DISTRICT BUSINESS OFFICE - PURCHASING

33 Gough Street, San Francisco, CA 94103

Phone: 415-487-2413 Fax: 415-241-2326

Kathy Hennig, Purchasing Manager

REQUEST FOR PROPOSAL RFP# 093

Sports Timing/pool equipment, as below. Seeking 8 lane touch pad system, with scoreboard, starting system, timer, pace clock, computer console and associated software. Inside delivery and installation required. Must ship within 4 weeks ARO.

Bid Deadline: December 19, 2007, 12:00 PT

System Details:

System to include, as a minimum:

Timing system: Sports timer, hardware and software. Timer: System 6 (CTS) Sports Time or equivalent. Hardware: multi-sport console, swimming and diving software, backlit full-color LCD display, floppy/CD drive for upgrades, unlimited race storage, mouse and keyboard port, back-up battery system, and built-in start input. Software: swimming and diving software, stored lap and splits, display of lap and cumulative splits to matrix displays, 12 lane competitive timing, back-up timing (software), unlimited “meet” memory, relay judging software, and direct scoreboard use. Must include water polo software overlay and pace clock software overlay compatible with the System 6.

Touchpads: System: 8-lane, including cable harness for all panes, one push-button per lane, vacuum pump andtouchpad meter. Actual pads to be Gutterhung Aquagrip touchpads (78” X 22”), quantity of 9, with a caddy, and 9 brackets. Gutter diagram to be supplied upon order.

Start System: 1 Champion series start system with microphone, volume control on mic. Input(s), external connections for additional strobe lights, LED battery indicator, Ac/DC power capabilities and external 360 degree strobe. Prefer table top and tripod options. Include accessories: tripod for start system, 25’ jumper cable, 40 watt speaker with cables, and speaker mounting kit.

Scoreboard: Four-line red LED readout scoreboard. Include: 10-in. min. LED lights, galvanized steel channel mounting hardware, data cables. Scoreboard to be enclosed, white, with CCSF logo and vendor ID. Functions: display lane, place and time for lanes 1-8.

Pace clock: Pro/water polo shot clock. Specifications: 4-digit pace clock, 10” red digits, high intensity LED indoor/outdoor, gray powder coat finish, “splash-proof” protective lens, internal rechargeable battery, internal horn, with feet and handle. Functions: pace clock, cumulative split and lap split display, lap counter, lap split with turn speed, relay exchanges, start reaction, hand turn speed, break out speed, break out speed with start reaction, time display for repetitive sets, single lane timer, mid-race timing, water polo shot clock and water polo game clock.

Water polo horn

Include installation and on-site training. 120 V circuits to be provided.

Delivery is to a San Francisco address. Please indicate if you are a local or woman-owned business.

Freight, inside delivery and installation: what are the total charges? ______

Cost for rush delivery to 50 Phelan Avenue, 94112 (please quote separately): ______

Please indicate availability of these items: ______

F.O.B. : ______(F.O.B. Destination is preferred.)

Total cost, excluding taxes: ______Terms? ______

Signature of Authorized Vendor Representative: ______

Title: ______Date: ______

Firm: ______Address/ Phone:______

Return via fax or mail to the above address. City College is not responsible for mail delays or fax malfunction. All bid deadlines are firm. If your firm is a small/local/minority/woman/local business, please indicate (must be certified). Thank you for your interest in City College.

If you are submitting an equivalent item, all specifications must be met or exceeded. Include descriptive literature/specifications with response. The City College of San Francisco reserves the right to reject any or all proposals or parts thereof and to award the contract to the bidder or bidders, whose responses are most advantageous to City College of San Francisco. City College of San Francisco will be the sole judge in making the determination. Advantages for equipment standardization may be considered as part of the bid evaluation. City College of San Francisco reserves the sole right to determine acceptability of bids.

Documents Accompanying Bid. A complete bid package would include the following: (a) CCSF Bid Quote Form; (b) Non-Collusion Affidavit; (c) Drug-Free Workplace Certification; and (d) complete specifications if proposing alternative products. All items are to be provided no later than the bid deadline. The Bidder acknowledges that if this Bid and the foregoing documents are not fully in compliance with applicable requirements set forth in the request for bids, the instructions for bidders and in each of the foregoing documents, the Bid may be rejected as non-responsive.


ATTACHMENT A

NON-COLLUSION AFFIDAVIT

STATE OF CALIFORNIA

COUNTY OF ______

I, ______, being first duly sworn, deposes and says that I am

(Typed or Printed Name)

the ______of ______, the party submitting

(Title) (Bidder Name)

the foregoing Bid Proposal (“the Bidder”). In connection with the foregoing Bid Proposal, the undersigned declares, states and certifies that:

1. The Bid Proposal is not made in the interest of or on behalf of, any undisclosed person, partnership, company, association, organization or corporation.

2. The Bid Proposal is genuine and not collusive or sham.

3. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in sham bid, or to retain from bidding.

4. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to fix any overhead, profit or cost element of the bid price or that of any other bidder, or to secure any advantage against the public body awarding the contract or of anyone interested in the proposed contract.

5. All statements contained in the Bid Proposal and related documents are true.

6. The bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

Executed this ______day of ______, 20___at______

(City. County and State)

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

______

Signature (Address)

______

Name Printed or Typed (City, County and State)

(______) ______

(Area Code and Telephone Number)


ATTACHMENT B

DRUG-FREE WORKPLACE CERTIFICATION

I, ______, am the ______of (Print Name) (Title)

. I declare, state and certify to all of the following:

(Contractor Name)

I am aware of the provisions and requirements of California Government Code §§8350 et seq., the Drug Free Workplace Act of 1990.

I am authorized to certify, and do certify, on behalf of Contractor that a drug free workplace will be provided by Contractor by doing all of the following:

Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited in Contractor's workplace and specifying actions which will be taken against employees for violation of the prohibition;

Establishing a drug-free awareness program to inform employees about all of the following:

(i) The dangers of drug abuse in the workplace;

(ii) Contractor's policy of maintaining a drug-free workplace;

(iii) The availability of drug counseling, rehabilitation and employee-assistance programs; and

(iv) The penalties that may be imposed upon employees for drug abuse violations;

Requiring that each employee engaged in the performance of the Contract be given a copy of the statement required by subdivision (A), above, and that as a condition of employment by Contractor in connection with the Work of the Contract, the employee agrees to abide by the terms of the statement.

Contractor agrees to fulfill and discharge all of Contractor's obligations under the terms and requirements of California Government Code §8355 by, inter alia, publishing a statement notifying employees concerning: (a) the prohibition of any controlled substance in the workplace, (b) establishing a drug-free awareness program, and (c) requiring that each employee engaged in the performance of the Work of the Contract be given a copy of the statement required by California Government Code §8355(a) and requiring that the employee agree to abide by the terms of that statement.

Contractor and I understand that if the District determines that Contractor has either: (a) made a false certification herein, or (b) violated this certification by failing to carry out and to implement the requirements of California Government Code §§8355, the Contract awarded herein is subject to termination, suspension of payments, or both. Contractor and I further understand that, should Contractor violate the terms of the Drug-Free Workplace Act of 1990, Contractor may be subject to debarment in accordance with the provisions of California Government Code §§8350, et seq.

Contractor and I acknowledge that Contractor and I are aware of the provisions of California Government Code §§8350, et seq. and hereby certify that Contractor and I will adhere to, fulfill, satisfy and discharge all provisions of and obligations under the Drug-Free Workplace Act of 1990.

I declare under penalty of perjury under the laws of the State of California that all of the foregoing is true and correct.

Executed at this____day of ______, 20____.

(City and State)

______(Signature) ______(Printed Name)


ATTACHMENT C

Insurance: Vendors must have Workman’s Compensation, Automotive liability and General Liability, min $1,000,000 per occurrence, in effect if delivering/installing these products at City College. Proof of coverage is due upon bid award, no exceptions. Insurance requirements: (1) Name as Additional Insured the SFCCD, its Officers, Agents, and Employees (2) That such policies are primary insurance to any other insurance available to the Additional Insureds, with respect to any claims arising out of this Agreement, and that insurance applies separately to each insured against whom claim is made or suit is brought. (3) All policies shall provide thirty (30) days’ advance written notice to District of cancellation mailed to the following:

Mr. Peter Goldstein

Vice Chancellor of Finance & Administration

33 Gough Street

San Francisco, CA 94103

l Page 2