Loading...
HomeMy WebLinkAbout06614 - ST. GEORGE CONSTRUCTION CONTRACTING CO FABRICATE/INSTALL CABINETRY FOR WELWOOD MURRAY MEMORIAL LIBRARY I CHANGE ORDER NO. 1 PROJECT TITLE: Welwood Murray Memorial Library Cabinets CITY PROJECT#: IFB# 15-03 CONTRACT NO.: A6614 CONTRACT DATE: November 18, 2014 CONTRACTOR: St. George Construction Contracting Company The following changes are hereby made to the Contract: # Item Cost(Creditl 1. Add one (1)additional IDSK 5.2 Tourism Rack $ 2,318.00 2. Add electrical&communication bridge between IDSK16.3 $ 950.00 3. Wood frame to support IDSK 3.3 $ 1,750.00 4. Extend countertop over Item 3 above, IDSK 3.3 $ 2,450.00 Total This Change Order $ 7,468.00 Justification: 1. Floor plan shows this item but on the itemized bid sheet only one was shown, so thus, the add. 2. The bridge between the tables was needed as only one floor access point could occur due to interference with floor support concrete beams. 3. IDSK must be installed in front and over a ducting system, this is the needed support frame. 4. Counter top is extended over the framework support. CHANGE TO CONTRACT AMOUNT Original Contract Amount: $89,006.00 Current Contract Amount, as adjusted by previous Change Orders: $89,006.00 The Contract Amount due to this Change Order will be changed by: $ 7,468.00 add Contract Amount due to this Change Order will be: $96,474.00 CHANGE TO CONTRACT TIME No Change for work in this change order. 1 Page 2, CO#1, St. George Approvals Required: To be effective, this Change Order must be approved by both St. George Construction Contracting Company and City, unless o ise permitted under the terms of the Contract. Ladi�Recommended by date City's Representative Ordered by date \1a A6 City Manager ATTEST: date City C Accepted by /�� date t 2 iog- f St. George Construction Contracting Company St. George Construction Contracting Company (STG) acknowledges and agrees, on behalf of STG, all subcontractors and all suppliers, that, except as provided above, the stipulated compensation provided for in this Change Order includes payment for all work contained in this Change Order, plus all payments for interruption of schedules, incremental extended overhead costs, acceleration costs, delay and all impact, ripple effect or cumulative impact on all other work arising out of, or related to, the work that is the subject of this Change Order. In addition, STG agrees that this Change Order comprises the total compensation due STG, and all subcontractors and all suppliers, for the work or change defined in this Change Order, including all impacts arising out of or related to this Change Order, including all impacts arising out of or related to this Change Order, including any time-related issues. APPROVED BY CITY MANAGER L�rl, k1W A 2 i AGREEMENT THIS AGREEMENT made this ksl� day of klomr. in the year 2014, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and St. Georqe Construction Contracting Co. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: FABRICATE AND INSTALL CABINETRY FOR THE WELWOOD MURRAY MEMORIAL LIBRARY The Work is generally described as follows: Fabricate and installing new cabinetry at Welwood Murray Memorial Library, located at 100 S. Palm Canyon Drive, Palm Springs, California, 92262. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of 100.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 --CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4--THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, the Drawings, Addenda numbers 1 to 2 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the contractor or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA City Clerk By City Mana APPROVED AS TO FORM: Date By _ 4 'a'� City Attorney APPROVED BY THE CITY COUNCIL: Date �a �� Date \0•le).4 W 2� •1 Agreement No. Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or r any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. t CONTRACTOR: Name. i d � *j ek'Check one:_Individual_Partnership_Corporation Address: 04 By: By: Signiiature (notarized) Signature (notarized) Name: �l 1. Name: Title: C Title: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of Li State of II County of riss County of ss On 0a 7 d On before me, before me, personally appeare glia U,personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) is/are subscribed to the n instrument and is/are subscribed to the within instrument and acknowled to me tha he/ he/they executed acknowledged to me that he/she/they executed the same hi her/their au orized capacity(ies), the same in his/her/their authorized capacity(ies), and that by Is er/their signatures(s) on the and that by his/her/their signatures(s) on the instrument the erson(s), or the entity upon instrument the person(s), or the entity upon behalf behalf of which the person(s) acted, executed the of which the person(s) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under I certify under PENALTY OF PERJURY under the the laws of the State of California that the laws of the State of California that the foregoing foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. otary Signature: Notary Signature: Notary Seal: No ry Seal: MAR ENE MONROY '►Simy COMM.#1986274Notary Public-California RIVERSIDE COUNTY to Comm. Exp.Jul.27,20% 4 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for workers compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract, Contractor ` I { By 1� 1 toJ C 1 rw o Title 1 nexo 5 City of Palm Springs,CA NaaniwtC.*w"OM" Bid Abstract BID ABSTRACT Vendors&Bid Amounts PROJECT NAME: � DUE DATE: DESCRIPTION: Total of all old Schedule Items iszo Witnessed B . Date: - P A City of Palm Springs,CA �Caeraro A/� Bid Abstract BID A13 T1 RACT vendors&Bid Amounts BID PROJECT NAME: DUE DATE: DESCRIPTION: r . �J Total of all Bid Schedule Items 'i G ft dressed B . Date: P a ' REVISED - BID SCHEDULEIPRICING PAGES QRI��NA� BID SCHEDULE (IFB15-03) LUMP SUM PRICE TO FABRICATE AND INSTALL CABINETRY @ WELWOOD MURRAY MEMORIAL LIBRARY All materials, equipment and labor necessary to fabricate and install new cabinetry at the Welwood Murray Memorial Library per the Scope of Work and Specifications as defined in this document. No changes to the quantities defined in the specifications will be allowed unless directed and approved by the City. This is a lump sum project with itemized bids. Item# Item Description Lump Sum Bid Price IDSK2.4 North Wall Book Cases (2 each) $ 3, 6 h O X2= $ -7! 3, n plus IDSK3.3 East Wall Book Cases $�_1}45 plus IDSK4.6 South Wall Display Cases (2each) $ Z41V7 5 X2= $ 9. o plus IDSK5.2 Tourism Rack- Card Displays $ plus IDSK6.6 Magazine and Newspaper Display Shelves $ 4, 866 plus IDSKT5 Archive Viewing Computer Stations $ 4a'3 6 6 plus IDSK8.3 Meeting Room AV Cabinet $ 4 4,01 plus IDSK10.2 Library Office Cabinetry $ .4., 915 plus IDSK11.6 Reception Desk, File Cabinet, Printer Shelf $ 3 493 plus IDSK12.3 Credenza $ 2f $A8 plus IDSK13.4 PSHS Display Case $ I! 6;3 plus IDSK14.5 Standing Table $ 5,5X'o plus IDSK15.4 Computer Table $ /34 617 , plus IDSK16.3 Lounge Tables (2 each) $ I4734 X2= $ 3047,, plus IDSK17.2 Reading Tables (3 each) $ Ir/,g 9 X3= $ 77 plus IDSK 18.3 Library Staff Conference Table $ ' —, plus IDSK19.0 Meeting Room Podium $ 348 _ GRAND TOTAL LUMP SUM PRICE (in figures) (Add all seventeen (17) lines above to reach this total) (in words): AI'ef h. .war&J L�t S�iCdollars ALTERNATE BIDS: Bidders are requested to provide that following add-on cost addenda quotes: Alternate 1: Provide an add-on/up-charge price to upgrade the cabinetry Item #'s tDSK2.4, IDSK3.3. IDSK4.6, by changing from what is specified in this bid document to the following: a) Cabinets: Crown Trim and recessed base: cherry solids and veneers. b) Finish: Chocolate Mocha Cherry Stain with low satin sheen. c) Doors: Hickory solids and veneers Finish: Moral Driftwood Grey stain with low satin sheen. Full overlay with clear tempered glass inserts. With adjustable shelves in Moral Driftwood Gray stain. (Note: Hold back shelves to accommodate strip lighting) d) Interior Cabinet, sides and back: Painted with low satin sheen, Color: Sherwin Williams #6215 Rocky River e) Cabinets to be finished with water based low VOC materials. For a total add of $ '21000 Alternate 2: Provide an add-on/up-charge price to upgrade the counter tops on Item #'s IDSK7.5, IDSK14.5, IDSK 15.4 and IDSK17.2, from what is specified in this bid document to the following: a) Paperstone/ Color Mocha. For a total add of $ �iT,r�SO WARRANTY: Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship against poor or inferior quality equipment, materials or workmanship that they provide for the installation for a period not less than ONE (1) year from the date of final acceptance of the cabinet the City. p�161Np� WARRANTY: Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship against poor or inferior quality equipment, materials or workmanship that they provide for the installation for a period not less than ONE (1)year from the date of final acceptance of the cabinetry by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. 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)# 1 9 .2 is/are hereby acknowledged. Bidders Name and Address:-. 11A _A AAMQ I, 3 Bidde Date 21 REFERENCES The City is seeking a qualified contractor who has the required license, certifications, experience and capability to fabricate and install cabinetry at the Welwood Murray Memorial Library as per the scope of work and specifications contained herein. A minimum of three (3) references shall be submitted below with the bid, including contact name and phone number, for projects of a similar scope to this Invitation for Bids. 1) Name of contractor or agency: R R E Contact Person: (R e j a a Phone# 714— 5A —7 3 32 Brief description of project: r Ali C'rxn'Jn ✓- 2) Name of contractor or agency: Alo1 VS l 0✓r 57t, i nN Contact Person: f_ P Ve C h ra Vc Z Phone# RQ 3- 431-7386 Brief description of project: r!r 1 A `reIe- eie � ie ( vie JR'13; �I'ha 1011 C_,"C L.ny 3) Name of contractor or agency: C'_ M P i rle- Contact Person: rt3V-E l<`, Qa'4t7l e Phone# 5o 5-314 -24-7 5- Brief description of project: p� rL c l e I k1i e- _ re?V "Ot' 22 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 15-03 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) SS COUNTY OF RIVERSIDE ) The undersigned, bein first duly sworn, deposes and says that he or e is N bollo la. AWel".-'Lk Of St �' a4 ur-irt e. , the party making the foregoing bid. That the bid is not made in the ihtereMli of, or on the behalf of, any undisclosed person, partnership company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that 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 bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that 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 thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or any other member or agent thereof to effectuate a collusive or sham bid. By: Title P40g,4 a- Subscribed and sworn to before me this day of mil,/ , 20� R.THAI Notary Public in and or said / COMM.62CI32773 County and State CAIi K�%A� + N°hryP"bl;-CoWo�^„ RIVERSIDE COUNTY a FIDAVI.FRM Ez . Cantu. A .3,2017 23 IFB #15-03 WELWOOD MURRY LIBRARY CABINETRY ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. Q 1: Wasn't this cabinetry part of the complete bid for the library that bid on March 18 2014, with the low bidder being Diamond? A 1: A portion of this was previously in the March 18, 2014 bid. Q 2: Why is this out to bid by itself now? A 2: This work has been combined with the other half of the cabinetry that was not in the previous bid and has been put out to a new bid. Q 3: Was the low bidder unable to complete the project? A 3: No, that is not the case, the City exercised its right to remove some of the work in hopes that by combining all the work a more affordable price will be achieved. CLARIFICATIONSIREVISIONS OF IFB DOCUMENT: A **REVISED** Mandatory BID SCHEDULE/PRICING Pages is hereby included in this addendum and replaces the original IFB Mandatory Pricing Page 20-21. The changes Include ALTERNATE BID pricing area for additional add-on/up-charge price to upgrade cabinetry and -countertops from original specifications. `*IMPORTANT NOTE: PLEASE BE SURE THAT YOU SUBMIT ONLY THE REVISED MANDATORY PRICING PAGE. FAILURE TO SUBMIT THE REVISED MANDATORY PRICING PAGES WILL RESULT IN A NON-RESPONSIVE SUBMITTAL. BY ORDE,R OF THE CITY OF PALM SPRINGS, CALIFORNIA `Pow Procurement Specialist 11 ... CITY PROJECT # 15-03 \ _ WELWOOD MURRY LIBRARY CABINETRY V ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. Q 1: We have a general contractor license (B), can we bid in these above reference project? A 1: Yes Q 2: Custom Cabinets General Specification/ Special Conditions/#13 states that the contractor shall possess a valid City of Palm Springs business license; we have a valid City of Corona business license, can it works? A 2: A Palm Springs business license is not needed to submit a bid however, the awarded vendor will need to secure a Palm Springs business license prior to contract being released. As per page 19 of the IFB, item 13 states "Contractor shall possess a valid City of Palm Springs Business License throughout the term of this agreement." Q 3: The guideline specification and description of cabinetry stats that some items like(IDSK 15.4,IDSK 16.3, IDSK 17.2 and IDSK 18.3)shall be painted underside of counter top with Sherwin Williams. Is the wall paint included in the scope of work? A 3: Yes BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Leigh Gileno Procurement Specialist 11 DATE: September 16, 2014 ADDENDUM ACKNOWLEDGMENT: ff 1 II Proposer Firm Name: AUJIM Nc�el,� �alq Authorized Signature: Date: O Acknowledgment of Receipt of Addendum 2 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive. BIDDER'S GENERAL INFORMATION FABRICATE AND INSTALL CABINETRY FOR THE WELWOOD MURRAY MEMORIAL LIBRARY IFB 1"3 The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: 5 Z.. 7 eprae 06#1,& :Yt�G�ii aH (' rzt�tr✓�4 72 g T A 6 i! �"ct�r aNu rA 42 336 2. CONTRACTOR'S Telephone Number: ( QOQ ) G_71 — 2 U Facsimile Number: ( `j417) 37oZ 3. CONTRACTOR'S License: Primary Classification Ctaaaf !ent&Az k— State License Number(s) 9936 84 Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: NameofSurety WcSf_erti Svret,l Compaq Address 26 go X 5n7'7 . 'S in Li X Ea [is SI� 57 117 Sure W& r n r Surety Company p y 5 erv► SU e N .nPa o Telephone Numbers: Agent (1?09) 4AX-2233 Surety ( &00) 331 —i?O 5',3 5. Type of Contractor (Individual, Partnership or Corporation): IA-A f ui a ba 6. Corporation organized under the laws of the State of: rate 4dnm a( 7. List the names and addresses of the principal members of the contractor or names and titles of the principal officers of the corporation or contractor; A 6Aalig J�ee cs T7e16- Abi Md flacz -) Fnntma . CA22336 r Prtsi��Nt ) 24 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of work: 10 t ca✓!; 9. List the name and title of the person who will supervise full-time the proposed work for this project: Mi ke Fahecwt _ Qrns« E I` away AW 10. Is full-time supervisor an employee--)L,_contract service ? ORIGINAL 11. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the City. *WAIVED* 25 • • REQUEST FOR TREASURER'S RECEIPT TO: FINANCE DEPARTMENT, CASHIER DATE: FROM'?1A . PLEASE ACCEPT $ r FROM: FOR: CREDIT ACCOUNT NO. BY ORDER OF COPY lip 14 6t � 1<,�, t �' 3 c. ,{ r a x .�iP r r§$ ^� i } �� $���lck ytr 3sh�'�a �'•s '�' �i � y� .47,' 1P 3vi-kFf S�.'A _; rej s{ F ! p +Gt ! M!F R2 3 c :F. s�e.:.'W'� .a b", ,'�'-�._ T,h� �4 bA 11.9241rY � ,._, 1. w e•5+ .. . '[Csi CITY OF PALM SPRINGS RECVD BY: CR 01000068971 Ow� PAYOR.: CASHIERS CHECK /� Y TO➢AY'S DATE: 10/01/14 V REGISTER DATE: 10/01/14 TIME: 13:07 ➢ESCRIPTION AMOUNT TRUST AND AGENCY $8,000.00 CUST ID: ST GEORGE CONST BID BND ________________ TOTAL ➢UE: $8,000.00 CHECK PAID: $8,000.00 CHECK NO: 1141923238 TENDERED: $8,000.00 CHANGE: $.00 • "'I I4i i OF 4 n L M s ICI ;aYc� P 4. Cq'/f ORN�P INVITATION FOR BIDS NO. 15-03 FOR FABRICATE AND INSTALL CABINETRY FOR WELWOOD MURRAY MEMORIAL LIBRARY THIS INVITATION FOR BIDS CONSISTS OF THE FOLLOWING: PAGE COVERSHEET.......................................................................................................................... 1 NOTICE INVITING BIDS .........................................................................................................2-3 BIDDER'S CHECK LIST.............................................................................................................4 TERMS & CONDITIONS .........................................................................................................5-8 SCOPE OF WORK AND SPECIAL CONDITIONS ................................................................9-19 BID SCHEDULE PRICING PAGES (MUST BE MANUALLY SIGNED)................................20-21 BIDDER'S REFERENCE LIST ................................................................................................. 22 AFFIDAVIT OF NON-COLLUSION...........................................................................................23 BIDDERS GENERAL INFORMATION FORM .....................................................................24-25 LIST OF SUBCONTRACTORS ................................................................................................26 LOCAL BUSINESS GOOD FAITH EFFORTS .....................................................................27-29 BIDBOND FORM..................................................................................................................... 30 PAYMENT BOND FORM ....................................................................................................31-32 PERFORMANCE BOND ..........................................................................................................33 CONTRACT AGREEMENT.................................................................................................34-37 WORKER'S COMPENSATION CERTIFICATE .......................................................................38 CERTIFICATE OF INSURANCE SAMPLE DOCUMENT.......................................................... 39 SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS.........................40-42 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. Tahquitz Canyon Way Palm Springs, CA 92262 DATE DUE: TIME DUE: 3:00 P.M., Local Time Tuesday, September 30, 2014 1 NOTICE INVITING BIDS CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS (IFB 16-03) NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified contractors for: FABRICATE AND INSTALL CABINETRY FOR THE WELWOOD MURRAY MEMORIAL LIBRARY The City of Palm Springs requires a contractor to furnish all labor, equipment, materials, supervision, service, proof of insurance and bonding to fabricate and install new cabinetry at the Welwood Murray Memorial Library, located at 100 S. Palm Canyon Drive, Palm Springs, CA 92262. Please refer to the attached plans for the scope of work required and other details. The work requires a contractor with a current, valid State of California C6 Contractor's license. A payment (labor/material) bond will be required if you are the selected contractor and enter into an Agreement with the City of Palm Springs. 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, bonds and enter into a Contract with the City within the period of time provided by the IFB's requirements. Bids will be received until 3:00 P.M., Tuesday, September 30, 2014 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. 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. NON-MANDATORY PRE-BID WALK-THROUGH OF WORK SITE: Prospective bidders are highly encouraged to attend the non-mandatory Pre-Bid Walk-Through of the work site and existing facilities, which will be conducted by the City to acquaint the Bidders with existing site conditions. The Pre-Bid Walk-Through will be held Wednesday, September 10, 2014 8:30AM at the Welwood Murray Memorial Library located at 100 S. Palm Canyon Drive, Palm Springs CA 92262. Failure of a Bidder to attend the pre-bid walk-through shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver of any and all future claims relating to said conditions. Availability of Documents: Bid Documents and Specifications may be obtained from the Procurement Office by calling (760) 322-8374, NOTE: Contact Leigh Gileno, Procurement Specialist II via email at Leigh.Gileno(a-)palmspringsca.gov to register as a Bidder. Failure to register as a Bidder may result in not receiving bid addenda. Failure to acknowledge addenda with your bid may cause your bid to be considered non-responsive. 2 Prevailing Wage Rates are not applicable: Funding for the work is with all local funds and, as provided under City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. The successful bidder will enter into a contract with the City of Palm Springs. A sample contract and a summary of insurance requirements are attached for your reference. All work shall be completed within 40 working days (note: allowed working days Monday through Friday 8:00 a.m. to 6:00 p.m.). 0&9k Procurement Specialist II City of Palm Springs, CA 3 INVITATION FOR BIDS (IFB 15-03) BIDDER'S CHECK LIST INSTRUCTIONS TO BIDDER: I 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. 11 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 Bid Schedule Pricing page 21. must be manually signed. X Erasures or other changes made to the Bid Schedule Pricing Pages must be initialed by the person signing the Bid. X References form, page 22, must be completed. X Affidavit of Non-collusion by Contractor form, page 23 must be manually signed and countersigned by a Notary Public. X All Addenda issued shall be acknowledged in the space provided on Bid Schedule Pricing Page 21 located at the bottom. Failure to acknowledge all Addenda may render your Bid non-responsive. X Bidder's General Information, page 24-25, must be completed. X Bid Bond, Certified Check, Cashiers Check, Money Order or Cash shall be submitted with the Bid in the amount indicated. Page 30 must be executed and notarized as indicated, if applicable. 4 CITY OF PALM SPRINGS IFB 15-03 FABRICATE AND INSTALL CABINETRY FOR THE WELWOOD MURRAY MEMORIAL LIBRARY TERMS AND CONDITIONS 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. Further, the City reserves the right to reject pieces of cabinetry from the project. 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 submit only 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. PRE-BID WALK THROUGH: Prospective Bidders are strongly advised to attend a Pre-Bid Walk-Through which will be conducted by the City in order to acquaint the Bidders with existing site conditions. The pre-proposal walk-through will take place on Wednesday, September 10, 5 2014, at 8:30 A.M. Local Time. Please allow at least 30 MINUTES for site tour. Participants will meet promptly at 8.30 A.M. at the Welwood Murray Memorial Library located at 100 S. Palm Canyon Drive, Palm Springs, CA 92262. It shall be the full responsibility of the Bidder to visit and inspect all locations prior to submission of a Bid. No variation in price or condition shall be permitted based on a claim of ignorance. Failure of a Bidder to attend the pre-bid walk- through shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver of any and all future claims relating to said conditions. 13. 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. ANY questions, technical or otherwise, pertaining to this Invitation for Bid must be submitted IN WRITING and directed ONLY to: Leigh Gileno, Procurement Specialist II Procurement & Contracting Dept. 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Leigh.Gileno cr palmspringsca.gov 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 3:00 P.M., Local Time, Wednesday September 17, 2014. 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 CLOSED EVERY FRIDAY AND THEREFORE IS NOT ABLE TO ACCEPT, TIME OR DATE STAMP ANY SUBMITTALSIBIDS 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. 14. 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. 15. The Bidder agrees that the City has the right to make the final determination as to whether the material/equipment has been satisfactorily delivered, operable and meets 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. Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship including without limitation, any optional equipment purchased by the City under the terms of this agreement, against poor or inferior quality equipment, materials or workmanship for a period not less than three years from the date of final acceptance of the material/equipment by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable 6 equipment/material. Where applicable, all bids shall be accompanied by a copy or description of the manufacturer's warranty for the items(s) proposed and evidence that such warranty is assignable to the City. 18. 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 termination 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. 19. 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. 20. 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. 21. Governing Law: This contract shall be construed and interpreted according to the laws of the State of California. 22. Contractor's License: The successful Offeror shall posses a current, valid State of California C-6 Contractor's License. 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 successful Bidder shall furnish within 14 calendar days after Notice of Award, a Performance Bond in the sum of the amount of Agreement. The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. Also, the successful Bidder shall furnish within 14 calendar days after Notice of Award certificates of Insurance as per the instructions contained herein. 25. Payment Bond: Concurrently with execution of Agreement, Contractor shall deliver to Agency a payment bond (Material and Labor Bond) in the sum of the amount of Agreement, in the form provided by the City Clerk, to satisfy claims of material suppliers and mechanics and laborers employed by Contractor on the work. The bond shall contain the original notarized signature of 7 an authorized officer of the surety and affixed thereto shall be certified and current copy of'his power of attorney. The bond shall be unconditional and remain in force until the work is accepted by Agency and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. 26. Local Preference: Local Preference in Public Works Contracts (Sub-Contracting). The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. 27. Payment Terms - The standard terms at the City of Palm Springs are Net 30 days. 8 CITY OF PALM SPRINGS IFB 15-03 FABRICATE AND INSTALL CABINETRY FOR THE WELWOOD MURRAY MEMORIAL LIBRARY PURPOSE, SPECIFICATIONS AND SPECIAL CONDITIONS: PURPOSE: The City of Palm Springs requires a qualified and properly licensed contractor to fabricate and install cabinetry at Welwood Murray Memorial Library located at 100 S. Palm Canyon Drive, Palm Springs, CA 92262. LICENSE REQUIREMENTS: Bids are being solicited from contractors that currently hold a valid State of California C6 Contractors License. PLANS: There are seventeen sheets of detailed plans for the cabinetry hereby made a part of this bid document. Guideline Specifications and Description of Cabinetry North Wall Book Cases IDSK 2.4 • Species: Laminate, Glass, Paint Base section, crown and trim: Finish: Laminart/ Bronzed Wenge —Textured Finish #2610-T Top with Glass Doors: Finish: Laminart/ Swiss Elm - Fine Grain Finish • Doors: Base section: full overlay slab door Top section: full overlay with clear tempered glass insert With Adj. Shelves in Laminart/ Swiss Elm - Fine Grain Finish Interior of base cabinets: Maple melamine Interior of upper cabinet: Painted with low satin sheen, sides + back Color: Sherwin Williams# 6215 Rocky River -Decorative Hardware: Pulls: Doug Mockett Square Pull Series (www.Mockett.com ) Base cabinet: DP105AA/3 - 6 27/32" long x 9/16" Finish: Satin stainless steel Upper cabinet: DP1056/3— 13 1132" long x 9/16" Finish: Satin stainless steel Locks: Sugatsune : #1300SK Cam Locking Mechanism —or equal East Wall Bookcases IDSK 3.3 • Species: Decorative laminate Counter top: Laminart /Abaca Collection #8009 Java ( www.laminart.com ) Shelving cases and shelves: Laminart/ Bronzed Wenge —Textured Finish #2610-T Inside back only: Laminart/ Swiss Elm - Fine Grain Finish Recessed toe kick: Laminart/ Bronzed Wenge—Textured Finish #2610-T Trim Around Back Wall Above Counter: Laminart / Swiss Elm - Fine Grain Finish 9 South Wall Display Cases IDSK 4.6 And PSHS Display Cases IDSK 13.4 • Species: Laminate, Glass, Paint Crown trim and recessed base: Finish: Laminart/ Bronzed Wenge —Textured Finish #2610-T Section with Doors: Finish: Laminart/ Swiss Elm - Fine Grain Finish Full overlay with clear tempered glass insert Interior of cabinet: Painted with low satin sheen Color: Sherwin Williams#6215 Rocky River -Decorative Hardware: Pulls: Doug Mockett Square Pull Series (www.Mockett.com ) Upper cabinet: DP10513/3 — 13 1/32" long x 9/16" Finish: Satin stainless steel Locks: Sugatsune : #1300SK Cam Locking Mechanism —or equal • Lighting + Electrical Duplex outlets @ 36" and located @ back side : Finish: black Strip lighting — See architect's specification / Note position of JBox for lighting Tourism Rack— Card Displays IDSK 5.2 • Species: Decorative Laminate + Plexiglas Back Panel: Laminart — Bronzed Wenge—Textured Finish #2610-T Rack frame: Laminart/ Swiss Elm - Fine Grain Finish Plexiglass: 3/16" clear panels routed into wood frame to hold rack cards at angle Archive Viewing Room Computer Stations IDSK 7.5 • Species: Composite Wood Fiber Counter Material, Resin, and Steel Counter: TorZo : Prada - Color: Cocoa / see Note for finishing (www.torozosurfaces.com ) Legs: Doug Mocket/3" diameter CTL-Round— Finish: Satin Stainless Steel — sized to fit Level" 3" x Y2' to match ( www.mockett.com ) Privacy Panels: Frosted Plexiglas— 3/8 Privacy Panel Hardware: Doug Mockett: SH7A - 1-9/16" Small Contoured Shelf Support— Metallic Silver Finish • Decorative Hardware: Grommets: Doug Mockett : PS-2C - 2-1/2" Flush Mount Grommet, 2 Slots— Satin Chrome Fin Computer roll out tray: Hafele 632.76.300 https://hacho102.hafeleonline.com/OA HTML/ibeCCtpltmDspRte.isp?section=10226&item=24971&sitex =10020.22372.US&HAC frm=HAC ibeCCtdLeafSctSsl txt# Note: Finishing of TorZo counter materials to obtain an inert finish without VOC off gassing requires a 10 min. 2 coats of clear satin water-based polyurethane coating; then cured a minimum of 10 days prior to installation. Meeting Room AV Cabinet IDSK 8.3 • Species: Decorative Laminate Counter: Laminart Coffee Bean — Burlap Finish - #504-U (www.Laminart.com ) Cabinetry : Laminart Swiss Elm — Fine Grain Finish - #3084-FG Full Overlay doors with Door Locks • Decorative Hardware: Pulls: Doug Mockett Square Pull Series (www.Mockett.com ) DP105AA/3 - 6 27/32" long x 9/16" Finish: Satin stainless steel Locks: Sugatsune : #1300SK Cam Locking Mechanism — or equal • Electrical: See notes on drawings for location behind center doors Magazine + Newspaper Display Shelves IDSK 6.6 • Species: Decorative Laminate Countertop: Laminart /Abaca Collection#8009 Java Shelving cases and shelves: Laminart/ Bronzed Wenge —Textured Finish #2610-T Inside back only: Laminart/ Swiss Elm - Fine Grain Finish Recessed toe kick: Laminart/Bronzed Wenge —Textured Finish #2610-T Library Office Cabinetry IDSK 10.2 • Species: Decorative Laminate Cabinetry : Laminart Swiss Elm — Fine Grain Finish -#3084-FG Full Overlay doors and panels Countertop: Laminart /Abaca Collection #8009 Java • Decorative Hardware: Pulls: Doug Mockett Square Pull Series ( www.Mockett.com ) DP105AA/3 - 6 27/32" long x 9/16" Finish: Satin stainless steel Grommets: Doug Mockett : PS-2C - 2-1/2" Flush Mount Grommet, 2 Slots — Satin Chrome Fin. Locks: Sugatsune : #1300SK Cam Locking Mechanism —or equal Quantity: (2) File Cabinets Finish: Laminart Coffee Bean — Burlap Finish -#504-U (www.Laminart.com ) Interior of file cabinets: Maple colored melamine Casters: Doug Mockett: CA52B/PC - 5 Hollow Wheel Caster, Polished Chrome w/ Brake & Plate/Tire color: Black -Decorative Hardware: Pulls: Doug Mockett Square Pull Series (www.Mockett.com ) 11 DP105AA/3 - 6 27/32" long x 9116" Finish: Satin stainless steel Locks: Sugatsune : #1300SK Cam Locking Mechanism —or equal Reception Desk, File Cabinets + Printer Shelf IDSK 11.6 -Species: Decorative Laminate, Natural Woods, Granite, Brushed Aluminum + Vinyl Fabric Granite Top: Ubatuba— Color: Emerald Turquoise ( see designer's sample ) Front, sides and rear of raised section under granite: Wood: Cherry solids and veneers Finish: Chocolate Mocha with low satin sheen ( see designer's sample ) Main counter, recessed toekick, inside back: Laminate: Laminart Swiss Elm — Fine Grain Finish -#3084-FG ( www.Laminart.com ) Note: See page with layout of grain on countertop End Panels: Laminate: Laminart Coffee Bean — Burlap Finish #504— U Support Rods: Aluminum in brushed stainless steel finish Front Face Of Desk: Pindler : Metallic— Color: Platinum ( 54" Vinyl Fabric ) Quantity: (2) File Cabinets and (1) Printer Shelf: Finish: Laminart Coffee Bean — Burlap Finish -#504-U (www.Laminart.com ) Interior of file cabinets: Maple colored melamine Casters: Doug Mockett: CA52B/PC - 5" Hollow Wheel Caster, Polished Chrome w/ Brake & Plate /Tire color: Black -Decorative Hardware: Pulls: Doug Mockett Square Pull Series (www.Mockett.com ) DP105AA/3 - 6 27/32" long x 9/16" Finish: Satin stainless steel Grommets: Doug Mockett (www.mookett.com ) PS-1 B - 1-3/4" Flush Mount Grommet, 1 Slot — Satin Chrome Finish #26D PS-2C -2-1/2" Flush Mount Grommet, 2 Slots— Satin Chrome Finish #26D Locks: Sugatsune : #1300SK Cam Locking Mechanism —or equal • Electrical: See note on drawings for location of J-Box @ center of cabinet Install 6-port plug strip @ center of cabinet behind printer shelf/ hardwire to J-Box Power and data feeds to come up thru the floor @ center back of cabinet Note: Securely anchor desk to existing concrete floor with metal angle brackets @ each end and in the center. Paint underside of countertop in Sherwin Williams: SW 6069 French Roast / Satin Finish Credenza IDSK 12.3 -Species: Decorative Laminate, Natural Woods, Granite, Brushed Aluminum Pulls Front and Rear Cabinet Doors and Drawers: 12 Cherry solids and veneers: Doors: Square edge 5-piece flat panel style / Drawers: Square edge slab style Finish: Chocolate Mocha with low satin sheen ( see designer's sample ) Main Countertop: Laminate: Laminart Swiss Elm — Fine Grain Finish -#3084-FG ( www.Laminart.com ) Countertop @ 42" Laminate: Laminart Coffee Bean — Burlap Finish #504 — U End Panels: Laminate: Laminart Coffee Bean — Burlap Finish #504 — U Toe Kick: Laminate: Laminart Swiss Elm — Fine Grain Finish -#3084-FG -Decorative Hardware: Pulls: Doug Mockett Square Pull Series ( www.Mockett.com ) Doors: DP105AA/3 - 6 27/32" long x 9/16" Finish: Satin stainless steel Drawers: DP10513/3 — 13 1132" long x 9/16" Finish: Satin stainless steel Grommets: Doug Mockett (www.mockett.com ) PS-1 B - 1-3/4" Flush Mount Grommet, 1 Slot— Satin Chrome Finish PS-2C - 2-1/2" Flush Mount Grommet, 2 Slots —Satin Chrome Finish Locks: Sugatsune : #1300SK Cam Locking Mechanism —or equal • Electrical Power and Data feed thru cabinet from the floor Install 4-unit plug strip / hardware to J-Box at back of cabinet Note: Securely anchor credenza to existing concrete floor with metal angle brackets @ each end and in the center. • Standing Table IDSK 14.5 a Species: Composite Wood Fiber, Decorative Laminate, Steel, Aluminum Counter: TorZo: Prada - Color: Cocoa /See Note for finishing (www.torozosurfaces.com ) with Accent Bands: Laminart Swiss Elm — Fine Grain Finish #3084-FG ( www.Laminart.com ) Cross Beam: Laminart/ Bronzed Wenge —Textured Finish #2610-T • Decorative Hardware Steel Brackets: See drawing for shape and design / Finish: brushed stainless steel • Electrical Surface Mounted Data + Electrical Grommet: Doug Mockett: PCS66 Pyramid Power Units Finish #90 Glossy Black (www.mockett.com ) With: PCS/66 Top Finish: #94 - Satin Aluminum (Electrical connections by others) Note: Finishing of TorZo counter materials to obtain an inert finish without VOC off gassing requires a min. 2 coats of clear satin water-based polyurethane coating; then cured a minimum of 10 days prior to installation. Table bases are to securely anchor to the concrete floor thru the use of(4) metal angle brackets per leg 13 bolt to the floor and bolt up thru inside of legs. Paint underside of countertop in Sherwin Williams: SW 6069 French Roast/ Satin Finish • Computer Table IDSK 15.4 2 Species: Composite Wood Fiber, Decorative Laminate, Steel, Aluminum Counter: TorZo : Prada - Color: Cocoa / See Note for finishing (www.torozosurfaces.com ) with Accent Bands: Laminart Swiss Elm — Fine Grain Finish #3084-FG ( www.Laminart.com ) Cross Beam: Laminart/ Bronzed Wenge —Textured Finish #2610-T • Decorative Hardware Steel Brackets: See drawing for shape and design / Finish: brushed stainless steel Grommets: Doug Mockett : PS-2C - 2-1/2" Flush Mount Grommet, 2 Slots— Satin Chrome Fin • Electrical Surface Mounted Data + Electrical Grommet: Doug Mockett: PCS66 Pyramid Power Units Finish #90 Glossy Black (www.mockett.com ) With: PCS/66 Top Finish: #94 - Satin Aluminum (Electrical connections by others) Note: Finishing of TorZo counter materials to obtain an inert finish without VOC off gassing requires a min. 2 coats of clear satin water-based polyurethane coating; then cured a minimum of 10 days prior to installation. Table bases are to securely anchor to the concrete floor thru the use of (4) metal angle brackets per leg bolt to the floor and bolt up thru inside of legs. Paint underside of countertop in Sherwin Williams: SW 6069 French Roast/ Satin Finish • Lounge Tables IDSK 16.3 Quantity: 2 • Species: Decorative Laminate, Plastic Legs, countertop: Decorative Laminate: Laminart Burlap — Coffee Bean ( www.laminart.com ) Accent band in center and center pedestal: Laminart- Swiss Elm — Fine Grain Finish -#3084-FG ( www.Laminart.com ) -Electrical: Power Strip: Doug Mockett : PCS51A (2) power& (2) USB charging ports Finish: 94/90 Satin with Black • Electrical: Power feeds thru center from the floor and runs thru chase to each end of table Note: Table bases are to securely anchor to the concrete floor thru the use of (4) metal angle brackets 14 per leg bolt to the floor and bolt up thru inside of legs. Paint underside of countertop in Sherwin Williams: SW 6069 French Roast/ Satin Finish • Reading Tables IDSK 17.2 Quantity: 3 " Species: Composite Wood Fiber Countertop, Metal Base Countertop: 33 x 33" x 1-1/2" top Species: Composite Wood Fiber Counter Material, Resin, and Steel See Note For Finishing Counter: TorZo : Prada - Color: Cocoa / see Note for finishing (www.torozosurfaces.com ) Base: 23" dia x 30" tall brushed chrome and polished chrome trumpet pedestal base SKU: 6100 with option for adjustable height /from 30 to 36 to 42" www.ta blelegson line.com Note: Finishing of TorZo counter materials to obtain an inert finish without VOC off gassing requires a min. 2 coats of clear satin water-based polyurethane coating; then cured a minimum of 10 days prior to installation. Paint underside of countertop in Sherwin Williams: SW 6069 French Roast/ Satin Finish • Library Staff Meeting Room Conference Table IDSK 18.3 • Species: Laminate, metal base Countertop: 79" x 39" x 30" tall x 1-1/2" top Finish: Laminart/Swiss Elm - Fine Grain Finish - #3084-FG Base: (2) 23" dia x 30" tall brushed chrome and polished chrome trumpet pedestal base SKU: 6100 / www.tablelegsonline.com Paint underside of countertop in Sherwin Williams: SW 6069 French Roast I Satin Finish Meeting Room Podium IDSK 19.0 " Species: Decorative Laminate, Ready-made Steel Podiu Procure Steel Ready-mad Podium Item #: LCTMETFSUP / Material: Steel / Color: Silver http://www.displays2go.com/P-22413/Closed-Front-Silver-Steel-Podium-has-1- Shelf?gclid=CNb1kK Oi8ACFUNaMgodlAkAwQ Wrap 1/2" plywood panels on all four sides of vertical pedestal column and edges mitered and with 15 panels finishes in: Laminart: Natural Burlap - Coffee Bean ( www.laminart.com ) Apply 314" plywood panels on all four sides of vertical pedestal column and the base and under top; with mitered corners and finishes in: Laminart : Swiss Elm Fine Grain Finish -#3084-FG With Mitered Edges @ Corners ( www.laminart.com ) Project Notes: Substitutions or variations in design and materials must be approved by designer before proceeding with any work. In case of difference between drawings and specifications, the specifications shall prevail. Finish samples shall be submitted for designer's approval. Contractor to verify all dimensions prior to fabrication and installation CUSTOM CABINETS GENERAL SPECIFICATIONS PART1 GENERAL 1.01 SECTION INCLUDES A. Specially fabricated cabinet units. B. Countertops. C. Cabinet hardware. D. Preparation for installing utilities. 1.02 RELATED REQUIREMENTS A. None. 1.03 REFERENCE STANDARDS A. ANSI A135.4-2012 Basic Hardboard. B. ANSI A208.1 -American National Standard for Particleboard C. ANSI A208.2 -American National Standard for Medium Density Fiberboard for Interior Use D. AWI/AWMAC (QSI)-Architectural Woodwork Quality Standards Illustrated; Architectural Woodwork Institute and Architectural Woodwork Manufacturers Association of Canada. E. ANSI/BHMA Al56.9 Cabinet Hardware F. GSA CID A-A-1936 Adhesives, Contact, Neoprene Rubber, Federal Specifications and Standards G. ANSI/HPVA HP-1-09 American National Standard for Hardwood and Decorative Plywood H. ANSUNEMA LD 3-2005- High-Pressure Decorative Laminates (HPDL) I. WI (MAN)-Manual of Millwork, Woodwork Institute 1.04 ADMINISTRATIVE REQUIREMENTS A. Pre-installation Meeting: Convene a pre-installation meeting not less than one week before starting work of this section; require attendance by all affected installers. 1.05 SUBMITTALS 16 A. Submit three (3)sets of shop drawings as well product/color samples. B. Shop Drawings: Indicate materials, component profiles and elevations, assembly methods,joint details, fastening methods, accessory listings, hardware location and schedule of finishes. C. Product Data: Provide data for hardware accessories. D. Samples: Submit actual samples of architectural cabinet construction, minimum 12 inches square, illustrating proposed cabinet and countertop substrate and finish. E. Samples: Submit actual sample items of proposed pulls, hinges, shelf standards, and locksets, demonstrating hardware design, quality, and finish. 1.06 QUALITY ASSURANCE A. Perform work in accordance with WI Manual of Millwork, Custom quality, unless other quality is indicated for specific items. B. Perform cabinet construction in accordance with WI Manual of Millwork, Custom quality, unless other quality is indicated for specific items. C. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of experience. D. Quality Certification: Provide inspection and quality certification of completed custom cabinets in accordance with AWI/AWMAC Quality Certification Program. 1.07 MOCK-UP A. None Required. 1.08 DELIVERY, STORAGE, AND HANDLING A. Protect units from moisture damage. 1.09 FIELD CONDITIONS A. During and after installation of custom cabinets, maintain temperature and humidity conditions in building spaces at same levels planned for occupancy. PART 2 PRODUCTS 2.01 MATERIALS A. See Guideline Specifications above. PART 3 EXECUTION 3.01 INSTALLATION A. General: Install work as specified in WI Manual of Millwork and provide a WI Certified Compliance Certificate for installation as specified herein. B. Install plumb, level, true and straight with no distortions. Shim as required using concealed shims. Scribe and cut for accurate fit. C. Secure to ground, stripping, blocking with countersunk, concealed fasteners. Install without distortion so that doors and drawers fit openings and are accurately aligned. D. Base Cabinets: Set cabinets straight, plumb, and level. Adjust sub-tops within 1/16-inch of a single plane. Fasten each individual cabinet to floor at toe space, with fasteners spaced 24 inches on center. Bolt continuous cabinets together. Secure individual cabinets with not less than 2 fasteners into floor, where they do not adjoin other cabinets. 1. Where required, assemble units into one integral unit with joints flush, tight, and uniform. Align similar adjoining doors and drawers to a tolerance of 1/16-inch. E. Wall Cabinets: Securely fasten woodwork per WI Standards to solid supporting wall framing material, 17 not plaster, lath, or gypsum board. Anchor, adjust, and align wall cabinets as specified for base cabinets. 1. Reinforcement of stud walls to support wall-mounted cabinets specified in appropriate section, but responsibility for accurate location and sizing of reinforcement shall be coordinated with applicable trade. F. Adjust casework and hardware so that doors and drawers operate smoothly without warp or bind. Lubricate operating hardware as recommended by manufacturer. G. Install finish hardware after all finish work has been completed. Inspect drilling operations for surfaces splinters or delaminations. Pieces bearing such imperfections will be rejected. 3.02 INSTALLATION OF TOPS A. Field Jointing: Where practicable, make in same manner as factory jointing using dowels, splines, adhesives, and fasteners recommended by manufacturer. Locate field joints as shown on accepted shop drawings, factory prepared so there is no project site processing of top and edge surfaces. B. Fastening: Use concealed clamping devices for field joints located within 6 inches of front, at back edges and at intervals not exceeding 24 inches. Tighten in accordance with manufacturer's instructions to exert a constant, heavy clamping pressure at joints. Secure tops to cabinets with "Z" type fasteners or equal, using 2 or more fasteners at each front, end, and back. C. Workmanship: Abut tops and edge surfaces in one true plane, with internal supports placed to prevent any deflection. Provide flush hairline joints in top units using clamping devices. At joints in epoxy tops, use manufacturer's recommended adhesives and holding devices to provide joint widths not more than 1116-inch wide at any location, completely filled and flush with abutting edges. 1. After installation, carefully dress joints smooth, remove surface scratches, clean and polish entire surface. 2. Provide holes and cutouts as required for mechanical and electrical work. 3. Provide scribe moldings for closures at junctures of top, curb and splash with walls as recommended by manufacturer for materials involved. Use chemical resistant, permanently elastic sealing compound where recommended by manufacturer. 4. Where no splash occurs, scribe the back edge of the counter top to the wall. 5. Secure joints in the counter tops with draw bolts, sized and spaced as recommended by WI for Custom Grade counter tops. 6. Apply adhesive using cold-press method and a pressure of not less than 30 psi. 3.03 CLEANING A. Clean casework, counters, shelves, hardware, fittings, and fixtures. SPECIAL CONDITIONS: 1. Non-Interference: Contractor shall not interfere with the public use of the premises and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 2. Coordination With Other Contractors: Contractor is hereby notified that other contractors may be working on the site and their scheduling and site access needs must be coordinated with yours. The site is to be shared. 3. Insurance Requirement: The Contractor awarded the Contract shall meet all insurance requirements of the City, including but not limited to, the provisions of personal and property liability, including automobile coverage, and Worker's Compensation, in limits acceptable to the City. 4. License Requirement: The contractor will be required to: • be licensed in accordance with the Palm Springs Municipal Code, Chapter 3.40 through 18 3.96 entitled Business Tax; • possess any other applicable license required in the performance of these services. 7. Terms and Conditions: The bidder shall not change the wording in the attached specifications or conditions. No words or comments shall be added to the general conditions or detailed specifications. Any explanation or alternative offered shall be set forth in a letter attached to the front cover of the specifications. Conditional bids will not be accepted. 8. Notice to Proceed: A Notice to Proceed letter will be issued upon receipt of the required executed agreement, and approved Certificate of Insurance and the required bonding. The successful Bidder shall begin Work immediately or as soon as is reasonable from the date of the Notice to Proceed and shall complete all work specified in this document within Fifty 50 days from the date indicated on the Notice to Proceed. 9. Final Determination: The Bidder agrees that the City has the right to make all final determinations as to whether the Work has been satisfactorily completed. 10. The successful bidder will enter into a contract with the City of Palm Springs. A sample contract and a summary of insurance requirements are attached for your reference. Contractors bidding this project are strongly encouraged to review the bonding and insurance requirements prior to submitting a bid. The successful Contractor will be required to submit the required bonds and insurance as defined in these documents. 11. All of Contractor's employees, representatives and officials shall be expected to maintain excellent relations with the public, City officials and employees. Any display of offensive, discourteous or rude behavior by any representative of the Contractor may be cause for contract termination. Use of alcoholic beverages by Contractor's representatives is prohibited, and representatives are prohibited from being on the premises under the influence of alcohol or any other substances. 12. Care During Installation: The cabinetry will be installed in a recently remodeled building with all new paint on the walls and all new flooring. Extreme care shall be taken to not mar, scrape or damage any existing surfaces during installation. 13. Business License Requirement: Contractor shall possess a valid City of Palm Springs Business License throughout the term of this agreement. 19 BID SCHEDULE/PRICING PAGES BID SCHEDULE (IFB15-03) LUMP SUM PRICE TO FABRICATE AND INSTALL CABINETRY FOR THE WELWOOD MURRAY MEMORIAL LIBRARY All materials, equipment and labor necessary to fabricate and install new cabinetry at the Welwood Murray Memorial Library per the Scope of Work and Specifications as defined in this document. No changes to the quantities defined in the specifications will be allowed unless directed and approved by the City. This is a lump sum project with itemized bids. Item# Item Description Lump Sum Bid Price IDSK2.4 North Wall Book Cases (2 each) $ X2= $ plus IDSK3.3 East Wall Book Cases $ plus IDSK4.6 South Wall Display Cases (teach) $ X2= $ plus IDSK5.2 Tourism Rack- Card Displays $ plus IDSK6.6 Magazine and Newspaper Display Shelves $ plus IDSK7.5 Archive Viewing Computer Stations $ plus IDSK8.3 Meeting Room AV Cabinet $ plus IDSK10.2 Library Office Cabinetry $ plus IDSK11.6 Reception Desk, File Cabinet, Printer Shelf $ plus IDSK12.3 Credenza $ plus IDSK13.4 PSHS Display Case $ plus IDSK14.5 Standing Table $ plus IDSK15.4 Computer Table $ plus IDSK16.3 Lounge Tables (2 each) $ X2= $ plus IDSK17.2 Reading Tables (3 each) $ X3= $ plus IDSK 18.3 Library Staff Conference Table $ plus IDSK19.0 Meeting Room Podium $ _ GRAND TOTAL LUMP SUM PRICE (in figures) (Add all seventeen (17) lines above to reach this total) (in words): dollars 20 WARRANTY: Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship against poor or inferior quality equipment, materials or workmanship that they provide for the installation for a period not less than ONE (1) year from the date of final acceptance of the cabinetry by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material- 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. Bidders Name and Address: Bidders Signature Date 21 REFERENCES The City is seeking a qualified contractor who has the required license, certifications, experience and capability to fabricate and install cabinetry at the Welwood Murray Memorial Library as per the scope of work and specifications contained herein. A minimum of three (3) references shall be submitted below with the bid, including contact name and phone number, for projects of a similar scope to this Invitation for Bids. 1) Name of contractor or agency: Contact Person: Phone# Brief description of project: 2) Name of contractor or agency: Contact Person: Phone # Brief description of project: 3) Name of contractor or agency: Contact Person: Phone# Brief description of project: 22 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 15-03 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) SS COUNTY OF RIVERSIDE ) The undersigned, being first duly sworn, deposes and says that he or she is of , the party making the foregoing bid. That the bid is not made in the interests of, or on the behalf of, any undisclosed person, partnership company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that 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 bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that 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 thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or any other member or agent thereof to effectuate a collusive or sham bid. By: Title Subscribed and sworn to before me this day of 120 . Notary Public in and for said County and State FIDAVI.FRM 23 BIDDER'S GENERAL INFORMATION FABRICATE AND INSTALL CABINETRY FOR THE WELWOOD MURRAY MEMORIAL LIBRARY IFB 15-03 The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: 2. CONTRACTOR'S Telephone Number: ( ) Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification State License Number(s) Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Address Surety Company Telephone Numbers: Agent ( ) Surety ( ) 5. Type of Contractor(Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of: 7. List the names and addresses of the principal members of the contractor or names and titles of the principal officers of the corporation or contractor: 24 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of work: 9. List the name and title of the person who will supervise full-time the proposed work for this project: 10. Is full-time supervisor an employee contract service ? 11. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the City. *WAIVED* 25 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name, Contractor's License number and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or $10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive. Bidders shall list the total % of Work to be performed by the Prime Contractor HERE: % (shall not be less than 50%). Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name &Address 1. 2. 3. 4. 5. 6. 7. 8. 26 LOCAL BUSINESS PREFERENCE PROGRAM -GOOD FAITH EFFORTS IFB 16-03 Bid Opening Date September 30, 2104 The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub- contractors that fail to comply with the requirements of this subsection. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: Local firms that will furnish materials or supplies to the Bidder for this project: 27 LOCAL BUSINESS PREFERENCE PROGRAM -GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate its good faith efforts to retain or hire local firms to (a) provide services and (b) to furnish materials and supplies for this project. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of firms Date of Initial Follow Up Methods Solicited Solicitation and Dates 28 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Normally Breakdown of Items Amount Percentage Performs Item M Of (Y/N) Contract D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: Names, addresses and phone numbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. 29 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 15-03 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and contractually bound unto The City of Palm Springs, hereinafter called the "City" in the sum of: dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, contractually by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule of the City's Contract Documents entitled: FABRICATE AND INSTALL CABINETRY FOR THE WELWOOD MURRAY MEMORIAL LIBRARY NOW THEREFORE, if said Principal is awarded a contract by said City, and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this day of ,20 (SEAL) (SEAL) (SEAL) (Principal) (SEAL) (Surety) By: (Signature) (SEAL AND NOTARIAL By: ACKNOWLEDGMENT OF SURETY) (Signature) 30 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, And as Surety, are held contractually bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, contractually by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: FABRICATE AND INSALL CABINETRY FOR THE WELWOOD MURRAY MEMORIAL LIBRARY NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefore, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorneys fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. 31 PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this day of 2014, CONTRACTOR: (Check one: individual, partnership, corporation) (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By Signature (NOTARIZED) Print Name and Title: By Signature (NOTARIZED) Print Name and Title: SURETY By Title (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) 32 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, And as Surety, are held contractorly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, contractually by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: FABRICATE ANDISNTALL CABINETRY FOR THE WELWOOD MURRAY MEMORIAL LIBRARY NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this day of 2014. CONTRACTOR: (Check one: _individual, partnership, _cerporetion) (Corporations require two signatures; one from each of the following groups:A. Chairman of Board, President, or any Vice President; AND B.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). By SURETY: Signature(NOTARIZED) Print Name and Title: By By Signature(NOTARIZED) Print Name and Title: Tale (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) 33 AGREEMENT THIS AGREEMENT made this day of in the year 2014, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: FABRICATE AND INSTALL CABINETRY FOR THE WELWOOD MURRAY MEMORIAL LIBRARY The Work is generally described as follows: Fabricate and installing new cabinetry at Welwood Murray Memorial Library, located at 100 S. Palm Canyon Drive, Palm Springs, California, 92262. ARTICLE 2 --COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of Se €I' for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 --CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). 34 ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, the Drawings, Addenda numbers to , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the contractor or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. 35 ATTEST: CITY OF PALM SPRINGS, CALIFORNIA By By City Clerk City Manager APPROVED AS TO FORM: Date By City Attorney APPROVED BY THE CITY COUNCIL: Date Date Agreement No. Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: Check one: _Individual_Partnership_Corporation Address: By: By: Signature (notarized) Signature(notarized) Name: Name: Title: Title: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of I State of u County of ❑ss County of nss 36 On On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed the same in his/herltheir authorized capacity(ies), the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon instrument the person(s), or the entity upon behalf behalf of which the person(s) acted, executed the of which the person(s) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under I certify under PENALTY OF PERJURY under the the laws of the State of California that the laws of the State of California that the foregoing foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: 37 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor By Title 38 CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNEWAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B C D TYPE OF WORK PERFORMED AND LOCATION �v LIMITS OF LIABILITY IN THOUSANDS(xt DOD) �. TYPE OF INSURANCE POLICY NUMBER EACH OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY Including: $ $ ❑ EXPLOSION AND COLLAPSE BODILY INJURY $ $ ❑ UNDERGROUND DAMAGE PRGPERTYDAMAGE ❑ PRODUCTS/COMPLETED OPERATIONS or ❑ CONTRACTUALINSURANCE BODILY YAND $ $ El BROAD FORM PROPERTY DAMAGE PROP PROPERRTY ❑ INJEPENDEWCONIUCTORS DAM4GECCMBINED ❑ PERSONALINXRY PERSONAL INJURY $ COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON $ lrrJudit: EACHACCIDENT ❑ OWNED PROPERTY LMMAGE $ ❑ HIRED ❑ NON-OYrNED or BGDarmuuRY AM CO $ El MOTORCARRIERACT DAMAGE AGE COMBINED EXCESS LIABILITY BODILY INJURY Including: AND PROPERTY DAMAGE COMBINED $ ElEMPLOYER'S LIABIIJTY WORKER'S COMPENSATION STATUrORY and EMPLOYER'S LIABILITY E Including'. EL $ (EACH ACCIDENn ElLONGSWREMEMS AND HARBORYICJRKERS OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS The undersigned Carl that he or she is the representative of the aboveHnamed insurance companies,that his or she has the authority to execute and issue this certificale to Certificate Folder,and sccaEingly,does hereby oedify on behalf of said insurance companies Net policies of insurance listed above have been issued to the insured named above and are m face at this time. NothArMstanding my requirement,term,or Condition of any contract a other document with respect to whim Nis Certificate maybe Issued a may pertain,the insurance afforded by the polities described herein is subject to at the terms,exclusions,and conditions of sum policies. Copies of the policies shown will be fwushed to the Certificate Holder upon request. This Cedificale does net amend,extend,or attar the coverage afforded by the policies listed. Cancellation:Should any of the above described policies be cancelled before the expration date thereof,the issuing company will mail 30 days written notice to the below amed cemAcate holder NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY 39 SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS Instructions to Contractors/Vendors/Service Providers: Prior to commencing any work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract with the City, appropriate insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified below: A. Minimum Scope of Insurance Required 1. General Liability Insurance is required whenever the City is at risk of third-party claims which may arise out of work or presence of a contractor, vendor and service provider on City premises. 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are driven off-road on City property. Compliance with California law requiring auto liability insurance is mandatory and can not be waived. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form. 4. Errors and Omissions coverage is required for licensed or other professional contractors doing design, architectural, engineering or other services that warrant such insurance. B. Minimum Limits of Insurance Coverage Required Under$25,000 Limits TBD by Risk Manager Over$25,000 to $5,000,000 $1 Million per Occurrence/$2 Million Aggregate Over$5 Million Limits TBD by Risk Manager Umbrella excess liability may be used to reach the limits stated above. C. The following general requirements apply: 1. Insurance carrier must be authorized to do business in the State of California. 2. Insurance carrier must have a rating of or equivalent to B++, VII, by A.M. Best Company. 3. Coverage must include personal injury, protective and employer liability. 4. Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. 5. Contractor's general liability and automobile insurance coverage must be primary and non- contributory over any insurance the City may maintain, that is, any such City insurance shall be excess to limits stated in the certificate. D. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of 40 Liability Insurance Coverage with an approved Additional Insured Endorsement (see attached) with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees and agents are named as an additional insured' ("as respects a specific contract" or "for any and all work performed with the City" may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have" ("as respects a specific contract" or"for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. See Example A below. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers. See Example B below. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policy. All certificates and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the contractor's obligation to provide them. E. Acceptable Alternatives to Insurance Industry Certificates of Insurance: • A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premium) and additional insured and/or loss- payee status, when appropriate, for the City. • Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from date of approval 41 F. Endorsement Language for Insurance Certificates - -------- ---- --- ------ - SHOULD ANY OF THE ABOVE REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE Example A: ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS" WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT FAILURE IRE TO MAII SUCH NOTICE SHAI I IMPOSE NO OR' IGATION nD 1 IADII ITV OF AAIV KIND 11120N THE INSURER, ITQ AGENTS oR REPRESENTATIVES. i The broker/agent can include a qualifier stating "10 days notice for l nonpayment of premium." IT IS UNDERSTOOD AND AGREED THAT THE COMPANY ' WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE Example B: ADDITIONAL INSURED (S), BUT ONLY AS RESPECTS THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO." 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 42