Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A6587 - ALARMCO SECURITY SYSTEMS INC - DESIGN, FURNISH & INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT
AGREEMENT THIS AGREEMENT made this 27th day of August 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 ALARMCO Security Systems, Inc. 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: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT The Work is generally described as follows: Designing, furnishing and installing new fire alarm systems at the Sunrise Central Plant, located at 205 N. El Cielo Rd., 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). IGINAL RIL) 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, Special Provisions (Exhibit "A"), 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 B City Clerk APPROVED T FORM: By City Attorney Date APPROVED BY CITY MANAGER B City Ma Date APPROVED BY THE CITY COUNCIL: 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: Alarmco Security Systems, Inc. Check one:_Individual_Partnership X Corporation Address: 451 Kansas St. � Redlands, CA. 92373 la Signature (notarized) I Signa re (notarized) Name: Randall H. Eason Name: Cylestia J Eason Title: President Title: Secretary (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 ❑ State of ❑ County of ❑ss County ❑ss On.Syrywpfty. it . z On�+raw.n' 8. 2o"y before me ".r-I N L zNOx lJons"uc_ before me,�JasM%N L "cy., rjamoan PAQ%.-. personally appeared QANcALL 4 EWSoN personally appeared CuLEsf/A E&IJJ who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the personS,s'j whose nameW evidence to be the personas)' whose namew is/ph/e subscribed to the within instrument and is/pKe subscribed to the within instrument and acknowledged to me that(gshemiey executed acknowledged to me that hef h�theq executed the same i hi heAheir authorized capacityoerc ), the same in a authorized capacity(W,, and that by herktaeir signatures(sj on the and that by ' er heir signatures(&r on the hi instrument the person(61, or the entity upon instrument the person('or the entity upon behalf behalf of which the person(Wacted, executed the of which the personK 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: Nota Si nature: Notary Seal: Notary Seal: JAZMIN L. KNOX JAZMIN L. KNOX F amCOMM. #2058482 1 f COMM. #2058482 Notary Public-Calomia °' Notary Pubic-CaIHOrMs i SAN BERNARDINO N 4 � SAN BOINARDINO N MYAP0.E iea Mrch 1 My AW.I50ft M&0 20,20f8 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 Alarmco Security S r terns, Inc. By Randall H. Eason Title President 5 EXHIBIT "A" SPECIAL PROVISIONS Business License Requirement: Contractor shall possess a valid City of Palm Springs Business License throughout the term of this agreement. 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. 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 the 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. 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 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. All work shall be performed in accordance with the 2010 California Codes including Building, Electrical, Fire and Mechanical as adopted by the City of Palm Springs Oridnances 1780 and 1781; and NFPA 72 National Fire Alarm Code, 2010 Edition. 6 VENDORS& AMOUN BID VENDORS & AMOUNTS BID BID ABST QACDUE 1 ' IID DATE: V a� IIDDING TO: iUANT17Y COMMODITY ITEM # � �� BID SCHEDULE/PRICING PAGES BID SCHEDULE (IFB15-01) LUMP SUM PRICE TO DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT THE MUNI COGEN PLANT All materials, equipment and labor necessary to install a new turnkey Fire Alarm System at the Municipal Cogeneration Plant 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. State the Manufacturer, Brand, and Model #of the system you are offering in this bid below: Honeywell Silent Knight 5820XL *If you are offering an alternate brand/model as an "OR EQUAL" you must include product specification sheets, data sheets, and CFSM approval sheets attached with your bid. *Include with your bid copies of your valid C-10 Contractor's license, Fire Alarm Technician Certification (Blue Card) and evidence of your certified training to install the system you are bidding. *NOTE: The pricing listed below shall be based on the Honeywell Silent Knight 5820XL as an example for prospective bidders to correctly identify the quality and level desired by the City. All parts and accessories may be either the brand as specified, "OR EQUAL". GRAND TOTAL LUMP SUM PRICE (in figures) $ $18,087.29 (in words): Eighteen Thousand, Eighty Seven Dollars and Twenty Nine Cents dollars In the event that additional services are required beyond the scope of work as defined in this document, please provide your hourly labor rate (regular business hours only"): $ 85.00 per hour. 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 three (3) years from the date of final acceptance of the system 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. 20 SYSTEM PROGRAMMING, MAINTENANCE AND MONTIORING: The City requires that the fire alarm system installed as a result of this bid must be able to be properly programmed, maintained, and monitored per the manufacturer's specifications by any properly licensed fire alarm company/installer. Provide below the name, address, phone, and contact person located in the Southern California region where any properly licensed fire alarm company/installer may obtain facto /manufacturer certified training on the proposed system: this is NOT for becoming a dealer or factory/manufacturer 9 P P Y ( 9 distributor of any particular brand") Name of system Manufacturer: Honeywell/Silent Knight Brand and Model number of system bid: Silent Knight 5820XL Name and Address (in Southern California region)where certified training may be obtained: Training available through honeywell.com Contact Person: Sam Aviles Phone #: (925)353-6039 What is the cost(if any)of the factory/manufacturer certified training? : No Charge (Signatures): Name of contractor submitting b' larmco Security Systems, Inc. Authorized signature l Printed name Randall Eason Title President Address 451 Kansas St City, State, Zip Redlands, CA 92373 Telephone No: (909)792-9499 Fax No: (909)792-9444 E-mail reason@alarmco.us 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) # 1,2,2A is/are hereby acknowledged. 21 REFERENCES The City is seeking a qualified contractor who has the required license, certifications, experience and capability to install new Fire Alarm System at the Municipal Cogeneration Plant 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: Public Safety Academy Contact Person: Steve Filson Phone # (909)815-5123 Brief description of project: Designed, furnished and installed a complete Fire Alarm system that meets the requirements of current NFPA and Life Safety codes 2) Name of contractor or agency: City of Rialto Contact Person: Joey Branchetti Phone # (909)772-2806 Brief description of project: Designed, furnished and installed several Fire Alarm systems for different city buildings throughout Rialto, CA. 3) Name of contractor or agency: Planned Parenthood Contact Person: Lance Ruiz Phone# (619)881-4519 Brief description of project: Designed, furnished and installed Fire Alarm at the corporate office in San Diego CA 22 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 15-01 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) SS _ COUNTY OFItNERSIVE The undersigned, being first duly swom, deposes and says that he or she is Randall Eason of Alarmco Security Systems, Inc. , 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: te;� Title President Subscribed and sworn to before me this day of 20_ Notary Public in and for said County and State FIDAVI.FRM State of cal"omia Courdy.. M n N I.0 sa �end swum to(or affimwo befo%rm on ft�dp df ,20,1d by ACAUada aMcy- pmved to ma on to basis of satiafadory evidence to be ft pereo,ill6rwho appeared before me. redra.y COMM. 71205848584f32 N (goal) AMAa Notary Public-CWftTda SAN BERNARDINO% W App.Erq! Mach 20.2018-) 23 BIDDER'S GENERAL INFORMATION DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT IFB 15-01 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: Alarmco Security Systems, Inc. 451 Kansas St Redlands, Ca 92373 2. CONTRACTOR'S Telephone Number: ( 9o9 ) _792-9499 Facsimile Number: (909 ) 792-9444 3. CONTRACTOR'S License: Primary Classification C-10 State License Numbers) 766398 Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety HCC Surety Group Address 625 The City Drive South, Suite 130 Orange, CA 92868 Surety Company HCC - Khoi Tran Telephone Numbers: Agent (714 ) 740-7000 Surety( ) 5. Type of Contractor(Individual, Partnership or Corporation): Corporation 6. Corporation organized under the laws of the State of: California 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: Randall Eason President Timothy McNett CEO 24 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of work: 25+ 9. List the name and title of the person who will supervise full-time the proposed work for this project: Mike Panton - Field Supervisor 10. Is full-time supervisor an employee X 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, at seq., of the Public Contract Code, the Bidder shall list below the name and business address of each licensed 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:100%(shall not be less than 50%). Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name &Address 1. N/A 2. 3. 4. 5. I 26 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS IFB 15-01 Bid Opening Date August 26, 2014 at 3:0013M 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: N/A Local firms that will furnish materials or supplies to the Bidder for this project: Tri-Ed of Riverside Walter's Wholesale Electric in Palm Desert, CA. 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 good faith efforts to do so. 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 N/A 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 N/A 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 BUSINESS LICENSE 3200 E TAHQUITZ CANYON WAY, PALM SPRINGS, CA 92262 (760) 323-8289 PLEASE NOTE THAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. BUSINESS NUMBER: 20017809 EXPIRATION TAX/ADMIN. FEE CERT NO BUSINESS TYPE: SECURITY INSTALL&MONITOR 07/31/2015 18.00 68266 OWNER NAME: RANDALL H EASON 07/31/2015 28.00 68267 07/31/2015 67.00 68268 BUSINESS NAME: ALARMCO SECURITY SYSTEMS INC 07/31/2015 1.00 68269 BUSINESS ADDRESS: 451 KANSAS ST REDLANDS,CA 92373 ALARMCO SECURITY SYSTEMS INC ISSUANCE OF THIS LICENSE DOES NOT ENTITLE 451 KANSAS ST THE LICENSEE TO OPERATE OR MAINTAIN A BUSINESS IN VIOLATION OF ANY OTHER LAW REDLANDS CA 92373 OR ORDINANCE. THIS IS NOT AN ENDORSEMENT OF THE ACTIVITY NOR OF THE APPLICANT'S MUST BE POSTED IN A CONSPICUOUS PLACE State Of California CONTRACTORS STATE LICENSE BOARD c ACTIVE LICENSE taai., . 766398 PART ALARMCO SECURITY SYSTEMS m C90 hdpm moo. 07131/20 1 5 www.cslb.ca.gov REQUEST FOR TREASURER'S RECEIPT TO: FINANCE DEPARTMENT, CASHIER DATE: 08/26/14 FROM: Marina Williams PLEASE ACCEPT $ 1 ,808.72 FROM: Alarmco Security FOR: Cashier check in lieu of bid bond CREDIT ACCT NO. ys f-k_ BY ORDER OF r Q. L v,h �'... �� u t .y_ Xr t c' .c r f•Af�.. �{'^ Pj d.`z CR*y,Y4^ c^:M' _.y�... . and A g y s 6v r� hk �s 5 VP 1IMyy�� h x Id I WIN ;y w k[ $�M 1 I 11 } e CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 15-01 BID BOND FORM KNOW ALL ME BY THESES PRESENTS, That ( a17/�"-S (/�t �� 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: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT 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 CITY OF PALM SPRINGS RECVD BY: CR 01000068114 PAYOR: PROVIDENT BANK TODAY'S DATE: 08/26/14 REGISTER DATE: 08/26/14 TIME: 16:42 DESCRIPTION AMOUNT TRUST AND AGENCY $1,808.72 CUST ID: IN LIEU OF BID BOND ________________ TOTAL DUE: $1,808.72 CHECK PAID: $1,808.72 CHECK NO: 297793 TENDERED: $1,808.72 CHANGE: $.00 , �[[4i A Check a License- License Detail - Contractors State License Board Page 1 of 2 DEPARTMENT of CONSUMER AFFAIRS . Contractors State License Beard Contractor's License Detail - License # 766398 DISCLAIMER:A license status check provides Information taken from the CSLB license database.Before relying on this Information,you should be aware of the following limitations. CSLB complaint disclosure is restricted bylaw(B&P 7124.6)if this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. License Number 766398 Extract Date 8/26/2014 ALARMCO SECURITY SYSTEMS Business Information Business Phone Number:(909)792-9499 451 KANSAS ST REDLANDS,CA 92373 E99-ty-____,,..- Partnership Issue Date 07/26/1999 ..............—..__.�—.---.--_--- ExpireDate __--.... ........ 0 7131/2 01,5._ License Status ACTIVE This license is current and active.All information below should be reviewed. — — CLASS DESCRIPTIONv Classifications C10 ELECTRICAL — CONTRACTOR'S BOND This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bonding Bond Number: SC408568 Bond Amount:$12,500 Effective Date: 03/02/2009 Contractor's Bond History Workers'Compensation WORKERS'COMPEN 1.SATIO 1.N This license has workers compensation insurance with SECURITY NATIONAL INSURANCE COMPANY Policy Number:SWC1028858 Effective Data: 09/01/2013 Expire Date:09/01/2014 https://www2.cslb.ca.gov/OnlineServices/CheekLicenseII/LicenseDetail.aspx?LicNum--76... 8/26/2014 Check a License - License Detail - Contractors State License Board Page 2 of 2 Workers'Compensation History Personnel listedon this license(current or disassociated)are listed on other licenses. Personnel List I Other Licenses Conditions of Use I Privacy Policy Copyright©2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheekLicenseII/LicenseDetail.aspx?LicNum=76... 8/26/2014 ( Y ?ALA4 sp ep Z (q'lFORN�P . INVITATION FOR BIDS NO. 15-01 FOR DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT THIS INVITATION FOR BIDS CONSISTS OF THE FOLLOWING: PAGE COVERSHEET.......................................................................................................................... 1 NOTICEINVITING BIDS .........................................................................................................2-3 BIDDER'S CHECK LIST.............................................................................................................4 TERMS & CONDITIONS .........................................................................................................5-8 SCOPE OF WORK AND SPECIAL CONDITIONS ................................................................9-18 FLOORPLAN DRAWING......................................................................................................... 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 PERFORMANCEBOND .......................................................................................................... 33 CONTRACT AGREEMENT.................................................................................................34-37 WORKER'S COMPENSATION CERTIFICATE ....................................................................... 38 EXHIBIT "K' SPECIAL PROVISIONS....................................................................................... 39 CERTIFICATE OF INSURANCE SAMPLE DOCUMENT..........................................................40 SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS.........................41-43 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, August 26, 2014 1 NOTICE INVITING BIDS CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS (IFB 15-01) NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified contractors for: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT The City of Palm Springs requires a contractor to furnish all labor, equipment, materials, supervision, service, proof of insurance and bonding to install new fire alarm systems in the MUNICIPAL COGENERATION PLANT, located at 205 N. El Cielo Rd., 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 C10 Contractor's license, and at least one (1) employee working on this job site shall hold a current, valid Fire Alarm Technician Certification (Blue Card). Copies of both shall be submitted with your bid. Work shall be performed in accordance with 2010 California Codes including Building, Electrical, Fire and Mechanical as adopted by the City of Palm Springs Ordinances 1780 and 1781, and NFPA 72 National Fire Alarm Code, 2010 Edition, in addition to the specifications included herein. 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 Purchase Order 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, August 26, 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 at the address above, or mailed to: City of Palm Springs, Procurement and Contracting Division, P. O. Box 2743, Palm Springs, California 92263-2743. 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, August 13, 2014 8:30AM at the Muni Cogen Plant located at 205 N. El Cielo Rd., 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 2 Procurement Office by calling (760) 322-8374, NOTE: Contact Leigh Gileno, Procurement Specialist II via email at Leigh.Gileno a@palmsprinosca.00v 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. 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 200 w� ng orrking,days �(note: allowed working days Monday through Friday 8:00 a.m. to 6:00 p.m). Xa"' mod"""..' Procurement Specialist II City of Palm Springs, CA 3 INVITATION FOR BIDS (IFB 15-01) 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. II REQUIRED DOCUMENTS FOR BID: Bids MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the Bid. NOTE: ONLY THOSE ITEMS MARKED BY AN "X"ARE REQUIRED. X 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 15-01 DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT 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. 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, August 13, 2014, at 8:30 A.M. Local Time. Please allow at least 30 MINUTES for site tour. Participants 5 will meet promptly at 8:30 A.M. at the Muni Cogen Plant located at 205 N. El Cielo Rd., 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.Gilenop_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, Monday, August 18, 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 DUE TO THE CURRENT FURLOUGH PROGRAM, 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 equipment/material. Where applicable, all bids shall be accompanied by a copy or description 6 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-10 Contractor's License and at least one employee working on this job site shall hold a current, valid Fire Alarm Technician Certification (Blue Card) at the time the contract is awarded and for the duration of the term that the work is in progress. 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 7 employed by Contractor on the work. The bond shall contain the original notarized signature of 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 15-01 DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT PURPOSE, SCOPE OF WORK, AND SPECIAL CONDITIONS: PURPOSE: The City of Palm Springs requires a qualified and properly licensed contractor to design, furnish and install a new Fire Alarm System at Muni Cogen Plant located at 205 N. El Cielo Rd., Palm Springs, CA 92262. SCOPE OF WORK: Bids are being solicited from contractors that currently hold a valid State of California C10 Contractors License, as well as at least one employee working on this job site shall hold a current, valid Fire Alarm Technician Certification (Blue Card). The new Fire Alarm system shall be a Honeywell Silent Knight 5820XL (OR EQUAL), with all components Honeywell (OR EQUAL). Guideline Specifications and Description of Fire Alarm System at Muni Cogen Plant Building 1. PART 1 GENERAL 1.1 GENERAL DESCRIPTION The Municipal Cogeneration Plant is an existing standalone building and is classified as Class F-1 occupancy. The central plant room is being furnished with new electrical and mechanical equipment for a Cogeneration Plant.The equipment consists of engine/generator, chiller, pumps, electrical power distribution panel, motor control center, variable speed drives, exhaust fans, instrumentation and control panels, and light fixtures. There is no existing fire alarm system in the building. A complete new fire alarm system shall be designed and installed by a licensed fire alarm contractor. The fire alarm system shall consist of Fire Alarm Control Panel (FACP), power supply with battery back-up, modem communicator and dialer, smoke and heat detectors, initiating appliances, alarm devices, horn & strobe lights, and pull stations. Contractor shall obtain all required approvals and permits for the fire alarm system installation from the Palm Springs Fire Department and the City; and coordinate installation work with Chevron Energy Solutions (General Contractor for cogen plant). All work related to fire and life safety shall be done by a licensed fire alarm contractor. 1.2 GENERAL REQUIREMENTS 1.2.1 The fire alarm system shall comply with the California Fire Code 2010 Edition with additions, deletions and amendments per City of Palm Springs Ordinance 1781, California Electrical Code 2010 Edition with additions, deletions and amendments per City of Palm Springs Ordinance 1780, NFPA 72, and be properly installed in compliance with the requirements of Palm Springs Fire Department, and shall be U.L. or Factory Mutual listed and rated. 1.2.2 The fire alarm system shall be a separate system installed in a separate conduit with its own compartment in the terminal cabinets. 1.2.3 The fire alarm system shall be U.L. listed for NFPA 72 and power limited applications per CEC 760. 1.2.4 Installation of the fire alarm system shall not be started until the Contractor submits to the City, fire alarm system shop drawings which shall include State Fire Marshal 9 Listing Numbers of all fire alarm components, and this submittal is approved by the City. 1.2.5 The Contractor shall furnish a letter from a representative of the fire alarm manufacturer to the effect that the system is correctly and satisfactorily installed. 1.3 WRITTEN CERTIFICATION 1.3.1 Written certification by the fire alarm equipment distributor (or vendor or manufacturer) shall be submitted to the City of Palm Springs with copy to the Fire Department stating that the system and its component parts are as listed and approved by the State Fire Marshal and that the installation conforms to the requirements as set forth in Article 72, Title 19, California Code of Regulations. Letter from the fire alarm equipment manufacturer stating that the fire alarm contractor is a Factory Authorized Distributor, and is trained and certified for the equipment proposed on this project and is licensed to purchase and install the software required to provide specified functions. 1.4 QUALITY ASSURANCE 1.4.1 The fire alarm system components shall be from the same manufacturer whose fire protection and alarm systems exist in other City buildings. Each and all items of the Fire Alarm System shall be listed as a product of a SINGLE fire alarm system manufactured under the appropriate category by Underwriters' Laboratories, Inc. (UL), and shall bear the "U.L." label. 1.4.2 All control equipment must have transient protection to comply with UL864 requirements. 1.5 SOFTWARE REQUIREMENTS 1.5.1 The fire alarm system shall allow for loading and editing special instructions and operating sequences as required. The system shall be capable of on-site programming to accommodate system expansion and facilitate changes in operation. All software operations shall be stored in a non-volatile programmable memory within the fire alarm control panel (FRCP). Loss of primary and secondary power shall not erase the instructions stored in memory. 1.5.2 The system shall have the capability of recalling alarms and trouble conditions in chronological order for the purpose of recreating an event history. 1.7 OPERATION 1.7.1 The system alarm operation subsequent to the alarm activation of any manual station or automatic detection device shall be as follows: 1.7.1.1 All audible alarm indicating appliances shall sound temporal pattern signal until silenced by the alarm silence switch at the control panel. 1.7.1.2 All visible alarm indicating appliances shall flash continuously until the alarm silence switch is operated. 1.7.1.3 The audible alarms shall be silenced by manual key operation. 1.7.1.5 Any subsequent zone alarm shall reactivate the alarm indicating appliances. 10 1.7.2 The alarm shall be displayed on an 80 character LCD display. The top line of 40 characters shall be the point label and the second line shall be the device type identifier. The system alarm LED shall flash on the control panel, and the remote annunciator until the alarm has been acknowledged. Once acknowledged, this same LED shall latch on. A subsequent alarm received from another zone shall flash the system alarm LED on the control panel and remote annunciator. The LCD display shall show the new alarm information. 1.7.3 A pulsing alarm tone shall occur within the control panel until the event has been acknowledged. 1.7.4 The system shall have a single key that will allow the operator to display all alarms, troubles, and supervisory service conditions including the time of each occurrence. 1.8 SUPERVISION 1.8.1 The system shall contain necessary hard wired, Class "B" (style "B") independently supervised initiating device circuits. The alarm activation of any initiation circuit shall not prevent the subsequent alarm operation of any other initiation circuit. 1.8.3 Auxiliary manual controls shall be supervised so that an 'off normal' position of any switch shall cause an "off normal' system trouble. 1.8.5 The incoming power to the system shall be supervised so that any power failure must be audibly and visually indicated at the control panel. A green "power on" LED shall be displayed continuously while incoming power is present. 1.8.6 The system batteries shall be supervised so that a low battery condition or disconnection of the battery shall be audibly and visually indicated at the control panel. 1.8.7 The System Module shall be electrically supervised for module placement. Should module become disconnected the system trouble indicator shall illuminate and the audible trouble signal shall sound. 1.8.8 The system shall have provisions for disabling and enabling all circuits individually for maintenance or testing purposes. 1.9 POWER REQUIREMENTS 1.9.1 The control panel shall receive 120 VAC power via a dedicated circuit breaker protected circuit from the 120/208 volt distribution panel located inside the central plant building. Said connection shall be made by Alarm Contractor. 1.9.2 The system shall be provided with sufficient battery capacity to operate the entire system upon loss of normal 120 VAC power in a normal supervisory mode for a period of twenty-four (24) hours with 10 minutes of alarm operation at the end of this period. The system shall automatically transfer to the standby batteries upon power failure. All battery charging and recharging operations shall be automatic. 1.9.3 All external circuits requiring system operating power shall be 24 VDC and shall be individually fused at the control panel. 2. PART 2 PRODUCTS 11 2.1 FIRE ALARM CONTROL PANEL COMPONENTS AND CONSTRUCTION 2.1.1 Control panel construction shall be modular with solid state, microprocessor based electronics. It shall display only those primary controls and displays essential to operation during a fire alarm condition. Keyboards or keypads shall not be required to operate the system during fire alarm conditions. A local audible device shall sound during Alarm, Trouble or Supervisory conditions. This audible device shall sound differently during each condition to distinguish one condition from another without having to view the panel. This audible device shall also sound during each keypress to provide an audible feedback to ensure that the key has been pressed properly. 2.1.2 The following primary controls shall be visible through a front access panel. 2.1.2.1 Eighty character liquid crystal display. 2.1.2.2 Individual red system alarm LED. 2.1.2.3 Individual yellow supervisory service LED. 2.1.2.4 Individual yellow trouble LED. 2.1.2.5 Green "power on" LED. 2.1.2.6 Alarm Acknowledge key. 2.1.2.7 Supervisory Acknowledge key. 2.1.2.8 Primary Keys, LED's and LCD display. 2.1.3 The control panel shall have a 2 line x 40 character liquid crystal display which shall be backlit for enhanced readability. So as to conserve battery standby power, it shall not be lit during an AC power failure unless an alarm condition occurs or there is keypad activity. 2.1.4 The display shall support both upper and lower case letters. Lower case letters shall be used for softkey titles and prompting the user. Upper case letters shall be used for System Status Information. A cursor shall be visible when entering information. 2.2 FIRE ALARM CONTROL PANEL OPERATION AND CAPABILITIES 2.2.1 Under normal condition the front panel shall display a "System is Normal" message and the current time and date. 2.2.2 Should an abnormal condition be detected the appropriate LED (Alarm, Supervisory or Trouble) shall flash. The panel audible signal shall pulse for alarm conditions and sound steady for trouble and supervisory conditions. 2.2.3 The LCD shall display the following information relative to the abnormal condition of a point in the system. 2.2.3.1 40 character custom location label. 2.2.3.2 Type of device (i.e. smoke, heat, pull station). 12 2.2.3.3 Point status (i.e. alarm, trouble). 2.2.4 Two methods of acknowledgement for each abnormal condition shall be provided. One may be chosen depending on the NFPA requirements. 2.2.4.1 For NFPA 72 requirements: Pressing the appropriate acknowledge button shall display the first unacknowledged condition in the appropriate list (either alarm, supervisory or trouble), and require another acknowledge button. Press to acknowledge only the display point. 2.2.5 After all points have been acknowledged, the LEDs shall glow steady and the Sonalert will be silenced. The total number of alarms, supervisory and trouble conditions shall be displayed along with a prompt to review each list chronologically. The end of the list shall be indicated by an end of list message "END OF LIST'. 2.2.6 Alarm Silencing 2.2.6.1 Should the "Alarm Silence" button be pressed all alarm signals shall cease operation. 2.2.6.2 Signals shall not be silenced during alarm silence inhibit mode. 2.7 ADDRESSABLE OPERATIONS OF CONTROL PANEL 2.7.1 The system control panel shall be capable of communicating with addressable devices. 2.7.2 The system shall provide communication with addressable initiating and control devices individually. All of these devices shall be individually annunciated at the control panel. Annunciation shall include the following conditions for each point: 2.7.2.1 Alarm 2.7.2.2 Trouble 2.7.2.3 Open 2.7.2.4 Short 2.7.2.5 Device missing/failed 2.8 ADDRESSABLE INITIATING DEVICES - GENERAL 2.8.1 All addressable devices shall have the capability of being disabled or enabled individually. 2.8.2 All addressable devices may be multi-dropped from a single pair of wires. Systems that require factory reprogramming to add or delete devices are unacceptable. 2.8.3 Format: The communication format must be a completely digital poll/response protocol to allow Mapping of the circuit wiring. A high degree of communication reliability must be obtained by using parity data bit error checking routines for address codes and check sum routines for the data transmission. 13 2.8.4 Identification of Addressable Devices: Each addressable device shall be identified at time of installation. The use of jumpers to set address will not be acceptable due to the potential of vibration and poor contact. Device identification schemes that do not use uniquely set addresses but rely on electrical position along the communication channel are unacceptable. 2.8.5 Distance capability: The system shall allow proper operation with a loop distance of up to 10,000 feet (total length). 2.9 ADDRESSABLE SMOKE AND HEAT DETECTORS 2.9.1 Addressable Detector Bases: All addressable smoke and heat detector heads as specified below will be pluggable into their bases. The base will contain electronics that communicate the detector status (normal, alarm, trouble) to the control panel over two wires. The same two wires shall also provide power to the base and detector. Different detector heads (smoke or heat) must be interchangeable. Upon removal of the head, a trouble signal will be transmitted to the control panel. Smoke detectors shall remain covered until the system is approved and certified, or instructed by construction manager. 2.9.2 Photoelectric Detector Head 2.9.2.1 The photoelectric type detector shall be a plug-in unit which mounts to a twist-lock base, and shall be UL approved. 2.9.2.2 The detectors shall be of the solid state photoelectric type and shall contain no radioactive material. They will use a pulsed infrared LED light source and be sealed against rear air flow entry. 2.9.2.3 The detector shall fit into a base that is common with both the heat detector and ionization type detector and shall be compatible with other addressable detectors, addressable manual stations, and addressable zone adapter modules on the same circuit. The detector shall also fit into a non-addressable base that is capable of being monitored by an addressable adapter module. 2.9.2.4 There shall be no limit to the number of detectors or zone adapter modules which may be activated or "in alarm" simultaneously. 2.10 ALARM SIGNALS, GENERAL 2.10.1 The system shall be equipped with timing relays or other approved alternate equipment so that all audible signals will sound the California Fire Alarm Code. 2.10.2 All visual units shall utilize xenon lamps with integral flashers. 2.10.3 The following historical trouble log events related to alarm operation shall be stored at the control panel: 2.10.3.1 Trouble conditions 2.10.3.2 Supervisory alarms 2.10.3.3 Trouble acknowledgement 2.10.3.4 Supervisory acknowledgement 2.10.3.5 Alarm Verification tallies 2.10.3.6 Walk Test results 14 2.10.3.7 Trouble Historical log cleared 2.10.4 System Trouble Reminder: Should a trouble condition be present within the system and the audible trouble signal silenced, the trouble signal shall resound at preprogrammed time intervals to act as reminder that the fire alarm system is not 100% operational. Both the time interval and the trouble reminder signal shall be programmable to suit the Owner's application. 2.11 HORN 2.11.1 Horn shall be outlet box mounting, semi-flush, 24 volt dc, minimum sound output rating 95 db at 10 feet. 2.12 VISUAL ALARM UNIT 2.12.1 Outlet box mounting, semi-flush, 24 volt dc. High intensity Xenon type light source with flasher as part of the assembly. 2.13 COMBINATION HORN AND VISUAL ALARM UNIT 2.13.1 Outlet box mounting, semi-flush, 24 VDC. Horn and visual alarm units shall meet the requirements of individual horn and visual units but shall be furnished as a single integrated unit. 2.14 REMOTE ANNUNCIATOR 2.14.2 Fire control communicators shall be digital type, UL, and Fire Marshal listed for fire reporting to a central station. 2.14.2.1 Control/communicator shall be furnished with the capability to supervise telephone lines, seize telephone line, and send alarm signal on one or both lines without the installation of additional equipment. It shall sound a local trouble signal if telephone service is interrupted for longer than 45 seconds and shall transmit a signal indicating loss of telephone line. A signal shall also be transmitted indicating restoration of telephone service. Control/communicator shall be able to report loss of either telephone without regard to which telephone line failed first. If both lines fail, a local signal shall sound. 2.14.2.2 Control/communicator shall be furnished with the ability to send a test signal to central station every 24 hours. Test signal shall be able to be transmitted at a specific time of day or night, by setting a program within panel. 2.14.2.3 Alarm signals transmitted to central station shall indicate which of the zones is in alarm and which zones are in trouble. Restoration from alarm or trouble shall also be transmitted by zone. Control/communicator shall be capable of communicating to central station receivers. 3. PART 3 EXECUTION 3.1 WIRING/CONDUIT 3.1.1 All wiring shall be installed in 3/4 inch minimum rigid conduit and shall be of the type and size recommended by the equipment supplier, and as approved by the authority having jurisdiction. Wire color coding shall remain the same throughout the system. Conduit shall be red in color. 15 3.1.2 Provide and install the system in accordance with the plans and specifications, all applicable codes and the manufacturer's recommendations. All wiring shall be installed in strict compliance with all the provisions of CEC - Article 760 , Power- Limited Fire Protective Signaling Circuits. Upon completion, the Contractor shall so certify in writing to the Owner. 3.1.3 No wiring other than that directly associated with the fire alarm detection, signalling or auxiliary fire protection functions, shall be permitted in fire alarm conduits or bundled open wiring fire alarm cables. All wiring shall be tested for opens, shorts and grounds prior to the connection of any devices. All fire alarm junction boxes shall be clearly marked for easy identification. Wire nut splices shall not be permitted. 3.1.4 The Contractor shall clean all dirt and debris from the inside and outside of the fire alarm equipment after completion of the installation. 3.1.5 The manufacturer's authorized representative shall provide onsite supervision of installation. 3.2 TESTING 3.2.1 The completed fire alarm system shall be fully tested in accordance with NFPA-72 by the Contractor in the presence of the Owner's representative and the Local Fire Marshal, as applicable. 3.3 WARRANTY 3.3.1 The Contractor shall warrant the completed fire alarm system wiring and equipment to be free from inherent mechanical and electrical defects for a period of one (1) year from the date of the completed and certified test or from the date of first beneficial use. 3.3.2 The equipment manufacturer shall make available to the Owner a maintenance contract proposal to provide a minimum of two (2) inspections and tests per year in compliance with NFPA-72 guidelines. 3.4 INSTRUCTION 3.4.1 The manufacturer shall provide technical instruction to the Owner for a minimum of eight (8) hours by a field engineer or a certified representative. This instruction shall include maintenance and technical manuals of which two (2) copies shall be turned over to the Owner. 3.5 MANUFACTURER'S RESPONSIBILITY 3.5.1 It is mandatory that the fire alarm equipment manufacturer or his authorized representative, install and connect, supervise the installation and connection, or at the minimum, inspect and test the entire system after completion. A letter from the manufacturer or his authorized representative certifying that this inspection and testing has been done and that the complete system is in full and proper operation and in compliance with this specification and the manufacturer's recommendations, shall be submitted before the project will be accepted. 3.5.2 Provide the NFPA certificate to the owner and local fire official. 16 3.6 DRAWING: See attached 8 %X 11 floor plan. The bid price is to include all necessary material, labor, equipment, drawings, permits, inspections, testing and warranties necessary to install all items described in these specifications. The City shall not charge the successful contractor for plan checking, permits, inspections and testing of the alarm system on these City-owned facilities. Completed work and all material and equipment are to meet or exceed NFPA 72, 2010 Edition and appropriate Codes, including compliance with Fire Alarm Manufacturer's Listings, Installation Instructions and Requirements (factory trained certification is required as noted above*). If additional material and labor is required to meet NFPA 72 and appropriate Codes, it is to be included in the bid price. All work is to be performed during the hours of 8:00 am -6:00 pm, Monday thru Friday. The awarded contractor is to begin work within 10 days from receipt of an executed contract and purchase order, and work is to be completed within 60 days of Notice to Proceed. Time is of the essence and the project shall be completed with the utmost speed, consistent with good workmanship. All necessary permits, training, certifications, and material and equipment are to be in place arior to the start of the project. 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 three (3) years from the date of final acceptance of the system 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. The awarded contractor shall provide all necessary provisions to provide a safe environment for all pedestrian traffic during the entire phase of the project. The awarded contractor is responsible for the cleanup of all areas where work is to be performed daily. All areas are to be put back to the same condition or better as found prior to the start of the project. SPECIAL CONDITIONS: 1. Contract Services Agreement: The attached Contract Services Agreement shall be utilized to identify the respective obligations of the City and the (awarded) Contractor. 2. Plans Submissions: Three complete sets of 24"X36" sets of plans for Fire Alarm System must be submitted at time of building plan submittal. 3. 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. 4. 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. 5. License Requirement: The contractor will be required to: 17 • be licensed in accordance with the Palm Springs Municipal Code, Chapter 3.40 through 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 six 60 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. 18 KEY N076 .�ao,._� -- -----.-.-.--__ ---.................__ w rck of ewR O ---- - 0' runlwuuwa awmw NS iAUk SPRW(iSpRmwOROAD +aiurvrwm .G41Rt �E�NQ so so ! O —e:� ® n +ee wow m.rtw�CLi�� wmnn INSTA ON SUPPLY AR DUCT P5 CO r FROM EVAPORATNE COOLER \ :� (q mP. A PLCS)a) HS -_ O N s mni Z ® maw 0� nwav ti ?> HSWP HS IV7� ®GS o U IE WE IV:TI YN8{yw)(�5 V V! NL6 M v .. w I6avw ... i0 COCOv SYSTEM eFp BHQ wl.r d1O" HS I wn wcc WP FIRE&*m TFWINAL BOX - NOT IN CONTRACT �uxw ny_.murc POWER FROM PANEL IPA' MUNIUAL COMK- FIREAIARM FLOOR RAN i ff E122 BID SCHEDULEIPRICING PAGES BID SCHEDULE (IF1315-01) LUMP SUM PRICE TO DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT THE MUNI COGEN PLANT All materials, equipment and labor necessary to install a new turnkey Fire Alarm System at the Municipal Cogeneration Plant 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. State the Manufacturer, Brand, and Model# of the system you are offering in this bid below: *If you are offering an alternate brand/model as an "OR EQUAL" you must include product specification sheets, data sheets, and CFSM approval sheets attached with your bid. *Include with your bid copies of your valid C-10 Contractor's license, Fire Alarm Technician Certification (Blue Card) and evidence of your certified training to install the system you are bidding. *NOTE: The pricing listed below shall be based on the Honeywell Silent Knight 5820XL as an example for prospective bidders to correctly identify the quality and level desired by the City. All parts and accessories may be either the brand as specified, "OR EQUAL". GRAND TOTAL LUMP SUM PRICE (in figures) (in words): dollars In the event that additional services are required beyond the scope of work as defined in this document, please provide your hourly labor rate (regular business hours only*): $ per hour. 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 three (3) years from the date of final acceptance of the system 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. 20 SYSTEM PROGRAMMING, MAINTENANCE AND MONTIORING: The City requires that the fire alarm system installed as a result of this bid must be able to be properly programmed, maintained, and monitored per the manufacturer's specifications by any properly licensed fire alarm company/installer. Provide below the name, address, phone, and contact person located in the Southern California region where any properly licensed fire alarm company/installer may obtain factory/manufacturer certified training on the proposed system: (this is NOT for becoming a dealer or distributor of any particular brand') Name of system Manufacturer: Brand and Model number of system bid: Name and Address (in Southern California region) where certified training may be obtained: Contact Person: Phone#: What is the cost (if any) of the factory/manufacturer certified training? (Signatures): Name of contractor submitting bid Authorized signature Printed name Title Address City, State, Zip Telephone No: Fax No: E-mail 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. 21 REFERENCES The City is seeking a qualified contractor who has the required license, certifications, experience and capability to install new Fire Alarm System at the Municipal Cogeneration Plant 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: m f contractor or agency:2) Name o co ctor :t o g y 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. 15-01 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, other member 9 p rY, or any 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 DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT IFB 15-01 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 and business address of each licensed 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. 26 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS IFB 15-01 Bid Opening Date August 26, 2014 at 3:OOPM 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 good faith efforts to do so. 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. 15-01 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: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT 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: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT 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 attorney's 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. 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. 31 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: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGEN PLANT 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,�artnerehip,_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 SURETY: Signature(NOTARIZED) Print Name and Title: By By Signature(NOTARIZED) Title Print Name and Title: (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) 33 AGREEMENT THIS AGREEMENT made this day of in the year 2012, 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: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT MUNI COGENPLANT The Work is generally described as follows: Designing, furnishing and installing new fire alarm systems at the Sunrise Central Plant, located at 206 N. El Cielo Rd., 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). 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, Special Provisions (Exhibit "A"), 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 ❑ State of ❑ 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/her/their 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 EXHIBIT "A" SPECIAL PROVISIONS Business License Requirement: Contractor shall possess a valid City of Palm Springs Business License throughout the term of this agreement. 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. 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 the 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. 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 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. All work shall be performed in accordance with the 2010 California Codes including Building, Electrical, Fire and Mechanical as adopted by the City of Palm Springs Oridnances 1780 and 1781; and NFPA 72 National Fire Alarm Code, 2010 Edition. 39 CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS 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 r LIMITS OF LIABILITY IN THOUSANDS(x1000) �- TYPE OF INSURANCE POLICY NUMBER EACH OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY Inducing. $ $ ❑ E%PLOBICNANDOOLIAPSE BODILY INJURY $ $ ❑ UNDERGROUND DAMAGE PROPERTY DAMAGE ❑ PRODUCTSICOMPIETEDOPERATIONS or ❑ CONTRACTUAL IN5l1RANCE BODILYINJJRYAND $ $ ❑ BROAD FORM PROPERTY DAMAGE PROPERTY ❑ INDEPENDEWCONTRACTORS DAMAGE COMBINED ❑ PER$ONAI.INJURY PERGONALINIURY $ COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON $ Induding: EACHACCIDI ❑ OMMED PROPERTY DAMAGE $ ❑ HIRED ❑ N0N-0MMEO BODLV INJURY AND PROPERTY❑ $MOTORCARRIERACT DAMAGE COMBINED EXCESS LIABILITY BODILY INJURY Including: AND PROPERTY ❑ DAMAGE COMBINED $ FMPLOYER5 LMBIUTY WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABILITY Indudirg: EL $ (EACH ACCIDENT) El LONGSHOREWNe AND HARBOR WORKERS OTHER ADDITIONAL INSURED ENDORSEMENT-CITY OF PALM SPRINGS The undersigned cones That he or she is the representative of the abovenamed insurance companies,that he or she has Me authonty to ex a and issue this certificate to Certir"te Holder,and accordingly,does hereby catty on behaff of said insurance companies that policies of insurance listed above have been issued to Me insured named above and are in farce at this time. Nolwilhstanding any requirement,term,or condition of any contact or other document with resped to which Mrs certificate may be issued or may pertain.Me insurance afforded by the policies described herein is subject to at Me terns,exclusions,and conditions of such policies. Copies of the policies shown will be furnished to the Cetficste Holder upon request. This Certificate does not amend,extend,or alter the coverage afforded by Me policies listed. Cancellation:Should any d the above described policies be cancelled before the expiration date thereof,the issuing company will mail 30 days written notice to the belownamed certrficam holder: NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY 40 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 41 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 42 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 O MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT CAII ' 'RE TO MAII CI ICH ISIOT CP SH41 1 IMPOSE NIQ OR' 1!_ATION 0 I IADII ITV OF ANY KIND 1 IPQN THE INS IDCD ITS AGFNT-S OR I DCDR.FSENTATI\/CC *The broker/agent can include a qualifier stating "10 days notice for !: nonpayment of premium." "IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE : 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 43 ATTACHMENT "A" - ) x Chevron Energy Solutions—Construction Site Safety Plan 1. SCOPE AND PURPOSE Chevron Energy Solutions Company, a Division of Chevron U.S.A. Inc; (CES) primary responsibility to its employees is to keep them safe while on the job by planning construction operations to prevent incidents, injuries, and occupational illnosses. To that end, CES has developed this Construction Site Safety Plan (CSSP) to define requirements and designate protocols for the safety and health protection of on-site CES employees, contractors and subcontractors. 'This CSSP describes CES' safety policies, defines roles and responsibilities of key CES safety personnel, and identifies potentially hazardous situations that may be encountered during the implementation of this pmject. It issue for this project;a copy must remain on the construction site at all times. Our subcontractors are responsible for the safety oftheir employees,all personnel working on our construction sites as well as overall public safety. As such,this plan is distributed to our subcontractors,as it contains CES' minimum expectations of them in providinga safe work site on this project Additionally,each subcontractor, regardless of tier,isrequiraed to submit a safety plan„related to theirscope(s),of work and must agree to comply with the CES safety plan, as well as their own, conduct daily safety meetings, site safety inspections, and conduct all operations in a safe manner. The:suboontmctor(s)must also ensure compliance with requirements of the Department of Labor, Occupational Safety and Ilealth.Adminlsttation (OSHA)and(29 CFR 1926 and 29 CFR 1910)as well as federal,state,and local safety regulations. This OBSP has been developed in a manner consistent with OSHA, the Environmental Protection Agency (EPA), Chevron, safety standards, and established corporate policies; relevant contractual agreements; and applicable Federal,State and Local laws,odes and regulations. To the extent of a conflict between the CSSP and Federal,State and Local regulations;the laws, codes and regulations prevail. This document may include but is not limited to the following. ■ The customer's facility-specific requirements and instructions for worksite personnel regarding existing environmental conditions, safety standards, and the proper response to emergencies such as site evacuation;firs suppression,severe weather,and security. ■ Roles and responsibilities of"keyon-site CES personnel'and descriptions oftheir duties in addressing proj`eet safety. • Specific procedures for responding to,investigating,and reporting safety incidents. • Emergency safety contact information for CES,its subcontractor(s),and local emergeneyservices. • M. minimum expectations of its subcorltractots in providing for a safe work site; These expectations must be adequately addressed in the subcontractors' site-specific safety plans, Subcontractors site specific safety plans shall address known ptgject-site hazards that may require special attention. Revisan 02: M3-2019 Chevron Energy Soitdipns—Gpnstrrr�on Sgo Safety Plan 2. DEFINMONS The following definitions are provided for clarity in this CSSP. Precedence should always be given to definitions in applicable contractual,legal,and regulatory requirements and their associated documents. Access: Safe and unobstructed means of reaching a workspace or a work area. Accident: (see Incident) Acknowledge: To recognize or take notice of Activity Hazard Analysis The process technique (or tool)that highlights anticipated joh-site tasks associated with a so ope of coo identifies potential risks or exposures associated with those tasks, and suggests ways to mitigate them. The Af1A focuses on the relationship between the task,,worker, tools, and work environment. Each ARA is an ,integral part of the project safety planning process, focused on worker protection. (For Federal Projects Ali"may rue required). Activity-Specific Safety Training: The process of education, instruction,or discipline of a worker oc act or understand in accordance with We Work Practices pertaining to a specific process, operation, conduct, material,equipment;or tools 'used on this project. Accepted: Judged to be in conformity with, or meets the minimum requirements of, CES for the agreed usage. Adequate Ventilation: Ventilation which, under normal operating cotjditk%s, is sufficient to keep the concentration of a hazardous gas, vapor, mist, fume or dust below the amount which will produce harmful effects or below 20 percent of the lower explosive limit,whichever is lower. Approved- Saitdtioned, endorsed,accredited, or certified as satisfactory by a duly constituted and.nationally recognized authority or agent. Authorized Person: An individual approved or assigned by the employer to perform a specific duty or duties. • Authorized by the owner or operator, in a determination which defines the specific duties to attend, operate,inspect,test,or perform maintenance on equipment ■ Has successfully`completed training in the duties to which the authorization pertains • Performs his orligrdaties within the scope of the authorization • Is capable of reading and comprehending written instructions, including those on operator controls, that are req"uired to be available to or to be in View of a person performing duties W in the scope of the authorization Construction Safety Cliecktist: A tool for safety inspections and review of specific field activities,including but not limited tot • Assess site safety conditions • Monitor the safety performance of personnel • Evaluate the effectiveness of the safety processes being used The purpose of the construction safety inspection is to ensure that safety behaviors and conditions on the work-site moat CES expectations and requirements by comparing actual operational performance with documented procedures. ftfgft Checklist CES Contractor: Contractors who take work direction from CES management-, not eharacterized.as a personal service. Construction Site Safety Plan (CSSP): The Construction Site Safety Plan (CSSP) is a jobs to or facility- specific safety plan. Rev BW 02: 4-03-20I3 Cher?on LF»ergy Solutions—Construction Site Safety P/an Customer: Party that has entered into a contractual agreement with CES for goods and/or services. Emergency Medical Services: Communications, transportation,and medical and related services, such as first aid,tendered in response to the individual need for immediate medical care in order to reduce or prevent suffering and disability and reduce the incidence of death, First Aid: Recognition of and prompt care for injury or sudden illness prior to the availability of medical care by licensed health-care personnel. Facility-Specific Safety Training. Training that has been tailored for a particular site or property, such as emergency etracuation, fire suppression, severe weather procedures (hurricane preparedness, tornado shelter, etc.),terrorism threats,and security. Hazardous Materials Log: A written log of all hazardous substances to be used on the work-site, relevant to project site activities(see FIAZCOM,Safe Work Practice). HAZCOM,procedures include training on the exposure hazards, safe handling and emergency procedures contained in the Material Safety Data Sheets(M$DS) for the chemicals on the Hazardous Material Log. This informationshould be included within the JSA. Hazardous Materials: (i) Any hazardous, toxic, or dangerous wastes, substances, chemicals, constituents, contaminants, pollutants, and materials and any other carcinogenic, corrosive, ignitable, radioactive, reactive, toxic, or otherwise hazardous substances or mixtures (whether solids; liquids, gases) now or at any time subject th regulation,control,remediation,,or otherwise addressed under Applicable Laws;(ii)any"hazardous substance" as defined by the Resource, Conservation and Recovery Act of i976 (42 United States Code "U.S.0e4); Section 690.1 et seq.), as amended, and regulations promulgated thereunder, (iii) any "hazardous, tonic or dangerous waste, substance or material" specifically defined as such in (or far the purposes of) the Comprehensive Tuarvironmemal Responses, Compensation and Liability Act of 1980(42 U.S.C. Section 9601 et scq), ss;ameaded and regulations promulgated thereunder, and (iv) any hazardous, toxic or dangerous waste,substance,or material as defined in any so-called"superfimd"or"supetlion"law. Hazardous Activity: Activity that might ignite flammable va-pors or combustible materials. Examples of this activity are,welding, soldering,grinding, cutting, sandblasting, and electric or air-drive power tools, exposed flames or trot filaments, operating motor vehicles, analyzing,equipment,or any other activity that can generate heat,spades,open flames,or electric arc. Incidents An unexpected, usually sudden event that occurs without intent or volition, whether through carelessness,unawareness, ignorance, or a combination of causes and that produces an unfortunate result,sueh as0 mjuryand/ordamage to equipment or materials. Incident Investigtttiion: A systematic, orderly, and thorough process to ascertain the facts about an incident. Theinvestigation'will entail a Root Cause Analysis(RCA). (See Section 123) Incident Report: A report of each incident,subsequent investigation including the findings of ETC including appropriate documentation. Injury or Illness: An abnormal condition or disorder. Injuries r'hc(udo cases such as,but not limited to,a cut, fracture,sprain,or amputation, illnesses include both acute,and chronic illnesses,such as,but not limited to,a skin disease,respiratory disorder,or poisoning. Investigating Official: Individual or member of an investigative team actively participating in an investigation of an incident. .lob/Activity Hazard Analysis(iHA/ ARA)- The process technique (or tool) that highlights anticipated job site tasks associated with a scope of work, identifies potetltiai' ks or exposures associated with those tasks, and suggests ways to mitigate those risks. The JHA focuses on the relationship between the task, worker, tools; and work environment. Each JHA is an integral part of the project safety planning process, focused on worker protection and shall be provided to CBS by the Subcontractor(regardless of tier). AHA's PeWsron 02. ILO-2919 Chevron�rt�9r�y Solutions—Construction Site Safety Plan can be found at: MIA's Job Safety Analysis(JSA): is prepared by the subcontractor(regardless of tier)and utilizes the JHA and renders it specific to the site conditions at the time the work is to be performed The JSA focuses on therelationship between the task,worker, tools and work environment and is used by the worker and update daily as project conditions change. Each JSA is an integral part of the daily safety planning process,focused on worker protection and is signed by each worker indicating they have been informed regarding the risks and mitigation of said risks for the specific task to be performed. JSA Norm. Sample JSA Near Muss-AWear Miss is an event that could have resulted in an injury/illness or damage to property or the environment if circumstances were slightly altered. Use of Stop Work Authority(SWA)is to be reported as a near miss or incident The CBS CM is responsible for reporting all near miss events and job site incidents in IMPACT. All CBS employees are responsible for reporting near misses and incidents, including job site incidents when the CM is not available. Although there was no injury or damage, a near miss is a warning Sign. Numbered Subcontractor Badge(Recommended Form I Standard Process)—CES does not have a Standard badging process. However,it is required for each project that: « Each CES subcontractor employee regardless of tier can be visibly identified as having rgoctvetl Site Safety Qdentation Training. 4 Each CES subcontractor employee regardless of tier can be visibly identified by a number or alpha-numeric identifier.. Badges and stickers can be found at: Bad es OSHA Quick Cards: Created by Federal OSHA and used as a brief guideline for safe operations in performing speeffic tasks, Refer to the OSHA,manual and the CSS$for comprehensive Safe Work Practices (SWP). %"Quick,Cards OSHA Focus 4 Personal Projective Equipment (PPE): Safety equipment used to protect an individual from exposure to hazardous conditions to eyes, face, head, and extremities. PPE may include protective clothing,respiratory devices, and protective shields or barriers. Hazardous conditions may be in the form of processes, environment,cligrdcal hazards,radiological:hazards,or mechanical irritants. Qualified Person, Attendant, or Operator: Person designated by the employer who because of training, experience,or instruction demonstrated the ability to safely perform assigned duties and,when required, is properly liewsed in accordance with fp�lergl,state or local laves aad regulations- Root Cause Analysis (RCA): A process (systematic method) designed to identify the root causes of an incident in order to reduce the risk of recurrence by determining facts and solving problems. Safely and Health,Audit: An official comprehensive examination and verification of safely pfcesses sod records by a safety professional. (See Section 12:2) Safety and Health Inspection: Evaluation of the workplace to ensure that site safety behaviors and conditions meet CES expectations and requirements. (See Section 12.1) Rn-kim 02: 4-03-2013 U Chevm Energy SoAdlos—O'GW r UCtlon Ske Sai q Plan Safe Work Practices: Minimum safety rules for CES construction activities that apply to CES employees, contractors, subcontractors, rke",and visitors; In addition to the minimum requirements established in this document, subcontractors are rsquhW to follow their own safe work practices and procedures, incorporating minimum requirements identified in Job Safety Analysis (JSA's) (Federal Unit-Activity Hazard Analyses may be applicable to this project). Safety Violation: Any brWA infringement, or transgression of a safe work practice or other applicable safety-felated procedure,law;of regulation,either knowingly or unknowingly. Site Visitors—A site visitor is defitted as persons not under contract with CES who visit the construction site. Subcontractor: A contractor Whose work activities are defined by a scope of worn and not characterized as a personal service. Worker: Every manager,supervisor,skilled worker,or laborer on the construction site. RevWM,0 : 4-031613 awmn Ena sa ions- r r #n' _ 3. ACRONYMS CP'S Chemn Energy Solutions Company,a division of Chevmn U.S.A. Inc. OE Operational Sxoellence OSSP Construction Site Safety Plan OSHA Occupational Safety and Health Administration EPA Eaviromnentel I�ateotion Agmtcy AHA Activity Hazard Analysis JHA Job Hazard Analysis JSA lob Safety Analysis SPM Senior Project Manager SPD Senior Project Dhww(includes Director of Engmear ng and Construction) PM 'PmjectMamw CM Construction Manager MSDS Materiel Safety Data Sheets PPS Personal Protective Hgnipraent P&ID Process&lnatnnnentation Diagrams HAZCOM Hazard Communication ILUMAT Hazardous Matimiat 0 Ch#yronneyy Solutions-Gonshuc6on site Safety Plan 4. ERMACT I"ORMATION. Chevron Energy Solutions Company, A kisiun of Chevron U.S.A.,Inc. 345°Calt1omW Street San trancisco,CA 94104 Nttnin; 415-733-450 $99�7 Tell Free 4I3-7334930 Fax Emergency Phone Numbers: Medical Emergencies 911 Fire (760) 323-8182 police (760) 3234116' Hosgltal (760) 323-6626 Medical-Clituc (760) 323.6511 Poison Contml Center 1(800)222 1222 Local Hazmat Contact(s) (909) 663-9780 Revision 02: 4-08"13 u �� �. (7l4j6173 WUNAW t3d4# ' ow Cry N (531 "4 374D g j rZ m ma 0 Chevron Energy Solutions— Construction Site Safety Plan 6. PROJECT INFORMATION A. Contractor: Chevron Energy Solutions Company,a Division of Chevron U.S.A.,Inc. B. Contract Number: Contract DWCES 32661 C. Project Name: City Of Plam Springs E. Location(s): Directions to worksite(s)will be available in the CES construction trailer. (Create as Attachment A, driving directions to Hospital and Urgent Care Centers with Map) D. Project Description: [Insert a brief narrative of the prowwww4rm u e w o n,s c-wi e'er narrative(e.g.—Hot work required,work in Confined Spaces,Locations of Power linen,etc Revision 02.: 4-09-2013 G'hpyrcai� �ttlu tls—4bnstruclron Slfe Sat Plan ., j N CQI PORAn NIS SAMTY WSION AND VALUIJ$ Chevron Corporation and its subsidiaries am committed to providing a safe and healthy workplace for all etboloyacs, contractors and subcontractors. To that cad, Chevron's Operational Excellence(OF-) program is enforced at all work locations. OE is defined as"the systematic management of sa&WtN health,environment, reliability and efficiency to achieve world-class performance." To achieve and sustain high levels of performance, Chevron develops strong capabilities in 019 throughout the corporation. This requires active leadeislrip,the engagement of all employees,and the maintenance of a culture whore everyone believes thatall incidents are proventable and that "zero incidents" are possible. With engaged and committed leadathip, world-class processes,and a culture focused on OE,we can achieveour safety objectives. Chevron ES' focus on OB directly supports the Corporation's vision: to be"recognized and admired"by the industry and communities we serve as world class in operational excellence and a safety culture where zero is attainable. Objectives Chevron systematically manages OE in all of its operations in order to accomplish the followi;uX • Achieve an r ury--free workplace • Eliminate spills and MAranmentai iagidertta, Identify and mitigate key environmental risks • Promote ahealthy workplace and roitlgate significant health risks • Operate incident five with industry-leading asset reliability • Maximize the efficient use of resources and assets The Tenets of Operational Eitool ence Tenets of Operation are theoversrchin%code of conduct used by employees to guide daily decisions and activities. They are extensions of the values and principles contained in 77te(:kevron it qA and they applyto all employees all the time. Construction site safety=Wig regular assessments of how the tenets apply to the work being accomplished.. The Tenets of OE include two key principles: Do it or Apt of off Mere is ufmorpt limit to doff Pegkt d ReWdagft 4-03-2013 L� Chevron Energy Solutions—Construction Site Safety Plan 8. OE TENETS OF OPERATION CFS adheres to the following ten OE tenets: • • • • 4+1 ■ Always... 1. Operate within design and environmental limits 2. Operate in a safe, secure and controlled condition 3. Ensure safety devices are in place and functioning 4. Follow safe and secure work practices 5. Meet or exceed customers'requirements 6. Maintain integrity of dedicate systems 7. Comply with aft applicable procedures, rules and regulations 8. Address abnormal conditions 9. Follow written procedures for high-risk or unusual situations 10.Involve the right people in the decisions that affect procedures and equipment Revision 02: 4-03-2013 Chevron Enea Solutions—Construction Site, ,Plan 9. CES SAFETY, OF AUTItOM, W ----- - coorAlmam n end Support Iting Off Chief Opera In Icer—!- ons Director it Senior Project Directort lfl.el Cks OF,Manager: Doug Weiss CES Safety Man er: CieryNelson E (651)9054 CES Legal Contact: Derron 2u Moan—Attorn (913)563-3587 CES Operations-Director: (415)7334617 CE8 Henfior P �et,hla r: Sarah Pearce ! (626)$04 4729 Maier . W l3�gy KirSchenbauip if (626)487-6995 CES-Ponstruction, C hrisrlaa ■' (714)30"172 10.CONSTRUMON SAFETY LEAVER MV CES Chief Operating Officer Responsible for the establishment of Safety and Environmental Rmsion 02: /-03.2013 Chey_mn En2g Solutions-ConstrugHon Site Safe .Wan Leadership,Policy,and Compliance within the CES organization. CES Operations Directors - Responsible for implementation and communication of safety policies, strategies,and procedures at CES construction tion sites. CES Safety Offiioer - Responsible for developing and maintaining, safety standards, guidelines, and procedures in compliance with industry and regulatory standards and corporate guidelines. CES Safety Manager - Develops and maintains safety standards, guidelines, and procedures in compliance with industry and regulatory standards and corporate guidelines. Advises and consults with project teams regarding execution of and compliance with the CSSP. Performs site safety inspections and audits. Advisor for employee safety training requirements. CES Safety Representatives-Tracks employee safety training. CES Senior Project Manager/,senior Project Director (SPMISPD) - Responsible for` safe site work conditions,approval and compliance with this CSSP. CES Project Manager (PM) - Prepares preliminary CSSP for use during the RFP process. CES Construction Manager(CM)-Render prelim as ry CSSP comprehensive and "fit-for-purpose"for work to be performed on site. Manages the CES worksite and the activities of CBS contractors an'd subcontractors regarding compliance with the,CSSP. Subcontractor - Responsible for compliance with all safety requirements stated in subcontract documents,contained in this document and applicable state and federal requirements. Minimum Safety ftsponsibbities of Construction Manager • Complete and make "fit-for-put'poW the CSSP, distribute to 1't tier subcontractors and full'+ implement the CSSP and associated Safe Work Practices at each site. Coordinate all safety and health issues raised by the customer to include the following; 1) Evacuation plans 2) HAZ.MAT records(MSDS),relevant<to.consh notion areas(right to know) 3) Fire prevention and suppression 4) Rescue Services • Conduct a safety meeting prior to the start ao£the project to review and familiarize personnel with this document. r Conduct a Site Safety Orientation briefing for all personnel that will be performing work on site. Upon completion of this briefing each person will receive a numbered or alphampmerie badge or sticker, This badge or sticker rgatbfIy identifies the person as having received the Orientation for this site. (SeeAWW Section 5-for a desaption of the badges or stickers). • Ensure that all CES employees and,von racbbt svisiting the site(lave access to review the CSSP • Retain a copy of the CSSP on the jobsite at all times. • insure that each subcontractor retains a copy of the CSSP as well as their site specific saftity plan in their project office(s)at all times. • Verify through a signed A6 gj j j that each I"tier subcontractor has recbiired a copy of this document and all Sae Work practices- • Verify the customer has moeived a copy of this'CSSP including all changes or updates. • V site safety is in cotaplisnce~with the Checklist. ■ Stop err modify work plan as necessary iq wftg site evackatica if conditions are judged unsafe.Near Miss / Incident Reporting-Ali reporting shall be through IMPACT from the OE Sharepoint Site; posting shall occur withmM hours. IMPACT is used-for Accident,Near MW reporti,�S an,,,all other incidents and injuries (Motor Vehi Accidents, Occupational Injury or Illness, Wm ,,,All Substance Release, etc.). A Near Miss is an event that could have resulted in an injilryAllness or damage to property or the environment if circumstances were slightly altered. Use of Stop Work Authority (SWA) is to be reported as a near miss or incident. The CES Clot is responsible for reporting all near miss events and job site incidents in IMPACT. All CES employees aro responsible R^tdiona— 4=03.2013 - Phevron Energy Solutions—Consirvotion Site Safety Plan for reporting near misses and incidents, including job site incidents when the CM is not available. Although there was no injury or damage,a near miss is a warning sign. Initiate and follow up immediately regarding corrective action(s)to be addressed for safety incidents, violations,or unsafe conditions. • linforce OSHA and Chevron Corporation safety requirements. ■ Insure CES has received MSDS documentation from all subcontractors for products used on site, regardless of tier. Minimum Responsibilities of CES Safety Manager The CES Safety Manager is responsible to assess construction site safety activities on a periodic basis and to advice CES management on Chevron Health and Environmental Safety.. The extent of monitoring will vary, depending upon the type of subcontracted activity. The following are key duties of the Safety Manager(or designee): • Review site-specific safety plans prepared by CES. • Conduct site inspections on a cmr6usl basis and audits as appropriate. ■ Review all safety-related reports aqd records and take appropriate action to resolve any open issues. • Review safety-related issues as requested by the Project teams and insure corrective measures are appropriate. Communicate with the ROD, SPMISPA, PM, CM; and senior CES management regardingsafety appraisals and areas of ithiirbvement. Minimum Responsibilities of All On-&Ite Construction personnel • Maintain personal safety and that of others as his/her highest priQdLy in accordance with objectives established by CES. • Attend all safety meetings. • Read all posters and warnings. • Carefully listen to instructions. • Follow Safe Work Practices contained herein as well as those included in your own Site Spec-We Safety Program. • Complywith the requirements contained in this CSSP. • Discuss areas of confusion with supervisor. • Rcpo all potend jly hazardous situations to the appropriate supervisor who will then report them to the CS manager on site. Report all safety incidents to the appropriate supervisor who will then report them to the CES manager on site. • Participate in.mcidentinvestigattons sszequestcd. • Maintain all required documentation. • Implement Stop Work Authority ifemy operation appears tb present a clear or imminent danger to the safety of personnel,property or the enviroymept.Comply with this document regarding PPE(Personal Protective Equipment)and be sure to use it at ailtimes while on this site. Remere•.02: 1.O.r 2013 Chevron EM9Y Solutions-Conskuctfon Site Safe Plan I. GWERNTRAGTO SITI;CONTRACTORS St)RPLIERS,AIYA VISITORS Construction safety is closely monitored by various on-site coastraction supervisors, engineers, inspectors, contractors, subcontractor's safety officials, and CES' employees, all of whom must work closely together to monitor safety conditions on site. The names and contact information of designated subcontractor safety officials for this job site are shown in the following table. Siftontmctor SIt .C6ft il: *n tlatloti Irragation Chris Morales CAM 909- ty1 rvf1110' Lighting Gary LaSalle La Salle 760-272-9410 modwaW Prit Fajutee Pro 714-460-6206 Mecbanipal f Hertrtl ,trartrm(�nntiva- _ Ltghtiog' Henry Franco NOVA 562-2544743 sv ms neE Controls Electrical Gene Acosta CSI 562-3309527' Keith construction 1pough-er AKC 734-71 i-3961'. r CBS Contractors (J S sometimes contracts services to individuals who function as pad of the CES project.team. Contracted employees are required to attend the same safety training and comply with the same standards as required of CES rptployees. CES supervisors assigned to direct the w6rk of contracted employees must provide safety training-and equipment equivatent to that provided to CES employees. This process ensures that all emplo3 0s and cbntra*ft aretprotedtetl from work injury and illness. Safety Requirements for Visitors to CES Construction Sites Visitors to a CES construction site(including but not limited to,CES employees not directly involved with the project, yendox mpresctnati0es, owners, owners agents,Ate) are required to comply with the same safety and security procedures as those established for aS employees and contractors. Tliis applies to all phases of a project from initial site walkthrough to audit,construction,M&Y,and OW activities. Visitors will comply with the following; Established security and access procedures, ■ Remain in the company of a CES project team member stall times. If the nature of the visit require walk it the site without.a CES escort, the visitor shall receive the Site Safety Orientation Briefing sign-off upon completion of this briefmg and attach a badge or sticker as visible verification / identification that the Orientafion briefing was attended, ■ Strictly adhere to verbal and posted security-and safety-relmedans§tmctions. • Wear personal protective equipment (PPE), as determined by the CES Constmotion Mapagef or customer. Each CES construction site will have a supply of OSHA-approved safety glasses, high visibility vests, disposable foam ear plugs, and hard hats. All footwear shall comply with OSHA &viaron 02. 4-03-2013 Chevron Energy go1[itlons—Construction Site Safety Plan requiremeatsand be'fit-for-purpose for the work being performed. ASTM 2413-05 PT99 M75 F75 C75 compliance is required. a Note. Should the owner or owner's agent or other representative be on site and chooses:to not corn,ply with the requirements of this document Stop Work Authority must be implemented and all work within 50 feet of the noncompliant visitor must cease. Requirements of Subcontractors Managing the JSA(Job Safety Analysis.Process) Eaeh,subdontraoDar regardless of tier must create and manage&&!I for each task to be p&fbfinad, A JSA identifies the risks (hazards or potentials for accidents) associated with each construction activity and identifies-solutions or mitigating processes that will eliminate the hazards or reduce them to an acceptable lovel. A JSA should break down tasks into elements(steps), analyze the potential risks associated with each element, then.identify the steps to be taken to eliminate or minimize those risks. Chevron ES subcontractors are responsible for the development of acceptable JSAs to support their construction activities. The followinSatre general steps fgrmanaging the ISA process: 1, 770 subcontractor shall submit a JHA (Job Hazard Analysis)to Chevron ES for each applicable task to be performed by the subcontractor's employees and the employees of all lower-tier subcontractors contained within their scope of work. As with a JSA,the JHA addresses the tasks, risk and mitigation in a generic setting. The JHA is then rendered a JSA each day based on site and environmental conditions. R is required that prior to commencement of work each day, the subcontractor shall create a ISA or rem*the existing JHA a JSA. Suboontractgks) shall review theJSA with the CES CM,instruct all personnel involved in the activity regarding the elements of the JSA and prrovide CES a copy of each JSA signed by Personnel receNing the daily safety briefing addressing the JSA. The JSA shall be updated as jobsite conditions change. I Chevron ES will provide written acknowledgement to the subcontractor that JHA's f JSAs have been received,, The Chevron ES CM will review the submitted JSAs and if copsidered inadequate will be returned to die subcontractor for correction. The Subcontractor regardless of tier will not be allowed to start work until JSA's have been submitted by the subcontractor and,reviewed by thcr&S CM: 3 All pie-Onsttaction meetings will include review of the requirements outlined in Step 1 as well as adequate'timeto answer any subcontractor questions=regardmgrJHA's and JSA's,or AHA's.' 4. Subcontractor-generated JSAs will be in a format similar to the blank JftIbrm attached. 5e CBS will review and acknowledge a JSA was submitted. 6. Chevron BS will retain the JSAs at the construction site as a permanent record. When a JSA.Should Be Required from a Subcontractor A JSA is requited when activities within a scope of work or specifications could be hazardous or dangerous to perform—this includes most construction activities. A JSA'me' !;hall be in place prior to work being performed (e.g. working at heights, on ladders, lift roof tops, se&&ids, working with apd around electricity,working with power tools,for Femtit=required tasks,hotworky confined spaces, trenching, working around vehicular ttaffideonstruction equlirmattf(loaders,g avatcrs cranes, fork trucks or chemicals involving Hazardous Communication traitring(paints, solwats, etc. Chevron ES' has find determination of when a ISA is requited. (gpccifie an*s of eoucern are iden0fied in the AU AN, and can be used by the PM ( CM to determfue accuracy and completeness of Subcontractor submitted JSA's). eevakm 02,• 4=034013 1 5ttefC Energy Salmons Constructron SRe Safety Plan In addition,the Subcontractor must comply with the following. • Complete JHA's/JSAs•+in accordance with the construction subcontract, CES Safe Work Practices and this document before beginning activities on site. • Supplement or update JSAs,as site conditions change or as requested by Chevron ES • Address safety concerns with and report incidents to immediate supervisors, who will communicatethem to the CES CM. • Comply with the customer's procedures for safety as well as obtaining permits. • Cooperate with Laced, State,Federal,Health and Site Safe Inspectors "NOTE. Each JSA must be site and task spec frc;generic JSA's are not acceptable! Subcontractors-are to refer to the term associated with safety'in their subcontract/work order agreement with OTC, The contract agreements take precedence over the guidance contained within this CSSP. Chevron ES requires subcontractors to independently execute all work in a:safe manner consistent with their site-specific safety program / plan submitted in accordance with this CSSP. Procedures and guidelines presented in this CSSP are minimum requirements that shall be addressed within each subcontractor's safety pltttt or`prggram. Comptiancts with these tniurimurn safety requirements shall not relieve the subcontractor of its responsl6ility for proper safety operations, nor shaft it be construed as limiting in any manner, the sl bcorltfactoes obligation to undertake reasonable actions as required to establish and maintain safe working condfffons for the subcontractor's work. CES' failure to stop a subcontractor's unsafe practices shall not relieve tke=subcontractor ofits responsibilities. The subcontractor shalt notify CES immediately following the use of Spop Fork Authority or any incident or accident and shall promptly con£uar ttte notice in writing. A detatied written report shall be furnished in accordance with this plan and the subcontractor's subcontract with Clis,_ Stop Work AuMorliy All workers have the authority and responsibility to stop work activities if an unsafe act is observed or imminent danger or dangerous condition is noted or perceived. These conditions may include danger of serious it jury or fatality, or concern about a potential environmental release,. The CES CM will determine if dbuditiobs can be abated or mitigated in the field. As appropriate,a Stop Work Notice may be issued to the subcontractor. The Stop Worfrl ntiee normally-stops a specific activity within aproject no the entire Pre3 unless dictated by the situation. If work is stopped; the CM will notify the 1?14>i1 to discuss appw rtate actions. The SPM/SPD or PK on his or bar behal& will consult with the Operations Director rsegar ,coordination with other CES,management. In the event 4f an incident on a construction site the CM,subcontractor supervisor,or the Safety Manager will determine if all work is to be immediately stopped. 1W work is stopped, subcontrac pm shall assemble all Workers at the muster / staging area until the CM has conducted an investigation, collected applicable information i'rom witnesses,and determined whether work may resume. If necessary,the CM will contact the Safety dvlaaager to conduct an investigation. ,cafe Work Practices are minimum safety rules and safe work recommendations for all CES construction actrvrtres. Each site specific safety plan will tequira crlstggtizati on to include eleme�}nt detatIs and activities spec to & site ur faoillty. It is,imperative that the requirements contained in IIll&+.documents are met or exbeeded in you safety plan to'insure Dohs to safety, If more stringent local govotnmebW codes or accepted safety practices or criteria exist,those codes or standards shall be followed. This document applies to all CES employees,contractors, and subcontractors (identified generically as "workers'), while performing work for CES. The fallowing Safe Work Practices, which apply to visitors, should be supplemented with Nevioim& 4-03--VJ3 Chevron Energy Solutions—Consbuction Site Safety Plan comprehensive safety procedures applicable to this project(see CIS Safe Work Practices in Attachment R Safe Work Practices for Site Assessments 1) No worker shall be required to work or knowingly permitted to work in an unsafe place or under unsafe conditions„unless said work is for the purpose of making it safe and then only after proper precautions have been taken to protect the employee while performing such work. 2) Before construction begins; CES shall survey the site conditions to determine, so far as practicable, the predictable health, environmental and safety hazards and consider the type and extent of safeguards necessary to perform the work in a safe manner. The CM shall perform a general walk-through of the work site(s). 3) The CM shall obtain from the customer relevant'information describing known site conditions. 4) Additional areas of focus should be: a. Analysis of construction drawings (constrfictsbility review) prior to beginning construction activities. b, Analysis of work location(s) relative to process equipment and identify where specific hazards may exist. c. Coordination with all subcontractors performing at the project site(s). d. The subcontractor.most ensure that qualified(xnsite or contracted emergency response teams are available when conducting activities that may require rescue(e.g.confined space entry. e. Where the scope of the,job requires the implementation of process line and/or electrical isolation, the subcontractor will ensure that cottstmotion drawings have been provided and that the CBS'CM has reviewed them priorto commencement of any work If safety concerns ate discovered,the CM shall determine what additional;safety procedures and/or safety equipment shall be required to conduct the job safely. 6) If the CM determines that a potential safety issue or hazard exists that precludes performing the work, the CM will immediately exercise Stop Work Authority and advise the subeontraetors concerning the safety Issue or hazard. CM will post anear miss or incident report in IMPAL : General Safe Work Practices All workers shall follow these general Ve Work Practices and report unsafe conditions to their supervisor and "a CES CM. I) All workers have the authority and responsibility to stop work when a hazardous condition develops that endangers thebmilves or others. 2), All injuries and 'incidents shall be reported promptly to a supervisor, the CES CM, or the customer,as appropriate,soithatarmagements can be made-for medical or'frrst aid tiestment< 3) Workers shall use the minimum PPE,including hard hats,safety glasses, high visibility vests and proper footwear (ASTM 2413-05 PT99 M75 P75 / C15), gloves when appropriate and any additional safetyeghipmeat mandated by the customer. 4) Good housekeeping is of the utmost importance in the prevention of incidents,injuries and fires. Clean-up will be ooriducted on a daily basis. 5}' Objects that constitute a slipping or nipping hazard must not be left in walking areas. 6): Horseplay,scuffling,etc. is prohibited. 7) Workers with Malted slarliaess due to fatigue, illness, or other causes will not be allowed' to perform work. g) Workers under the influence of intoxicating drugs; alcohol, or other substances shall not be allowed to perform work and shall be removed from the site. 9) Workers shall not enter manholes, underground vaults, chambers, tanks, vessels, reactors, or RevkfM 02: 4-03-2013 Ogyron Energy Solutions—Construction Site Sefety Mon similar places that receive little ventilation(confined spaces), unless it has been determined that it is safe to enter per the provisions of the confined space procedure. 1-0) Workers shall not adjust valves, controls or tamper with any electrical equipment, machinery, piping or any other system component unless they are included in their scope of work and they have received written direction to proceed, 11) Crowding or pushing when boarding or leaving any vehicle or other conveyance is prohibited. 11) Workers shall inspect equipment prior to use to ensure that all guards and other protective devices are in proper place and adjusted. Equipment found in an unsafe condition shall not be used and the worker shall notify his/her supervisor. 13) Workers shall only use "intrinsically safe" portable electrical and electronic equipment while working in any electrically classified area. 14) All work shalt be planned and coordinated to,prevent injuries in the handling of materials and in the scheduling of equipment. IS); Workers shall obtain the proper hot work permit and a permit to Work authorization prior to starting work.; The issuance of hot work permits shall be coordinated with the CES CM. 16) Workers shall ensure that all sources of static discharge are controlled using a systeh of effective bending and grounding suitable for the baz>ir'd presented. 17) Any datpage tq scaffolds, false work, or other supporting structures shall mutt in an immediate Stop Work end.shall be reported to the CRS CM The structure shall be repaired, inspected and certified by a competent person prior to use. 1-4)- Wrenches shall not be-altered by the addition of handle-extensions or"cheaters". 19) When working from a ladder,workers shall face the ladder and use both hands(maintaining three points of contact at all times)while climbing. 20) Portable electric,tools shall not be lifted or towered by means of the pour cord. Ropes or other such devices shall be connected to the tool for lifting purposes. 21) Machinery shall not be serviced,repaired or adjusted while energizedorin operation. 12) Loose or, frayed clothing, dangling ties, finger rings, ete., shall not be worn around moving machinery or,other sources of entanglement. 23): Prior to working on equipment connected to a power sourt ce proper lock-out procedives shall be used, 24) Air hoses d aA not be disconnected at compressors until hose lines have been bled and all pressure has been released. 25) Workers shall exercise care wlrihe working around excavations. No excavation shall be entered without the appropriate cave-in protection. 26) Worera sltati thoroughly wash aft handling h#zacdous or toxic substances. 27) Workers shall ensure that guardrails are in place or that other appropriate fall protection is used While working at elevated locations. 20) Workers shall heed;all waralog signs, labels,and instructions in place at the.work site. 29) Workers shall respond to alarms at the work site as;instructed by the custoumer. Safeguards and safety signs must`.be kept in place and in good condition. 3i1) Prior to the use of any tools or equipment,including PPE,workers shattensure that they,have been instructed 3n the proper rise of said tools or equipment. ,311 Workers,shall notivork in areas where x-ray equipment is in use without proper shielding. 32) Workers, when working in areas in which a potential ertposare to direct or refieoted laser light greater than 0.005 watt (5 milliwatts) exists, shall be provided with anti-laser eye protection devices. The laser beam shall not be directed at workers. 33)' Only those workers who have been properly trained and certified are authorized to operate forklifts or other motorized material hagtlling.equipmem. RevMM 62. 4-03-2013 Chevron Fjargy Solutions—C*aamotlon Sits Safer Plan 34) only authorized wnll m are.alimml to work immediately 4acoat to 44m blasting,operatione. 35) Workers shall exercise motion.and understand the symptoms of heat stress/stroke if working m hot environments. r Lek:A"06", J } tim+ron Ebsrgy$rklUftOlrs—trtruction Site Satety Plan 13 ,SAFETY M—AIMUa Safety training is one of tlre=most impartsatelvments of any CSSP designed to enable workers to conduct their jobs in a safe manner, reinforce existing safety policies, and put the CSSP into action. Applicable safety train"n is pray"tiled tlirou h a C04 online, OSRA-apes #d vendors, 86(l°r�ratnlrt�,�s;, foe all CES employcas "d ¢ V*tors. Specific tra ii ttid polity and procedure. 3r&ti6ii '"It is also available for Street stupfay vhei work isrw uirnatreuetit n shear Quesilons r#Wrdi4g such training shoal ko ressed to the C Sa*ty Administrator or your supervisor. Site-Specific Sa[ety'Training All workers must receive a sitp-specific sa6aty orientation briefing; prior to commencing waprk. Orientation Training is an overview of the specific requirements for safe work conduct and an overview of many of the elements personnel will experience during the construction processes_ This will include but not be limited to the following: a. Emergency Action Plan,informing employees what to do in case of emergency b. The;purpose and sound ofalafTtSs( any) o. Chevron ES procedures for signing-in and signing out of eot�sUuctitite areas d. General PPE requirements e. Conditions or activities thateach person may experience while working on site. Each sub0odtmator shall sign acknowledgement that they have received the Site Safety Orientation briefing and shall be ismed a"Numbered Subcontractor Badge"as evidence of attending the briefing. Conflicts between CBS and customerdirected safety requirements shall be reported to the CES Safety blanagerforresoludon. Job Specific(Atetivlty-Speeffic) Safety TUInini Subratttradors are required to ms lre their workers have been provided activity-sp6cifie safetytlbining consistent with the requirements of the project. This training will be referenced within the subcontractors sa*a pmgrara(plan} reflected in the h4A3s,J A"sand AHA's. &&Won 02: 4-03-203 2L6Vr6h Ea rgy Solutions—Construction site Safety Plan 14. SAFETY AND HEALTH INSPECTIONS,AUDITS AND 1iVES3'IGATIONS Inspections A Safety and Health Inspection is an inspection of the workplace to ensure that the site safety behaviors and conditions meet or exceed CES expectations and regOir hwhts. The Civil will conduct routine inspections, as appropriate, for each CES construction project using the Safety Checldists provided in Sharepoint. The Safety Manager will be copied on safety inspection results if requested fety inspections may also conducted by the Safety Mane or a designated safety professional, typically during the course of construction. Any unsafe con ons must be immediately documented to improve safety behaviors and/or conditions at the worksite(a). The scope of a Safety and Health Inspection may include a routine walldhrough of a project worksite or pre job evaluation of existing site conditions. Routine inspections are untended to identify hazards And observe and evaluate work practices. A#dlts AS*ty and Health Audit may be requested by the CES Chief Operating Officer, Operations Director, Safety Officer,or SPM/S,PD). The scope of the Suety and Health At may include, but would not limited to: o Evaluation of the effectiveness of the safety processes being used o Verification of safety documentation records o An assessment of safety conditions o Monitoring the safety perfoormance of personnel The audit could be conducted by as internal or external qualified safety auditor. A detailed report of the audit findings will be provided to the Operations Duectoy Safety Officer, SPM/SPD and CM'. The audit, lepottwi11 incllnde,but got be limited to,the fbllowingi' o Findings (site conditions, exposure to health and environmental hazards, site safety implementation) o An,assesftent of safety relatedprboesses,safety pet ante and records o Recommendat%ns for corrective action(ifEany) -Me Safety Manager will report to the Safety Offic&the ptp$"of correctivo measures. An auditor may ask employees to participate in a safety interview by answering questions honestly and complete(y and r+oltmtedting personal observations audlbrsuggestions for unproved workplace safety, coork rules and safety practices will be reviewed and potentially modified based upon the audit outcome. Inowwwt Investigations As required, the Safety Manager will conduct W incMe4 lAvestlgatign (root Qause analysis) to determine and recommend corrective aeuon(s). Results will be submitted in writing to the Safety Offnoeg who will report to CES senior management. The Safety Offlic& will ensure that incidents resulting in a fatality, involve three or more persons admitted to a hospital, or result in significant property damage are immediately reported to Chevron Corporation DES Officer; OSHA. and other authorities and coordinated with internal CES staff: The incident scene will not be disturbed, except for rescue add emergency measures, until released by an investigatfrg official. First aid treatments will be recorded. (At hment C �rtt!at ), A satisfactory incident report will answer the following questions; What happened? The investigation:report should begin by describing the incident; the injury sustained, the eyewitnesses;the date, time and location of the incident; and the date and time of R-Ws*#P2: I-03-2013 _ moron Energy SbfrltlanS—t;pnStNL't14t1 Site Safety plan the report. Who,what,when,where,aid how are the questions that the Mott must answer. Why did the incident occur? The ultimate cause of the incident may not be known for several days after all the data are analyzed. However, employees should offer their thoughts about why an incident occurred. What should he done? Once a report determines the cause of the incidents it should provide a method and timeline for oonting it to avoid future incidents ofa similar nature. What has been done? The CM / PM will report to the SPMI,$Pl3 regarding status of the corrective action. Incident Reporting After discovering or being informed of a safety incident, whether it involves a CES employee/contractor or a subcontractor's worker, the CM will determine if all work should be immediately stopped. As soon 4 possible thereafter,the CMwill notify bW4cr hamodiate supervisor to report the incident and discuss follow-on actions. The supervisor will notify the Operations Director and CES Safety Manager and post the incident to Although CBS tracks and investigates project-related subcou.,twor safety incidents, the solaced worker's employer is responsible for ail appropriate first aid.and logs as well as OSHA reporting. (See the detailed safety and vehicle incident reporting pmeedpres on the OE Wabsita an dposttoAktp Reporting of Near Misses A "Near Miss" is an unplanned event having a potential but unrealized consequence for injury or damage to propc*, the &Vi om t, the company's reputation, 0 financial perfoffnance. While a near miss may have no immediate adverse result, CBS views near misses as learning oppontunities:and expects that they will be reported to management. Near misses shall be reported thru the IMPACT system(see OE Website for Link)or use attached link fordirect.access. Ian �.+ .. i(ncrnt lto �rdia Pt�jg . _ Safety incident Irrvoitr.og CM Cons"ctitutSite Employee or Contractor Constraetion Manager. ■ Immediately ensure injured worker receives appropriate first-aid or medical treatment. If needed, call 911, tlrrd assign someone to:meet the ambulance and escort the emergency medical personnel to theinjured worker, ■ Check site conditions to determnnq if the work site needs to be evacuated; secured, or if a Stop Work order should"be issued. a, Reportthe accident to your ithmediate supervisor as soon as possible • Within 24 hours,complete the Fi*", d Deahtw*t Log or OSHA Fornr,301, as well as Incident Investigation and Reporting $ubptit i#te 04 -34I, the CBS Eayrloyee Safety Incident Sttrtanary to your supervrsor. tain the First Aid Treatment Log at the construction site,and alblose it with projectelose oat documents. Supervisor Immediately report the accident to4he;appropriatoUrwtor,#10 Safety MaQager;anti post the incidei ton . 1. Safety Manager. lfappropriate,visit site and investigate incident to ensure esuse leas been corrected. RCVZ97nrj.yj7; 4=03-2(173 - Chevron Energy Solutioft—ConStruetiori r-$&Safety Flan Note: If tie ConatrUdjgp Mqbager Is J1.0ured,jmQtediataly seek apprgpAVO t aid or medical tMatrmMt' and contact your supervisor, who assumes the task of completing and=sub the mitting required forms and documentation. Safety Incident Involving Subcontractor Construction Manager, Coon, bate with-subcontrg9torthrema�t!supervisor to immediately ensure-injured worker receives appropriate first aid or medical treatment If needed, call 91 t, and assign someone to meet the ambulance and escort the emergency medical personnel to the injured worker. ■ Cheek site conditiong to determine if the work site needs to be evacuated, secured, or if a Stop Work order should be issued. ■ Report the accideattu yogrimmoate supervisor as soon as possible. Within 24 hours, post the incident on IMPACT and receive a copy of the incident from the Subcontractor, Supervisor: Immediately report the-accidenttothe appropriate Dtrectorand Safety Manager and Post the incident on Safety Managew" .'appropriate,Ykslt slte attd investlgate inoidmtf to ensure cause has tieencomeded. t R�ehlw02: !-4$:3633: OhaVitJ4s Enerpj+Solutons—2 nsbuctromSil$�^ft Ran 16. t��?'ehitsls lttcidont Re ;�><'9 CES will track all-voWele accidents that occur during the workday when an employee is perfora ft-works related duties. The purpose is to understand tho ll-equency,.causes,and severity of acrid An"ac or erso (s Occurrences ident" must have a safety component,which is either damage to a vehicle,property, A n ) such as flattiles and cracked windshields do notqualify as"aceidcAts"and should not be reported one. These"nop-accidexe damages to cotnpafted or rented vehRcles'shoula,however,be rt ported to Chevron`slnsuranee Division on the attaehedI '� form. Company-Owned Vehicles ■ Employee: hmnediateiy dull to report the accident to your supervisor. ■ Supervisor: Immediately report the accident to the appropriate Director. • Employee: Within three days, Complete and mail the attached GO 407(RWorr,ofMarar Vehicle Accident)to the following address: Insurance Division,Liability Claims Chevron,Corporation, 6001 Ballinger C"ft Ro0,*aom G2VS San Ramon,CA W91 RemadNthicles ■ EnW16yeev Immediately dalfi to report the accident to your supervisor. • Employee: Immediately report the accident to the rental agency. • Supervisor. Immediately report the accident to the appropriate Director. ■ Fanploym Within three daya;Cvmplgo and mail the attached GO 407(Report ofMotor Vehicle Acddgqo to the address above. lampl03(acO ynadv;mcles • Employee Immediately call to report the accident ro yyour-supervisor. ■ employee: Report the accident to ypur'insurance company: ■ Supervisor: hnmedfetely repoA the accident to the appropriate Director. ■ Employee; WAdd three days,complete and submit the GO 407 to your supervisor. Re ftia"6Z 4-0-2n13 Qftevm QIM ftutions—conshrtraf©n Me d f ao The G'M in appropriate cooperation with the customer,has direct responsibility for helndling omcrgencies and ensuring that emergency medical and ambulatory services are contacted. All CES cobsu*Xi r site personnel will be linked by mobile telephones and/or twe-way radio systems. All subcontractors will establish and mamtaka method of instant communloslion With the CBS CM. One lhrgep fully equipped and approved&-st aid kit is available in the CES trailer for non-emergency injuries. At least one C)3S employee qualitlei to adwhdstar emergency first, ad and CPR, such as successful completion of a lied Cross course or an equivalent,will be available on all work sites. Emergency service is to be inppediately acoessed by calling 911 or as d0cted per facility requiremonts. (See Atfiani@nt A for driving directions and map to the closest hospital or Urgent Care Cinio) RWWdbs02. 4-03403 GhOvdSn 1+rp1gY 5 7!Ns�r+s ConslR g Slte Safety Plan is,A ��NT$ AAttaolithBfflt A Drilling Directions to Hospital (Poster!) Attachment Activity Hazard Analyses Attachment C FormalLogs/Postings OSHA Form 301—Injuries and Itinesses Incident Report • GO 407-Report of"Aar Vehicle,Acchlent • First Aid Treatment Log • Subcontractor Admovdodgement Farm Attachment UfAft0hecklist Attachment E 009,Safe Work Practices Attac'hmentF FacliltySpecificSafety/ Safe Work Practices Ape 4Aulfdp(tai4t Date Revised Date vbio Datee 142 I�4 t it NextRevision Due IhsaOnact PoWif rn 4w date 1YvsM1r0F# e Mww neo&r *'wtrewsibwdd10 20.RCc0a'd3' _ ; Regirlraa Retools ThrMowing records will be kept for coufoiinence with this ptoceduret 'CapiCs ofWll SWPSs and associated documents FReteMlon Regtilfemsrlts All documents will be retained in accordance with the Chevron retentit srt p�u�tle and as required by local regidations. At a tldinunum,records will bekept forum peric specified b!, • Uples of all peemlks,farms and associated documentadon will be kept as specified'in the M- Permit to*A,PCOC M*. • 'Training records will be kept for personnel until fiveyears beyond termination ofemployment. Ravtdan 02. 4-0-2013 -