed Name:

Title:

ADDENDA

During the Bid process there may be changes to the Bid documents, which would require an issuance of an addendum or addenda. The Water Authority disclaims any and all liability for loss, or damage to any Bidder who does not receive any addendum issued by the Water Authority in connection with this project. Any Bidder in submitting a Bid is deemed to waive any and all claims and demands Bidder may have against the Water Authority on account of the failure of delivery of any such addendum to Bidder. Any and all addenda issued by the Water Authority shall be deemed included in this project, and the provisions and instructions therein contained shall be incorporated to any Bid submitted by Bidder.

Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in the Bid:

Addendum number(s) received:0;1; 2; 3; 4; 5; 6; 7;

CONFINED SPACE FALL ARREST SYSTEM EQUIPMENT

At a minimum, the confined space fall arrest system equipment shall include the following:

  • Self retracting lifeline (SRL) with rescue retrieval capability using 50 ft. galvanized steel cable. With appropriate locking snap hook for use on body harnesses. (DBI / Sala #3403420 or equal)
  • Permanent mount lower bracket with all hardware necessary to attach to 5/8” – 3/4” round structure ladder rungs. (DBI / SALA #6116027or equal)
  • Portable upper mast w/ mounting base for SRL. (DBI / SALA #6116038 or equal)

System shall be configured to allow a tool free assembly for the insertion of the portable upper mast with mounting base for the SRL. The SRL shall be configured to allow tool free mounting to the portable upper mast. Components may be held in place by tethered detent pins. All components provided shall be considered in part or whole as part of a personal fall arrest rescue system with strict adherence to all governing OSHA and ANSI requirements.

A.Self Retracting Lifeline (SRL)

The SRL specified shall be of the personal fall arrest type when used in the non-retrieval mode for use in confined space work where the combination of worker mobility and fall protection is required. The SRL shall incorporate a retrieval feature to be used for emergency rescue (raising or lowering) of personnel within the capacity range stated below. In the retrieval mode the SRL may be used for raising and lowering of materials within the stated capacity range. The SRL shall be sealed in such a manner to prevent entrance of containments that would interfere with the intended purpose.

The SRL shall be fully compatible with all components provided.

Normal operation shall allow the full length of the lifeline to extend and retract without hesitation when extending and slack minimized when retracting when work is performed at normal speed. The speed sensitive brake system shall activate arresting the fall to absorb energy created. For falls that occur near the end of the lifeline travel, a reserve lifeline system shall be incorporated to assure a reduced impact fall arrest.

All Connectors (hooks, carabineers, D-rings) must be compatible and shall meet OSHA requirements capable of supporting 5,000 lbs minimum. The use of a non-locking snap hook as part of this personal fall arrest system and positioning device is prohibited.

The following requirements are minimum SEALED SRL specifications:

State “Per SDCWA Spec.” or

Descriptionstate Dealer spec. if different

Working range includes a 2 ft. Emergency Reserve______

Maximum Arresting Force: in accordance with ANSI and OSHA

(value in pounds)______

Load Capacity: 75-310 lbs.______

Average Locking Speed, All Models: 4.5 ft./second______

Safety Factor at Rated Load: 10:1______

SRL meets industry standards including ANSI, OSHA requirements______

Sealed Housing______

Housing: Cast Aluminum ______

Housing Cover: Stainless Steel______

Anchorage Handle: Stainless Steel______

Fasteners: Stainless Steel strength______

Main Shaft: Stainless Steel______

Locking Pawls: Stainless Steel ______

Ratchet Center: Carbon Steel ______

Motor Spring: Carbon Spring Steel______

Finish Paint: Polyester baked finish ______

Connecting Hook: Forged Alloy Steel strength______

Swivel Assembly: Stainless Steel______

Cable Guide: Nylon with Stainless Steel Guide ______

Cable Bumper: Urethane______

Lifeline (Galvanized): 3/16" dia., 7x19 aircraft wire rope

4,200 lbs. minimum tensile______

Weight with 50ft. cable shall not exceed 30 lbs.______

B.LADDER MOUNTING SYSTEMS

This product is part of a personal fall arrest rescue system and shall be designed for use by persons with a combined weight (person, clothing, tools, etc.) of not less than 300 lbs for personal fall arrest systems (PFAS) and 350 lbs. for work positioning and personnel riding systems. All components provided shall be considered in part or whole for personal fall arrest rescue systems with strict adherence to all governing OSHA and ANSI requirements.

System shall provide removable anchorage for SRL devices on fixed structure ladders providing an overhead anchorage point in confined work environments. Consisting of galvanized upper mast with quick-mount mounting bracket to attach the SRL device, head-mount pulleys with a minimum of 6” from centerline of mast to root lifeline of mechanical device and secondary anchorage point. The fixed bottom bracket shall be provided with a minimum of three galvanized bolted clamps for 5/8” – 3/4” round ladder rungs to allow installation flexibility for ladder rung spacing and on front or back side of fixed ladders.

C.Following are minimum PORTABLE UPPER MAST specifications:

State “Per SDCWA Spec.” or

Descriptionstate Dealer spec. if different

Head-mount pulleys to root lifeline______

Minimum of 6” extension for head-mount pulleys from centerline of mast______

Provision for connection of a back-up personal fall arrest system______

Used in conjunction with bottom bracket______

Quick Mount Base For SRL______

Material: Carbon Steel______

Finish: Galvanized______

State Size: L x W x H When Fitted to Bottom Bracket______

Weight: Shall not exceed 50 lbs.______

Capacity: not less than 300 lbs. (one person) for fall arrest applications,

350 lbs. (one person) for personnel riding or work positioning applications______

Strength: 5,000 lbs.______

D.Following are minimum FIXED BOTTOM BRACKET specifications:

State “Per SDCWA Spec.” or

Descriptionstate Dealer spec. if different

Three Bolted Clamps For 5/8” – 3/4” Round Ladder Rungs ______

Material: Carbon Steel ______

Finish: Galvanized______

State Size: LxWxH -______

Weight: Not to exceed 25 lbs.______

Capacity: not less than 300 lbs. (one person) for fall arrest applications,

350 lbs. (one person) for personnel riding or work positioning applications______

Strength: 5,000 lbs.______

SPECIFICATION FOR PRODUCT SUBSTITUTION

PART 1 - GENERAL

1.01DESCRIPTION

A. This section describes the procedural requirements for requests for material

and equipment substitutions.

1.02SUBSTITUTION

A. The Contract, if awarded, will be on the basis of materials and equipment described in the Contract Documents without the consideration of possible substitute or "or equal" items. Whenever it is indicated in the Contract Documents that a substitute or "or equal" item of material or equipment may be furnished or used by the Vendor if acceptable to the Water Authority, application for such acceptance will not be considered by the Water Authority until after the execution of the Contract.

B.The use of approved substitutes or "or equals" shall in no way relieve the Vendor from compliance with the Contract Documents. The Vendor shall bear all extra cost resulting from providing or using approved substitutes.

C.The listing of any manufacturer or supplier in the Contract Documents does not, and is not intended to, grant any right, title, or interest in the Contract for the benefit of the named manufacturer or supplier.

D. Where a material or equipment item is specified by two or more manufacturer or supplier names, the Vendor may provide either one of the materials or equipment so specified, providing that all requirements of the Contract Documents are met. Only one brand, kind, or make of material or equipment shall be used or installed throughout the work, notwithstanding that material or equipment from two or more manufacturers may be specified for the same purpose.

  1. For convenience in designation in the specifications, equipment, or materials to be incorporated on the work may be designated under a trade name or the name of a manufacturer and his catalog information. The use of alternative equipment or material which is of equal quality and of the required characteristics for the purpose intended will be permitted, subject to the following:

1.The burden of proof as to the comparative quality and suitability of alternative equipment or materials shall be upon the Vendor and he shall furnish, at his own expense, three copies of complete description, information, and performance data, showing the equality of the materials or equipment offered to those specified, and such other necessary or related information as may be required by the Water Authority. Where appropriate, at Vendor's expense, independent testing or evaluation at qualified test facilities, including destructive testing, may be required as a condition of acceptance.

2.The Water Authority will be the sole judge as to the comparative quality and suitability of the alternative equipment or materials, and his decision shall be final.

F.The Vendor's application of the substitution request shall contain the following statements and/or information which shall be considered by the Water Authority in evaluating the proposed substitution:

1.The evaluation and acceptance of the proposed substitute will not prejudice the Vendor's achievement of substantial completion on time.

2.Whether or not acceptance of the substitute for use in the work will require a change in any of the Contract Documents to adopt the design to the proposed substitute.

3.All variations of the proposed substitute from that specified will be identified.

4.Available maintenance, repair, and replacement service will be indicated.

5.Itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including cost of redesign and claims of other Vendors affected by the resulting change.

G.The Water Authority may require the Vendor to furnish a special performance guarantee or other surety with respect to any substitute.

H. The Vendor shall have 90 days after the date of receipt of the Notice to Proceed for submission of any and all "or equal" items.

I.If substitute materials or equipment are installed without the Water Authority’s

approval, remove the unauthorized materials and equipment and replace with items required by the Contract Documents at no additional cost to the Water Authority.

END OF SECTION

Page 1 of 10