Loading...
HomeMy WebLinkAboutA8847 (E) - So Cal Land Maintenance IncF. Endorsement Language for Insurance Certificates Example A: SHOULD ANY OF THE ABOVE -REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT FAILURE TO MAIL SUCH NGTIGE SHALL IMPOSE NQ OBLIGATION OR LIABILITY OF KIND UPON THE INSURER, OR REPRESENTATIVES. *The broker/agent can include a qualifier stating "10 days notice for nonpayment of premium. " "IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED (S), BUT ONLY AS RESPECTS THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO." Example B: --.----...._.._.___....__._....__...._._.._._._._............... ___...-----.--...__...___..._...__......_._...._._.._.-................_._.._._...._...................._.......... _ ... .......... _.._....... _....... G. Alternative Programs/Self- Insurance. Under certain circumstances, the City may accept risk financing mechanisms such as Risk Retention Groups, Risk Purchasing Groups, off -shore carriers, captive insurance programs and self- insurance programs as verification of insurance coverage. These programs are subject to separate approval once the City has reviewed the relevant audited financial statements and made a determination that the program provides sufficient coverage to meet the City's requirements. THIS SPACE INTENTIONALLY LEFT BLANK A INVITATION FOR BID IFB 21-04 ROADSIDE AND TRANSIENT MAINTENANCE RE -BID BID DUE DATE: TUESDAY, MARCH 30, 2021 — 3:00 P.M. TABLE OF CONTENTS: THIS INVITATION FOR BID CONSISTS OF THE FOLLOWING: PAGE TABLEOF CONTENTS............................................................................................................. 1 NOTICEINVITING BIDS........................................................................................................... 2 BIDDER'S CHECK LIST............................................................................................................ 3 TERMSAND CONDITIONS....................................................................................................4-8 SPECIFICATIONS................................................................................................................9-26 ATTACHMENT "A" PAGE 27 MUST BE SIGNED..................................................................... 27 ATTACHMENT "B" CONFLICT OF INTEREST & NON-DISCRIMINATION CERTIFICATION PAGE 28 MUST BE SIGNED..........................................................................................28 ATTACHMENT "C" PUBLIC INTEGRITY DISCLOSURE FORM PAGE 32 MUST BE SIGNED.....................................................................................29-33 BID PROPOSAL PAGE, PAGE 35 MUST BE SIGNED .............................................. ......... 34-35 EXHIBIT °A" — REFERENCES................................................................................................. 36 EXHIBIT "B" —AFFIDAVIT OF NON -COLLUSION, PAGE 37 MUST BE NOTARIZED.............37 BIDDERS GENERAL INFORMATION.................................................................................38-39 BIDBOND FORM...................................................................................................................40 WORKERS COMPENSATION CERTIFICATE........................................................................41 SUMMARY OF INSURANCE ............................ ................................................................. 42-44 SAMPLE CONTRACT AGREEMENT..................................................................................45-68 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF OR THE FAILURE TO OPEN A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. STREET ADDRESS: City of Palm Springs Procurement & Contracting 3200 E. TahgL � Canyon Way Palm Springs, CA 92262 NOTICE INVITING BIDS IFB 21-04 RE -BID TO PROVIDE ROADSIDE AND TRANSIENT MAINTENANCE BID DUE DATE: TUESDAY, MARCH 30, 2021 — 3:00 P.M. NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified contractors to: Roadside and Transient Maintenance Provide roadside maintenance cleanup and removal of transient camps throughout the City, retrieval of abandoned shopping carts, removal of items and debris dumped within the City limits, and maintain seven (7) assigned street routes located within the City of Palm Springs by policing and litter pick-up to include the removal of paper, glass, trash, vegetation, and other accumulated debris from City streets, storm drains and right-of-ways. Bids will be received until TUESDAY, March 30, 2021 at 3:00 P.M., local time at the Office of Procurement and Contracting, 3200 Tahquitz Canyon Way, Palm Springs, California, 92262, at which time they will be publicly opened and read in the Procurement and Contracting Office. No Bid will be considered unless it is made on a bid form furnished by the City. Bids must be submitted in sealed envelopes and either hand delivered or mailed to the address above. Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the amount Bid (maximum award value). Such guaranty shall be forfeited should the Bidder to whom the Work is awarded fail to furnish the required proof of insurance and enter into a Purchase Order Contract with the City within the period of time provided by the IFB's requirements The City of Palm Springs reserves the right to reject any or all bids and to waive any informality or technical defect in a bid. The receiving time in the Procurement and Contracting Office will be the governing time for acceptability of Bids. Telegraphic and telephonic Bids will not be accepted. It is the responsibility of the Bidder to see that any Bid sent through the mail, or by any other delivery method, shall have sufficient time to be received by the Procurement and Contracting Office prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. Availability of Documents: Bid Documents and Specifications may be obtained from the Procurement Office by calling (760) 322-8374 or via the Internet at the following address: http://www.palmspringsca.gov click on "Government", "Departments" and go to "Procurement", "Open Bids". NOTE: If you downloaded this bid via the internet at the address above, contact Leigh Gileno, Procurement & Contracting Manager — Acting, via email at Leigh.Gileno@palmspringsca.gov to be placed on the bidders list for this specific project and provide your company name, contact person, contact email address, office address, office phone and alternate phone (mobile). Failure to be placed on the bidders list as stated above may result in not receiving addenda to the IFB. *Note — Being placed on the vendor list for this specific rp oject is a separate process and not the same as registering online in our general vendor database. Leigh Gileno Procurement & Contracting Manager, Acting 83 INVITATION FOR BIDS RE -BID (IFB 21-04) BIDDER'S CHECK LIST 11 .[. 10► a vy_: GENERAL: Bidders are advised that notwithstanding any instructions or inferences elsewhere in this Invitation for Bid, 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 MAY RENDER THE BID NON -RESPONSIVE. II REQUIRED DOCUMENTS FOR BID: Bids MAY 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. X Attachment "A" Signature Authorization Page, Page 27 must be signed. X Attachment "B" Conflict of Interest & Non -Discrimination Certification, Page 28 must be signed. X Attachment "C" Public Integrity Disclosure Applicant Disclosure Form, Page 32 must be signed. X Bid Proposal page 35, must be manually signed. X Erasures or other changes made to the Bid Proposal Pages must be initialed by the person signing the Bid. X References form, page 36, must be completed. X Affidavit of Non -collusion by Contractor form, page 37, must be manually signed and countersigned by a Notary Public. X All Addenda issued shall be acknowledged in the space provided on Attachment "A", page 27. Failure to acknowledge all Addenda may render your Bid non -responsive. X Deviations from Specifications: It is understood that the product offered by the Bidder will meet all requirements of the Specifications in this Invitation for Bids, unless deviations there from are clearly indicated in an attachment headed "Deviations from Specifications" submitted and signed by the Bidder's authorized representative. In order for the Bid to be considered, an explanation must be made for each item in which a deviation is indicated, giving in detail the extent of, and reason for, the deviation. The City shall determine if a deviation is acceptable or not. X Bidder shall submit with their bid full descriptive data, including product specifications, general drawings (if applicable), brochures, and any other information on the material proposed in this Invitation and as requested in the detailed Specifications. CITY OF PALM SPRINGS IFB 21-04 ROADSIDE AND TRANSIENT MAINTENANCE RE -BID 1. Bids must be submitted on Bid forms supplied by the Procurement and Contracting Office in a sealed envelope showing on the outside the name of the Bidder, Bid title, Bid number, time and date of opening. 2. Bids submitted may be withdrawn by written request received before the hour set for the opening. After that time, Bids may not be withdrawn by the Bidder for a period of ninety (90) days and at no time after award of Bid. 3. The City of Palm Springs reserves the right to award to the lowest responsive responsible bidder or to reject all bids, as it may best serve the interests of the City. Furthermore, the City reserves the right to reject the Bid of any Bidder who previously failed to perform properly, or complete on time, agreements of a similar nature, or to reject the Bid of a Bidder who is not in a position to perform such an agreement satisfactorily. 4. The City reserves the right to reject any or all Bids and to waive any informality or technical defect in a Bid, as it may best serve the interests of the City. The City also reserves the right to make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work and the Bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any Bid if the evidence submitted by or investigation of such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations in the bid documents and to complete the Work contemplated therein. 5. The decision of the Palm Springs City Council, or their designee if applicable, will be final. It is anticipated that City Council, or designee if applicable, will award the bid at their regularly scheduled meeting following the closing date for receipt of bids. 6. Bidder's signed bid and written acceptance by the City (purchase order) shall constitute an agreement. 7. Submission of a signed Bid will be interpreted to mean that Bidder has hereby agreed to all the terms and conditions set forth in all of the pages which make up this Invitation For Bid. 8. The price quoted by the Bidder in his/her bid shall include any and all applicable sales or use tax levied by the California Revenue and Taxation Code, and shall be exclusive of Federal Excise Taxes pursuant to the exemption of political subdivisions in the "Revenue Act of 1935" or any other acts of Congress. 9. Bidders may submit2ny ONE (1) bid in response to this IFB. You many NOT submit multiple bids. 10. When discrepancies occur between unit prices and extended amounts the unit prices shall govern. 11. Bidder will be required to file an Affidavit of Non -Collusion with their Bid. This shall be signed and sworn before a Notary Public. 12. QUESTIONS: Bidders, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this IFB other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a Bid. No questions shall be answered via an addendum until after the walk through. AM questions, technical or otherwise, pertaining to this Invitation for Bid must be submitted IN WRITING and directed ONLY to: Leigh Gileno — Procurement & Contracting Manager, Acting Procurement & Contracting Dept. 3200 E. Tahquitz Canyon Way, Palm Springs CA 92263 Or E-mailed to: Leigh.Gileno@palmspringsca.gov Or Faxed to: (760) 323-8238 Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the IFB. The deadline for all questions is 3:OOP.M.. Local Time. Tuesday, March 23, 2021. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. PLEASE NOTE _THAT PALM SPRINGS CITY HALL IS CLOS�VERY FRIDAY AND THEREFORE IS NOT ABLE IQ ACCEPT, TtKE OR DATE -STAMP ANY SUBMITTALS/BIDS ON FRIDAYS (OR WEEKENDS). PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING A SUBMITTAL/BID BY THE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT, 13. Notice of Award: After award of the Bid by the Palm Springs City Council if necessary, a Notice of Award letter and/or Purchase Order will be issued to the successful Bidder. The successful Bidder shall provide all Certificates of Insurance, Bonds, if required, within fourteen (14) calendar days. 14. Business License: The successful bidder will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". Awarded vendor must submit copy of City of Palm Springs Business license with their signed contract. 15. The Bidder agrees that the City has the right to make the final determination as to whether the materials has been satisfactorily delivered, installed and meets the acceptance criteria as defined in the Bid documents. 16. Performance: Time is of the essence in the performance of the work. Performance schedule may be a factor in award of bid and may be cause for resection, as determined by the City. 17. Termination for Default: The City may, by written notice of default to the vendor, terminate any resulting order in whole or in part should the vendor fail to make satisfactory progress, fail to deliver within time specified therein or fail to deliver in strict conformance to specifications and requirements set forth therein. In the event of such termination, the City reserves the right to purchase or obtain the supplies or services elsewhere, and the defaulting vendor shall be liable for the difference between the prices set forth in the terminated order and the actual cost thereof to the City. The prevailing market price shall be considered the fair repurchase price, If, after notice of hmination of this contract under the provisions of this clause, it's determined for any reason that the Contractor was not in default under the provisions of this clause, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 18. Termination for Convenience: The City may, by written notice stating the extent and effective date terminate any resulting order for convenience in whole or in part, at any time. The City shall pay the vendor as full compensation for performance until such termination the unit or pro rate price for the delivered and accepted portion, and a reasonable amount, as costs of termination, not otherwise recoverable from other sources by the vendor as approved by the City, with respect to the undelivered or unaccepted portion of the order, provided compensation hereunder shall in no event exceed the total price. In no event shall the City be liable for any loss of profits on the resulting order or portion thereof so terminated. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 19. Fiscal Year: Obligation for payment of any contract beyond the current fiscal year end is contingent upon the availability of funding from which payment can be made. No legal liability shall arise for payment beyond June 30 of the calendar year unless funds are made available for such performance. 20. Affidavit of Non -Collusion and References: Bidders are required to file an Affidavit of Non- Collusion with their Bid. This shall be signed and sworn before a Notary Public with a commission in the State of California. Bidders are also required to provide References. The forms are included in the Bid package as "Exhibits A and B". 21. Bidder Responsibility: The City of Palm Springs reserves the right to reject the Bid of any Bidder who previously failed to perform properly, or complete on time, agreements of similar nature, or to reject the Bid of a Bidder who is not in a position to perform such an agreement satisfactorily. 22. Governing Law: This contract shall be construed and interpreted according to the laws of the State of California. 23. Bid Bond: Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the amount Bid (maximum award value of lump sum total). Such guaranty shall be forfeited should the Bidder to whom the work is awarded fail to furnish the required proof of insurance, bonds and enter into a Purchase Order Contract with the City within the period of time provided by the IFB's requirements. 24. Performance Bond and Insurance: The requirements of a performance bond have been waived for this project. 25. Payment Bond: Payment/Labor and Materials Bond: The successful Bidder shall furnish within 14 calendar days after Notice of Award, a Payment/Labor and Materials Bond in the sum of twenty-five thousand dollars ($25,000.00). The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. 26. Local Preference: Pursuant to the City of Palm Springs Local Preference Ordinance 1756, the term "Local Business" is defined as a vendor, contractor, or Consultant who has a valid 87 physical business address located within the Coachella Valley, at least six months prior to bid or bid opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley" includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. In the bidding of, or letting for procurement of, supplies, materials, and equipment, as provided in Ordinance No. 1756, the City may give a preference to Local Businesses in making such purchase or awarding such contract in an amount not to exceed five (5%) percent of the Local Business' total bid price, or $15,000, whichever amount is lower. Total bid price shall include only the base bid price but also adjustments to that base bid price resulting from alternates requested in the Solicitation. In order for a Local Business to be eligible to claim the preference, the business MUST request the preference in the Solicitation response (see cost proposal pages) and provide a copy of its current business license from a jurisdiction in the Coachella Valley. 27. Payment Terms - The standard terms at the City of Palm Springs are Net 30 days. 28. It is understood that the services offered by the Bidder will meet all requirements of the specifications in this Invitation unless deviations therefrom are clearly indicated in an attachment titled "Exceptions to Specifications" submitted and signed by Bidder's authorized representative. In order for the Bid to be considered, an explanation must be made for each item in which an exception is taken, giving in detail the extent of the exception and the reason for which it is taken. The City of Palm Springs will be the sole judge as to whether any deviations or exceptions will be approved or accepted. 29. Non -Discrimination Certification: In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked Proposer refuses or fails to execute 'the Agreement, or negotiations are not successful, or the agreement is terminated, the City may, at its sole discretion, enter negotiations with and award the Contract to the second highest ranked Proposer, and so on. 30. Other Public Agency "Piggyback Clause": It is intended that any other public agency, at the mutual consent of both parties and consistent with the public agency's policies and procedures, be permitted to purchase under the terms submitted in response to this procurement. Any participating agency shall take sole responsibility for the placing of orders, arranging for delivery and or services, and making payments to the vendor, contractor, or consultant. The City of Palm Springs will not be liable or responsible for any obligations, including but not limited to financial responsibility, in connection with the participation by other public agencies. CITY OF PALM SPRINGS IFB 21-04 ROADSIDE AND TRANSIENT MAINTENANCE RE -BID PURPOSE, SCOPE OF WORK, AND SPECIAL CONDITIONS: Q. SCOPE OF WORK: Assist the City's Contract Administrator or their designee, and the Palm Springs Police Department with cleanup and removal of transient camps throughout the City, retrieval of abandoned shopping carts, removal of items and debris dumped within the City limits, and maintain seven (7) assigned street routes located within the City of Palm Springs by policing and litter pick-up to include the removal of paper, glass, trash, vegetation, and other accumulated debris from City streets, storm drains and right-of-ways. Right-of-ways is defined as begin 10 feet from the centerline of road to the road edge in both directions. All routes should be completed one times each, during each ten (10) business day work period. Perform a city-wide palm frond, tree limb and sand route when directed by the City's Contract Administrator. The City of Palm Springs, does not allow the use of Glysophates for weed abatement. All products used within city limits, must be non -toxic. During normal work hours, respond within thirty (30) minutes to telephone requests from the City's Contract Administrator or designee to remove debris or vegetation that is located in the streets or right-of-ways from events such as traffic accidents, illegal dumping, paint, diesel and oil spills, downed trees or limbs, vegetation, and rain and wind storms, transient camp cleanup (trash bedding and other personal effects) as directed by City's Contract Administrator. The Contractor must be prepared to respond to changing work assignments. (Example: being contacted to stop in the middle of a project or task and redirected to respond to a request by the Contract Administrator, or their designee, to pick up an abandoned mattress or appliance, etc., and then immediately return to the previous assignment.) Contractor shall maintain a log sheet of daily activities, hours worked and the specific locations of all work activities, which will be turned into the City's Contract Administrator (log sheet will be provided by the Contract Administrator) at the end of each work shift. All activities, tasks and duties performed shall be entered into the City's work order system by Contractor throughout the day, as tasks are completed and GIS locations provided when possible. Contractor shall provide smart phone, tablet, or similar device capable of entering, viewing, printing, processing and completing work orders. A cell phone number, for all Supervisors and Lead Workers is required, as well as full list of Contractors personnel available for emergency after-hours needs, shall be provided on a quarterly basis. Supervisor and Lead Worker must be equipped with electric devices capable of receiving work orders, photos and texts issued by the Contract Administrator. R. WORK HOURS: Regular work hours consist of 8:00 A.M. to 3:30 P.M. Sunday through Saturday, unless otherwise modified by Contract Administrator or their designee. Any hours worked other than the regularly scheduled hours are considered "emergency call -out" hours, and will be scheduled only at the direction of the Contract Administrator. Contractor has the right to modify the regular work hours/days upon 30 days written notice and approval by the Contract Administrator; however, regular work hours will not exceed 8 0111 hours per day or 40 hours per week, per employee. Emergency call -out hours may be necessary in the case of downed trees, storm debris in right -or -ways, or any condition endangering the safety of the public. The Contractor must respond to an emergency call -out within one (1) hour. Hours worked on an emergency basis will be logged on a City provided 'Emergency over time' form, and will be attached on the Contractor's invoice as "emergency call -out hours". Contractor shall make Lead Workers available for a weekly meeting with City Contract Administrator and/or designee. Supervisor and/or Area Manager for Contractor shall be available for quarterly meetings with City Contractor Administrator and/or designee. Except in the case of an emergency call -out, there will be no work scheduled on days that the City is closed for holidays: New Year's Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Day after Thanksgiving, Christmas Eve, and Christmas Day. S. PERSONNEL: Roadside Maintenance Crews shall consist of a minimum of a two -person crew with personnel capable of lifting up to 100 lbs. in weight each. Supervisor's and Lead Workers must be able to understand, read, and write English, possess an appropriate valid California Driver's License, and copies of valid California state driver's licenses shall be provided to the City Contract Administrator annually. Any new employees that are tasked with driving as part of their duties, must provide proof of a valid California state driver's license within 48 hours of their first scheduled shift. One of the crewmembers will be designated as a 'Lead Worker' for each shift and will be the primary point of contact to receive and implement instructions. To provide for continuity, rotation of individuals assigned to this program must be held to a minimum. All employees must have a working knowledge of how to use the equipment listed below. T. MINIMUM EQUIPMENT NEEDED: Contractors are expected to own and include in pricing all hand tools, hand trucks, "Hudson style" compression sprayers, boom trucks, bobcats, trucks, and any other equipment necessary to provide the services required by this scope of work. The City will not pay additional equipment fees or rentals. All vehicles must be Heavy Duty four-wheel drive vehicles equipped with flashing arrow signs (FAS), and caution beacons. A hauling bed or pull trailer with a capacity no less than 14 feet long, six feet wide, with side boards at least five feet high is required. Anticipated mileage is in excess of 2,000 miles per month per vehicle. Small hand tools including but not limited to: loppers, clippers, hand saws, chainsaws, rakes, brooms, shovels, pitch forks, weed -eaters, hoes, wheel barrows and all employee safety and personal protective equipment, are to be provided by Contractor at all times. Leaf blowers must be battery powered. The City of Palm Springs has banned all gas powered leaf blowers and violators will be fined. Contractor is responsible for all traffic control and must meet CalTrans standards and practices. Each vehicle shall carry adequate traffic control devices such as cones, roadwork signs on barricades and delineators to perform assigned tasks. A minimum of 25 cones with reflective sleeves, 2 Road Work Ahead signs (36" x 36") on barricades and 2 Lane Closed Ahead (36" x 36") signs on barricades are required for each truck. Reflective roll up signs that are 48" x 48" with stands are acceptable. Minimal required Personal Protective Equipment needed, but not limited too: Class 2 Safety Vests, puncture proof disposable gloves, leather work gloves, reinforced work boots, safety glasses/goggles, face shields, dust masks, face coverings, headwear for sun protection, rain gear and appropriate hearing protection. Contractor shall provide documentation for all employee attended safety meetings and bi-annual IMSA CAL -TRANS standard `Work Zone Temporary Traffic Control' certifications for Lead Workers and Supervisors. U. WASTE DISPOSAL: The City will be responsible for disposal of waste material collected by the Contractor and no fee should be included in the bid for dump fees. The Contractor will be responsible for sorting of material into the proper bins provided at the City Corporate Yard, located at 425 North Civic Drive, Palm Springs. Contractor shall be provided 2 City issued access badges to access the Corporate Yard. Any lost or damaged badges must be reported immediately to City Contractor Administrator and may result in a $15.00 per badge replacement fee. Should the Contractor fail to dump the collected materials into the proper bins, Contractor will be responsible for payment of dump fees for the contaminated bin and repeat offenses could result in the Contractor becoming responsible for their own disposal arrangements, or termination of the Contract. V. STORAGE FACILITIES: The City shall not provide any storage facilities for the Contractor. The City's Corporate Yard located at 425 N. Civic Drive is a secure facility, and shall not be used by the Contractor. The Contractor shall be responsible for obtaining an appropriate administrative office, storage yard, and secure parking lot for its equipment and vehicles. The location of its facility shall be within the City of Palm Springs, subject to the approval of the City. W. PARKING: 1) During the Contractor's daily operations and completion of the Work, the Contractor shall park their vehicles and equipment within designated public parking areas or work zones, in accordance with local and state laws, maintaining clear travel lanes for vehicular traffic. Overnight parking of the Contractor's vehicles and equipment shall be located within the Contractor's own secured storage facility, and not within any City facilities or public parking lots. 2) The Contractor's vehicles and equipment shall not be parked or set in such a manner that they block pedestrian access or vehicular right-of-way except as required to comply with all safety standards of OSHA or CAL -OSHA. X. VEHICLES: The Contractor's vehicles used in performance of the services required hereunder shall be maintained in first class condition. Upon commencement of the services, the Contractor shall furnish and apply an appropriate logo on all vehicles to be used within the City identifying the Contractor's company name. The logo shall be prepared by the Contractor and submitted to the City for approval prior to use. IM mil Roadside Maintenance Routes suet Route 1 From To Palm Canyon Or Vista Chino Gene Autry Trail Gateway Dr Highway 111 Rosa Parks Rd Rose Parks Rd Indian Canyon Or Gateway Or Tramview Rd Indian Canyon Or West End Route 2 Vista Chino Gene Autry Trail Whitewater Wash El Mirador Ave Caballeros Sunrise Way Tachevah Or Ave Caballeros Sunrise Way Amado Rd Calle El Segundo Sunrise Way Baristo Rd El Cielo Rd Farrell Or Route 3 Ramon Rd Crossley Rd El Clelo Rd Ramon Rd Ramon Rd Mesquite Ave San Luis Rey Sunny Dunes Rd Camino Parocella Indian Springs Rio Blanco Public Rd Vella Rd, (west side) Route 4 S. Palm Canyon Or Belardo Rd Sunny Dunes Rd Alejo Rd Mesquite Ave Bogert Trail LaVeme Way La Mirada Ramon Rd Escoba Rd & Bike path El Cielo (ind. medians) San Luis Rey (so. Side) Vella Rd Mesquite Ave Gene Autry Trail San Luis Rey Crossley Rd Indian Springs Sunny Dunes Rd Sunny Dunes Rd E. Palm Canyon Or Alejo Rd S.Palm Canyon Or PS Interntnl. Airport S. Palm Canyon Or S. Palm Canyon Or Camino Real (S. side) 93 Belardo Rd Avenue 34 Sunny Dunes Rd San Luis Rey Ramon Bridge City Limit Ramon Rd Crossley Rd Gene Autry Trail Rio Blanco San Luis Rey Camino Parocella Mesquite Ave South End Sunny Dunes Rd Belardo Rd Vine Rd West End Andreas Hills Calle Palo Fierro ,fs k�' -e Street From TO Route 5 Farrell Dr Tamarisk Rd Vista Chino Sunrise Way North End Vista China Ave Caballeros Alejo Rd Saturnino Rd Ave Caballeros Racquet Club Rd Via Escuela Calle Encillia Alejo Rd Ramon Rd Calle EI Segundo Alejo Rd Ramon Rd Route Virginia Rd San Carlos Radio Rd McCarthy Indian Canyon Dr Vista Chino Indian Canyon Dr (W side) Interstate 10 Garnet Rd East End 2e Ave W. City Limit Dillon Rd Melissa Lane Tipton Rd Highway 111 Wendy Rd Tipton Rd Salvia Rd West End Gene Autry Trail Interstate 10 Executive Dr Vista Chino Via Escuela Executive Dr (N side) Route 7 San Rafael Indian Canyon Dr Interstate 10 le Ave W. City Limit Indian Canyon Dr Diablo Rd Interstate 10 North End East End Vista Chirp Via Escuela Whitewater Club Miscellaneous- Complaints, transient camp clean ups, traffic accidents, etc., as instructed by Supervisor. Route 8 Highway 111(fence line) Gateway (E side) End of fence line To be completed twice per calendar year as instructed by Supervisor. Palm Fronds To be completed as instructed by Supervisor; usually following adverse weather conditions; wind, rain, etc. Palm Canyon Dr Indian Canyon Dr Tahquitz Canyon Way Cerritos Dr Camino Parocella Frontage Road Gateway Ramon Rd Palm Canyon Dr Ramon Rd Cerritos Dr Camino Parocella Farrell Dr Vista Chino El Cielo Camino Parocella Sunrise Way Cerritos Dr DRAIN EASEMENTS DESERT WAY & LAS PAMPAS WAY, NORTH SIDE OF INTERSECTION NORTH END OF ORCHID TREE NORTH END OF BURTON WAY NORTH END OF SUNSET WAY EAST END OF CALLS CONJERA EAST END OF CALLS PAPAGAYO QUINCY WAY, SOUTH SIDE OF STREET MESQUITE & CERRITOS, NORTH SIDE OF INTERSECTION PEBBLE BEACH & LAKESIDE DRIVE, SOUTH SIDE OF INTERSECTION PASEO CAROLETA & CALLE PAUL, EAST SIDE OF INTERSECTION ARNICO & NORLOTI, EAST SIDE OF INTERSECTION EASEMENT THAT RUNS NORTH TO SOUTH FROM VISTA CHINO TO EL CONQUISTADOR MESQUITE & COMPADRE, NORTH SIDE, FROM STREET TO END OF CEMENT FEY NORTE TO CHIA OFF OF VISTA CHINO CALETA WAY EAST OF HERMOSA EAST END JULIAN & JUANITA 95 x _ b a IN m E,, �5-h sv F .� �.-- ---- ; �,,;, .: „- ,- ;� � . Icy 7�tLE t III to � •-- mu h A }Fp I �,'�_�' iV,A, .L. walk &A Ad Y e � �3 ateir • I - -JUI Lit) uv VOIJ 11 1AII'll 107 ATTACHMENT "A" IFB 21-04 ROADSIDE AND TRANSIENT MAINTENANCE RE -BID YOUR BID* SIGNATURE AUTHORIZATION NAME OF COMPANY (BIDDER): BUSINESS ADDRESS: TELEPHONE: CELL PHONE: FAX: CONTACT PERSON: EMAIL ADDRESS: A. I hereby certify that I have the authority to submit this Bid to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my Bid. PRINTED NAME AND TITLE SIGNATURE AND DATE B. The following information relates to the legal Bidder listed above, whether an individual or a company. Place check marks as appropriate: If successful, the contract language should refer to me/my company as: An individual; A partnership, Partners' names: A company; A corporation If a corporation, organized in the state of: My tax identification number is: Please check below IF your firm qualifies as a Local Business as defined in the IFB: A Local Business (licensed within the jurisdiction of the Coachella Valley). Copy of current business license is required to be attached to this document. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by including the acknowledgment with your bid. Failure to acknowledge the Addenda issued may result in your bid being deemed non -responsive. In the space provided below, please acknowledge receipt of each Addendum: Addendum(s) # is/are hereby acknowledged. LATE BIDS WILL NOT BE ACCEPTED — NO EXCEPTIONS! IFB 21-04 ROADSIDE AND TRANSIENT MAINTENANCE RE -BID ATTACHMENT "B" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR BID CITY OF PALM SPRINGS, CA CONFLICT OF INTEREST AND NON-DISCRIMINATION CERTIFICATION Conflict of Interest. Bidder acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Bidder enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Bidder warrants that Bidder has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. Covenant Against Discrimination. In connection with its performance under this Agreement, Bidder shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Bidder shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Bidder certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Bidder activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Bidder is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. NAME OF BIDDER/VENDOR: NAME and TITLE of Authorized Representative: (Print) Signature and Date of Authorized Representative: (Sign) 109 (Date)