Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
06458 - FIRE SUPRESSION SYSTEM FOR AIRPORT
Kathie Hart From: Mark Jucht Sent: Thursday,August 13, 2015 8:09 AM To: Kathie Hart Subject: RE:A6458- EMF 06 Yes, completed. Marls Jucht Airport Administration Manager Palm Springs International Airport From: Kathie Hart Sent: Friday, July 31, 2015 1:19 PM To: Mark Jucht Cc: Jay Thompson; Suzanne Seymour Subject: A6458 - EMF Mark: In reviewing this agreement it has expired. This was a 60-day agreement. Has the work been completed? May I close this agreement file? Please advise. Thx! II'' --**00 -- I(U+C Kathie Hart, MMC Chief Deputy City Clerk City of Palm Springs (760) 323-8206 — (760) 322-8332 3200 E. Tahquitz Canyon Way 7 Kathie.Hart@Palm5pringsCA.gov Palm Springs, CA 92262 City Hall is open 8 am to 6 pm, Monday through Thursday, and closed on Fridays. 1 AGREEMENT THIS AGREEMENT made this 6,2/ �day of in the year 2013, 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 EMF Fire Solutions 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: NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT The Work is generally described as follows: Furnish all labor, equipment, and materials, to install new clean agent fire suppression system in the server room at the Palm Springs International Airport located at 3400 E. Tahquitz Canyon Way in Palm Springs. 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 $ 700.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 -- CONTRACT PRICE ($25,512.00) 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). ORIGINAL Ijiu A"D/OR AGREEMENT 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 0 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 Contract Administrator 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 firm 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 By '•� City�Clerk APPROVED TO FORM: By U / City Attorney Not to Exceed $ ritten• Without The pre Date e)/q Authorization Of The City Manager A`PPROVE�BY CITYCOL��CII By City Manag Date .�bD aL:Al4 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:6W ejAc_5%ayT� Check one: _Individual_Partnershipft-Corporation Address: R-4na- 6A7n v. c-i}- 9/'7/n �7QL By: BY6� of�7 0 Signatu (no arized) Signat Fe(nota ' ed) Name: C-,Zf-2'.TX-Y Name: Title: V !?- Title: U91� (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 r,f(r 4AA^'r4�f, State of (RQkodl'i& 1Mr6 County of �*t 11/+I�1�J County of �q On 12 I T Po 13 12`I r Lo n // before me, &t I, 017#1 I No $�{ire mI personally appeared appeared bin - F 7 ttim who proved to me on thg basis of sati actory who proved to me on the basis of satisfactory evidence to be the person(s} whose name(a) evidence to be the person(&) whose name(s) is/are subscribed to the within instrument and Ware subscribed to the within instrument and acknowledged to me that he/sheA4ey executed acknowledged to me that he/sheAhey executed the same in his/her4heir authorized capacity(les), the same in his/hwAheir authorized capacity(ies), and that by his/haFAheir signatures(&) on the and that by his/helAheir signatures(S) on the instrument the personal, or the entity upon instrument the person(&), or the entity upon behalf behalf of which the person(&)acted, executed the of which the person(a} 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: _ PAT T. PHATIGARAPHONGT-` PAT T. PHATIGARAPHONG Commission #2005150 W Commission #2005150 u�-.- Notary Public -California Z zy Notary Public -California Z z t + � '" Los Angeles County '— zLos Angeles County My Comm. Expires Feb 22, 2017 My Comm. Expires Feb 22,2017 I s I INVITATION FOR BIDS(IFB 14-03) BIDDER'S CHECK LIST 4 [i i 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. I 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 Proposal page 12-13, must be manually signed. X Erasures or other changes made to the Bid Proposal Pages must be initialed by the person signing the Bid. X References form, page 16, must be completed. X Affidavit of Non-collusion by Contractor form, page 17 must be manually signed and countersigned by a Notary Public. X All Addenda issued shall be acknowledged in the space provided on Bid Proposal Page 13 located at the bottom. Failure to acknowledge all Addenda may render your Bid non- responsive. X Bidder's General Information, page 18-19, must be completed. X List of Subcontractors and Local Business Preference Program Good Faith Efforts pages 20-23, f X Bid Bond, Certified Check, Cashiers Check, Money Order or Cash shall be submitted ` with the Bid in the amount indicated. Page 24 must be executed and notarized as indicated, if applicable. 4 I BID SCHEDULE(IFB 14-03) Lump Sum Price for Construction of NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT All materials, equipment and labor necessary to design,fabricate and install a new turnkey FM-200 Fire Protection Suppression Halon System that includes: Item Otv Scope of work as per attached specifications 1. 1 Control Unit with Batteries 2. 2 Discharge Strobes 3. 2 Photoelectric Detectors with Base (1 overhead— 1 sub floor) 4. 2 Ionization Detectors with Base (1 overhead —1 sub floor) 5. 3 Multi-tone Horn/Strobe at Computer; Operations Center and outside of door, strobe only(no Multi-tone Horn) 6. 1 Manual Pull Station at Computer in Computer Equipment Room 7. 1 Abort Station in Computer Equipment Room 8. 1 Key Disconnect/Maintenance Switch 9. 1 Agent Storage Container w/Electric Control Head/Actuator 10. 2 Discharge Nozzles (1 overhead, 1 sub floor) 11. 78 Pounds of FM-200 12. 2 Initial Room Pressurization Fan Test and Final Acceptance Test for local Fire Dept. 13. 3 Tie into existing Simplex Grinnell, addressable modules 4090—9001 14. 4 Plug off all existing (4 ea.)wet pipe sprinkler heads. 15. 2 Install two (2) control dampers with tie-ins Into Simplex Grinnell control panel. 16. LOT Engineering, As-Built Drawings, Permits and One (1)Year Warranty with Owner Manuals. Note: Quantities are estimated only; contractor shall confirm its own quantities from the plans and bid specifications appropriately. No additional payment will be authorized in the event estimated quantities differ from that required by the plans. This is a lump sum project. TOTAL BID PRICE For the lump sum of$ s, 5 1 Z , 0 (Price in figures) T W EN i j 1St/E r,�to4y-s rryC ! ilA;DAB I- _ri,/C L trG- P (Price in words) Note: Additional Room Pressurization Fan Test procedures are not included in this scope of work. If any additional tests are required beyond this included in the scope of work, written authorization by the City to perform additional tests must be approved by the City's contract administrator before they are scheduled. The unit cost for additional tests is: $ 12--cy , 6 U Per Test (Signatures): Name of firm submitting bid G H �Ll� 01, Authorized signature Printed name � � �9� ! Lelnr Title tZ• att, — 12 9p /� 1 Address l39 7l+GNbl_£a y� 3 City, State, Zip f 7C4r�O/ ,/ CA /�i ) �/ q Telephone No: ( ((C)1) //(1�7 8�O Fax No: l 7 G 2Y� / 2!Z! E-mail SG At.y.,ek? 91/" fAN1 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)# Z is/are hereby acknowledged. 13 j 3r 1 REFERENCES R f The City is seeking a contractor who has the experience and capability to install a new fire suppression a Halon System in computer server room at the Palm Springs International Airport as per the 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 firm or agency: 66-rCOA,5 - Contact Person: !`ZA'/ M AZI o Phone#_ 969 5-y&• ` 2bo B`rief/_description of p�rroject: 2) Name of firm or agency: Tly+6E e" rp STRurTTon/ Contact Person: M It-k-GoS /ZMa1 t-EZ Phone# 31 D 36- 3 7 3� Brief description of project: 5eW$" =Gi s rr-r srJ v-� rv'5 — riVST.aLI a rrotiJ X A�5r(n/ 6,=- A- rwy Y vi .r r rrr (T ( 47 ,C;-AAY 41 5+/V r ):: R '' S UOV2�SY�ciV � �f? 3) Name of firm or agency: M 5pp-r.r t4 t:2 Contact Person: j"�Zlkc CA26=U2�1-/ Phone # 3�3 Z-S-6- 3c-o Brief description of project: WAR�C2 BRoTggy-a &i-osAi- /Dz=O=rr?In2 4 DAT;a- �g�T�,w 1 ZN S�i.lJ C.[ JC4&I A-/-iUr F_T_Y1JS _fL pe&=-L'77a.1' siS 1-E,vl 16 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 14-03 AFFIDAVIT OF NON-COLLUSION € i STATE OF CALIFORNIA ) ) SS COUNTY OF WEASIVE ) S/1N v-evNPozPI w The undersigned, being first duly sworn, deposes and says tha he r-sheis � � �(LlaSl ✓y of (F F/!P� �OI-Orinly4s , 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 effectuatea collusive or sham bid, t� 6y: Titled `lees (I7C-/✓T— GAu: 4avAlAAIT Subscribed and sworn to before me this �`r)j day of U 20 F' Notary Publics in and for said County and State _Q_4�-nJ fte►�✓�:RDI No , C R FIDAWFRM YOUNG K. RHO Commission # 1993371 Notary Public-California z San Bernardino County n My Comm. Expires Nov 2,2016 17 BIDDER'S GENERAL INFORMATION NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT IFB '14-63 31 i 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: /31 y5 14A61,)6t x—A AV9_. &j4r,,O c..A� I i 2. CONTRACTOR'S Telephone Number: (qoq } y6 q — 2501,n Facsimile Number. ( goej } �/�'� - 2`t 2' 3. CONTRACTOR'S License: Primary Classification State License Number(s) 13 2$�T y Supplemental License Classifications C i G B 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 Firm (Individual, Partnership or Corporation): I Cowpo('ATr'> J 6. Corporation organized under the laws of the State of: 5 l 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: GAI -A1 J /2�ek)T C4C, 18 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List the name and title of the supervise person who will full-time the proposed work for P your firm: DZM ALLvA t i 10. Is full-time supervisor an employee contract services _? 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 Contract Administrator. WAIVED �s INFORMATION REQUIRED OF BIDDER 7 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 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: 12� (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. 20 a t LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS t IFB 14-03 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 i 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: I�ESGp--r �.LEL-rule �iVPPc-'� 21 /P b 1 l Y g€i E LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) The Bidder shall provide information sufficient to demonstrate its good faith efforts to retain or hire local firms to (a) provide services and (b) to furnish materials and supplies for this project. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements a or proofs of publication): Publications Dates of Advertisement i 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 Date of Follow Up Methods firms Initial and Dates Solicited Solicitation 22 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 i facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (Y/N) 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. 23 I Wd it FIRESOLUTIONS 13945 Magnolia Ave Chino CA 91 71- (877) 363-8090— (909)464-8090 Office (909l 464 2929 Fa Fbeorwo rnorrv¢ Fowec "a! iicer.5? "93255-'— E F +re_W t Special Hazard Fire Systems Palm Springs International Airport November 6, 2013 Attn.: Cheryl Martin Subject: Proposal 13-SG-15 Dear Ms. Martin, Thank you for contacting EMF Fire Solutions in regard to the above referenced project. Based on the information supplied, I am providing the following quotation for an engineered fire suppression system utilizing FM-200 as the suppression agent. HAZARD: Server Room Equipment- 3150 cu.ft. (Including Raised Floors) HAZARD CLASS: Class "A" Combustibles & Class "C" Electrical We propose to provide suppression system components manufactured by Janus Fire Systems. All components are U.L. Listed and F.M. approved for their intended use. For this specific application, we propose to offer the following basic system components: 1. 1 - Agent Storage Cylinders w/ 127lbs of Novec 1230 2. Lot-Container Bracketing Assembly 3. 2 - Discharge Nozzle 4. 1 - Electric Actuator 5. 1 - Electric Manual Release Station 6. 1 - Special Hazard Control/Release Panel 7. 4 - Photoelectric Smoke Detectors with Bases 8. 1 - Alarm Bell (First Alarm) 9. 1 - Horn/Strobe Assembly (Second Alarm) 10. 1 - Strobe Assembly (Discharge) 11. 1 - Pneumatic Switch 12. 1 - System Abort Switch 13. 1 - Keyed Maintenance Switch 14. 2 - Control Dampers with tie-ins Total price to provide and install this FM-200 Fire Suppression system is S 25,512.00 Palm Springs International Airport Cheryl Martin Page 2 SCOPE SUMMARY This system will be designed to provide total-flood fire suppression protection to the contents of the Server Room. The agent cylinder will be installed either in a corner of the room or an adjacent room, with the control panel and auxiliary switches and controls next to an exit door at the bottom of the ramp. All system components and materials will be installed in accordance to local and national codes and standards. INCLUDED in the above price will be: 1. Engineering, Plans, Permits & Taxes 2. Functional and Acceptance Testing with Local Authority (1-door-fan pre-test, 1- final) 3. Customer Orientation 4. As-Built Drawings 5. Owners Manual 6. Initial Fill of agent storage containers to design level 7. All Labor and Material for a complete installation—Regular Hours,Non-Union Labor EXCLUDED from the above price will be: 1. Dedicated 120 VAC Power to the Control Panel or Pre-Action Compressor 2. Sealing of Protected Hazard (walls, doors, ducts, dampers, ceilings, etc.) 3. Removal, Replacement of Ceiling Tiles—Painting and Patching 4. Clean Agent Exhaust System (if required) 5. Tie-in to Building Fire Alarm System and/or Equipment Shut-downs" ** Dry relay contacts are available in the System Control Panel for connection of shutdown and remote signal functions. We will assist with the termination of these functions. Terms and Conditions 1. This proposal will remain valid for a period of 60 days, after which time we will need to review 2. Work cannot be performed until contract/proposal or purchase order has been received back signed. 3. On projects requiring plan check and/or submittals no work can be performed until our office has received all approvals from the authority having j urisd iction. 4. Payment Terms: Net 30 Days per Invoice. Monthly progress billing for projects over 30 days duration 5. To insure against manufactures price increases and to avoid back orders, EMF reserves the right to order and purchase the equipment within 30 days of the contract and submittal approval and to invoice the owner/contractor when the equipment is received by EMF or the client/contractor. Palm Springs International Airport Cheryl Martin Page 3 Terms and Conditions,cont. 6. Disputed charges: The owner/contractor shall not retain any amount that exceeds the value of any disputed item including its labor. 7. Retention is due upon final competition. 8. One pretest and one final inspection are included with this proposal. Each additional inspection required,due to causes beyond EMF's control,will be billed at 120.00/hr straight time and time and a half for over time and off hours with a minimum of 4 hours,plus any additional city fees. 9. If applicable,A-CAD files from customer will be required before Design can begin. If no A-CAD files can be provided there will be an additional cost added to this quote for the drafting and conversion costs. Please Allow 5 five(5)working days for the engineering of the plans to start after receiving the A-CAD files. 10, EMF does not accept responsibility for discounts in payment,back charges,or other adjustments without receipt of written notification of specific problems and or conditions. Should adjustments be found to be appropriate, EMF will provide written authorization to proceed. 11, ATTORNEYS' FEE: Should either party employ an attorney or attorneys to enforce any of the provisions hereof, or to protect its interest in any matter arising under the Contract Documents,or to recover damages for the breach thereof,the non-prevailing party in any finaljudgment arising there from agrees to pay to the other party all costs,charges and expenses, including attorneys'fees,expended or incurred in connection therewith. Thank you for the opportunity to present this proposal. If you have any questions, please give me a call. Sincerely, ��// Scow �a&r Business/ Marketing EMF Fire Solutions,Inc. Cell: (909)464-8090 emffiresolutions.com Check a License - License Detail - Contractors State License Board Page 1 of 2 �lS41 DEPART MENT OF CONSUMER AFFAIRS . Contractors State License Board Contractor's License Detail - License # 932854 ADISCLAIMER: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 by law(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 932854 Extract Date 1IM2013 ELECTRO MOTIVE FORCE INC dba E M F FIRE SOLUTIONS Business Information Business Phone Number:(909)464-8090 P O BOX 596 _.. ... YORBA LINDA,CA 92885. _._. .... . _.. _.. Entity Corporation Issue Date 0 5/1 912 0 0 9 Expire Date 05/31/2015 ACTIVE License Status This license is current and active. All information below should be reviewed. CLASS DESCRIPTION C10 ELECTRICAL Classifications B GENERAL BUILDING CONTRACTOR C16 FIRE PROTECTION CONTRACTOR — -.. ... m . ,.._.m................ _. _. ., ,.............. Bonding CONTRACTORS BOND This license filed a Contractor's Bond with OLD REPUBLIC SURETY COMPANY. Bond Number: GCL1256180 Bond Amount: $12,500 Effective Date: 04/23/2009 BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO)GALVAN CARLOS XAVIER certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date: 05/19/2009 https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=93... 11 nI2013 Check a License - License Detail - Contractors State License Board Page 2 of 2 WORKERS'COMPENSATION This license has workers compensation insurance with STATE COMPENSATION INSURANCE FUND Workers'Compensation Policy Number:9064091 Effective Date: 07/01/2013 Expire Date: 07/01/2014 Workers'Compensation History Personnel listed on 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 hftps://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=93... 11/7/2013 REQUEST FOR TREASURER'S RECEIPT TO: FINANCE DEPARTMENT, CASHIER DATE: FROM: e PLEASE ACCEPT $ ri, a0 FROM: _ E M F �.ate_ \1411Z E. FOR: CA AL, A /� ,r� It T '/1 3 /11L �/ . . l•e Ir r.���.i $�ikJ �/lin iie a� V�++.� at PSP CREDIT ACCOUNT NO. T A BY ORDER OF M111107 NEW 01N8 M10004306 AS E Cp 180/06=13 5 1221 Date 77/08/2093 ��� Remitter, EMF. INC. Par. TWO THOUSAND FIVE HUNDRED FIFTY ONE DOLLARS AND 20 CENTS Pay To The CITY OF PALM SPRINGS $ *********2.551.20 Ofrdefr Of G L&4{^3 A�4-�T�t�s lEx "��y'�,i*I�aJS JPMOR CHASE SANK,NJ1, 5� Y� 5Ttw -fOa- 0ejw VL �� 4 -Note For Informalign only.Comment has no effect on banve payment.AtAfAt 1 senior vice Pfewent JPMMan Chess Bank.N.A. tt �a a'.noPM PhoenlY.AZ � . fl' i80880 794 Sill t: L 2 2 1000 24t: 8060022340 PA..," INVITATION FOR BIDS (IFB 14-03) F NEW CLEAN AGENT FIRE SUPPRESSION SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. Q 1. Who will be responsible for coordinating and contacting Simplex for the fire alarm tie-in? A 1. The awarded Contractor will be required to coordinate equipment tie-in with Simplex as part of the project. Q 2. Where would you like the suppression panel located? A 2. The suppression panel shall be located to right side of door upon entry. Q 3. Will we get parking access in the back for crews to setup and work? A 3. Yes, however contractor will need to apply and be vetted for AOA access Permits. Q 4. Technically, Simplex should pull permits for the added points, will you require this? If so, Simplex will need to provide their own drawings for that. A 4. No, Simplex is not going to be required to pull permits. Q 5. Will it be acceptable to have the FM-200 cylinder stored in the equipment room next to the server room? A 5. No, the Fa200 cylinder may not be located in the equipment room. It Shall be located inside the computer server room. Q 6. Line item 11. 78 pounds of FM-200 is not correct. Will plans be provided of the Server room for proper room volumizing calculations? A 6. The correct number of pounds of FNI.200 is 126.3. Plans will not be provided, as the calculation has been provided by City as per this addendum. Q 7. Have you started the process for an approved variance from your local fire authority having jurisdiction for pugging off all existing wet pipe sprinkler heads? A 7. Yes, the City of Palm Springs Fire Department has already approved the variance. Contractor will be responsible for plugging off existing wet pipe sprinkler heads. Q 8. Are there any bid drawings that will be issued as part of the bid documents? A 8. There are no bid drawings or plans available. However, for the purposes of this bid, the contractors only need the computer room dimensions which are: 16'6" wide x 217" long x 9'high from T-bar to bottom of sub-floor. The awarded contractor will be required to provide drawings as per NFPA 2001, 2012 edition as part of the project for Plan Check. Q 9. The scope of work provided on pages 9 — 11 of the IFB refer to "plans' or "attached plans' in multiple places. Will plans be provided for use in preparing a bid for this project? A 9. See answer to Question No. 8. Q 10.The scope of work establishes the project duration at 14 days from the date of the Notice to Proceed. 14 days is an insufficient time period in which to complete the design, submit the design to and receive approval from the PS Fire Department, order and receive all system equipment required for the project, and apply for & receive badges in accordance with the PSP Security Program. Will the number of days allowed for completion of this project be changed to a more realistic number— perhaps 60 or 90 days after receipt of NTP? A 10. The number of days allowed for completion of the project has been changed to sixty(60) days. Q 11.The scope of work provided by the City and the scope of work provided by the Contractor, as presented on pages 9 & 10 of the IFB, both describe removal of wet pipe sprinkler heads. Who is responsible for this scope of work? Has the PS Fire Department "signed-off' on plugging the sprinkler heads? Plugging sprinkler heads is not allowed in most southern California fire jurisdictions. A 11. See answer to Question No. 7. Q 12. Page 21 of the IFB describes the city's Local Business Preference Program.Will there be a preference given to contractors who are successful in identifying Coachella Valley subcontractors or vendors and using those local businesses for this project? A 12. As stated on Page 21, the prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises. The Local Business Preference Program-Good Faith Efforts is located on Pages 21-23 of the IFB document. ADDITIONAL SPECIFICATION REQUIREMENTS ADDED TO THE SCOPE OF WORK: All applicable work shall be compliant with California Fire Code, 2010 Edition; California Electrical Code 2010 Edition; NFPA 72, 2013 Edition; NFPA 2001, 2012 Edition. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Cheryl Martin, CPPB Procurement Specialist I DATE: October 30, 2013 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 2 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive. r i 7A`" °e INVITATION FOR BIDS (IFB 14-03) € sq 2 NEW FIRE SUPPRESSION HAI ON SYSTEM CAR { ° r NEW CLEAN AGENT FIRE SUPPRESSION SYSTEM FOR SERVER ROOM AT "F°RN P PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. I CORRECTION: DELETE ALL REFERENCE TO: FIRE SUPPRESSION HALON SYSTEM. REPLACE WITH: CLEAN AGENT FIRE SUPPRESSION SYSTEM. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA ��- Cheryl Martin, CPPB Procurement Specialist DATE: October 17, 2013 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive. 1 i y4 pS E I INVITATION FOR BIDS NO. 14-03 I FOR NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT THIS INVITATION FOR BIDS CONSISTS OF THE FOLLOWING: PAGE COVERSHEET...................... ...................................................................................1 NOTICEINVITING BIDS ..............................................................................................2-3 BIDDER'S CHECK LIST..................................................................................................4 TERMS & CONDITIONS ..............................................................................................5-8 I SCOPE OF WORK AND SPECIAL CONDITIONS.....................................................9-11 j PRICING PAGE (MUST BE MANUALLY SIGNED)..................................................12-13 ATTACHEMENT "A"AIRPORT SECURITY REQUIREMENTS ...............................13-15 BIDDER'S REFERENCE LIST ......................................................................................16 AFFIDAVIT OF NON-COLLUSION................................................................................17 BIDDERS GENERAL INFORNATION FORM...........................................................18-19 LIST OF SUBCONTRACTORS......................................... ........................................20 LOCAL BUSINESS PREFERENCE PROGRAM-GOOD FAITH EFFORT..............21-23 BIDBOND FORM..........................................................................................................24 PAYMENT BOND FORM .........................................................................................25-26 PERFORMANCEBOND................................................................................................27 CONTRACTAGREEMENT......................................................................................28-31 WORKER'S COMPESATION CERTIFICATE ...............................................................32 EXHIBIT "A.. ..................................................................................................................33 CERTIFICATE OF INSURANCE SAMPLE DOCUMENT..............................................34 SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS.............35-37 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF OR THE FAILURE TO OPEN A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. MAILING ADDRESS: STREET ADDRESS: City of Palm Springs City of Palm Springs Procurement & Contracting Procurement& Contracting P.O. BOX 2743 3200 E. Tahquitz Canyon Way Palm Springs, CA 92263-2743 Palm Springs, CA 92262 DATE DUE: Day November 06, 2013 TIME DUE: 3:00 P.M., Local Time i CITY OF PALM SPRINGS, CALIFORNIA NOTICE INVITING BIDS NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT, IFB 14-03 N-1 NOTICE IS HEREBY GIVEN that sealed bids for New Fire Suppression Halon System for Server Room at Palm Springs International Airport will be received at the office of Procurement&Contracting until 3:00 PM on Wednesday, November 06, 2013 at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: Furnish all labor, equipment, and materials, to install new fire suppression Halon System in the Server room at the Palm Springs International Airport located at 3400 E. Tahquitz Canyon Way in Palm Springs. Bidders are strongly advised to attend the Non-Mandatory Pre-Bid Walk-Through of Work Site. The City's estimate for this project is approximately $60.000. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder and reject all other bids, as it may best serve the interest of the City. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 90 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The contractor shall posess a valid Class "B" Contractor license with a C-16 License, or "B" license subcontracting with a C-16 Contractor, or a C-16 Contractors license to completely design and install a new FM-200 fire protection suppression Halon System in the server room. Work shall be performed in accordance with "Greenbook" Standard Specifications for Public Works Construction, in addition to the specifications included in the drawings. N-7 PREVAILING WAGE RATES 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. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 NON-MANDATORY PRE-BID WALK-THROUGH (STRONGLY SUGGESTED): Prospective bidders are strongly advised to the pre-bid walk-through of the project site to acquaint potential bidders with the project and existing site conditions that may affect the work. The meeting will be held on Tuesday, October 22, 2013 at 10:00 AM local time in the Conference Room of the Palm Springs International Airport, located at 3400 E. Tahquitz Canyon Way, 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. 2 N-10 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a)Contract Documents may be inspected without charge at the office of the Procurement and Contracting E 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be obtained free of charge via electronic transmission I from the City of Palm Springs Procurement & Contracting Department by contacting Cheryl Martin at 760- 322-8373 or via email atCheryl.Martin@paimspdngsce.gov. Vendors that obtain the bid documents electronically shall be required to create printed copies at their own expense. (c)Obtaining Bid Documents and registration as a Bidder: If you are interested in submitting a bid, Bidders shall contact Cheryl Martin, Procurement Specialist I by e-mail at Cheryl.Martin@palmspringsca.gov, or by phone at (760) 322-8373, to officially register as a Bidder for this project with your company name, address, phone, fax, contact person and e-mail address. Bidders must be registered to submit a Bid; failure to register may be cause to find a Bid non-responsive. (d) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be removed from the Bid Document and used to submit a bid. i (e)All questions about the meaning or intent of the Bid Documents are to be directed to Cheryl Martin. Questions shall be submitted in writing ONLY to: Cheryl Martin, Procurement Specialist I, by fax to (760) 323-8238, or by e-mail to Cheryl.Martin@palmspdngsca.gov. Questions must be submitted by 3:00 PM, Local Time on Tuesday, October 29,2013. N-11 LOCAL BUSINESS PROMOTION— In accordance with 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)", 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. N-12 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the office of Procurement & Contracting 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand comer with the name and address of the Bidder and shall bear the words "Bid For..." followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. BY ORDER OF THE CITY OF PALM SPRINGS By Cheryl Martin, CPPB Procurement Specialist I October 16,2013 3 I I I INVITATION FOR BIDS (IFB 14.03) BIDDER'S CHECK LIST INSTRUCTIONS TO BIDDER: I GENERAL: Bidders are advised that notwithstanding any instructions or inferences elsewhere in this Invitation For Bid, only the documents shown and detailed on this sheet need be submitted with and made part of their Bid. Other documents may be required to be submitted after Bid time, but prior to award. Bidders are hereby advised that failure to submit the documents shown and detailed on this sheet MAY RENDER THE BID NON-RESPONSIVE. 11 REQUIRED DOCUMENTS FOR BID: Bids MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the Bid. NOTE: ONLY THOSE ITEMS MARKED BY AN "X" ARE REQUIRED. X Bid Proposal page 12-13, must be manually signed. X Erasures or other changes made to the Bid Proposal Pages must be initialed by the person signing the Bid. X References form, page 16, must be completed. X Affidavit of Non-collusion by Contractor form, page 17 must be manually signed and countersigned by a Notary Public. X All Addenda issued shall be acknowledged in the space provided on Bid Proposal Page 13 located at the bottom. Failure to acknowledge all Addenda may render your Bid non- responsive. X Bidder's General Information, page 18-19, must be completed. X List of Subcontractors and Local Business Preference Program Good Faith Efforts pages 20-23. X Bid Bond, Certified Check, Cashiers Check, Money Order or Cash shall be submitted with the Bid in the amount indicated. Page 24 must be executed and notarized as indicated, if applicable. 4 f I E CITY OF PALM SPRINGS t IFB 14-03 NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT I PALM SPRINGS INTERNATIONAL AIRPORT 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 property 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 will be final. It is anticipated that City Council 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 (purchase order) by the City 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 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. When discrepancies occur between unit prices and extended amounts the unit prices shall govern. 10. Bidder will be required to file an Affidavit of Non-Collusion with their Bid. This shall be signed and sworn before a Notary Public. 11. 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 TUESDAY, OCTOBER 22, 2013 at 10:00 AM Local Time. Please allow at least 1 hour for site tour. Participants will meet promptly at TIME. in the lobby of the Palm Springs International Airport located at 3400 Tahquitz Canyon Way, 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 5 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. 12. QUESTIONS: Bidders, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this IFS 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: Cheryl Martin, Procurement Specialist I Procurement& Contracting Dept. 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Cheryl.MartinaDpalmspringsca.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, Tuesday, October 29, 2013. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. PLEASE NOTE THAT PALM SPRINGS CITY HALL IS CLOSED EVERY FRIDAY AND THEREFORE IS NOT ABLE TO ACCEPT, TIME OR DATE STAMP ANY SUBMITTALSIBIDS ON FRIDAYS (OR WEEKENDS). PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING A SUBMITTAUBID BY THE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT. 13. Notice of Award: After award of the Bid by the Palm Springs City Council if necessary, a Notice of Award letter and/or Purchase Order will be issued to the successful Bidder. The successful Bidder shall provide all Certificates of Insurance, Bonds, if required, within fourteen (14) calendar days. 14. 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. 15. Performance: Time is of the essence in the performance of the work. Performance schedule maybe a factor in award of bid and may be cause for resection, as determined by the City. 16. 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/materal. Where applicable, all bids shall be accompanied by a copy or description of the manufacturer's warranty for the items(s) proposed and evidence that such warranty is assignable to the City. 6 17. Termination for Default: The City may, by written notice of default to the vendor, terminate any resulting order in whole or in part should the vendor fail to make satisfactory progress, fail to deliver within time specified therein or fail to deliver in strict conformance to specifications and requirements set forth therein. In the event of such termination, the City reserves the right to purchase or obtain the supplies or services elsewhere, and the defaulting vendor shall be liable for the difference between the prices set forth in the terminated order and the actual cost thereof i to the City. The prevailing market price shall be considered the fair repurchase price, If, after i 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. 18.Termination for Convenience: The City may, by written notice stating the extent and effective date, terminate any resulting order for convenience in whole or in part, at any time. The City shall pay the vendor as full compensation for performance until such termination the unit or pro rate price for the delivered and accepted portion, and a reasonable amount, as costs of termination, not otherwise recoverable from other sources by the vendor as approved by the j City, with respect to the undelivered or unaccepted portion of the order, provided compensation hereunder shall in no event exceed the total price. in no event shall the City be liable for any loss of profits on the resulting order or portion thereof so terminated. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 19. Fiscal Year: Obligation for payment of any contract beyond the current fiscal year end is contingent upon the availability of funding from which payment can be made. No legal liability shall arise.for payment beyond June 30 of the calendar year unless funds are made available for such performance. 20. Governing Law: This contract shall be construed and interpreted according to the laws of the State of California. 21.Contractor's License: The successful Offeror shall posses a Class B with a C-16 Contractor's License, or"B" license subcontracting with a C-16 Contractor, or a C-16 Contractors license to completely design and install a new FM-200 fire at the time the contract is awarded and for the duration of the term that the work is in progress. 22. 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. 23. 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. 24. 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 7 accepted by Agency and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. 25. 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. I 26, Payment Terms- The standard terms at the City of Palm Springs are Net 30 days. I1 I! i 8 CITY OF PALM SPRINGS g IFB 14-03 # NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT SCOPE OF WORK AND SPECIAL CONDITIONS 1. Purpose: The City of Palm Springs requires a contractor to design, fabrication and complete installation of a new FM-200 fire protection suppression Halon System in the Computer Equipment Server Room — 3150 Cu. Ft. (including raised floor volume) at the Palm Springs International Airport at 3400 Tahquitz Canyon Way in Palm Springs. Please refer to the attached plans for the scope of work required and other details. 2. Scope of Work: Bids are being solicited from contractors that currently hold a valid a Class B with a C-16 Contractor's License, or "B" license subcontracting with a C-16 Contractor, or a C- 16 Contractors license to completely design and install a new FM-200 fire protection i suppression Halon System in the server room. Work shall be performed in accordance with "Greenbook" Standard Specifications for Public Works Construction. A payment(labor/material) and performance bond will be required if you are the selected contractor and enter into an Agreement with the City of Palm Springs. The Contractor and all of Contractor's personnel performing services hereunder shall possess all licenses required by the State of California to perform said services. Prior to work commencing, designs must be approved by the Fire Department. Work provided by the City prior to Contractors start: • The city will provide 120 volt AC Power to the FM-200 control panel on the downstairs server room. • Electrical wiring to shut down required air moving equipment and computer power. • Installation of necessary devices, such as fire dampers, to stop air movement. • Structural Calculations of any nature. • City to seal off all penetrations • Automatic bottom seals and weather stripping will be installed on all doors leading to and separating fm-200 protected areas. • Door closures will be installed on all exit doors to maintain a normally closed status. • All openings or conduit and mechanical penetrations into the FM-200 protected area will be properly sealed. • Plug off Existing Wet Pipe Sprinkler Heads • Equipment Class: Class"A" • Combustibles: Class "C" Electrical Work to be provided by the Contractor. - All materials, equipment and labor necessary to design, fabricate and install a new turnkey FM-200 Fire Protection Suppression Halon System that includes: • Control Unit with Batteries • Discharge Strobes • Photoelectric Detectors with Base(1 Overhead — 1 Sub floor) • Ionization Detectors with Base 1 Overhead— 1 Sub floor) • Multi-tone Horn/Strobe at Computer in Computer Equipment Room • Manual Pull Station at Computer in Computer Equipment Room • Abort Station in Computer Equipment Room • Key Disconnect/Maintenance Switch • Agent Storage Container with Electric Control Head/Actuator • Discharge Nozzles (1 Overhead, 1 Sub floor) • 78 Pounds of FM-200 9 I i • Initial Room Pressurization Fan Tests and Final Acceptance Test for the PS I Fire Department • Tie into existing Simplex Grinnell, addressable modules 4090—9001 • Plug off all existing four(4 ea.)wet pipe sprinkler heads. • Install two (2)control dampers with tie-ins into Simplex Grinnell control panel. • Engineering, As-built Drawings, Permits and One(1) Year Warranty • Owner's Manuals. Note: Quantities are estimated only; contractor shall confirm its own quantities from the plans and bid specifications appropriately. No additional payment will be authorized in the event estimated quantities differ from that required by the plans. All Components are UL listed and FM approved for their intended use. 3. Contract Services Agreement: The attached Contract Services Agreement shall be utilized to identify the respective obligations of the City and the (awarded) Contractor. 4. Plans Submissions: Three complete sets of 24"X36" sets of plans for Halon System must be submitted at time of building plan submittal. 5. 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. 6. 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. 7. License Requirement The contractor will be required to: • 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 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 fourteen (14) 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. All work shall be completed within 14 working days (note: allowed working days Monday through Thursday 6:30 a.m. to 4:00 p.m.) A sample contract and a summary of insurance requirements are attached for your reference. 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, 10 and representatives are prohibited from being on the premises under the influence of alcohol or any other substances- i I i BID SCHEDULE(IFB 14-03) I Lump Sum Price for Construction of NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM 9 AT PALM SPRINGS INTERNATIONAL AIRPORT All materials, equipment and labor necessary to design, fabricate and install a new turnkey FM-200 Fire Protection Suppression Halon System that includes: Item ON Scope of work as per attached specifications 1. 1 Control Unit with Batteries 2. 2 Discharge Strobes 3. 2 Photoelectric Detectors with Base (1 overhead— 1 sub floor) 4. 2 Ionization Detectors with Base (1 overhead — 1 sub floor) 5. 3 Multi-tone Horn/Strobe at Computer; Operations Center and outside of door, strobe only(no Multi-tone Horn) j 6. 1 Manual Pull Station at Computer in Computer Equipment Room 7. 1 Abort Station in Computer Equipment Room 8. 1 Key Disoonnect/Maintenance Switch 9. 1 Agent Storage Container w/Electric Control Head/Actuator 10. 2 Discharge Nozzles (1 overhead, 1 sub floor) 11. 78 Pounds of FM-200 12. 2 Initial Room Pressurization Fan Test and Final Acceptance Test for local Fire Dept. 13. 3 Tie into existing Simplex Grinnell, addressable modules 4090—9001 14. 4 Plug off all existing (4 ea.)wet pipe sprinkler heads. 15. 2 Install two (2) control dampers with tie-ins into Simplex Grinnell control panel. 16. LOT Engineering, As-Built Drawings, Permits and One (1)Year Warranty with Owner Manuals. Note: Quantities are estimated only; contractor shall confirm its own quantities from the plans and bid specifications appropriately. No additional payment will be authorized in the event estimated quantities differ from that required by the plans. This is a fump sum project. TOTAL BID PRICE For the lump sum of$ (Price in figures) (Price in words) Note: Additional Room Pressurization Fan Test procedures are not included in this scope of work. If any additional tests are required beyond this included in the scope of work, written authorization by the City to perform additional tests must be approved by the City's contract administrator before they are scheduled. The unit cost for additional tests is: $ Per Test (Signatures): Name of firm submitting bid Authorized signature Printed name Title 12 { 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. 13 ATTACHMENT "A" PSP Airport AIRPORT SECURITY REQUIREMENTS ( AIRPORT SECURITY. Criminal history Records Check (CHRC) — The Contractor will be I required to submit the City, prior to the commencement of services, a letter authorizing specific SContractor representatives to approve the issuance of Airport Identification badges and the processing of a fingerprint CHRC based CHRC and/or an employment history verification. CHRC results must be made available to the City and the Transportation Security Administrations (TSA) immediately upon request. Under certain circumstances, and out of the control of the City, security measures may change on short notice. No deviations from any security measure shall be allowed at any time. Restricted Area Access — All Contractor personnel who require unescorted access to the restricted areas of the Airport, prior to the issuance of an Airport Identification Badge, must successfully complete a fingerprint based CHRC and Security Threat Assessment (STA). In accordance with CFR 49 1542.209, the CHRC must disclose that the applicant has not been convicted, or found not guilty by reason of insanity, of any of the disqualifying crimes listed below or as stated in 49 CFR 1542.209, during the 10 years before the date of the individual's application for unescorted access authority, or while the individual has unescorted access authority. The disqualifying criminal offenses are as follows: 1) Forgery of certificates, false making of aircraft, and other registration violations; 49 U.S.C. 46306. 2) Interference with air navigation; 49 U.S.C. 46308. 3) Improper transportation of a hazardous material; 49 U.S.C. 46312. 4) Aircraft piracy; 49 U.S.C. 46502. 5) Interference with flight crew members or flight attendants; 49 U.S.C. 46504. 6) Commission of certain crimes aboard aircraft in flight; 46506. 7) Carrying a weapon or explosive aboard aircraft; 49 U.S.C. 46506. 8) Conveying false information and threats; 49 U.S.C. 46507. 9) Aircraft piracy outside the special aircraft jurisdiction of the United States; 49 U.S.C. 46502(b). 10) Lighting violations involving transporting controlled substances; 49 U.S.C. 46315. 11) Unlawful entry into an aircraft or airport area that serves air carriers or foreign air carriers contrary to established security requirements; 49 U.S.C. 46314. 12) Destruction of an aircraft or aircraft facility; 18 U.S.C. 32. 13) Murder. 14) Assault with intent to murder. 15) Espionage. 16) Sedition. 17) Kidnapping or hostage taking. 18) Treason. 19) Rape or aggravated sexual abuse. 14 p 20) Unlawful possession, use, sale, distribution, or manufacture of an explosive or weapon. 21) Extortion. 22) Armed or felony unarmed robbery. 23) Distribution of, or intent to distribute, a controlled substance; 24) Felony arson. 25) Felony involving a threat. 26) Felony involving: i) Willful destruction of property; ii) Importation or manufacture of a controlled substance; iii) Burglary; iv) Theft; v) Dishonesty, fraud, or misrepresentation; vi) Possession or distribution of stolen property; vii) Aggravated assault; viii) Bribery; or ix) Illegal possession of a controlled substance punishable by a maximum term of imprisonment of more than 1 year. 27) Violence at international airports; 18 U.S.C. 37. 28) Conspiracy or attempt to commit any of the criminal acts listed. Employee Security Badges — All Employees, Agents, Vendors, Invitees, Etc. of the Contractor or Subscontractors requiring access to the work site shall, in accordance with the PSP Security Program, be required to display airport issued identification or be under the escort by properly badged personnel. Supervisors shall be badged with a Palm Springs International Airport Photo Badge. These badges will be identified numerically and issued to individual employees with a permanent record maintained on each individual to whom a badge is issued. At the completion of the contract, all badges will be returned to airport, or a charge of $56 per badge (subject to change) will be assessed for all badges not returned. As part of the badge application process, each applicant will be fingerprinted for use in an FBI Criminal Records search. Any person whose criminal record reveals offenses listed by the FAA as disqualifying offenses will be denied a badge and will be prohibited from unescorted access to the project site. All required paperwork and ID badge applications shall be submitted a minimum of two (2) weeks before issuance of any badge. The contractor and its staff are responsible for attending SIDA training and completing security badge application, which will include air/ground radio, taxiway and airport familiarization. Attendance of the class and issuance of the badge may take in excess of 3 hours. There will be a $38 charge (subject to change) for the FBI background check and fingerprinting process, and a $38 charge (subject to change) for the badge for a total of$76. The application for the SIDA badge can be found at: www.palmspringsairoort.com/documentstbadgeapl)lication v12-60.odf. All violations of Airport security are also violations of the City of Palm Springs Municipal 11.33.052, California Vehicle code and/or the Code of Federal Regulations. Any such violation may result in arrest, the issuance of a citation and/or the immediate revocation of access privileges. is REFERENCES The City is seeking a contractor who has the experience and capability to install a new fire suppression Halon System in computer server room at the Palm Springs International Airport as per the 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 firm or agency: Contact Person: Phone # Brief description of project: `s I 2) Name of firm or agency: Contact Person: Phone# Brief description of project: 3) Name of firm or agency: Contact Person: Phone # Brief description of project: 16 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 14-03 AFFIDAVIT OF NON-COLLUSION I 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 9 directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not I directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or any other member or agent thereof to effectuate a collusive or sham bid. By: Title Subscribed and sworn to before me this day of 20_ Notary Public in and for said County and State FIDAVI.FRM - 17 BIDDER'S GENERAL INFORMATION NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT IFB 14-03 The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: I 2. CONTRACTOR'S Telephone Number: ( ) Facsimile Number. ( ) 3. CONTRACTOR'S License: Primary Classification State License Numbers) 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 Firm (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 firm or names and titles of the principal officers of the corporation or firm: 18 } 1 I BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List the name and title of the person who will supervise full-time the proposed work for 3 your firm: f 10. Is full-time supervisor an employee contract services ? 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 Contract Administrator. WAIVED �s 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 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. 20 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS IFB 14-03 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 fumish 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: 21 pF 5 f i t I LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) The Bidder shall provide information sufficient to demonstrate its good faith efforts to retain or hire local firms to (a) provide services and (b) to furnish materials and supplies for this project. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements i or proofs of publication): Publications Dates of Advertisement I 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 Date of Follow Up Methods firms Initial and Dates Solicited Solicitation 22 k 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 Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (Y/N) 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. 23 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO.2014-03 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and firmly 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, firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule of the Citys Contract Documents entitled: I NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT 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) 24 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, And as Surety, are held firmly 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,finely 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: NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT 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 25 S E i E€6 f PROVIDED, that any alterations in the Work to be done or the materials to be fumished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this day of 12013. 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) 26 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, And as Surety, are held firmly 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,firmly 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 specked or indicated in the Contract Documents entitled: NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT 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 2013. CONTRACTOR: (Check one: _individual, partnership, _corporation) (Corporations require hero signatures:one from each of the following groups:A.Chairman of Board,President,or any Vice President; AND B.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). By SURETY: Signature(NOTARIZED) Print Name and Title: By By Signature(NOTARIZED) Print Name and Title: Tme (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) 27 f 9 AGREEMENT THIS AGREEMENT made this day of in the year 2013, 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 l hereinafter designated as the Contractor. j j 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($)of the City's Contract Documents entitled: NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT PALM SPRINGS INTERNATIONAL AIRPORT The Work is generally described as follows: 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 speed 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$ 0_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). 28 f 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—aree not-attached hereto. ARTICLE 5-- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard j Specifications as amended by the Special Provisions. Applications for Payment will be I processed by the Contract Administrator or the City as provided in the Contract j 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 firm 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. 29 i I ATTEST: CITY OF PALM SPRINGS, CALIFORNIA Y BY By City Clerk City Manager APPROVED AS TO FORM: Date BY City Attorney APPROVED BY THE CITY COUNCIL: E I ! 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 he 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 County of 30 i 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 islare subscribed to the within instrument and acknowledged to me that he/she/they executed acknowledged to me that he/shelthey executed the same in his/her/their authorized capacity(ies), the same in his/herltheir 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: 31 i WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) 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 I 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 32 3 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 I guaranty shall be forfeited should the Bidder to whom the work is awarded fall 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 "Greenbook" Standard Specifications for Public Works Construction, 2012 edition. 33 I 1 L I CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNER/AGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSUAM INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A a C D TYPE PERFORMED AND LOCA ON LIMITS OF LIABILITY IN THOUSANDS W0001 u. TYPE OF INSURANCE POLICY NUMBER EACH OCCURRENCE AGGREGATE COMPREHENSWE GENERAL LMMUTY Including: § § ❑ EXH.OSION AND COLLAPSE BODLYINARY § § ❑ UNDEAGRM NO DAMAGE PROPERTY DAMAGE ❑ HOOVCT6/Cp.RETFD OPEMI[ON6 w ❑ CWfIR4CTUAL INSUMNCE ❑ BODLY INJURY AND § 5 BROAD AJflM PROPERTY DAMAGE PRJFD(M 13 DAMAGE COMBINED INDBIIIOFNi CONTMCTORS ❑ PERSOr1ALINJUFY PERSONAL INJURY § COMPREHENSIVE AUTOMOBILE BODLY MURY LIAMMY BACK PERSON § Including: EACH ACLIDENT ❑ ONHEO 1ROPUDY..GE 8 ❑ HIRED or ❑ NOND'Al BODILY INJURY AND PROPERTY 8 ❑ MOTOR GawmnR T DAMAGE COMBNED EXCESS HAMMY GODLY MILURY Including: AND PROPERTY DAMAGE COMBINED § ❑ EMRWDi'B LIABHIY ' WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIAMUTY Includin, O § ACCIDENT) ❑ LONG AIOREMEN•SAND HAflBORMRKERS OTHFA ADDITIONAL INSURED ENDORSEMENT-CITY OF PALM SPRINGS The undersigned certifies that he or she is the rapresentatke of the above+amed Insu..economies, that he or at.has the autharhy tp execute and ieme this ceni icate to Certificate Holler,and accordingly,does hereby carat,per behalf of said Insurance companks that pdoies of insurance Dated above have been issued m Me insured named above and ara In Nance at this time. Notwithstanding any reeuiramans,term,or condition at any overuset ar other docuonsnt with respect to which that certificate may be issued or may pertain,the Meurance afforded by the policies described hatch Is subiect to at the terms,exclusions,and O(m diners of such WIN". Copies of the policies shown will be furnished to the Cemfiflcate Holder upon request. This CBRIBcate does not amerd,extend,at after the coaerage afforded by the W Ikbs listed. Cancellation:Should any of the above described policies ba cancelled before the expiraton date thereof,the Issuing company will mail 30 days written notice to Me below-named certificate hoNee NAME AND ADDRESS Of AODMONAL INSURED DATE ISSUED BY 34 pPLMpa . O V '• ,�lfO0.��p• 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 I may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specked below: I A. Minimum Scope of Insurance Required i 1. General Liability Insurance is required whenever the City is at risk of third-party I 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 Occurrencet$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. 35 E 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. Veriflcation of Insurance coverage may be provided bv: (1) an approved General and/or Auto Liability Endorsement FoM7 for the City of Palm Springs or (2) an acceptable Certificate of LiabilityInsurance Coverage with an approved Additional Insured 9 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 k 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 36 F. Endorsement Lanquage for Insurance Certificates SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE Example A: CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL _EMOR TO MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN 0BLW.-A9!QN OR LIABILITY OF ANY KDID UPON THE INSUR—ER-1 *The broker/agent can include a qualifier stating "10 days notice for nonpayment ofpremium " "IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE Example B: �- -- j ABOVE 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. 37 City of Palm Springs, CA Pnxurt t Contracting Division Bid Abstract BID ABSTRACT Vendor&Bid Amount Vendor& Bid Amount Vendor& Bid Amount Vendor&Bid Amount Vendor&Bid Amount IFB 14-03 PROJECT NAME: New Clean Agent Fire Suppression System DUE DATE: 11/06/13 Total of all Bid Schedule Items a Witnessed By Date: Check a License - License Detail - Contractors State License Board Page 1 of 2 DEPARTMENT OF CONSUMER AFFAIRS e Contractors State License Board Contractor's License Detail - license # 932854 ,f� L 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 by law(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 932854 Extract Date 1/1 512 0 1 4 _... _.. _ __. . ,... , .. ........ ........_._. ....._----_. ..._.._- ELECTRO MOTIVE FORCE INC dba E M F FIRE SOLUTIONS Business Information Business Phone Number: (909)46"090 P O BOX 596 YORBA LINDA,CA 92885 Entity Corporation Issue Date 05/19/2009 Expire Date 0&31/2015 ACTIVE License Status This license is current and active. All information below should be reviewed. CLASS DESCRIPTION C10 ELECTRICAL Classifications B GENERAL BUILDING CONTRACTOR C16 FIRE PROTECTION CONTRACTOR Bonding CONTRACTORS BOND This license filed a Contractor's Bond with OLD REPUBLIC SURETY COMPANY. Bond Number: GCL1256180 Bond Amount:$12,500 Effective Date:04/23/2009 BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO) GALVAN CARLOS XAVIER certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date: 05/19/2009 https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LieNum=93... 1/15/2014 Check a License - License Detail - Contractors State License Board Page 2 of 2 WORKERS'COMPENSATION This license has workers compensation insurance with STATE COMPENSATION INSURANCE FUND Workers'Compensation Policy Number: 9064091 Effective Date: 07/01/2013 Expire Date:07/01/2014 Workers'Compensation History Personnel listed on this license(current or disassociated)are listed on other licenses. Personnel List Other Licenses Conditions of Use I Privacy Policy Copyright©2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=93... 1/15/2014