invitation to bid for modular building systems...

23
MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE PAGE IUSD BID PACKAGE NO. 16/17 – 010 00 0101 - 1 INVITATION TO BID FOR MODULAR BUILDING SYSTEMS IUSD BID NO: 16/17 – 010 Issue Date: October 28, 2016

Upload: others

Post on 11-Oct-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

MODULAR BUILDING SYSTEMS 9.14.2016

INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE PAGE

IUSD BID PACKAGE NO. 16/17 – 010 00 0101 - 1

INVITATION TO BID

FOR

MODULAR BUILDING SYSTEMS

IUSD BID NO: 16/17 – 010

Issue Date: October 28, 2016

Page 2: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

MODULAR BUILDING SYSTEMS 9.14.2016

INGLEWOOD UNIFIED SCHOOL DISTRICT TABLE OF CONTENTS

IUSD BID PACKAGE NO. 16/17 – 010 00 0110 - 1

SECTION 00 0110

TABLE OF CONTENTS

DIVISION 00

00 0110 Table of Contents

00 1116 Invitation to Bid

00 2113 Instructions to Bidders

00 4163 Bid Form – Purchase Contract

00 4513 Bidder’s Qualifications

00 4519 Non-Collusion Affidavit

00 5263 Purchase Order Terms and Conditions

00 5425 Cooperative Purchasing / Other Agency Clause

TECHNICAL SPECIFICATIONS

DIVISION 13

13 1250 Modular Building Systems

END OF SECTION

Page 3: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

MODULAR BUILDING SYSTEMS 9.14.2016

INGLEWOOD UNIFIED SCHOOL DISTRICT INVITATION TO BID

IUSD BID PACKAGE NO. 16/17 – 010 00 0116 - 1

SECTION 00 0116

INVITATION TO BID

IUSD BID NO. 16/17 – 010

INGLEWOOD UNIFIED SCHOOL DISTRICT AS OWNER

NOTICE IS HEREBY GIVEN that the Inglewood Unified School District (IUSD) sometimes

referred to herein as the “District" is seeking sealed bids from qualified Manufacturers for

Modular Building Systems. IUSD Bid No. 16/17 – 010.

DESCRIPTION OF WORK: Provide Modular Building Systems for classrooms and other

educational uses. These building structures should comply with sustainability concepts as

defined in the Collaborative for High Performance Schools (CHPS), and/or Leadership in Energy

and Environmental Design (LEED). Buildings must be energy efficient, use sustainable

materials, provide adequate natural day lighting, and be acoustically sensitive with a roof

structure designed to accommodate photovoltaic solar panels.

BID DOCUMENTS: Bidders may obtain the documents necessary to submit a bid (“Bid

Documents”) from: www.myiusd.net.

PLACE FOR SUBMITTING BIDS: Bids must be submitted at the following location (“Place for

Submitting Bids"):

Inglewood Unified School District

401 S. Inglewood Avenue

Inglewood, CA 90301

T: 310-419-2700

F: 310-680-4809

BID DEADLINE: Bids must be received at the “Place for Submitting Bids" no later than

Thursday, November 17, 2016, at 2 P.M.

REQUIRED BID SECURITY: N/A

MANUFACTURER QUALIFICATION: Minimum five (5) years' experience in business

manufacturing adaptable metal building structures and a current and valid California Business

License.

AWARD OF CONTRACT: The award of the Contract will be based on the following method of

determining the lowest bid: low bid determined by base bid, (no alternates requested). The

District anticipates award of this bid on December 14, 2016.

END OF SECTION

Page 4: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

MODULAR BUILDING SYSTEMS 9.14.2016

INGLEWOOD UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS

IUSD BID PACKAGE NO. 16/17 – 010 00 2113 - 1

SECTION 00 2113

INSTRUCTIONS TO BIDDERS

Caution: Read these Instructions to Bidders and other Bid Documents carefully. Do not assume

that the documents are the same as similar documents you previously may have obtained from the

District. Capitalized Terms used, but not defined, in these Instructions to Bidders shall have the

meanings ascribed to such terms in other sections of the Bid Documents.

1. District Waiver of Bid Irregularities. The District, in accordance with applicable law, may waive any

minor irregularity of informality in any bid or in the bidding process.

2. District Rejection of Irregular Bids. The District will reject as non-responsive to the Notice Inviting

Bids any bids containing irregularities that are not minor irregularities, including, by way of example and

not as a limitation, any bid that is materially incomplete and any bid that includes any additions or

conditional or alternate bids not permitted pursuant to the Bid Documents. In addition, the District may

reject as non- responsive any bid in which component bid amounts are obviously unbalanced or

inconsistent. The District may, but is not required to, seek information from any bidder that that may

resolve an ambiguity in the bidder’s bid.

3. District Rejection of Non-Responsive Bids. If a bid fails to confirm to requirements set forth in the

Notice Inviting Bids, these Instructions to Bidders, or any of the other Bid Documents including, without

limitation, if the District reasonably determines that the bid is unintelligible, internally inconsistent, or

otherwise ambiguous, the District may reject the bid as not responsive. The District may, but is not

required to, seek information from any bidder that may resolve an ambiguity in the bidder’s bid.

4. Bid Protests. Any bidder that has duly submitted a bid for the Work may protest the process used to

seek bids for the Work, another bid for the Work and/or the intended award of the Contract for the Work

only by filing a written protest with the District in accordance with the procedures set forth in this

Section. The District will not accept or consider any oral Bid Protest (e.g. by telephone) or any Bid

Protest sent via electronic transmission (e.g. email). In order for a Bid Protest to be valid and considered

by the District, the Bid Protest:

(i) Must be received by the District not later than 4:00 P.M. on the fifth business day

following the opening of bids;

(ii) Must clearly identify the bidder that is filing the Bid Protest, together with the name,

address and telephone number of the person representing the bidder for purposes of the

Bid Protest;

(iii) Must clearly identify the specific bid, bidding process, or other matter that is the subject

of the Bid Protest;

(iv) Must clearly identify the specific provision of all documents relevant to the Bid Protest;

(v) Must clearly identify and describe in detail the specific basis or (bases) for the Bid

Protest and all facts relevant thereto;

(vi) Must clearly identify and describe in detail all arguments in support of the Bid Protest,

including, without limitation, citations to applicable statutory requirements; and

Page 5: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

MODULAR BUILDING SYSTEMS 9.14.2016

INGLEWOOD UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS

IUSD BID PACKAGE NO. 16/17 – 010 00 2113 - 2

(vii) Must be submitted with all documents the bidder desires to submit that is relevant to and

support the basis or bases underlying the Bid Protests.

If a Bid Protest does not comply with each and all of the foregoing requirements, provided that a bidder

will be deemed to have submitted all documentation that it desires in accordance with clause (vii) of the

foregoing, the District will reject the Bid Protest as invalid.

Upon receipt of a valid Bid Protest, the District and/or its legal counsel will review the Bid Protest and all

relevant information and documents and will provide a written response to the protesting bidder setting

forth a recommendation for District Board action in response to the Bid Protest. A bidder may at any time

withdraw its Bid Protest. In response to a Bid Protest that a bidder has not withdrawn, the District Board

may decline to award the Contract, may award the Contract to a bidder other than as previously intended,

or may award the Contract to a bidder as previously intended despite the Bid Protest. Such action by the

District Board shall be a condition precedent to the filing of any claim or demand and to the initiation of

any action, legal or equitable, or other proceeding arising from the matter(s) protested.

Compliance with the foregoing Bid Protest requirements is mandatory. Each bidder that desires to

protest must file its own Bid Protest in accordance with the foregoing requirements, and no bidder

may rely on a Bid Protest by another bidder as means of satisfying such requirements. Compliance

with the foregoing requirements is the sole and exclusive means of protesting a bid, the bidding

process and/or the intended award of the Contract, and failure to so comply shall be deemed and

construed as a waiver of any and all rights the bidder may have to pursue a claim, demand or

action arising from any such matter.

END OF SECTION

Page 6: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

Inglewood Unified School District

Business Services

MODULAR BUILDING SYSTEMS 9.14.2016

INGLEWOOD UNIFIED SCHOOL DISTRICT BID FORM

IUSD BID PACKAGE NO. 16/17 – 010 00 4163 - 1

SECTION 004163

BID FORM

Project Name: Modular Building Systems Date:

Bidder: Bid No.: 16/17 – 010

Description Unit Unit Cost

24’ x 40’ classroom at grade, 40 psf live load Each

24’ x 40’ classroom at grade, 100 psf live load Each

24’ x 40’ classroom at second floor, 40 psf live load interior

with 6’ wide cantilevered exterior exit balcony cross-sloped at

¼” / ft. maximum and with 1 ½” dia. Painted pipe rail guardrail

at exterior side

Each

24’ x 40’ classroom at second floor, 100 psf live load

interior with 6’ wide cantilevered concrete exterior exit balcony

cross-sloped at ¼” / ft. maximum and with 1 ½” dia. Painted

pipe rail guardrail at exterior side

Each

Exterior exit stair, 6’-0” wide concrete exterior exit balcony with

landings cross-sloped at ¼” / ft. maximum and with 1 ½” dia.

Painted pipe rail guardrails and handrails at all exterior sides and

painted pipe rail guard at underside of stair where head clearance

is 80” or less to finish grade at bottom of stair

Each

Add Fire Sprinkler system, per 960 sf classroom module Each

Add windows as directed SF

Add overhangs as directed (maximum 4’-0” deep) SF

Provide alternate cost for carpet tile – Interface “Via Colores”,

color as selected by Architect

SF

Provide alternate cost for tack-able wall surface – MBI Products,

Colorsonix 1”, 6-7# (1800F-ZIN), color as selected by Architect

SF

Provide alternate cost for anti-graffiti paint/sealer SF

Provide alternate cost for HardiePanel Vertical Siding (smooth)

with factory painted finish

SF

Provide alternate cost for additional duplex receptacle outlet Each

Pricing shall be as bid until the end of 2017, and shall escalate per construction industry inflation

rate as determined by Means Construction Cost Index for a period of 3 years to the end of 2020.

Page 7: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

MODULAR BUILDING SYSTEMS 9.14.2016INGLEWOOD UNIFIED SCHOOL DISTRICT BIDDER’s QUALIFICATIONSIUSD BID PACKAGE NO. 16/17 – 010 00 4513 - 1

SECTION 00 4513

BIDDER’S QUALIFICATIONS

The District expressly reserves the right to reject the bid of any bidder who, upon investigation, has been

determined to fail to complete similar projects in a timely fashion or in a satisfactory manner. Such

rejection would, if applicable, be based upon the principle that the bidder is "non-responsible" and does

not demonstrate the attribute of trustworthiness, as well as quality, fitness, capacity, and experience to

satisfactorily perform the District's Project.

In performing the above-described responsibility determination, the District reserves the right to utilize,

and bidder agrees to provide the District with all possible sources of information in assisting District to

make its determination including, but not limited to: inquiries to regulatory state boards and agencies;

Dun and Bradstreet credit reports; bidder's most recent financial statements (unaudited or audited, as

requested by District); inquires to companies and public entities for which the bidder has previously

performed work; reference checks; and examination of all public records.

The bidder must also demonstrate experience with three (3) public works construction or three (3) public

school construction projects and must demonstrate experience on similarly-sized public works projects.

This knowledge and ability shall be demonstrated by providing the names, current phone numbers,

addresses, point(s) of contact, dates of work, project cost, and the scope of work for at least three (3)

public entities or three (3) public school districts that the bidder completed within the past three (3) years

("References"). The bidder's References information must demonstrate that the scope of work previously

performed is similar to the scope of work for the District's Project. For the purposes of bidder's

References, a "similarly-sized" construction project shall be one that is within at least 25% of the bidder's

proposed bid on the District's Project.

The above-listed References must be provided on the District's required bidding form entitled "Bidder

References."

FAILURE TO FURNISH THE REFERENCES AND OTHER INFORMATION AS REQUESTED (IN

THE COMPLETE FORMAT REQUIRED) MAY CAUSE YOUR BID TO BE REJECTED AS NON-

RESPONSIVE. The references required by Paragraph 3 should be listed in the following format (facts are

example only).

Worked for X Y Z Unified School District

Phone # (222) 123-4567

999 Holly Drive, L.A., CA 92000

Contact: J.Q. Jones at above #

Renovated Payne Elementary in 2014 for $1.3 million.

Page 8: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

MODULAR BUILDING SYSTEMS 9.14.2016INGLEWOOD UNIFIED SCHOOL DISTRICT BIDDER’s QUALIFICATIONSIUSD BID PACKAGE NO. 16/17 – 010 00 4513 - 2

BIDDER’S REFERENCES

Reference #1

District or Entity:

Phone No.:

Address:

Name of Contact:

Scope of Work and Dollar ($) Amount:

Reference #2

District or Entity:

Phone No.:

Address:

Name of Contact:

Scope of Work and Dollar ($) Amount:

Reference #3

District or Entity:

Phone No.:

Address:

Name of Contact:

Scope of Work and Dollar ($) Amount:

Reference #4

District or Entity:

Phone No.:

Address:

Name of Contact:

Scope of Work and Dollar ($) Amount:

Reference #5

District or Entity:

Phone No.:

Address:

Name of Contact:

Scope of Work and Dollar ($) Amount:

Page 9: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

MODULAR BUILDING SYSTEMS 9.14.2016

INGLEWOOD UNIFIED SCHOOL DISTRICT NON-COLLUSION AFFIDAVIT

IUSD BID PACKAGE NO. 16/17 – 010 00 4519 - 1

SECTION 00 4519

NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND

SUBMITTED WITH BID

Project/Bid Package(s): Modular Building Systems

Contractor:

The undersigned hereby declares:

I am the________________________________ [TITLE/POSITION]

of_______________________________________________________ [CONTRACTOR

NAME], the party making the foregoing bid.

The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,

company, association, organization, or corporation. The bid is genuine and not collusive or sham.

The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or

sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with

any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in

any manner, directly or indirectly, sought by agreement, communication, or conference with

anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or

cost element of the bid price, or of that of any other bidder. All statements contained in the bid

are true. The bidder has not, directly or indirectly, submitted his or her bid price or any

breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to

any corporation, partnership, company association, organization, bid depository, or to any

member or agent thereof to effectuate a collusive or sham bid, and has not paid, and will not pay,

any person or entity for such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation, partnership,

joint venture, limited liability company, limited liability partnership, or any other entity, hereby

represents that he or she has full power to execute, and does execute, this declaration on behalf

of the bidder.

I declare under penalty of perjury under the laws of the State of California that the foregoing is

true and correct and that this declaration is executed on_____________________________

[DATE], at [CITY], [STATE].

Representative Name:

Representative Signature:

Date:

Page 10: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

Inglewood Unified School DistrictBusiness Services

1

SECTION 00 5263

PURCHASE ORDER TERMS AND CONDITIONS 1. Definitions. A) “Bid” means the Contractor’s offer made in response to a solicitation to perform a contract to supply goods or perform services at a specified price.B) “Bidder” means a supplier who submits a Bid to the District in response to a solicitation.C) “Contract” means Contractor’s Bid; drawings or specifications, if any; these bid/purchase order terms and conditions together with the terms appearing on the reverse side hereof; and any other documents identified therein or herein as incorporated by reference and inclusive of any subsequently issued addenda and/or amendments.D) “Contractor” means the business entity designated on the face of this purchase order that is supplying Deliverables to the District. Contractor shall be synonymous with “supplier”, “vendor”, or other similar term.E) “Deliverables” means the tangible and/or intangible personal property, product, service, software, information technology, telecommunications technology, and other items to be delivered pursuant to this purchase order including any such items furnished incident to the provision of services.F) “District” means the Inglewood Unified School District. 2. Assignment; Subcontracting. The Contractor may not assign this Contract in whole or in part, and/or monies due Contractor, without the prior written consent of the District and surety, if any. Subject to the foregoing, this Contract shall be binding upon the parties and their respective successors and assigns. All subcontractors must be approved in advance by the District. Upon the District’s written request, Contractor shall terminate any subcontractor. 3. Audit. The District shall have the right to examine and audit Contractor’s records related to this Contract. Contractor and its subcontractors shall maintain and preserve all such records for a period of at least three (3) years after final payment to Contractor or after final Contract closeout, as determined by the District. 4. Award of Contract. The Bidder’s Bid or quotation is deemed a firm offer; issuance of this document as a purchase order evidences the District’s acceptance of that offer. If an award is made on a bid, the contract will be awarded according to the authority granted by the Board of Education of the Inglewood Unified School District (“Board”) pursuant to California law.

Page 11: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

Inglewood Unified School DistrictBusiness Services

2

5. Acceptance/Rejection of Bids. The District may award a contract on an individual item or combination of items, whichever is in the best interest of the District. A bidder may specify that the District’s acceptance of one item shall be contingent upon the District’s acceptance of one or more additional items submitted in the same Bid. Bids shall remain open and valid for 120 days after bid opening date unless otherwise stipulated and may be accepted without further written notice by the District. The Bidder may withdraw its Bid at any time before the Bid opening. 6. District Name May Not Be Used. The name and/or logo of the District or any school of the District may not be used in any advertisements or communications which may convey the impression that the District authorizes the solicitation and/or that there may be some connection or endorsement between the District and the Contractor. 7. Fingerprinting. The Contractor and its subcontractors shall fully comply with the provisions of Education Code Section 45125.1 when Contractor and/or it subcontractors will have more than limited contact with District pupils. 8. Governing Law. This Contract shall be governed by and construed in accordance with the laws of the state of California, without regard to conflicts of laws. 9. Indemnification. Contractor agrees to indemnify and hold harmless the District, the Board, and their employees, agents, volunteers, affiliates, officers and directors from, and defend each of them against, any injury to person or property, claims, suits, liabilities or expenses (including reasonable attorneys' fees and costs) resulting from or connected with Contractor’s performance hereunder, breach of its representations, warranties or obligations hereunder, or Contractor’s failure to comply with any applicable law, or regulation. 10. Independent Contractor. Contractor shall perform its obligations under this Contract as an independent contractor of the District. Nothing herein shall be deemed to constitute Contractor and the District as partners, joint venturers, or principal and agent. Contractor has no authority to represent the District.

Page 12: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

Inglewood Unified School DistrictBusiness Services

3

Contractor shall not at any time or manner represent that it or any of its subcontractors or agents are in any manner agents or employees of the District. 11. Independence of Bid. Unless Bidder is furnishing a joint bid, by submitting this Bid, Bidder swears under penalty of perjury that it did not conspire with any other supplier to set prices in violation of antitrust laws. 12. Insurance. Upon the District’s request, Contractor shall provide, and require its subcontractors to maintain, insurance policy/policies and limits of coverage acceptable to the District to protect against claims that may arise from this Contract. 13. Joint Bids. A joint bid submitted by two or more bidders participating jointly in one bid may be submitted, and each participating bidder must sign the joint bid. If the contractor is comprised of more than one legal entity, each entity shall be jointly and severably liable under this contract. In addition, the joint contractors must designate, in writing, one individual having authority to represent them all in matters relating to the contract. The District assumes no responsibility or obligation for the division of orders or purchases among joint contractors. 14. License. Upon payment in full for software, Contractor grants the District a perpetual, non-exclusive, worldwide, irrevocable, fully paid right and license, to install and use the software on all computing devices used by or for the benefit of the District. This license is subject to the limitation on the maximum number of end users or other scope limitations listed on the facing page and, if none are listed, this license shall be deemed to be enterprise-wide and the software may be used by all District end users without any maximum number of users. The license shall extend to permit contractors working for the District to use the software in the performance of their duties for the District. 15. Non-Discrimination. Contractor shall comply with all laws prohibiting discrimination in employment and shall include this nondiscrimination requirement in all subcontracts to perform work under the Contract.

Page 13: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

Inglewood Unified School DistrictBusiness Services

4

16. Order of Precedence. This Contract constitutes the entire agreement between the parties and supersedes any prior or contemporaneous written or oral understanding or agreement and any contrary provisions on packing slips, invoices, or other documents submitted by the Contractor. Any conflict or inconsistency among the components of this Contract shall be resolved by giving precedence in the following order: (1) these Contract Terms and Conditions; (2) all other attachments incorporated into the Contract by reference; (3) Contractor’s Bid. No term or condition of this Contract may be terminated, modified, rescinded, or waived except by a writing signed by both parties. No modification or waiver of this Contract shall be deemed effected by Contractor’s acknowledgment, confirmation or other documentation containing other or different terms. Should any such document from Contractor contain additional or different terms than this Contract, those terms shall be considered proposals by Contractor which are hereby rejected. 17. Packaging, Delivery and Acceptance. A) Packaging. Items shall be packaged to protect them from damage during transit. Packing slips must include the District Purchase Order number, contents, quantity, and description. Material Safety Data Sheets shall be included when applicable.B) Delivery. Contractor shall be responsible for delivery on a free-on-board (FOB) Destination basis and shall incur all costs associated with the delivery unless otherwise specified in this Contract. All deliveries shall be set on the District’s dock and/or pallets or as otherwise prescribed by the District. All Deliverables are subject to acceptance by District. District will notify Contractor in writing of any defect or nonconformity and Contractor will repair or replace such defective or nonconforming goods or, at the District’s option, refund the purchase price to District.C) Acceptance. If items are not properly packaged or identified, or if items are determined by the District to be defective or non-conforming, deliveries or any part thereof may be rejected, and all costs (return and re-delivery) shall be at the Contractor’s expense. All goods to be delivered hereunder may be subject to final inspection, test and acceptance by the District at destination, notwithstanding any payment or inspection at source. The District shall give written notice of the rejection of goods delivered or services performed hereunder within a reasonable time after receipt of such goods or performance of such services. Such notice of rejection will state the respects in which the goods do not substantially conform to their specifications. Acceptance shall not be construed to waive any warranty rights the District may have at law or by express reservation in this Contract with respect to conformity. Title to and risk of loss of Deliverables shall vest in the District upon acceptance. 18. Performance Guarantee. A performance guarantee may be required on award of annual contracts which exceed $100,000.

Page 14: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

Inglewood Unified School DistrictBusiness Services

5

19. Samples. Samples of items may be required by the District for inspection and specification testing and must be furnished free of expense to the District. The samples furnished must be identical in all respects to the items bid and/or specified in the Contract. Samples must be plainly marked with the name of Bidder, bid number, and date of bid opening. Samples may be retained for comparison with deliveries and if not destroyed by tests, may, upon request at the time the sample is furnished, be returned at Contractor’s expense. Bidder/Contractor assumes all risk of loss of or damage to samples. 20. Severability. If any provision or part of this Contract shall be declared illegal, void, or unenforceable, such term or provision shall be deemed stricken and the remaining provisions shall continue in full force and effect to the extent permitted by law. 21. Substitutions. Product substitutions require the prior, express written authorization from an authorized District representative. 22. Tax. The District shall pay only California sales tax and use tax and/or Los Angeles County sales and use tax, as applicable. Contractor shall separately list all applicable taxes on the invoice. The District is exempt from payment of Federal Excise Tax. Contractor shall cooperate with the District in all matters related to taxation and the collection of taxes. The District may, at its option, self-accrue tax and remit same to the state of California pursuant to the District’s permit with the state of California. 23. Termination. I. The District may, by written notice to the Contractor, terminate this Contract in whole or in part at any time, for the District’s convenience or Contractor's default. Upon receipt of such notice, the Contractor shall:

(a) immediately discontinue all services affected (unless the notice directs otherwise) and,

(b) deliver to the District all material and information as may have been involved in the provision of services, whether provided by the District or generated by the Contractor in the performance of this contract, whether completed or in process. Termination of this contract shall be as of the date of receipt of the Contractor of such notice.

II. If the termination is for the convenience of the District, Contractor shall submit a final invoice within sixty (60) days of termination and upon approval by the District, the District shall

Page 15: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

Inglewood Unified School DistrictBusiness Services

6

pay the Contractor the sums earned for the Products/Services actually provided/performed prior to the effective date of termination and other costs reasonably incurred by the Contractor to implement the termination (if any).

III. The Contractor shall not be entitled to anticipatory or consequential damages as a result of any termination under this Article. Payment to the Contractor in accordance with this Article shall constitute the Contractor’s exclusive remedy for any termination hereunder. The rights and remedies of the District provided in this Article are in addition to any other rights and remedies provided by law or under this Contract. 24. Title. Title to and risk of loss of Deliverables shall pass to and vest in the District upon final acceptance by the District. 25. Warranty. A) Contractor warrants that all Deliverables furnished hereunder will be free from defects in design, material, and workmanship, and will conform to applicable specifications, drawings, samples, and descriptions. All warranties shall be in addition to any warranties available under law and any standard Contractor warranty.B) At the time of delivery, no software shall contain any virus, "Trojan horse," timer, counter or other limiting design, instruction, or routine that would erase data or programming or cause the software or any hardware or computer system to become inoperable or otherwise incapable of being used in the full manner for which it was designed and created.C) No Deliverable shall violate or infringe upon the rights of any third party, including, without limitation, any patent, copyright, trademark, trade secret, or other proprietary rights of any kind. There is no action, suit, proceeding, or material claim or investigation pending or threatened against Contractor, that, if adversely determined, might affect any Deliverable or restrict the District's right to use any Deliverable. Contractor knows of no basis for any such action, suit, claim, investigation, or proceeding.D) Contractor warrants it has full title to the Deliverables and has the right to grant the District the rights and licenses contemplated herein without the requirement for consent of any third party. 26. Data Privacy. If Contractor is an operator of an Internet website, online service, online application, or mobile application, Contractor shall comply with the requirements of California Business and Professions Code sections 22580 through 22585 (notwithstanding statute operative dates), and District policy as follows:

a) Contractor shall not (i) knowingly engage in targeted advertising on the Contractor’s site, service or application to District students or their parents or legal guardians; (ii) use a student’s personally identifiable information (“PII”) or other non-public information (e.g., metadata) to

Page 16: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

Inglewood Unified School DistrictBusiness Services

7

amass a profile about a District student; (iii) sell information, including PII; or (iv) disclose PII without the District’s written permission.

b) Contractor will store and process District Data in accordance with commercial best practices, including appropriate administrative, physical, and technical safeguards, to secure such data from unauthorized access, disclosure, alteration, and use. Such measures will be no less protective than those used to secure Contractor’s own data of a similar type, and in no event less than reasonable in view of the type and nature of the data involved. Without limiting the foregoing, Contractor warrants that all electronic District Data will be encrypted in transmission using SSL [(Secure Sockets Layer) [or insert other encrypting mechanism] (including via web interface) [and stored at no less than 128-bit level encryption].

c) Contractor shall delete a student’s covered information upon request of the District.

Page 17: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

MODULAR BUILDING SYSTEMS 9.14.2016

INGLEWOOD UNIFIED SCHOOL DISTRICT COOPERATIVE PURCHASING/ OTHER AGENCY CLAUSE

IUSD BID PACKAGE NO. 16/17 – 010 00 5425 - 1

SECTION 00 5425

COOPERATIVE PURCHASING/ OTHER AGENCY CLAUSE

For the term of the Contract and any mutually agreed extension pursuant to this request for bids,

and at the option of the successful bidder, the Inglewood Unified School District specifies that

other public school districts, community college districts or other public agencies in the State of

California may purchase, lease-purchase or rent the identical item(s) at the same or lower price

and upon the same terms and conditions (hereinafter referred to as “Piggyback”) pursuant to Public

Contract Code sections 20118 and 20652. Unless incidental to the lease or purchase, labor for

installation is specifically excluded from the Piggyback bid.

The Inglewood Unified School District waives its right to require such other public entities to draw

their warrants in favor of the Inglewood Unified School District and authorizes each district/

agency to make payment to the successful bidder.

Proper Name of Bidder

_____________________________

Signature

By: __________________________

Page 18: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

INGLEWOOD UNIFIED SCHOOL DISTRICT 9.14.2016MODULAR BUILDING SYSTEMS 131250 - 1IUSD BID PACKAGE NO. 16/17 – 010

SECTION 131250

MODULAR BUILDING SYSTEMS

PART 1 - GENERAL

1.1 SUMMARY

A. Modular Building Systems with Division of the State Architect (DSA) pre-check (PC) approval, installed on site.

1.2 SECTION REQUIREMENTS

A. Submittals: Product Data, Samples, PC Approved drawings, specifications and calculations.

B. Code Requirements: 2013 California Building Code with all new sections and amendments.

C. Coordination of Cast-in Anchorages and Utility Connections: Provide coordination drawings and directions for installation.

D. Warranty: Provide a 1-year warranty on all structural components, interior and exterior finishes and electrical and mechanical systems. Warranty to commence upon formal notice of completion and DSA certification of building card.

E. Manufacturer Qualifications:

1. Minimum of 100 modules and 5 years’ experience.2. Manufacturer has available plans approved by DSA (PC approved) for single 960 sf

classroom building and multiple classroom configurations up to 8 classrooms, both single and two story versions.

F. Minimum Uniformly Distributed Live Load: Based on occupancy per California Building Code (40 PSF – 100 PSF).

PART 2 - PRODUCTS

2.1 MODULAR BUILDINGS

A. Modular Buildings of steel framing, or structures repurposed from shipping containers, shall include a continuous overhang along the front; minimum 4’ deep for first floor installations of single story buildings and the width of the exterior exit balcony for above-grade applications.

1. Modules may be 12’ x 40’ (2 per 960 sf classroom), 8’ x 40’ (3 per 960 sf classroom) or 10’ x 32’ (3 per 960 sf classroom).

Page 19: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

INGLEWOOD UNIFIED SCHOOL DISTRICT 9.14.2016MODULAR BUILDING SYSTEMS 131250 - 2IUSD BID PACKAGE NO. 16/17 – 010

2. Provide alternate cost for overhangs at all window locations for sun shading.

3. 3. STC Ratings:a. Exterior walls, interior walls, roof and floor assemblies: STC 45b. Windows: STC 32c. Exterior Doors: STC 29

2.2 SYSTEM DESCRIPTION

A. Include the following:

1. Base Structure Types:

a. Reclaimed ISO Intermodal/Shipping Containers: In compliance with International Convention of Safe Containers (CSC). Structural components including shear walls, columns, and beams comprised of Corten “A” weathering steel. Comply with Division of State Architect (DSA) IR 16-10 Cargo Container Conversion to Modular School Buildings.

b. Rigid Clear Span: Solid-member, structural-framing system without interior columns; steel or wood stud infill. Comply with Division of State Architect (DSA) IR 16-1.13 Design and Construction Requirements for Relocatable Buildings.

c. Structure shall be capable of having door and window openings at any location around the perimeter of the building, or with no side walls where abutting other modules.

2. Roof System: Roof system of each module to have PVC 80 mil membrane rated by CRRC www.coolroofs.org with 30 year warranty. Roof components include minimum R-30 (adjust R-Value/Insulation for climate Zone to meet or exceed Title 24) sloping to scuppers and overflows. Insulation value achieved with application of a 4-1/2” rigid tapered insulation and 1/4" DensDeck Prime for Class “A” fire rating; UL 580 Class 90 compliant. Modules installed adjacent to one another to be sealed with a PVC strip and capped with galvanized sheet metal. Include painted galvanized sheet metal downspouts and gutters site-installed and securely attached to the module per SMACNA "Architectural Sheet Metal Manual" requirements.

3. Floor System: Minimum 1 ½” thick lightweight concrete over metal deck over metal joists. Metal joists to be factory sealed with bitumen sealant. Floor to include R-19 minimum (adjust R-value/insulation for climate zone to meet or exceed Title 24). Flooring to be noraplan www.nora.com valua resilient rubber flooring, 1/8” thick, or approved equal.

a. Provide alternate cost for carpet tile.

4. Interior Ceiling:

a. Reclaimed ISO Intermodal/Shipping Containers: The original corrugated ISO 16 gauge factory sealed and painted Corten “A” steel ceilings finished with a 4-coat

Page 20: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

INGLEWOOD UNIFIED SCHOOL DISTRICT 9.14.2016MODULAR BUILDING SYSTEMS 131250 - 3IUSD BID PACKAGE NO. 16/17 – 010

paint system including: 1st coat epoxy primer, 2nd coat epoxy paint, 3rd coat no-VOC primer, 4th coat no-VOC color finish as a washable surface.

b. Rigid Clear Span: Painted underside of roof sheathing, framing, and utilities with Armstrong “cloud” type ceiling and curved perimeter condition, covering 75% of ceiling area.

c. Minimum Clear Ceiling Height: 9’-0” (nominal)

5. Interior Wall Construction: Interior walls to be framed with minimum 20 gauge steel studs and 5/8” abuse-resistant gypsum board finished with 3-coat paint system including: no-VOC primer, and two-coats of no-VOC finish integral color paint. Trim at module connections (walls, ceilings) to be durable clear anodized aluminum.

a. Provide alternate cost for tack-able wall surface.

6. Exterior Wall Construction:

a. Reclaimed ISO Intermodal/Shipping Containers: Painted Corten “A” weather-resistant steel. Exterior finish paint system includes: 1st coat of epoxy zinc enriched primer, 2nd coat of epoxy primer, 3rd coat of acrylic paint (original reclaimed ISO finish). After treatment and modifications are complete finish the exterior walls with a 4th coat of a water based low-VOC primer and a 5th coat of acrylic low-VOC color coat finish. The interior of all exterior walls to include minimum R-19 (adjust R-value/insulation for climate zone to meet or exceed Title 24) achieved with foam, batt, and board insulation. Frame walls with minimum 20 gauge zinc-coated (galvanized) steel studs with a painted plywood finish.

1) Provide alternate cost for anti-graffiti paint/sealer.2) Provide alternate cost for HardiePanel Vertical Siding (smooth) with factory

painted finish.

b. Rigid Clear Span: Manufacturer's standard wood wall panels over weather barrier, sheathing, metal or wood studs and minimum R-19 insulation (adjust R-Value/Insulation for climate Zone to meet or exceed Title 24) with 5/8” painted plywood siding on water-resistant barrier.

1) Provide alternate cost for anti-graffiti paint/sealer.2) Provide alternate cost for HardiePanel Vertical Siding (smooth) with factory

painted finish on water-resistant barrier on 5/8” DensGlass sheathing.

7. Doors, Frames, and Hardware:

a. Exterior Doors: 1-3/4” steel doors. Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 2 (Seamless), 16 gauge zinc-coated (galvanized) steel sheet faces. R-value minimum 12.3 deg F x h x sf/btu per ASTM C 1363. ANSI/SDI A250.6 16 gauge hardware reinforcement plates.

b. Exterior Frames: ANSI A250.8; conceal fastenings. 16 gauge zinc-coated (galvanized) steel sheet, mitered or coped and continuous welded corners. ANSI/SDI A250.6 16 gauge hardware reinforcement plates. 16 gauge frame anchors.

Page 21: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

INGLEWOOD UNIFIED SCHOOL DISTRICT 9.14.2016MODULAR BUILDING SYSTEMS 131250 - 4IUSD BID PACKAGE NO. 16/17 – 010

c. Hardware: BHMA A156.13, Series 1000, Grade 1 for mortise locks and latches. Exit devices listed and labeled in compliance with NFPA 80. Provide trim on exit devices matching locksets. Key locks to Owner’s master-key system. Cylinders with six-pin tumblers and removable cores. Regular-arm, parallel-arm, or top-jamb-mounted closers as necessary, installed on interior side of door opening. Continuous hinges. Hardware finish to be satin chrome plated.

d. Provide 1 door per 960 sf classroom unit in base price.

8. Window System: Windows to be dual glazed low-e clear tempered glass with clear anodized aluminum frames. U=0.5 max. SHGC=0.5 min. Provide minimum 85 sf window area in base price.

9. Mechanical/HVAC System: Ductless split heat pump system with energy ratings from SEER 14.5 to SEER 16.7. System to be approved for climate zone to meet or exceed Title 24. Standard system to include a minimum of one exterior condenser/compressor unit and a minimum of one interior ceiling mounted air handler for air distribution. Air handlers and condenser/compressor to have interior unit decibel levels below 40. Include separate air intake and exhaust for fresh air, tempered by room air and exhaust dampered air for neutral air balance.

10. Electrical System: Modules to include a 100 amp or 200 amp sub panel (based on specific electrical design load) with excess capacity for future expansion (typical classroom energy draw to be under 100 amps). Light fixtures to be LED surface / recessed fixtures with occupancy sensors per DSA requirements. Provide a minimum of four duplex receptacles per interior wall Outlets to be prewired prior to delivery. Modules to be fabricated with conduits from the electrical panel to the roof for ease of future solar installation and integration. Provide conduit to (i) POC, (ii) grounding location and (iii) mounting location for one wireless access point per 960 sf classroom unit.

a. Provide alternate cost for additional outlets.

11. Fire Alarm System: Provide factory-installed fire alarm back boxes (strobes/horns/pulls, etc.) and conduit/pull string to POC for connection to Campus Fire Alarm system of appropriate size for on-site installation of new fire alarm system or to integrate with the existing campus alarm system

12. Fire Sprinkler System: Provide design and installation of fire sprinklers for modules including interior distribution, recessed sprinkler heads, and fire risers so modules can be relocated and integrated into existing fire service. Include fire alarm boxes (strobes, horns, and conduit) for installation on-site of new fire alarm system or to integrate with the existing campus alarm system.

a. Provide alternate cost for fire sprinkler system per 960 sf classroom unit.

Page 22: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

INGLEWOOD UNIFIED SCHOOL DISTRICT 9.14.2016MODULAR BUILDING SYSTEMS 131250 - 5IUSD BID PACKAGE NO. 16/17 – 010

PART 3 - EXECUTION

3.1 DELIVERY AND HANDLING

A. Protect modular buildings during transit and installation on-site. Remove protection at completion of installation. Correct defects.

3.2 EXAMINATION

A. Examine areas and foundations, with erector present, for compliance with requirements for installation tolerances, modular building clearances, and other conditions affecting installation of the Work.

B. Before erection proceeds, survey elevations and locations of concrete- and masonry-bearing surfaces and locations of utility sleeves, anchor rods, bearing plates, and other embedments to receive modular buildings, with erector present, for compliance with requirements and modular building system tolerances.

1. Engage land surveyor to perform surveying.

C. Prepare written report listing conditions detrimental to performance of the Work.

D. Proceed with erection only after unsatisfactory conditions have been corrected.

3.3 INSTALLATION

A. Install modular buildings according to manufacturer's written instructions, including clearances with other construction. Set modular buildings accurately in position, level, plumb, aligned, and braced securely until permanent anchors are set.

B. Install gutters and downspouts per SMACNA "Architectural Sheet Metal Manual" requirements. Provide for thermal expansion; conceal fasteners where possible, and set units true to line and level. Install work with laps and seams that will be permanently watertight.

3.4 ADJUSTING

A. Adjust doors, operable windows, and hardware to operate smoothly, easily, properly, and without binding. Confirm that locks engage accurately and securely without forcing or binding.

B. Lubricate hardware and other moving parts.

C. After completing installation, inspect exposed finishes and repair damaged finishes.

3.5 PRICES

A. 24’ x 40’ classroom at grade, 40 psf live load: $ ____________ / unit.

Page 23: INVITATION TO BID FOR MODULAR BUILDING SYSTEMS ...measuregg.myiusd.net/wp-content/uploads/2016/11/Bid-No...MODULAR BUILDING SYSTEMS 9.14.2016 INGLEWOOD UNIFIED SCHOOL DISTRICT TITLE

INGLEWOOD UNIFIED SCHOOL DISTRICT 9.14.2016MODULAR BUILDING SYSTEMS 131250 - 6IUSD BID PACKAGE NO. 16/17 – 010

B. 24’ x 40’ classroom at grade, 100 psf live load : $ ____________ / unit.

C. 24’ x 40’ classroom at second floor, 40 psf live load interior with 6’ wide cantilevered exterior exit balcony cross-sloped at ¼” / ft. maximum and with 1 ½” dia. Painted pipe rail guardrail at exterior side: $____________ / unit.

D. 24’ x 40’ classroom at second floor, 100 psf live load interior with 6’ wide cantilevered concrete exterior exit balcony cross-sloped at ¼” / ft. maximum and with 1 ½” dia. Painted pipe rail guardrail at exterior side: $ ____________ / unit.

E. Exterior exit stair, 6’-0” wide concrete exterior exit balcony with landings cross-sloped at ¼” / ft. maximum and with 1 ½” dia. Painted pipe rail guardrails and handrails at all exterior sides and painted pipe rail guard at underside of stair where head clearance is 80” or less to finish grade at bottom of stair: $____________ / unit.

F. Add Fire Sprinkler system, per 960 sf classroom module: $ ____________ / unit.

G. Add windows as directed: $____________ / sf.

H. Add overhangs as directed (maximum 4’-0” deep): $____________ / sf.

I. Provide alternate cost for carpet tile – Interface “Via Colores”, color as selected by Architect:

$ ____________.

J. Provide alternate cost for tack-able wall surface – MBI Products, Colorsonix 1”, 6-7# (1800F-ZIN), color as selected by Architect: $____________ / sf.

K. Provide alternate cost for anti-graffiti paint/sealer: $ ____________ / sf.

L. Provide alternate cost for HardiePanel Vertical Siding (smooth) with factory painted finish ____________.

M. Provide alternate cost for additional duplex receptacle outlet: $____________ / each.

3.6 Pricing shall be as bid till the end of 2016, and shall escalate per construction industry inflation rate as determined by Means Cost Index for a period of 3 years to the end of 2019.

END OF SECTION 131250