Loading...
HomeMy WebLinkAboutA6469 - PREMIER SECURITY INC - DESIGN, FURNISH & INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT AGREEMENT THIS AGREEMENT made this 4A day of W (VA V in the year 39 , 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 PREMIER SECURITY INC. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CNETRAL PLANT The Work is generally described as follows: Designing, Furnishing and Installing New Fire Alarm Systems at the Sunrise Central Plant, located at 401 S. Pavilion Way, Palm Springs, California, 92262. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $ 100.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 --CONTRACT PRICE ($13,331.00) 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). 4 ORIGINAL bib ANIXOR AGREEM '.' 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 Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the contractor or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. 5 ATTEST: CITY OF PALM SPRINGS, CALIFORNIA By B City Clerk y City Mana APPROVED AS TO FORM: Date n\-N I �04 / 1 By ity Attorney APPROVED BY THE CITY COUNCIL: Date Dl- 2�,xf 4- Date APPROVED BY DEPARMENT HEAD 331`v 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: Check one:_Individual—Partnership X Corporation ey �Address: W-143 N crAF� gu7 TeEr a c � 9AFc.Nr "7 j By: ;1 .r 1 'f�1: r�rc.`',� ro if t By:A/'r-c _� J' - t:mac.Ce Signature (notarized) Signature(notarized) Name: Name: C— Title: �',,j i lc M�7— Title:_ (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of CAorevito m- a State of Cnt tfbx viA- L Countyof /L.o(dsipL Fss County of AvtxCCOL ❑ss 6 On_' £(S"A'tY lit 2 f On f-sntL.AICY H , ZcDI4-- before me, uduc before W. 6c0()t�/VOrnitY ooc_ personally appeared 0106L� D. !4mfL f personally appeared 'ZF. Lcck A 144tEL-E who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person whose name(W evidence to be the person( whose name(y) is/aFe• subscribed to the within instrument and War* subscribed to the within instrument and acknowledged to me that he/she,hwy executed acknowledged to me that4te/shelthey executed the same in his/heRWteir authorized capacity("), the same in-hwherAh& authorized capacity(ir#), and that by his/WFAherr signatures(x) on the and that by 41ia/her/their signatures(* on the instrument the person(K), or the entity upon instrument the person(*), or the entity upon behalf behalf of which the person) acted, executed the of which the person(* 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: A' Notary Signature: Notary al: No Seal: JEAN",W�GW" t JAMES W.GOEDOERT CansMsSion f 1921077 Commission M 1921077 `aa llotary%blic•CMNorma Notary Public•CaMamia = Riverside COUMY Rivarside Coo" M Comm.Ea ires Jan 8.2015+ OMY Comm. Jan 8.2015 7 . - -- R City of Palm Springs,CA 1 Prougwv M CwUacdq division Bid Abstract f i BID ABSTRACT Vendor&Bid Amount Vendor& Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount i PROJECT NO: IFB 14-08 PROJECT NAME: Fire Alarm System at Sunrise Central Plant DUE DATE: 1130114 Total of all Bid Schedule Items d Witnessed B Date: a . i 48139 . IT PACIFIC WESTERN BANK 0001 PREMIER SECURITY I Santa Monica,CA90407-2209 OOCII 903820/7222 Reference DATE January 29, 2014 - rF?aytottre ***CITY OF PALM SPRINGS***** : order of *** �1 ,,.33.00* CXACT A 19333DOL 000Ts rWe Rommmr6ara aJmel6wthyivnnAnnAa mfrroyirnt nynarurcllxr:abuue ofrFeufuru.er inatnrvnwyy_;' -- f Authonzad,&gnature ?AI., INVITATION FOR BIDS NO. 14-08 FOR DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT THIS INVITATION FOR BIDS CONSISTS OF THE FOLLOWING: PAGE COVERSHEET.......................................................................................................................... 1 NOTICE INVITING BIDS .........................................................................................................2-3 BIDDER'S CHECK LIST.............................................................................................................4 TERMS & CONDITIONS .........................................................................................................5-8 SCOPE OF WORK AND SPECIAL CONDITIONS ................................................................9-18 BID SCHEDULE PRICING PAGES (MUST BE MANUALLY SIGNED)............................19-20 BIDDER'S REFERENCE LIST ................................................................................................. 21 AFFIDAVIT OF NON-COLLUSION...........................................................................................22 BIDDERS GENERAL INFORMATION FORM .....................................................................23-24 LIST OF SUBCONTRACTORS ................................................................................................25 LOCAL BUSINESS GOOD FAITH EFFORTS.....................................................................26-28 BIDBOND FORM.....................................................................................................................29 PAYMENT BOND FORM ....................................................................................................30-31 PERFORMANCE BOND ..........................................................................................................32 CONTRACTAGREEMENT.................................................................................................33-36 WORKER'S COMPENSATION CERTIFICATE .......................................................................37 EXHIBIT "A" SPECIAL PROVISIONS.......................................................................................38 CERTIFICATE OF INSURANCE SAMPLE DOCUMENT.......................................................... 39 SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS.........................40-42 EXHIBIT "B" SUNRISE PLAZA FLOOR PLAN........................._.....................................43 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF OR THE FAILURE TO OPEN A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. City of Palm Springs Procurement & Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 DATE DUE: JANUARY 30, 2014 TIME DUE:3:00 P.M., Local Time 1 NOTICE INVITING BIDS CITY OF PALM SPRINGS, CALIFORNIA IFB BIDS FOR 14-08 INVITATION O ( ) NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified contractors for: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT The City of Palm Springs requires a contractor to furnish all labor, equipment, materials, supervision, service, proof of insurance and bonding to install new fire alarm systems in the SUNRISE CENTRAL PLANT, located at 401 S. Pavilion Way, Palm Springs, CA 92262. Please refer to the attached plans for the scope of work required and other details. The work requires a contractor with a current, valid State of California C10 Contractor's license, and at least one (1) employee working on this job site shall hold a current, valid Fire Alarm Technician Certification (Blue Card). Copies of both shall be submitted with your bid. Work shall be performed in accordance with 2010 California Codes including Building, Electrical, Fire and Mechanical as adopted by the City of Palm Springs Ordinances 1780 and 1781, and NFPA 72 National Fire Alarm Code, 2010 Edition, in addition to the specifications included herein. A payment (labor/material) bond will be required if you are the selected contractor and enter into an Agreement with the City of Palm Springs. Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the amount Bid (maximum award value). Such guaranty shall be forfeited should the Bidder to whom the Work is awarded fail to furnish the required proof of insurance, bonds and enter into a Purchase Order Contract with the City within the period of time provided by the IFB's requirements. Bids will be received until 3:00 P.M., THURSDAY, January 30, 2014 at the Office of Procurement and Contracting, 3200 Tahquitz Canyon Way, Palm Springs, California, 92262, at which time they will be publicly opened and read in the Procurement and Contracting Office. No Bid will be considered unless it is made on a bid form furnished by the City. Bids must be submitted in sealed envelopes and either hand delivered at the address above, or mailed to: City of Palm Springs, Procurement and Contracting Division, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262. City Hall is open Monday thru Thursday 8:00 am to 6:00 pm. The City of Palm Springs reserves the right to reject any or all bids and to waive any informality or technical defect in a bid. The receiving time in the Procurement and Contracting Office will be the governing time for acceptability of Bids. Telegraphic and telephonic Bids will not be accepted. It is the responsibility of the Bidder to see that any Bid sent through the mail, or by any other delivery method, shall have sufficient time to be received by the Procurement and Contracting Office prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. NON-MANDATORY PRE-BID WALK-THROUGH OF WORK SITE: Prospective bidders are highly encouraged to attend the non-mandatory Pre-Bid Walk-Through of the work site and existing facilities, which will be conducted by the City to acquaint the Bidders with existing site conditions. The Pre-Bid Walk-Through will be held Wednesday, January 15, 2014 8:30AM at the Sunrise Central Plant located at 401 S. Pavilion 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 Availability of Documents: Bid Documents and Specifications may be obtained from the Procurement Office by calling (760) 322-8373, NOTE: Contact Cheryl Martin, Procurement Specialist I via email at Cheryl,Martin@palmspringsca.gov to register as a Bidder. Failure to register as a Bidder may result in not receiving bid addenda. Failure to acknowledge addenda with your bid may cause your bid to be considered non-responsive. Prevailing Wage Rates are not applicable: Funding for the work is with all local funds and, as provided under City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. The successful bidder will enter into a contract with the City of Palm Springs. Cheryl Martin, CPPB Procurement Specialist I City of Palm Springs, CA 3 INVITATION FOR BIDS (IFB 14-08) BIDDER'S CHECK LIST INSTRUCTIONS TO BIDDER: I GENERAL: Bidders are advised that notwithstanding any instructions or inferences elsewhere in this Invitation for Bid, only the documents shown and detailed on this sheet need be submitted with and made part of their Bid. Other documents may be required to be submitted after Bid time, but prior to award. Bidders are hereby advised that failure to submit the documents shown and detailed on this sheet MAY RENDER THE BID NON-RESPONSIVE. II REQUIRED DOCUMENTS FOR BID: Bids MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the Bid. NOTE: ONLY THOSE ITEMS MARKED BY AN "X" ARE REQUIRED. X Bid Schedule Pricing page 19-20, must be manually signed. X Erasures or other changes made to the Bid Schedule Pricing Pages must be initialed by the person signing the Bid. X References form, page 21, must be completed. X Affidavit of Non-collusion by Contractor form, page 22, must be manually signed and countersigned by a Notary Public. X All Addenda issued shall be acknowledged in the space provided on Bid Schedule Pricing Page 20 located at the bottom. Failure to acknowledge all Addenda may render your Bid non-responsive. X Bidder's General Information, page 23-24, must be completed. X Bid Bond, Certified Check, Cashiers Check, Money Order or Cash shall be submitted with the Bid in the amount indicated. Page 29 must be executed and notarized as indicated, if applicable. 4 CITY OF PALM SPRINGS IFB 14-08 DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT TERMS AND CONDITIONS 1. Bids must be submitted on Bid forms supplied by the Procurement and Contracting Office in a sealed envelope showing on the outside the name of the Bidder, Bid title, Bid number, time and date of opening. 2. Bids submitted may be withdrawn by written request received before the hour set for the opening. After that time, Bids may not be withdrawn by the Bidder for a period of ninety (90) days and at no time after award of Bid. 3. The City of Palm Springs reserves the right to award to the lowest responsive responsible bidder or to reject all bids, as it may best serve the interests of the City. Furthermore, the City reserves the right to reject the Bid of any Bidder who previously failed to perform properly, or complete on time, agreements of a similar nature, or to reject the Bid of a Bidder who is not in a position to perform such an agreement satisfactorily. 4. The City reserves the right to reject any or all Bids and to waive any informality or technical defect in a Bid, as it may best serve the interests of the City. The City also reserves the right to make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work and the Bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any Bid if the evidence submitted by or investigation of such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations in the bid documents and to complete the Work contemplated therein. 5. The decision of the Palm Springs City Council, or their designee if applicable, will be final. It is anticipated that City Council, or designee if applicable, will award the bid at their regularly scheduled meeting following the closing date for receipt of bids. 6. Bidder's signed bid and written acceptance by the City (purchase order) shall constitute an agreement. 7. Submission of a signed Bid will be interpreted to mean that Bidder has hereby agreed to all the terms and conditions set forth in all of the pages which make up this Invitation For Bid. 8. The price quoted by the Bidder in his/her bid shall include any and all applicable sales or use tax levied by the California Revenue and Taxation Code, and shall be exclusive of Federal Excise Taxes pursuant to the exemption of political subdivisions in the "Revenue Act of 1935" or any other acts of Congress. 9. Bidders may submit only ONE (1) bid in response to this IFB. You many NOT submit multiple bids. 10. When discrepancies occur between unit prices and extended amounts the unit prices shall govern. 11. Bidder will be required to file an Affidavit of Non-Collusion with their Bid. This shall be signed and sworn before a Notary Public. 12. PRE-BID WALK THROUGH: Prospective Bidders are strongly advised to attend a Pre-Bid Walk-Through which will be conducted by the City in order to acquaint the Bidders with existing site conditions. The pre-proposal walk-through will take place on Wednesday, January 15, 2014, at 8:30 A.M. Local Time. Please allow at least 30 MINUTES for site tour. Participants 5 will meet promptly at 8:30 A.M. at the Sunrise Central Plant located at 401 S. Pavilion 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 permitted based on a claim of ignorance. Failure of a Bidder to attend the pre-bid walk-through shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver of any and all future claims relating to said conditions. 13. QUESTIONS: Bidders, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this IFB other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a Bid. ANY questions, technical or otherwise, pertaining to this Invitation for Bid must be submitted IN WRITING and directed ONLY to: 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.Martin@palmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the IFB. The deadline for all questions is 3:00 P.M., Local Time, Wednesday January 22, 2014. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. PLEASE NOTE THAT PALM SPRINGS CITY HALL IS OPEN MONDAY THRU THURSDAY FROM 8:00 AM — 6:00 PM AND CLOSED EVERY FRIDAY AND THEREFORE IS NOT ABLE TO ACCEPT TIME OR DATE STAMP ANY SUBMITTALS/BIDS ON FRIDAYS (OR WEEKENDS). PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING A SUBMITTAL/BID BY THE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT. 14. Notice of Award: After award of the Bid by the Palm Springs City Council if necessary, a Notice of Award letter and/or Purchase Order will be issued to the successful Bidder. The successful Bidder shall provide all Certificates of Insurance, Bonds, if required, within fourteen (14) calendar days. 15. The Bidder agrees that the City has the right to make the final determination as to whether the material/equipment has been satisfactorily delivered, operable and meets acceptance criteria as defined in the Bid documents. 16. Performance: Time is of the essence in the performance of the work. Performance schedule may be a factor in award of bid and may be cause for rejection as determined by the City. i 17. Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship including without limitation, any optional equipment purchased by the City under the terms of this agreement, against poor or inferior quality equipment, materials or workmanship for a period not less than three years from the date of final acceptance of the material/equipment by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. Where applicable, all bids shall be accompanied by a copy or description 6 of the manufacturer's warranty for the items(s) proposed and evidence that such warranty is assignable to the City. 18. Termination for Default: The City may, by written notice of default to the vendor, terminate any resulting order in whole or in part should the vendor fail to make satisfactory progress, fail to deliver within time specified therein or fail to deliver in strict conformance to specifications and requirements set forth therein. In the event of such termination, the City reserves the right to purchase or obtain the supplies or services elsewhere, and the defaulting vendor shall be liable for the difference between the prices set forth in the terminated order and the actual cost thereof to the City. The prevailing market price shall be considered the fair repurchase price, If, after notice of termination of this contract under the provisions of this clause, it's determined for any reason that the Contractor was not in default under the provisions of this clause, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 19. Termination for Convenience: The City may, by written notice stating the extent and effective date terminate any resulting order for convenience in whole or in part, at any time. The City shall pay the vendor as full compensation for performance until such termination the unit or pro rate price for the delivered and accepted portion, and a reasonable amount, as costs of termination, not otherwise recoverable from other sources by the vendor as approved by the City, with respect to the undelivered or unaccepted portion of the order, provided compensation hereunder shall in no event exceed the total price. In no event shall the City be liable for any loss of profits on the resulting order or portion thereof so terminated. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 20. Fiscal Year: Obligation for payment of any contract beyond the current fiscal year end is contingent upon the availability of funding from which payment can be made. No legal liability shall arise for payment beyond June 30 of the calendar year unless funds are made available for P Y Y Y such performance. 21. Governing Law: This contract shall be construed and interpreted according to the laws of the State of California. 22. Contractor's License: The successful Offeror shall posses a current, valid State of California C-10 Contractor's License and at least one employee working on this job site shall hold a current, valid Fire Alarm Technician Certification (Blue Card) at the time the contract is awarded and for the duration of the term that the work is in progress. 23. Bid Bond: Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the amount Bid (maximum award value of lump sum total). Such guaranty shall be forfeited should the Bidder to whom the work is awarded fail to furnish the required proof of insurance, bonds and enter into a Purchase Order Contract with the City within the period of time provided by the IFB's requirements. 24. Performance Bond and Insurance: The successful Bidder shall furnish within 14 calendar days after Notice of Award, a Performance Bond in the sum of the amount of Agreement. The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. Also, the successful Bidder shall furnish within 14 calendar days after Notice of Award certificates of Insurance as per the instructions contained herein. 25. Payment Bond: Concurrently with execution of Agreement, Contractor shall deliver to Agency a payment bond (Material and Labor Bond) in the sum of the amount of Agreement, in the form provided by the City Clerk, to satisfy claims of material suppliers and mechanics and laborers 7 employed by Contractor on the work. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be certified and current copy of his power of attorney. The bond shall be unconditional and remain in force until the work is accepted by Agency and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. 26. Local Preference: Local Preference in Public Works Contracts (Sub-Contracting). The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. 27. Payment Terms - The standard terms at the City of Palm Springs are Net 30 days. I� 8 CITY OF PALM SPRINGS IFB 14-08 DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT PURPOSE, SCOPE OF WORK, AND SPECIAL CONDITIONS: PURPOSE: The City of Palm Springs requires a qualified and properly licensed contractor to design, furnish and install a new Fire Alarm System at Sunrise Central Plant located at 401 S. Pavilion Way, Palm Springs, CA 92262. SCOPE OF WORK: Bids are being solicited from contractors that currently hold a valid State of California C10 Contractors License, as well as at least one employee working on this job site shall hold a current, valid Fire Alarm Technician Certification (Blue Card). The new Fire Alarm system shall be a Honeywell Silent Knight 5820XL (OR EQUAL), with all components Honeywell (OR EQUAL). Guideline Specifications and Description of Fire Alarm System at Sunrise Central Chiller Plant Building 1. PART 1 GENERAL 1.1 GENERAL DESCRIPTION The central plant building at Sunrise Plaza is an existing standalone building and is classified as Class F-1 occupancy. The central plant room is being furnished with new electrical and mechanical equipment for a central chilled water system. The equipment consists of chiller, pumps, electrical power distribution panel, motor control center, variable speed drives, exhaust fans, instrumentation and control panels, and light fixtures. There is no existing fire alarm system in the building. A complete new fire alarm system shall be designed and installed by a licensed fire alarm contractor. The fire alarm system shall consist of Fire Alarm Control Panel (FACP), power supply with battery back-up, modem communicator and dialer, smoke and heat detectors, initiating appliances, alarm devices, horn & strobe lights, and pull stations. Contractor shall obtain all required approvals and permits for the fire alarm system installation from the Palm Springs Fire Department and the City; and coordinate installation work with Chevron Energy Solutions (General Contractor for central plant). All work related to fire and life safety shall be done by a licensed fire alarm contractor. 1.2 GENERAL REQUIREMENTS 1.2.1 The fire alarm system shall comply with the California Fire Code 2010 Edition with additions, deletions and amendments per City of Palm Springs Ordinance 1781, California Electrical Code 2010 Edition with additions, deletions and amendments per City of Palm Springs Ordinance 1780, NFPA 72, and be properly installed in compliance with the requirements of Palm Springs Fire Department, and shall be U.L. or Factory Mutual listed and rated. 1.2.2 The fire alarm system shall be a separate system installed in a separate conduit with its own compartment in the terminal cabinets. 1.2.3 The fire alarm system shall be U.L. listed for NFPA 72 and power limited applications per CEC 760. 1.2.4 Installation of the fire alarm system shall not be started until the Contractor submits to the City, fire alarm system shop drawings which shall include State Fire Marshal 9 Listing Numbers of all fire alarm components, and this submittal is approved by the City. 1.2.5 The Contractor shall furnish a letter from a representative of the fire alarm manufacturer to the effect that the system is correctly and satisfactorily installed. 1.3 WRITTEN CERTIFICATION 1.3.1 Written certification by the fire alarm equipment distributor (or vendor or manufacturer) shall be submitted to the City of Palm Springs with copy to the Fire Department stating that the system and its component parts are as listed and approved by the State Fire Marshal and that the installation conforms to the requirements as set forth in Article 72, Title 19, California Code of Regulations. Letter from the fire alarm equipment manufacturer stating that the fire alarm contractor is a Factory Authorized Distributor, and is trained and certified for the equipment proposed on this project and is licensed to purchase and install the software required to provide specified functions. 1.4 QUALITY ASSURANCE 1.4.1 The fire alarm system components shall be from the same manufacturer whose fire protection and alarm systems exist in other City buildings. Each and all items of the Fire Alarm System shall be listed as a product of a SINGLE fire alarm system manufactured under the appropriate category by Underwriters' Laboratories, Inc. (UL), and shall bear the "U.L." label. 1.4.2 All control equipment must have transient protection to comply with UL864 requirements. 1.5 SOFTWARE REQUIREMENTS 1.5.1 The fire alarm system shall allow for loading and editing special instructions and operating sequences as required. The system shall be capable of on-site programming to accommodate system expansion and facilitate changes in operation. All software operations shall be stored in a non-volatile programmable memory within the fire alarm control panel (FACP). Loss of primary and secondary power shall not erase the instructions stored in memory. 1.5.2 The system shall have the capability of recalling alarms and trouble conditions in chronological order for the purpose of recreating an event history. 1.7 OPERATION 1.7.1 The system alarm operation subsequent to the alarm activation of any manual station or automatic detection device shall be as follows: 1.7.1.1 All audible alarm indicating appliances shall sound temporal pattern signal until silenced by the alarm silence switch at the control panel. 1.7.1.2 All visible alarm indicating appliances shall flash continuously until the alarm silence switch is operated. 1.7.1.3 The audible alarms shall be silenced by manual key operation. 1.7.1.5 Any subsequent zone alarm shall reactivate the alarm indicating appliances. 10 1.7.2 The alarm shall be displayed on an 80 character LCD display. The top line of 40 characters shall be the point label and the second line shall be the device type identifier. The system alarm LED shall flash on the control panel, and the remote annunciator until the alarm has been acknowledged. Once acknowledged, this same LED shall latch on. A subsequent alarm received from another zone shall flash the system alarm LED on the control panel and remote annunciator. The LCD display shall show the new alarm information. 1.7.3 A pulsing alarm tone shall occur within the control panel until the event has been acknowledged. 1.7.4 The system shall have a single key that will allow the operator to display all alarms, troubles, and supervisory service conditions including the time of each occurrence. 1.8 SUPERVISION 1.8.1 The system shall contain necessary hard wired, Class "B" (style "B") independently supervised initiating device circuits. The alarm activation of any initiation circuit shall not prevent the subsequent alarm operation of any other initiation circuit. 1.8.3 Auxiliary manual controls shall be supervised so that an 'off normal' position of any switch shall cause an 'off normal' system trouble. 1.8.5 The incoming power to the system shall be supervised so that any power failure must be audibly and visually indicated at the control panel. A green "power on" LED shall be displayed continuously while incoming power is present. 1.8.6 The system batteries shall be supervised so that a low battery condition or disconnection of the battery shall be audibly and visually indicated at the control panel. 1.8.7 The System Module shall be electrically supervised for module placement. Should module become disconnected the system trouble indicator shall illuminate and the audible trouble signal shall sound. 1.8.8 The system shall have provisions for disabling and enabling all circuits individually for maintenance or testing purposes. 1.9 POWER REQUIREMENTS 1.9.1 The control panel shall receive 120 VAC power via a dedicated circuit breaker protected circuit from the 120/208 volt distribution panel located inside the central plant building. 1.9.2 The system shall be provided with sufficient battery capacity to operate the entire system upon loss of normal 120 VAC power in a normal supervisory mode for a period of twenty-four (24) hours with 10 minutes of alarm operation at the end of this period. The system shall automatically transfer to the standby batteries upon power failure. All battery charging and recharging operations shall be automatic. 1.9.3 All external circuits requiring system operating power shall be 24 VDC and shall be individually fused at the control panel. 2. PART 2 PRODUCTS 11 2.1 FIRE ALARM CONTROL PANEL COMPONENTS AND CONSTRUCTION 2.1.1 Control panel construction shall be modular with solid state, microprocessor based electronics. It shall display only those primary controls and displays essential to operation during a fire alarm condition. Keyboards or keypads shall not be required to operate the system during fire alarm conditions. A local audible device shall sound during Alarm, Trouble or Supervisory conditions. This audible device shall sound differently during each condition to distinguish one condition from another without having to view the panel. This audible device shall also sound during each keypress to provide an audible feedback to ensure that the key has been pressed properly. 2.1.2 The following orimary controls shall be visible through a front access panel. 2.1.2.1 Eighty character liquid crystal display. 2.1.2.2 Individual red system alarm LED. 2.1.2.3 Individual yellow supervisory service LED. 2.1.2.4 Individual yellow trouble LED. 2.1.2.5 Green "power on" LED. 2.1.2.6 Alarm Acknowledge key. 2.1.2.7 Supervisory Acknowledge key. 2.1.2.8 Primary Keys, LED's and LCD display. 2.1.3 The control panel shall have a 2 line x 40 character liquid crystal display which shall be backlit for enhanced readability. So as to conserve battery standby power, it shall not be lit during an AC power failure unless an alarm condition occurs or there is keypad activity. 2.1.4 The display shall support both upper and lower case letters. Lower case letters shall be used for softkey titles and prompting the user. Upper case letters shall be used for System Status Information. A cursor shall be visible when entering information. 2.2 FIRE ALARM CONTROL PANEL OPERATION AND CAPABILITIES 2.2.1 Under normal condition the front panel shall display a "System is Normal" message and the current time and date. 2.2.2 Should an abnormal condition be detected the appropriate LED (Alarm, Supervisory or Trouble) shall flash. The panel audible signal shall pulse for alarm conditions and sound steady for trouble and supervisory conditions. 2.2.3 The LCD shall display the following information relative to the abnormal condition of a point in the system. 2.2.3.1 40 character custom location label. 2.2.3.2 Type of device (i.e. smoke, heat, pull station). 12 2.2.3.3 Point status (i.e. alarm, trouble). 2.2.4 Two methods of acknowledgement for each abnormal condition shall be provided. One may be chosen depending on the NFPA requirements. 2.2.4.1 For NFPA 72 requirements: Pressing the appropriate acknowledge button shall display the first unacknowledged condition in the appropriate list (either alarm, supervisory or trouble), and require another acknowledge button. Press to acknowledge only the display point. 2.2.5 After all points have been acknowledged, the LEDs shall glow steady and the Sonalert will be silenced. The total number of alarms, supervisory and trouble conditions shall be displayed along with a prompt to review each list chronologically. The end of the list shall be indicated by an end of list message "END OF LIST'. 2.2.6 Alarm Silencing 2.2.6.1 Should the "Alarm Silence" button be pressed all alarm signals shall cease operation. 2.2.6.2 Signals shall not be silenced during alarm silence inhibit mode. 2.7 ADDRESSABLE OPERATIONS OF CONTROL PANEL 2.7.1 The system control panel shall be capable of communicating with addressable devices. 2.7.2 The system shall provide communication with addressable initiating and control devices individually. All of these devices shall be individually annunciated at the control panel. Annunciation shall include the following conditions for each point: 2.7.2.1 Alarm 2.7.2.2 Trouble 2.7.2.3 Open 2.7.2.4 Short 2.7.2.5 Device missing/failed 2.8 ADDRESSABLE INITIATING DEVICES - GENERAL 2.8.1 All addressable devices shall have the capability of being disabled or enabled individually. 2.8.2 All addressable devices may be multi-dropped from a single pair of wires. Systems that require factory reprogramming to add or delete devices are unacceptable. 2.8.3 Format: The communication format must be a completely digital poll/response protocol to allow Mapping of the circuit wiring. A high degree of communication reliability must be obtained by using parity data bit error checking routines for address codes and check sum routines for the data transmission. 13 2.8.4 Identification of Addressable Devices: Each addressable device shall be identified at time of installation. The use of jumpers to set address will not be acceptable due to the potential of vibration and poor contact. Device identification schemes that do not use uniquely set addresses but rely on electrical position along the communication channel are unacceptable. 2.8.5 Distance capability: The system shall allow proper operation with a loop distance of up to 10,000 feet (total length). 2.9 ADDRESSABLE SMOKE AND HEAT DETECTORS 2.9.1 Addressable Detector Bases: All addressable smoke and heat detector heads as specified below will be pluggable into their bases. The base will contain electronics that communicate the detector status (normal, alarm, trouble) to the control panel over two wires. The same two wires shall also provide power to the base and detector. Different detector heads (smoke or heat) must be interchangeable. Upon removal of the head, a trouble signal will be transmitted to the control panel. Smoke detectors shall remain covered until the system is approved and certified, or instructed by construction manager. 2.9.2 Photoelectric Detector Head 2.9.2.1 The photoelectric type detector shall be a plug-in unit which mounts to a twist-lock base, and shall be UL approved. 2.9.2.2 The detectors shall be of the solid state photoelectric type and shall contain no radioactive material. They will use a pulsed infrared LED light source and be sealed against rear air flow entry. 2.9.2.3 The detector shall fit into a base that is common with both the heat detector and ionization type detector and shall be compatible with other addressable detectors, addressable manual stations, and addressable zone adapter modules on the same circuit. The detector shall also fit into a non-addressable base that is capable of being monitored by an addressable adapter module. 2.9.2.4 There shall be no limit to the number of detectors or zone adapter modules which may be activated or"in alarm" simultaneously. 2.10 ALARM SIGNALS, GENERAL 2.10.1 The system shall be equipped with timing relays or other approved alternate equipment so that all audible signals will sound the California Fire Alarm Code. 2.10.2 All visual units shall utilize xenon lamps with integral flashers. 2.10.3 The following historical trouble log events related to alarm operation shall be stored at the control panel: 2.10.3.1 Trouble conditions 2.10.3.2 Supervisory alarms 2.10.3.3 Trouble acknowledgement 2.10.3.4 Supervisory acknowledgement 2.10.3.5 Alarm Verification tallies 2.10.3.6 Walk Test results 14 2.10.3.7 Trouble Historical log cleared 2.10.4 System Trouble Reminder: Should a trouble condition be present within the system and the audible trouble signal silenced, the trouble signal shall resound at preprogrammed time intervals to act as reminder that the fire alarm system is not 100% operational. Both the time interval and the trouble reminder signal shall be programmable to suit the Owner's application. 2.11 HORN 2.11.1 Horn shall be outlet box mounting, semi-flush, 24 volt dc, minimum sound output rating 95 db at 10 feet. 2.12 VISUAL ALARM UNIT 2.12.1 Outlet box mounting, semi-flush, 24 volt dc. High intensity Xenon type light source with flasher as part of the assembly. 2.13 COMBINATION HORN AND VISUAL ALARM UNIT 2.13.1 Outlet box mounting, semi-flush, 24 VDC. Horn and visual alarm units shall meet the requirements of individual horn and visual units but shall be furnished as a single integrated unit. 2.14 REMOTE ANNUNCIATOR 2.14.2 Fire control communicators shall be digital type, UL, and Fire Marshal listed for fire reporting to a central station. 2.14.2.1 Control/communicator shall be furnished with the capability to supervise telephone lines, seize telephone line, and send alarm signal on one or both lines without the installation of additional equipment. It shall sound a local trouble signal if telephone service is interrupted for longer than 45 seconds and shall transmit a signal indicating loss of telephone line. A signal shall also be transmitted indicating restoration of telephone service. Control/communicator shall be able to report loss of either telephone without regard to which telephone line failed first. If both lines fail, a local signal shall sound. 2.14.2.2 Control/communicator shall be furnished with the ability to send a test signal to central station every 24 hours. Test signal shall be able to be transmitted at a specific time of day or night, by setting a program within panel. 2.14.2.3 Alarm signals transmitted to central station shall indicate which of the zones is in alarm and which zones are in trouble. Restoration from alarm or trouble shall also be transmitted by zone. Control/communicator shall be capable of communicating to central station receivers. 3. PART 3 EXECUTION 3.1 WIRING 3.1.1 All wiring shall be installed in 3/4 inch minimum conduit and shall be of the type and size recommended by the equipment supplier, and as approved by the authority having jurisdiction. Wire color coding shall remain the same throughout the system. 15 3.1.2 Provide and install the system in accordance with the plans and specifications, all manufacturer's recommendations. All wiring applicable codes and theg shall be installed in strict compliance with all the provisions of CEC - Article 760 , Power- Limited Fire Protective Signaling Circuits. Upon completion, the Contractor shall so certify in writing to the Owner. 3.1.3 No wiring other than that directly associated with the fire alarm detection, signalling or auxiliary fire protection functions, shall be permitted in fire alarm conduits or bundled open wiring fire alarm cables. All wiring shall be tested for opens, shorts and grounds prior to the connection of any devices. All fire alarm junction boxes shall be clearly marked for easy identification. Wire nut splices shall not be permitted. 3.1.4 The Contractor shall clean all dirt and debris from the inside and outside of the fire alarm equipment after completion of the installation. 3.1.5 The manufacturer's authorized representative shall provide onsite supervision of installation. 3.2 TESTING 3.2.1 The completed fire alarm system shall be fully tested in accordance with NFPA-72 by the Contractor in the presence of the Owner's representative and the Local Fire Marshal, as applicable. 3.3 WARRANTY 3.3.1 The Contractor shall warrant the completed fire alarm system wiring and equipment to be free from inherent mechanical and electrical defects for a period of one (1) year from the date of the completed and certified test or from the date of first beneficial use. 3.3.2 The equipment manufacturer shall make available to the Owner a maintenance contract proposal to provide a minimum of two (2) inspections and tests per year in compliance with NFPA-72 guidelines. 3.4 INSTRUCTION 3.4.1 The manufacturer shall provide technical instruction to the Owner for a minimum of eight (8) hours by a field engineer or a certified representative. This instruction shall include maintenance and technical manuals of which two (2) copies shall be turned over to the Owner. 3.5 MANUFACTURER'S RESPONSIBILITY 3.5.1 It is mandatory that the fire alarm equipment manufacturer or his authorized representative, install and connect, supervise the installation and connection, or at the minimum, inspect and test the entire system after completion. A letter from the manufacturer or his authorized representative certifying that this inspection and testing has been done and that the complete system is in full and proper operation and in compliance with this specification and the manufacturer's recommendations, shall be submitted before the project will be accepted. 3.5.2 Provide the NFPA certificate to the owner and local fire official. 3.6 DRAWING: See attached 8 '/z X 11 floor plan. 16 The bid price is to include all necessary material, labor, equipment, drawings, permits, inspections, testing and warranties necessary to install all items described in these specifications. The City shall not charge the successful contractor for plan checking, permits, inspections and testing of the alarm system on these City-owned facilities. Completed work and all material and equipment are to meet or exceed NFPA 72, 2010 Edition and appropriate Codes, including compliance with Fire Alarm Manufacturer's Listings, Installation Instructions and Requirements (factory trained certification is required as noted above*). If additional material and labor is required to meet NFPA 72 and appropriate Codes, it is to be included in the bid price. All work is to be performed during the hours of 8:00 am - 6:00 pm, Monday thru Friday. The awarded contractor is to begin work within 10 days from receipt of an executed contract and purchase order, and work is to be completed within 60 days of Notice to Proceed. Time is of the essence and the project shall be completed with the utmost speed, consistent with good workmanship. All necessary permits, training, certifications, and material and equipment are to be in place prior to the start of the project. Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship against poor or inferior quality equipment, materials or workmanship that they provide for the installation for a period not less than three (3) years from the date of final acceptance of the system by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. The awarded contractor shall provide all necessary provisions to provide a safe environment for all pedestrian traffic during the entire phase of the project. The awarded contractor is responsible for the cleanup of all areas where work is to be performed daily. All areas are to be put back to the same condition or better as found prior to the start of the project. SPECIAL CONDITIONS: 1. Contract Services Agreement: The attached Contract Services Agreement shall be utilized to identify the respective obligations of the City and the (awarded) Contractor. 2. Plans Submissions: Three complete sets of 24"X36" sets of plans for Fire Alarm System must be submitted at time of building plan submittal. 3. Non-Interference: Contractor shall not interfere with the public use of the premises and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 4. Insurance Requirement: The Contractor awarded the Contract shall meet all insurance requirements of the City, including but not limited to, the provisions of personal and property liability, including automobile coverage, and Worker's Compensation, in limits acceptable to the City. 5. License Requirement: The contractor will be required to: • be licensed in accordance with the Palm Springs Municipal Code, Chapter 3.40 through 17 3.96 entitled Business Tax; • possess any other applicable license required in the performance of these services. 7. Terms and Conditions: The bidder shall not change the wording in the attached specifications or conditions. No words or comments shall be added to the general conditions or detailed specifications. Any explanation or alternative offered shall be set forth in a letter attached to the front cover of the specifications. Conditional bids will not be accepted. 8. Notice to Proceed: A Notice to Proceed letter will be issued upon receipt of the required executed agreement, and approved Certificate of Insurance and the required bonding. The successful Bidder shall begin Work immediately or as soon as is reasonable from the date of the Notice to Proceed and shall complete all work specified in this document within sixty 60 days from the date indicated on the Notice to Proceed. 9. Final Determination: The Bidder agrees that the City has the right to make all final determinations as to whether the Work has been satisfactorily completed. 10. The successful bidder will enter into a contract with the City of Palm Springs. A sample contract and a summary of insurance requirements are attached for your reference. Contractors bidding this project are strongly encouraged to review the bonding and insurance requirements prior to submitting a bid. The successful Contractor will be required to submit the required bonds and insurance as defined in these documents. 11. All of Contractor's employees, representatives and officials shall be expected to maintain excellent relations with the public, City officials and employees. Any display of offensive, discourteous or rude behavior by any representative of the Contractor may be cause for contract termination. Use of alcoholic beverages by Contractor's representatives is prohibited, and representatives are prohibited from being on the premises under the influence of alcohol or any other substances. 18 BID SCHEDULE/PRICING PAGES BID SCHEDULE (IFB14-08) LUMP SUM PRICE TO DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT THE SUNRISE CENTRAL PLANT All materials, equipment and labor necessary to install a new turnkey Fire Alarm System at the North & South City Hall Buildings per the Scope of Work and Specifications as defined in this document. No changes to the quantities defined in the specifications will be allowed unless directed and approved by the City. This is a lump sum project. State the Manufacturer, Brand, and Model # of the system you are offering in this bid below: *If you are offering an alternate brand/model as an "OR EQUAL" you must include product specification sheets, data sheets, and CFSM approval sheets attached with your bid. FAILURE TO INCLUDE THIS WILL DEEM YOUR BID NON-RESPONSIVE *Include with your bid copies of your valid C-10 Contractor's license, Fire Alarm Technician Certification (Blue Card) and evidence of your certified training to install the system you are bidding. FAILURE TO INCLUDE THIS WILL DEEM YOUR BID NON-RESPONSIVE. *NOTE: The pricing listed below shall be based on the Honeywell Silent Knight 5820XL as an example for prospective bidders to correctly identify the quality and level desired by the City. All parts and accessories may be either the brand as specified, "OR EQUAL". GRAND TOTAL LUMP SUM PRICE (in figures) (in words): dollars In the event that additional services are required beyond the scope of work as defined in this document, please provide your hourly labor rate (regular business hours only*): $ per hour. WARRANTY: Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship against poor or inferior quality equipment, materials or workmanship that they provide for the installation for a period not less than three (3) years from the date of final acceptance of the system by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. 19 SYSTEM PROGRAMMING, MAINTENANCE AND MONTIORING: The City requires that the fire alarm system installed as a result of this bid must be able to be properly programmed, maintained, and monitored per the manufacturer's specifications by any properly licensed fire alarm company/installer. Provide below the name, address, phone, and contact person located in the Southern California region where an properly licensed fire alarm company/installer ma obtain 9 Y P P YY factory/manufacturer certified training on the proposed system: (this is NOT for becoming a dealer or distributor of any particular brand*) Name of system Manufacturer: Brand and Model number of system bid: Name and Address (in Southern California region)where certified training may be obtained: Contact Person: Phone #: What is the cost (if any) of the factory/manufacturer certified training? (Signatures): Name of contractor submitting bid Authorized signature Printed name Title Address City, State, Zip Telephone No: Fax No: E-mail ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by including the acknowledgment with your Bid. Failure to acknowledge the Addenda issued may result in your Bid being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addendum: Addendum(s) # is/are hereby acknowledged. 20 REFERENCES The City is seeking a qualified contractor who has the required license, certifications, experience and capability to install new Fire Alarm System at the North and South City Hall Buildings as per the scope of work and specifications contained herein. A minimum of three (3) references shall be submitted below with the bid, including contact name and phone number, for projects of a similar scope to this Invitation for Bids. 1) Name of contractor or agency: Contact Person: Phone # Brief description of project: 2) Name of contractor or agency: Contact Person: Phone # Brief description of project: 3) Name of contractor or agency: Contact Person: Phone # Brief description of project: 21 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 14-08 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) SS COUNTY OF RIVERSIDE ) The undersigned, being first duly sworn, deposes and says that he or she is of , the party making the foregoing bid. That the bid is not made in the interests of, or on the behalf of, any undisclosed person, partnership company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirect) agreement, m n'y, sough t b y communication,Icatlon, 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 22 BIDDER'S GENERAL INFORMATION DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT IFB 14-08 The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: 2. CONTRACTOR'S Telephone Number: ( ) Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification State License Number(s) Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Address Surety Company Telephone Numbers: Agent ( ) Surety ( ) 5. Type of Contractor(Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of: 7. List the names and addresses of the principal members of the contractor or names and titles of the principal officers of the corporation or contractor: 23 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of work: 9. List the name and title of the person who will supervise full-time the proposed work for this project: 10. Is full-time supervisor an employee contract service ? 11. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the City. *WAIVED* 24 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. 25 LOCAL BUSINESS PREFERENCE PROGRAM-GOOD FAITH EFFORTS IFB 14-0 Bid Opening Date January 30, 2014 The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub- contractors that fail to comply with the requirements of this subsection. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors' submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: Local firms that will furnish materials or supplies to the Bidder for this project: 26 LOCAL BUSINESS PREFERENCE PROGRAM-GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder(please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of firms Date of Initial Follow Up Methods Solicited Solicitation and Dates 27 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Normally Breakdown of Items Amount Percentage Performs Item M Of (Y/N) Contract D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: Names, addresses and phone numbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. 28 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 14-08 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and contractually bound unto The City of Palm Springs, hereinafter called the "City" in the sum of: dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, contractually by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule of the City's Contract Documents entitled: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CNETRAL PLANT NOW THEREFORE, if said Principal is awarded a contract by said City, and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this day of ,20 (SEAL) (SEAL) (SEAL) (Principal) (SEAL) (Surety) By: (Signature) (SEAL AND NOTARIAL By: ACKNOWLEDGMENT OF SURETY) (Signature) 29 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, And as Surety, are held contractually bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, contractually by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefore, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorneys fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. 30 PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this day of 2014. CONTRACTOR: (Check one: individual, _partnership, corporation) (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By Signature (NOTARIZED) Print Name and Title: By Signature (NOTARIZED) Print Name and Title: SURETY By Title (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) 31 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, And as Surety, are held contractorly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, contractually by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: DESING, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this day of 2014. CONTRACTOR: (Check one _individual, _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 SURETY: Signature(NOTARIZED) Print Name and Title: By By Signature(NOTARIZED) Title Print Name and Title: (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) 32 AGREEMENT THIS AGREEMENT made this day of in the year 2012, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CNETRAL PLANT The Work is generally described as follows: Designing, furnishing and installing new fire alarm systems at the Sunrise Central Plant, located at 401 S. Pavilion Way, Palm Springs, California, 92262. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $ 100.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3-- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). 33 ARTICLE 4--THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions (Exhibit "A"), the Drawings, Addenda numbers to , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5-- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6-- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the contractor or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. 34 ATTEST: CITY OF PALM SPRINGS, CALIFORNIA By By City Clerk City Manager APPROVED AS TO FORM: Date By City Attorney APPROVED BY THE CITY COUNCIL: Date Date Agreement No. Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: Check one:_Individual_Partnership_Corporation Address: By: By: Signature (notarized) Signature (notarized) Name: Name: Title: Title: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of r State of County of L ss County of I ss 35 On On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon instrument the person(s), or the entity upon behalf behalf of which the person(s) acted, executed the of which the person(s) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under I certify under PENALTY OF PERJURY under the the laws of the State of California that the laws of the State of California that the foregoing foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: 36 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor By Title 37 EXHIBIT "A" SPECIAL PROVISIONS Business License Requirement: Contractor shall possess a valid City of Palm Springs Business License throughout the term of this agreement. Bid Bond: Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the amount Bid (maximum award value of lump sum total). Such guaranty shall be forfeited should the Bidder to whom the work is awarded fail to furnish the required proof of insurance, bonds and enter into a Purchase Order Contract with the City within the period of time provided by the IFB's requirements. Performance Bond and Insurance: The successful Bidder shall furnish within 14 calendar days after Notice of Award, a Performance Bond in the sum of the amount of the Agreement. The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. Also, the successful Bidder shall furnish within 14 calendar days after Notice of Award certificates of Insurance as per the instructions contained herein. Payment Bond: Concurrently with execution of Agreement, Contractor shall deliver to Agency a payment bond (Material and Labor Bond) in the sum of the amount of Agreement, in the form provided by the City Clerk, to satisfy claims of material suppliers and mechanics and laborers employed by Contractor on the work. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be certified and current copy of his power of attorney. The bond shall be unconditional and remain in force until the work is accepted by Agency and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. All work shall be performed in accordance with the 2010 California Codes including Building, Electrical, Fire and Mechanical as adopted by the City of Palm Springs Oridnances 1780 and 1781; and NFPA 72 National Fire Alarm Code, 2010 Edition. 38 CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNER/AGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B C D TYPE OF WOW PERFORMED AND LOCATION � Iv LIMITS OF LIABILITY IN THOUSANDS(x1 WO) r— TYPE OF INSURANCE POLICY NUMBER EACH OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY Including: $ $ E ExPLOSIONANDCOLtAPSE BODILY INJURY $ $ F— I UNDERGROUND DAMAGE PROPERTY DAMAGE LJ PRODUCTSICOMPLETED OPERATIONS of ❑ CONTRACTUALINSURANCE $ ❑ BROAD FORM PROPERTY BODILY INJURY AND $DAMAGE PROPERTY ❑ INDEPENDENT CONTRACTORS DAMAGE COMBINED ❑ PERSONAL INJURY PERSONAL INJURY $ COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON $ Including: EACHACCIDENT ❑ OWNED PROPERTY DAMAGE ❑ HIRED or ❑ NON-0WNED BODILYINJJRY ANDPROPERTY $ MOTORCARRIERACT DAMAGE COMBINED EXCESS LIABILITY BODILY INJURY Including: AND PROPERTY DAMAGE COMBINED $ ❑ EMPLOYERSLIABWT' WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABIU TY Including: EL $ (EACH ACCIDENT) LONG SHOREMEN'S AND HARBORWORKERS OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS The undersigned certifies that he or she is the representative of the above-named insurance companies,that he or she has the authority to execute and issue this certificate to Certificate Holder,and accordingly,tices hereby certify on behalf of said insurance companies that policies of insurance listed above have been issued to the insured named above and are in force M this time. Notwimstanding any requirement,term,or condition of any contract or other document vdth respect to which this certificate may be issued or may pertain,the Insurance afforded by the policies described herein is subject to at Me terns,exclusions,and conditions of such policies. Copies of the policies shown will be furnished to the Certificate Holder upon request. This Cedificate does not amend,extend or alter the coverage afforded by the pdicies listed. Cancellation:Should any of the above described policies be cancelled before the expiration data thereof,the issuing company will mail 30 days written notice to the below-named cenfificate holder: NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY 39 SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS Instructions to ContractorsIVendors/Service Providers: Prior to commencing any work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract with the City, appropriate insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified below: A. Minimum Scope of Insurance Required 1. General Liability Insurance is required whenever the City is at risk of third-party claims which may arise out of work or presence of a contractor, vendor and service provider on City premises. 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are driven off-road on City property. Compliance with California law requiring auto liability insurance is mandatory and can not be waived. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form. 4. Errors and Omissions coverage is required for licensed or other professional contractors doing design, architectural, engineering or other services that warrant such insurance. B. Minimum Limits of Insurance Coverage Required Under$25,000 Limits TBD by Risk Manager Over $25,000 to $5,000,000 $1 Million per Occurrence/$2 Million Aggregate Over$5 Million Limits TBD by Risk Manager Umbrella excess liability may be used to reach the limits stated above. C. The following general requirements apply: 1. Insurance carrier must be authorized to do business in the State of California. 2. Insurance carrier must have a rating of or equivalent to B++, VII, by A.M. Best Company. 3. Coverage must include personal injury, protective and employer liability. 4. Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. 5. Contractor's general liability and automobile insurance coverage must be primary and non- contributory over any insurance the City may maintain, that is, any such City insurance shall be excess to limits stated in the certificate. D. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of 40 Liability Insurance Coverage with an approved Additional Insured Endorsement (see attached) with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees and agents are named as an additional insured" ("as respects a specific contract" or "for any and all work performed with the City" may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have" ("as respects a specific contract" or"for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. See Example A below. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers. See Example B below. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policy. All certificates and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the contractor's obligation to provide them. E. Acceptable Alternatives to Insurance Industry Certificates of Insurance: • A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premium) and additional insured and/or loss- payee status, when appropriate, for the City. • Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from date of approval 41 F. Endorsement Language for Insurance Certificates SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE Example A: ISSUING INSURER WILL ENDEAVOR MAIL 30 DAYS" WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT EAII I IRE TO MAII S GH NOTICE SHALL IM1208E Alf- f-OI IGATION Old LIABILITY ITV OF ANY KIND UPON THE INSURER, ITS AGENTS n� REPRECEAITA TIN IFS; *The brokerlagent can include a qualifier stating "10 days notice for nonpayment of premium." "IT IS UNDERSTOOD AND AGREED THAT THE COMPANY '' WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE Example B: ADDITIONAL INSURED (S), BUT ONLY AS RESPECTS THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED !. HERETO." G. Alternative Programs/Self-Insurance. Under certain circumstances, the City may accept risk financing mechanisms such as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive insurance programs and self-insurance programs as verification of insurance coverage. These programs are subject to separate approval once the City has reviewed the relevant audited financial statements and made a determination that the program provides sufficient coverage to meet the City's requirements. THIS SPACE INTENTIONALLY LEFT BLANK 42 9 - FATCIFACF AT£ _.Q Q..❑ Q ❑_..� { �_© ILL Z S Q J a O � � m OJ ac rA4E — . m Q HCNN-SiPOHE (M M S MULL STATIoh jy-.) " 6q w CL aYiILEe w < U - NOT IN COMCT Z --- ---- --- CITY OF PALM SPRINGS H3 TO PROVIDE NECESSARY . H — :u FIRE LIFE & SAFETY SYSTEM wa . : r BID SCHEDULE/PRICING PAGES BID SCHEDULE(IFB14-08) LUMP SUM PRICE TO DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT THE SUNRISE CENTRAL PLANT All materials, equipment and labor necessary to install a new turnkey Fire Alarm System at the North & South City Hall Buildings per the Scope of Work and Specifications as defined in this document. No changes to the quantities defined in the specifications will be allowed unless directed and approved by the City. This is a lump sum project. State the Manufacturer, Brand, and Model#of the system you are offering in this bid below: Afo e,y KNl C H i- 56�2v XL *If you are offering an alternate brandimodel as an "OR EQUAL" you must include product specification sheets, data sheets, and CFSM approval sheets attached with your bid. FAILURE TO INCLUDE THIS WILL DEEM YOUR BID NON-RESPONSIVE *Include with your bid copies of your valid C-10 Contractor's license, Fire Alarm Technician Certification (Blue Card) and evidence of your certified training to install the system you are bidding. FAILURE TO INCLUDE THIS WILL DEEM YOUR BID NON-RESPONSIVE. *NOTE: The pricing listed below shall be based on the Honeywell Silent Knight 6820XL as an example for prospective bidders to correctly identify the quality and level desired by the City. All parts and accessories may be either the brand as specified, "OR EQUAL". GRAND TOTAL LUMP SUM PRICE (in figures) $ 13 ) 33i - � c� (in words) v� 0 i )to 'OK'Em JF+1�7� ati E dollars In the event that additional services are required beyond the scope of work as defined in this document, please provide your hourly labor rate(regular business hours only*): $ 02 per hour. WARRANTY: Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship against poor or inferior quality equipment, materials or workmanship that they provide for the installation for a period not less than three (3) years from the date of final acceptance of the system by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. 19 e i j STATE OF CALIFORNIA C -rd E,-ro *t* ltm%e Moab olu au Pursuant to Chapter 9 of Division 3 of the Business and Professions Code and the Rules and Regulations of the Contractors State License Board, the Registrar of Contractors does hereby issue this license to: PREMIER SECURITY INC to engage in the business or act ld the capacity of a contractor in the following'cfassif`ication(s): C•7-LOV VOLTAGE SYSTEMS CIO-ELBCTRXAL Witness my hand and seal this day, April L 2M Isa October za, 199e SIGNATURE OF LICENSEE Stephen P.Sands Contractors SIGNATURE OF LICENSE QUALIFIER Aeglatnw of This license is the property of the Registrar of Contractm, 755596 is not transferrable,and shall be returned to the Registrar upon demand when suspended. revoked,or invalidated License Number for any reason. It becomes void if not renewed. rrL-l.IREV 7411 to OSPOI SNIa um a anur Certified Fire/Life Safety yard:05/07/2013 to 05/07/2016 JLI EFFREY W L) TMERS 115213 State of California L L EN T KNIGHT Premier Security Inc Is Authorized to sell, install and service the IntelliKnightTM Product Lines /���✓��, SILENT KNIGHT March 7, 2012 Michael T. Fischer Vice President, Sales L30 by Honeywell SYSTEM PROGRAMMING, MAINTENANCE AND MONTIORING: The City requires that the fire alarm system installed as a result of this bid must be able to be properly programmed, maintained, and monitored per the manufacturer's specifications by any properly licensed fire alarm company/installer. Provide below the name, address, phone, and contact person located in the Southern California region where any properly licensed fire alarm company/installer may obtain factory/manufacturer certified training on the proposed system: (this is NOT for becoming a dealer or distributor of any particular brand" Name of system Manufacturer: S I L CNJ_t_ �L_0 x L- Brand and Model number of system bid: 5O pL— Name and Address (in Southern California region)where certified training may be obtained: _ LL_Ae0-a Contact Person: Phone#: d 03 YPI' - 75 7 � What is the cost (if any) of the factory/manufacturer certified training? .0-V (Signatures): �1 Name of contractor submitting bid J� L� IL Authorized signature GBw� Printed name P u 4,`o D :!:A 1�/L1C 0 Title Y e p t l7 c�1 Address )a43 N GIENG 1 tUTl2y l 0141 #'(� � r • S - Q4 C/ City, State, Zip 1" r—F't (�4 9 d Telephone No:7�c-3 a 3 7 3 1�--S- Fax No' E-mail P 2_E lm t G e 7 tq i 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) # -a is/are hereby acknowledged. QJ0 20 REFERENCES The City is seeking a qualified contractor who has the required license, certifications, experience and capability to install new Fire Alarm System at the North and South City Hall Buildings as per the scope of work and specifications contained herein. A minimum of three (3) references shall be submitted below with the bid, including contact name and phone number, for projects of a similar scope to this Invitation for Bids. n 1) Name of contractor or agency: /C f Contact Person: G G1-�� I�YJ Phone# 8_ 8 Brief description of project: 2) Name of contractor or agency: 1 /�R LK E-S cKT 1-T l 1'Q L-5 �7M ,v Contact Person: be 6 .P A f k��� Phone# 7 66 `(20v Brief description of project Fm p . x, l 3) Name of contractor or agency: 0• W Q 5� +�/�7/ ( / Contact Person: �r Q 2, Phone # / b Q~`�' 1 611 Y T Brief description of project: 9 pd I G el S / 4/0 S 21 0 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 14-08 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) SS COUNTY OF RIVERSIDE ) rl� The undersigned, being first duly sworn, deposes and says that he or she is �_CUA.14c-0 � G - of PIZ��r/C �2 5ccvr2--rTy1 ZC rthe 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 eff ctuate a collusive or sham bid. By: " l Title�,`�� Subscribed and sworn to before me this :�R!2-day of r 20__L.Zje Notary Public i nd for said County and State FIDAVI.FRM rA ROBIN JILL WATKIN$ Commission*190 M 9 Notary Public-Ca10orMa Riverside County My Comm.Expires Oct 19.2014 22 BIDDER'S GENERAL INFORMATION DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT IFB 14-08 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- 0 f-- Al t e 0 SC IZ(!`� (A) c / Lf 3 iv G1�6 4 � -t m (L ( 0"7 PA L IM S P Q I G S 6A- �►-`� 2. CONTRACTOR'S Telephone Number: (M Q-3 7 `S Facsimile Number: (760 ) 3c�- CA-0 L 3. CONTRACTOR'S License: Primary Classification C - _ C Q State License Number(s) 7 5- SS cl (d Supplemental License Classifications /} CC h L 4. Surety Company and A ent who will provide the req fired Bonds on this Contract: Name of Surety G 0 N (9 /C1 / CJ fII 0Is Address 6 5 F! 6- U9 +4 37- l-- fq - C6 2 100 17 Boy a-76 Isus Surety Company Telephone Numbers: Agent S60) a3 1 c Surety (al3 ) 3 3V 13ci �I 5. Type of Contractor(Individual, Partnership or Corporation): 62R K`-7A f I I Ok) 6. Corporation organized under the laws of the State of: 7. List the names and addresses of the principal members of the contractor or names and titles of the principal officers of the corporation or contractor: US6/f-R 14-1-1 ezg�_ qd-o w P.+f�Ga 23 e BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of work: I S 9. List the name and title of the person who will supervise full-time the proposed work for this project: E-F F 13 0 I T ti l E-4-5 10. Is full-time supervisor an employee�W_contract service_? 11. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the City. *WAIVED* 24 v OF PALM s ti Plp V v+ "LIfORN�� , INVITATION FOR BID (IFB 14-08) FOR DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND 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, The City has received the following questions and is hereby providing answers thereto: Q 1: Is there any proposed budget for this project? A 1: The estimated budget for the project is between$20,000 to$25,000. Q 2: Please define what a FIRE ALARM TECHNICIAN CERTIFICATION (BLUE CARD) is. A 2: As referenced in the Notice inviting Bids and under Terms and Conditions on Page 7 of the bid document #22, the required certification is Certified Fire/Life/Safety Technician Certificate and Is referred to in the industry as a `Blue Card". This requirement is for any employee working for a C-10 Electrical Contractor. This is a requirement of the California Department of Industrial Relations — Division of Labor Standards Enforcement. Q 3: Do you plan to have this system monitored or not? A 3: The system will not be monitored. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Cheryl Martin, CPPB Procurement Specialist I DATE: January 16, 2014 ADDENDUM ACKNOWLEDGMENT: Qn Proposer Firm Name: i / �MAAJ,1, Authorized Signature: Date: `C ' Acknowledgment of Receipt of Addendum 7 Is required by signing and Including the acknowledgment with your submittal,or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result In your submittal being deemed non-responsive. O O� PALA4 Sp 9, .. Z N ` C'9�lFORN�P INVITATION FOR BID (IFB 14-08) FOR DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT ADDENDUM NO. 2 i This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND 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. The City has received the following questions and is hereby providing answers thereto: Q 1: Do you have architectural plans for the Sunrise Central Plant? A 1: The Sunrise Central Plant fire alarm floor plan has been posted to the City's website endued Exhibit "C, and a copy is also attached to this Addendum. Q 2: In section 1.2.5 you ask for a letter from a representative of the manufacturer that the system is correctly Installed. If the installing contractor is factory authorized will the letter be acceptable from them? A 3: With written proof that the Installing contractor Is factory authorized,a certification of proper installation may come from the contractor. Q 4: In section 3.3.1 you ask for a 1 year warranty and after 3.6 you ask for a 3 year warranty.Will it be a 1 or 3 year warranty? A 4: 3.3.1 should state 113 years". Q 5: In section 3.1.5 you want the manufacturers authorized representative to provide supervision of the installation. Once again If the installing contractor is factory authorized are they acceptable? A 5: If the installing contractor is factory authorized, then they may provide the supervision. Q 6: In section 3.3.2 you ask for the"Equipment Manufacturer to provide a maintenance contract proposal to cover 2 inspections per year as per NFPA72 guidelines". Do you mean the installing contractor? A 6: Yes, the Installing contractor shall provide the maintenance proposal Q 7: In section 3.4 you are asking for a minimum of 8 hours of technical training. Is this correct? A 7: This should be "2 hours". 0 r r BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Cheryl Martin, CPPB Procurement Specialist I DATE: January22, 2014 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: PAN Authorized Signature: `/ Date: — r Acknowledgment of Receipt of Addendum 2 Is required by signing and Including the acknowledgment with your submittal,or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result In your submittal being deemed non-responsive. _ t M EXHIBIT"C" POWfR SUPPLY SID SO ® ) tl AAA\' HORN-STROBE(IYP.) PULL STATION (M.) CHAAER HID m SIR Hai I I r_ ❑ ❑ PUMP(TV.) VAMEPLANT FFEAUfW ROOIt P1AN I ""V' E122 Jan 24 2014 10: 53AM OLIMM 8187063109 P. 1 G� PALM T �'4 � is 4 .n .n.� I y C94F0&NoP. INVITATION FOR BID(IFB 14-08) FOR DESIGN, FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT SUNRISE CENTRAL PLANT I ADDENDUM NO. 2 This Addendum Is being issued for the following changes and Informational items: THE FOLLOWING REVISIONS ANDIOR ADDITIONS TO THE IFB DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND 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. The City has received the following questions andis herabyproviciing answers thereto: O 1: Do you have architectural plans for the Sunrise Central Planf7 Al: The Sunrise Central Plant fire alarm floor plan has been posted to the Chy's webslte entitled Exhibit "C", and a copy Is also attached to this Addendum. 0 2: to section 1.2.5 you ask for a letter from a representative of the manufacturer that the system is correctly installed. If the installing contractor is factory authorized will the letter be acceptable from them? A 3: 1A7th written proof that the Installing contraactor Is factory autha►ized,a certification of proper InsafisdOn may come from the contractor. O 4: In section 3.3.1 you ask for a 1 year warranty and after 3.8 you ask for a 3 year warranty.Will it be a 1 or 3 year warranty? A 4: 3.3.1 should state"3 years^ Q 5: In section 3.1.5 you want the manufacturers authorized representative to provide supervision of the Installation. Once again!(the installing contractor is factory authorized are they acceptable? A 5: If the Installing contractor is factory authorized, Men they may provide the supervision. Q 6: In section 3.3.2 you ask for the"Equlpment Manufacturer to provide a maintenance contract proposal to cover 2 inspections per year as per NFPA72 guidelines". Do you mean the installing contraotoCt A B: Yes, the installing contractor shall provide the maintenance proposal. 07, in section 3.4 you are asking for a minimum of 8 hours of technical training. Is this correct? A 7: This shouter be a2 hours". Jan 24 2014 10: 53AM OLINN 8187063109 p. 2 BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Cheryl Martin,CPPB Procurement Specialist I DATE: January22, 2014 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: on, 1, S eat 81 I Authorized Signature: Date: Acknowledgment or Receipt d A 2 N mqukW by signing and Irroh Ing the acknowledgment wlth your submittal,or you may amo acknowledge the Addenda on the bottom of ANademant A. Vellum to acknowledge this Addendum may result In Your submittal being deemed noe rvvpmralve. Check a License - License Detail - Contractors State License Board Page 1 of 2 CE°ART1Y ENT OF C—NSU=1ER AFFAIR$ r Contractors State License Board Contractor's License Detail - License # 755596 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(BSP 7124.61 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 755596 Extract Date 1/30/2014 PREMIER SECURITY INC Business Information Business Phone Number: (760)323-7395 1243 N GENE AUTRY TRAIRL#107 PALM SPRINGS,CA 92262 Entity Corporation ._ ..._. ..... .... _.._. Issue Date _.... 10/22/1998 _...... .. _.. . .. ._. _... . ........ ..__.. . Expire Date 10/31/2014 ACTIVE License Status This license is current and active. All information below should be reviewed. CLASS DESCRIPTION Classifications C-7 LOW VOLTAGE SYSTEMS C10 ELECTRICAL CONTRACTOR'S BOND _._. _.. _ . ..._. This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: SC6310708 Bond Amount: $12,500 Effective Date:03/02/2009 Bonding Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO) IAMELE RONALD DANIEL 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: 01/23/2007 BQI's Bond History https://www2.cslb.ca.gov/OnlineServices/CheekLicenseII/LicenseDetail.aspx?LicNum=75... 1/3 0/2014 Check a License - License Detail - Contractors State License Board Page 2 of 2 Workers'Compensation WORKERS'COMPENSATION This license has workers compensation insurance with NORGUARD INSURANCE COMPANY Policy Number: PRWC444634 Effective Date: 0 4/0 212 01 3 Expire Date: 04/02/2014 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 https://www2.cslb.ca.gov/OnlineS ervices/CheckLicenseII/LicenseDetail.aspx?LieNum=75... 1/30/2014