Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
06357 - O'LINN SECURITY INC FURNISH & INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL IFB 13-14
Kathie Hart From: Kathie Hart Sent: Thursday, February 06, 2014 7:15 PM To: John Allen; Ron Beverly Cc: Jay Thompson Subject: a6357-O'Linn John/Ron: This is a 60-day agreement. Has the work been completed? If yes, may I close this agreement file? If not, please be advised we have received notification their workers comp insurance has been cancelled due to lack of payment. Thxl Kathie Hart, CMC Chief Deputy City Clerk City of Palm Springs (760)323-8206 3200 f. Tahquitz Canyon Way 95 (760)322-8332 Palm 5prings, C.4 92262 &Kafhie.14artODPa1M&Lt sCA.9ov Please note that City Hall is open F a.m. to 6 pm,. Monday through Thursday,anti closed on Fridays at this time. MA. 1 Kathie Hart From: John Allen Sent: Friday, February 07, 2014 10:30 AM To: Kathie Hart Cc: Ron Beverly C,C7 Subject: RE:a6357 -O'Linn a I'm sorry Kathie, I'm working off of my cell phone & don't have access to that information. We'll look into it on Monday& let you know. I don't know anything about a security system, did you mean the City Hall Fire Alarm system? If so, that project has been completed. Respectfully, John R. Allen Fire Chief Palm Springs Fire Department 760-323-8181 -------- Original message -------- From: Kathie Hart Datc:02/06/2014 7:27 PM (GMT-08:00) To: John Allen Cc: Ron Beverly Subject: RE: a6357 - O'Linn No, I didn't attach a copy of the cancellation notice. Would you like me to? O, this was for the installation of the security system. Kathie Hart, C*C Chief Deputy City Clerk City of Palm Springs 21�(760)323-8206 3200 E Tahquitz Canyon Way 4(760)322-8332 Palm Springs, CA 92262 Z�VKathie.Hort�PalmSpringsCA- v Please note that City Hall is open 8 u.m. to 6 pm,. Monday through Thursday, and closed on Fridays at this time. 1 AGREEMENT THIS AGREEMENT made this V3 6_ day of_O1t., in the yea, 2013, by and between the City of Palm Springs, a charter city, org nized and existing in :he County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and O'Linn Security Inc of Palm Springs CA 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: IFB #13-14 FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL The Work is generally described as follows: Removal of existing systems and furnishing and installing new fire alarm systems at the Palm Springs City Hall, located at 3200 E. Tahquitz Canyon 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 C ty if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of$ 0.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 --CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). OWNAL 8tA ANWOR AGREEMENT ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions (Exhibit "A"), the Drawings, Addenda numbers 1 to 3 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the contractor or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA By BCy— City Clerk City Mana APPROVED Aft TO FORM: Date a�J hJ By _ 7&; City Attorney APPROVED BY THE CITY COUNCIL: Date Date APPROVED BY Cli Y v u,: �k•1'1• �i 01� �C Pi1��Gi1 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: ©'L.,. A e,Tti Check one: _Individual_Partnership-(Corporation Address: 1 oxs S'. PAS. 61 to PAS Sop- s cA Qa�bv By: c • By: Sign ur notarized) Signature(notarized) Name: RNC-Meeloo Lea Name: „n'C"Af A0 Title: K 0-'Cs Title: QC2 (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 G State of ❑ County of ❑ss County of ❑ss On On before me, i�O/3(LLRI�A A�OT i Cbefore me, personally appeared 021c a d 3&W e.5 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(4 whose name(X evidence to be the person(s) whose name(s) is/apt subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/sIA/thy executed acknowledged to me that he/she/they executed the same in his/hjr/tVeir authorized capacity(iiX), the same in his/her/their authorized capacity(ies), and that by his/hyr/ rr signatures(y on the and that by his/her/their signatures(s) on the instrument the person(O, or the entity upon instrument the person(s), or the entity upon behalf behalf of which the person 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 tie 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: -4::::: 11� 4a — Notary ySeal: Notary Seal: LOT.RO 719-01R0�Commission#� 1907811 Notary public•California = Ventura County ' My Comm.Expires Oct 11.2014 4 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for 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 0 'L- ,v4z -rl Title P2<rl 5 EXHIBIT "A" SPECIAL PROVISIONS Business License Requirement: Contractor shall possess a valid City of Palm Springs Business License throughout the term of this agreement. Bid Bond: Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the amount Bid (maximum award value of lump sum total). Such guaranty shall be forfeited should the Bidder to whom the work is awarded fail to furnish the required proof of insurance, bonds and enter into a Purchase Order Contract with the City within the period of time provided by the IFB's requirements. Performance Bond and Insurance: The successful Bidder shall furnish within 14 calendar days after Notice of Award, a Performance Bond in the sum of the amount of the Agreement. The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. Also, the successful Bidder shall furnish within 14 calendar days after Notice of Award certificates of Insurance as per the instructions contained herein. Payment Bond: Concurrently with execution of Agreement, Contractor shall deliver to Agency a payment bond (Material and Labor Bond) in the sum of the amount of Agreement, in the form provided by the City Clerk, to satisfy claims of material suppliers and mechanics and laborers employed by Contractor on the work. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be certified and current copy of his power of attorney. The bond shall be unconditional and remain in force until the work is accepted by Agency and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. All work shall be performed in accordance with the 2010 California Codes including Building, Electrical, Fire and Mechanical as adopted by the City of Palm Springs Oridnances 1780 and 1781; and NFPA 72 National Fire Alarm Code, 2010 Edition. * k* 6 CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B C D TYPE OF WORK PERFORMED AND LOCATION L^W TYPE OF INSURANCE POLICY NUMBER LIMITS OF LIABILITY IN THOUSANDS(x1000) EACH OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY Including. $ $ ❑ FXPLOaIONAND COLLAPSE BODILY INJURY $ $ ❑ UNDERGROUND DAMAGE PROPERTY DAMAGE ❑ PRODUCTSOOMPLETED OPERATIONS or ❑ CONTRACTUAL INSURANCE ❑ BROAD FORM PROPERTYDAMAGE BODILY INJURY AND $ $PROPERTY ❑ INDEPENDENTOONTRACTORS DAMAGE COMBINED ❑ PERSONAL INJURY PERSONAL INJURY IS COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON $ IOGudingl EACH ACCIDENT ❑ OWNED $ PROPERTY DAMAGE ❑ HIRED ❑ NON OWNED or BODILY INJURY ❑ MOTOR CARRIER ACT AND PROPERTY $ DAMAGE COMBINED EXCESS LIABILITY BODILY INJURY Including. ANDPROPERTY ❑ DAMAGECOMBINED $ EMPLOYER'S LIABILITY WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABILITY Including. EL $ (EACH El LONG SHOREMEN'S AND ACCIDENT) HARBOR WORKERS OTHER ADDITIONAL INSURED ENDORSEMENT-CITY OF PALM SPRINGS The undersigned cedifies 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,does hereby certify on behalf of said insurance Companies that polices of insurance listed above have been issued to the insured named above and are in force at this lime. Notwithstanding any requirement,term,or Condition of any contras or other document with respact to which this camficate may be issued or may pertain,fire insurance afforded by the polities described herein is subject to at the terms,exclusions,and conditions of such polices. Copies of the policies shown will be furnished to the Certificate Holder upon request. This Certificate does not amend,extend,or alter the coverage afforded by the policies listed, Cancellation'.Should any of the above described policies be cancelled before the expiration date thereof,the issuing company will mail 30 days written notice to me below-named Certificate holder' NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY 7 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 bv: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of 8 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 9 F. Endorsement Language for Insurance Certificates SHOULD ANY OF THE ABOVE REFERENCED POLICIES BE ; CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE Example A: ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS' WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN 8 CAII I IOC TOAAA" CI I(`LI NOTICE CLJAI I IMPOSE Ill OR' 1(`_ATI C:) C) 1 IADII ITV OF ANY KIND I IDIIAI THE INSURER, ITS AGENTS OR REPRESENTATIVES. 'The brokedagent 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 10 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 prcperly 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: y u 5 e4 t 6r4' Brand and Model number of system bid: 'i i -A0 -iL- Name and Address (in Southern California region)where certified training may be obtained: ` AaA QaaS ,� `.a �w g6`9 qe ! sL .1. AerR (b� „coo C)� \-.,.ta, Contact Person: \44%*10-4 Phone#: t -'000 '3 What is the cost (if any) of the factory/manufacturer certified training? (Signatures): / Name of contractor submitti g bid `a cv a Authorized signature � Printed name s<. - L J Title ��� Address S 0.� City, State, Zip PA Telephone No: --)Wa- -10VA1, Fax No: E-mail ®L \�y���cC•1�.T1�i�s0SN\AtL � Ctw ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is requires 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)# \\ '2 is/are hereby acknowledged. 14 • BID SCHEDULE/PRICING PAGES BID SCHEDULE(IFB13-14) LUMP SUM PRICE TO FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT THE CITY HALL 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 DESCRIPTION QTY PRICE EACH TOTAL Honeywell Silent Knight 5820XL Fire Alarm Panel 1 $ $ (OR EQUAL) State the Manufacturer, Brand, and Model#of the system you are offering in this bid below: *If you are offering an alternate brand/model as an "OR EQUAL" you must include product specification sheets, data sheets, and CFSM approval sheets attached with your bid. *Include with your bid copies of your valid C-10 Contractor's license, Fire Alarm Technician Certification (Blue Card) and evidence of your certified training to install the system you are bidding. *NOTE: All model numbers referenced below are based on the Honeywell Silent Knight 6820XL or System Sensor SpectrAlert Advance 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 brands as specified, "OR EQUAL". Honeywell Silent Knight 5820XL Red Remote Annunciator Panels(5860R) 2 6A Intelligent Power Module (5496) 1 $ W a 6 . O $ y 0 t,,qO Intelligent Power Module(5895XL) 1 $ tal6 ,, \ $ 10\�. ,$\ SLC Expander Boards(5815XL) 2 $ 3i-r ;L3 $ 1 io,.y 6 Battery 12v with Appropriate AH 6 $ t 6,-.Ic $ \0`A% ;L® Addressable Photo Smoke Detectors 168 $ If (0 (SK-PHOTO) Addressable Rate of Rise Heat Detectors 15 $ a`i.1ti1 $ k3 (SK-HEAT-ROR) Addressable Dual Action Pull Stations 11 $ $ (SK-PULL-DA) Duct Detectors (SK-DUCT) 4 $ \n, �`1 V with Sampling Tubes 12 0 Monitor Modules(SK-MINIMON): 2 Halon 8 $ 3bt .b2' Systems with Alarm, Supervisory &Trouble each, Fire Sprinkler Flow Switch &Control Valve System Sensor SpectrAlert Advance System Sensor SpectrAlert Advance 51 $ A-IS3 $ a`AMA'03 ceiling/wall mount hom-strobe, field selectable multi-cd, temporal hi/medflo db output, 24v-White w/Fire System Sensor SpectrAlert Advance 6 $ i$}Q $ ZS9>'(=10 ceiling/wall mount strobe, field selectable multi-cd output, 24v-White w/Fire System Sensor SpectrAlert Advance 2 $ (a .� $ \ 3• 2- wall mount horn-strobe,field selectable multi-cd, temporal hi/med/lo db output, 24v- red w/"Fire'wall orientation, exterior weather proof Lot(Shop Drawings, Submittals, Inspections 1 lot $ Lk 5 ; •b'tn QOQ and Testing, Misc. conduit, wiring, and all installation supplies) AES Fire Radio wAntellitap, AES UL 1 $ �V1 Fire &Zonew/Red Case w/2.5db Antenna AES UI Intellitap Telephone Line Data Receiver with batteries Sales Tax(9.0%) 1 $ Delivery (if applicable*) 1 lot $ Labor(all inclusive) 1 job $ *Labor includes both the removal of the existing system as well as the installation of the new system. GRAND TOTAL LUMP SUM PRICE (in figures) $ k m a , (in words): cw� I roe�y - ���S'Z )'MQS*'No �ua�JN09+�p �jt��ei�wa " 11KJ� dolls In the event that additional services are required beyond the scope of work as defined in this [7JF document, please provide your hourly labor rate (regular business hours only*): $ �?5, eD perhour. 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/matedal in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. 13 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: �+�o:A,t Cy a cz Contact Person: ___7000 cNaTLLLEi Phone# Brief description of project: / �NSTqu-qT\Oa "J�'�"QV1C.\I1b i.AQ Y,Oc- b OIF Y Q'a �AO+M SYS--`�M A�'W �J�Ci�-]I\� Y-�a.-TiC1✓\ `�`�S:•t'N� Zsls'T�AL.UKT\Oe� C —C V -G-1 sn-c= n 2) Name of contractor or agency: C �� `SOP �� PPc�� Q�V zLm P K,50-7 Contact Person: Y�Aa+� Phone# `"160 - "LAUD 0\0 S Brief description of project: ` / �\,ria „Y.wiL #1{'+O 0�1U0.5u-tea l�A�-L �YSTCM �N�NiuNT\Owa�1 QT N�1 ✓i�T\QL\i LOLY�T\9sJ S S.Py 7'A i.Y�1 SOa NZS j GAT i.aO A� C\r, Z •�s'YU7 KO�JT 3) Name of contractor or agency: es a N Contact Person: Phone# 1b o-3�1-4g1c1 Brief description ofproject: ^ f S�r.i,c � .�b n� Moo -cgc syFs. Y\' (%do 15 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 13-14 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) SS �f COUNTY OF RHER&BE-) o�nf �� L► ��f The undersig ed, being first duly sworn,deposes and says that he or she is 1`Iced�r� � L %N j of 0'L I� ' S— axi a"Tf , the party making the foregoing bid. That the bid is not made in the interests of, or on the behalf of, any undisclosed person, partnership company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership company, association, organization, bid depository, or any other member or agent thereof to effect a IIusiv r sham bid. By. ` Title Subscribed and sworn to before me this I day of ✓'lLyrY� 20La. Notary Public in and for said County and State FIDAVI.FRM rA H.EFTEKHARI Commission# 1945731 = i u Notary Public-California Los Angeles County My Comm.Ex ires Aug22,201a 16 BIDDER'S GENERAL INFORMATION FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL IFB 13-14 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: 1oaS S' ��� ��N�Qa '©,✓ YAK. SP6t.�ES LA 2. CONTRACTOR'S Telephone Number: (1 o ) E$-a-oQ%_k6 / 9f3$ 11,6Ab Facsimile Number: (-11'0 ) 33o-yNy3 3. CONTRACTOR'S License: Primary Classification C- \O State License Number(s) 60 ay1Lq Supplemental License Classifications 01--1 , }a-73--C `i>00aS'e3 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): o 2e^� .a-g w �•} 6. Corporation organized under the laws of the State of: C <--� 'e u -V% 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: 17 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of work: y'C...�s 9. List the name and title of the person who will supervise full-time the proposed work for this project: QNa%^e_o C�'L ,44 0 10. Is full-time supervisor an employee b� 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* 18 • ! 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. CA 01 N3,A b 2. 3. 4. 5. 19 LOCAL BUSINESS PREFERENCE PROGRAM-GOOD FAITH EFFORTS IFB 13-14 Bid Opening Date March 20, 2013 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 Bidderfor this project: \`�J oclLS �v4PLr1 20 i 0 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 t4%T NP€a._-icAe>-,�Z 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 21 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 unitsto facilitate participation by local firms. Items of Work Bidder Normally Breakdown of Items Amount Percentage Performs Item M Of a— (Y/N) Contract 4\P FzN LA3 t.-�c 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: oy La tail Names, addresses and phone numbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. 22 r 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 31 STATE OF CALIFORNIA Cawraftr *tote Turria 39oarb 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: O`LINN EXECUTIVE'-SECWkR�T'' LARM SERVICE INCH F . to engage In tl�e biaslriess or ac"fie' ail f a contractor In the..fpPlowins1 i'on(s)r • Q.7 LOV AO HIC-HOME IM$RlVE $ tCATION Witness my hand and seal this day, November 8,2002 ' issued September iu, iyyu -- TVRE FLI -E Stephen P,Sands Registrar of Contractors SIGNA RE F LICENSE QUALIFIER This license is the property..of the Registrar of Contractors, 602489 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. 13L-24(REV.74n) 0SP015948 avert xo:arnf� Applicant ID No: 100528-435 Service Center No 0 Expires: 31-MAR-2013 CERTIFICATE OF COMPLJANCE THIS IS TO CERTIFY that the Alarm Service Company indicated below is included by Underwriters Laboratories Inc. (UL)in its Product Directories as eligible to use the UL Listing Mark in connection with Certificated Alarm Systems. The only evidence of compliance with UL's requirements is the issuance of a UL Certificate for the Alarm System and the Certificate is current under UL's Certificate Verificatior Service. This Certificate does not apply in any way to the communication channel between the protected property and any facility that monitors signals from the protected property unless the use of a UL listed or Classified Alarm Transport Company is specified on the Certificate. Listed Service From: ANAHEIM, CA Alarm Service Company: (100528-435) Service Center: (100528-435) MACE CSSS INC MACE CSSS INC SUITE 401 SUITE 401 401 W LINCOLN AVE 401 W LINCOLN AVE ANAHEIM CA 92805 ANAHEIM CA 92805 The Alarm Service Company is Listed in the following Certificate Service Categories: File -Vol No. CCN Listing Category S2691 -1 UUFX [Signal and Fire Alarm Equipment and Services] (protective Signaling Services) Central Station ***THIS CERTIFICATE EXPIRES ON 31-MAR-2013 *** "LOOK FOR THE UL ALARM SYSTEM CERTIFICATE" , : :y r�. . . . . .. . . . . . � , ° 3v��T���y . >m . ���:����r ~ � °�� �2< ���2 «�? « � . ���\ ��������\\ ��� . 7�� t - � . . . . . .:: . : � �r . �y:� . . � » ���. . r m: « � ® �� : : � � \ » . : . e »:r d � �:��< \\ �9& �^ © � ° �� ����� � « � . \� ^ § i � . .t �� . . < � � y. y . -�� �: . .��©w � .��. , . � �i . y. . . ©«•m � y�� . . . . . . . . . � \\�.:.���» ' m �©w���\�< ��\�� . � � \ � »�<�% \ . <- �-« � +w � . :y� . , . ���< ■ � _ . . . �. . # « . � » � : � � \ . � $ > . . �: y � � d� < � ^ * < » } \ 2\ � � « � ` &» � � ; ._64le Ot,.el vn,. _. t CONTRACTORS STATE LiGENSE FIOARq ACTVE LICENs'e _,.-972548 woly REAL SECURITY 9CND eawq'vxen:R,m'm uWr 0513L2014 23rL CALIFORMAiMV ,t DRIVER LICENSE ➢30542'35 r ,U IS RNYNE FlIN KM' W4IGNTNER PO , NdLT fA VLS45 SEX:M HRIf,_913! EL WT:6-01 WT:20B 0086S-7B-�ffi i ima a® Riu • Vecord of Comnjetjoj J&Vb & WU Of O'Linn Security Has completed a self-directed program of instruction covering IntelliKnight 5700 / 5808 / 5820XL Panels • 4 SILENT ^ KNIGHT by Honeywell Instructor • - June 12; 2072 _Vs�W�."�i"i.--.:_ h` • ftecord of Compledo& ja",14& of O 'Linn Security Has completed a self-directed program of instruction covering the SK5208 Conventional Fire Alarm Control Panel SILENT KNIGHT by Honeywell Instructor N lone 12,2012 x t1 -ems m. u a . - INVITATION FOR BIDS (IFB 13-14) OF yu\may TO FURNISH AND INSTALL NEW FIRE ALARM A SYSTEM AT CITY HALL F N ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions in writing pursuant to the requirements of the bid document and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: Do I need to register as a bidder? A 1: Yes. If you are interested in submitting a Bid, it is IMPERATIVE that you contact Leigh Gileno, Procurement Specialist 11, via email at LelghAnn.Gileno(Dpalmsprings-ca.gov to oittcially register as a Bidder for this specific project with your company name, address, phone, fax, contact person and email address. Failure to officially register may result in not receiving addenda to the Bid. Note: You may also register your firm in the City's on-line general vendor database system while on the website, but you MUST still contact Leigh Ann Gileno as instructed above to register as a Bidder for this speck IFB 13-14. Q 2: Where can I get the Plans and Specs for this IFB? A 2: You can obtain all bid documents by going to www.palmsprincisca.gov and select "Government" and go to "Departments" and select Procurement & Contracting. There you will rind the link for "Open Bids & Proposals" where all current open bid documents are provided. NOTE: Attached to this Addendum is the "FLOOR PLAN" diagram for City Hall that will be used to identify each location at the Job Site Walk through and made part of the specifications for this IFB. Q 3: Which certification you are referring to? A 3: As referenced in the Notice Inviting Bids and under Terms and Conditions on Page 7 of the bid document #2Z 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 4: Also if we are a fire alarm company that successfully installed a similar project previously, why we should have an employee (with such certification) dictates our qualifications? This way our company will have no other choice but to employ that specific employee no matter what. Please advise. A 4: The requirement as stated in the answer in the above Question 3 is State Law. The fire alarm contractor should contact the California Department of Industrial Relations — Division of Labor Standards Enforcement for further information and requirements. Q 5: What is the estimated value of the project? A 5: Estimate for this project is$45,000 to$65,000. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA X' Q 46 lx NO Leigh Ann Gileno Procurement Specialist II DATE: March 5, 2013 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: 3 145, 1210 13 Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive. INVITATION FOR BIDS (IFB 13-14) N TO FURNISH AND INSTALL NEW FIRE ALARM \ SYSTEM AT CITY HALL �roav`P ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions in writing pursuant to the requirements of the bid document and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: Is all the wiring in the system to be concealed in conduit or will it be OK to run open wiring? A 1: You can use open wiring as long as it is concealed in the attics or walls. Q 2: Will the existing system remain operational while the new system is being installed? A 2: The existing system will remain operational during the new system installation. Q 3: Can we use existing wire, conduit and back-boxes? A3: You can use existing wire, conduit and back-boxes as long as they fully comply with NFPA 72,2010 Edition requirements, manufacturer's instructions and listed equipment requirements. Q 4: Should the exposed conduit below the ceiling be in EMT or Wire Mould? A 4: EMT Q 5: Existing pull stations are too high. Will a cover plate be OK to conceal the hole? A4: Yes Q 6: What time frame are we looking at from start to finish of the project? A 6: 60 Days. Q 7: Who will be responsible for patching and painting of any required demo? A 7: Any demolition work must be kept to a minimum however the City of Palm Springs will be responsible for patching and painting demo work. Q 8: Will you provide us with accurate and dimensioned CAD back grounds or do we have to generate them ourselves? A 8: We can provide scanned drawings in PDF format. These drawings are scaled. We do not have any CAD drawings. Q 9: Do we need to install smoke detectors in the computer room and vault area, which are protected with Halon Systems? A 9., No. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA BY Leigh Ann Gileno Procurement Specialist II DATE: March 7, 2013 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: 3 I Acknowledgment of Receipt of Addendum 2 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive. of ?A`M SA INVITATION FOR BIDS (IFB 13-14) TO FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL ADDENDUM NO. 3 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions in writing pursuant to the requirements of the bid document and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: For labor and material costs, is it the direction of the City to Install conduit throughout all areas of the building for Fire Alarm, or is it acceptable to install FPL rated open wire in the attic without conduit? If the answer to said question is FPL rated open wire would FPL wire is the attic space a plenum or non-plenum environment A 1: It is acceptable to install FPL rated open wire in the attic without conduit. No attics are plenums. Q 2: Are there any ONSY or PIV not shown on plans that need to be connected to new installed system? If there are is the existing conduit suitable for new underground fire wire or will new conduit be required? A 2: No Q 3: In areas that are not accessible or too difficult to access is it acceptable to run Wiremold V700 reaceway for needs below ceiling line. A3: No Q 4: On the job walk we noticed some areas not shown correctly on the drawings. Would it be possible to provide drawing depicting correct room layouts and room descriptions? EX. Conference room verses office lobby etc. for signal placement requirements. A 4: Yes. We are providing the revised building layout drawings with this Addendum. Please see attached. Q 5: Can the city provide CAD files of floor plans for our shop drawings? A 5: No. We do not have CAD drawings. Q 6: For labor cost purposes is it acceptable for the installation of ceiling signal appliances as opposed to wall locations? A 6: Yes as long as they comply with 2010 California Fire Code and NFPA 72, 2010 Edition requirements. Q 7: On IFB No. 13-14, a list of devices and their quantities have been published. Should we produce an estimate based on these quantities or produce one based on our own engineering? A 7: Produce an estimate based on IFB No. 13-14 quantities. Q 8: The bid package page 13. Calls for Labor(all inclusive) does that mean we include the labor in the price item per unit/device or we have to give the labor cost in this line item? A 8: No. As outlined on bid pricing page 13 items are to be priced per unit. The full Labor cost to remove the old system and install the complete new system as per the specifications is to be listed separately as provided on the pricing sheet. Q 9: What does"All inclusive' mean? A 9: As stated below the "Labor cost', labor includes both the removal of the existing system as well as the installation of the new system. This is the all-inclusive total cost for all labor to complete the entire project as per the specifications provided. Q 10: In the pre-bid job walk, the city officials mentioned that all patch and paint will be done by others. We noticed that some existing holes are bigger than regular double gang blank covers, are these included in our bid to cover or will be done by others as well? A 10: The City will patch and paint any existing oversized holes that double gang blank covers will not cover. Q 11: Page 13 bid dots: last paragraph before Warranty: Additional Labor services required beyond the work defined in this document. Do we include our overhead and profit in this rate or you will allow us to add %when applicable? A 11: As stated in the bid document on page 13, in the event that additional services are required beyond the scope of work and specifications as defined, please provide your standard Hourly Labor rate (regular business hours only) that you would charge the City. This hourly labor rate may not be changed or modified by a % after bid submission and will be the contracted hourly labor rate for any additional work if you are awarded the project. BY n ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA e1.¢'. .AK "� Leigh Ann Gileno Procurement Specialist II DATE: March 14, 2013 ADDENDUM ACKNOWLEDGMENT Proposer Firm Name: Q Authorized Signature: Date: 4 3 Acknowledgment of Receipt of Addendum 3 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your IFB being deemed nonresponsive. Mar 28 2013 2: 02PM OLIMVECt1RITY 76032OW3 P. 1 O�pALM 8.6R City of Palm Springs Procurement and Contracting *•ac,..e`''• 'r " 3200 E.Tahquitz Cwym Way• Palm Springs,California 92262 C441FORN�P M:I:C760)322-8368•Pax:(160)323-823.8 •Web:v ..palmspringsca.gov March 21,2013 IFB 13-14 Furnish and Install New Fire Alarm System at City Hall. E r Dear Mr. O'linn, The City of Palm Springs will be recommending your company to award IFB 13-14 to furnish ,and install a new fire alarm system at City Hall. The procurement Department has carefully reviewed your bid submitted for the above mentioned IFB and found a few minor disc ncies that we need to have you cure in letter format to put with our documentation. Please acknowledge and provide the following Information: A minor math error on page 12 and 13 of the Sid Sch®dvW Priafng pages. For the Item listed as Red Remote Annunciator Panels on page 12 your pricing is listed at $362.62 each. The quantity required Is 2. Your extended is listed at T724.68. The extended price should be $725.24. After revising the tax on tax should be$2152.04. The corrected total for the Grand T IL total for If you agree with this finding please acknowledge here: 5 55. Please provide the following information that was left blank in your bid: Pg. 17 of bidders General information: Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety: C t•3 k 5� Address: 'p Surety Company: t"` Qae,,,o, a1S�eg,�ti Telephone: Agent: Surety:. "] 12Akk0%18 _ Post Office Box 2743 a Palm Springs, California 92263-2743 Mar 28 2013 2: 02PM CLIMIfECURITY 760320W3 p. 2 I Pg. 18 of bidders General information: Number of years'experience as a contractor in this specific type of worts; Z 3 Page 19 of bid request for List of Subcontractors; I jj Bidders shall list the total% of work to be performed by the Prime Contractor Here: ci Be/e Please provide the missing information above and acknowledge the math corrections that are made in this memo. Should you have any questions please give me a call at(760)322-8374. Slnoere y Ig Ann Gileno Procurement&Contracting Dept. • i REQUEST FOR TREASURER'S RECEIPT TO: FINANCE DEPARTMENT, CASHIER DATE: March 21, 2013 FROM: Procurement & Contracting PLEASE ACCEPT $ FROM: �t a ✓�✓l ��(/ L 1 r( A FOR: Check in lieu of Bid Bond for IFB 13-14 to mish and install new Fire Alarm System at City Hall. CREDITACCTNO. T & A ACCOunt BY ORDER OF Leigh Gileno . ..� rt� ,ws T I B ffwbiED SEV* -," AND OtkP1QO I1' SMNGSZ NO�i4 11 SIPOW" T'ha f�aaci an s 4aty k#iahiRd �n $6,Xk- 8W.00 AND OVER REOUIRES TwO SIONAT.Di C {,LON414 ,YD7D AFTfa 796 L}A ':. ".A • i SWIe 01.,alien.N CONTRFCTORS STATE IIGENSE ER)ARR' a t ACTNE LICENSE -�; 972548 INDIV REAL SECURITY y ;.. ER :10 SONDE mmg�uwo��merearvcan�xm men <,-.. 0 5131/2 01 4 wwesJb CALIPOPUNIA G %I89/$TIi9m 4 O, T^lA� Sp INVITATION FOR BIDS NO. 13-14 FOR FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL 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 ................................................................9-11 BID SCHEDULE PRICING PAGES (MUST BE MANUALLY SIGNED)................................ 12-14 BIDDER'S REFERENCE LIST ................................................................................................. 15 AFFIDAVIT OF NON-COLLUSION........................................................................................... 16 BIDDERS GENERAL INFORMATION FORM ..................................................................... 17-18 LIST OF SUBCONTRACTORS................................................................................................ 19 LOCAL BUSINESS GOOD FAITH EFFORTS .....................................................................20-22 BIDBOND FORM.....................................................................................................................23 PAYMENTBOND FORM ....................................................................................................24-25 PERFORMANCE BOND ..........................................................................................................26 CONTRACT AGREEMENT.................................................................................................27-30 WORKER'S COMPENSATION CERTIFICATE ....................................................................... 31 EXHIBIT"A" SPECIAL PROVISIONS....................................................................................... 32 CERTIFICATE OF INSURANCE SAMPLE DOCUMENT.......................................................... 33 SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS.........................34-36 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF OR THE FAILURE TO OPEN A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. MAILING ADDRESS: STREET ADDRESS: City of Palm Springs City of Palm Springs Procurement & Contracting Procurement& Contracting P.O. BOX 2743 3200 E. Tahquitz Canyon Way Palm Springs, CA 92263-2743 Palm Springs, CA 92262 DATE DUE: WEDNESDAY, MARCH 20, 2013 TIME DUE:3:00 P.M., Local Time 1 NOTICE INVITING BIDS CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS (IFB 13-14) NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified contractors for: FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL 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 PALM SPRINGS CITY HALL, located at 3200 E. Tahquitz Canyon 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., WEDNESDAY, MARCH 20, 2013 at the Office of Procurement and Contracting, 3200 Tahquitz Canyon Way, Palm Springs, California, 92262, at which time they will be publicly opened and read in the Procurement and Contracting Office. No Bid will be considered unless it is made on a bid form furnished by the City. Bids must be submitted in sealed envelopes and either hand delivered at the address above, or mailed to: City of Palm Springs, Procurement and Contracting Division, P. O. Box 2743, Palm Springs, California 92263-2743. The City of Palm Springs reserves the right to reject any or all bids and to waive any informality or technical defect in a bid. The receiving time in the Procurement and Contracting Office will be the governing time for acceptability of Bids. Telegraphic and telephonic Bids will not be accepted. It is the responsibility of the Bidder to see that any Bid sent through the mail, or by any other delivery method, shall have sufficient time to be received by the Procurement and Contracting Office prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. NON-MANDATORY PRE-BID WALK-THROUGH OF WORK SITE: Prospective bidders are highly encouraged to attend the non-mandatory Pre-Bid Walk-Through of the work site and existing facilities, which will be conducted by the City to acquaint the Bidders with existing site conditions. The Pre-Bid Walk-Through will be held Wednesday, March 6, 2013, 8:30AM at the Palm Springs City Hall located at 3200 E. Tahquitz Canyon Way, Palm Springs CA 92262. Failure of a Bidder to attend the pre-bid walk-through shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver of any and all future claims relating to said conditions. Availability of Documents: Bid Documents and Specifications may be obtained from the 2 Procurement Office by calling (760) 322-8374, NOTE: Contact Leigh A. Gileno, Procurement Specialist II via email at LeighAnn.Gileno(a)palmspringsca.aov to register as a Bidder. Failure to register as a Bidder may result in not receiving bid addenda. Failure to acknowledge addenda with your bid may cause your bid to be considered non-responsive. Prevailing Wage Rates are not applicable: Funding for the work is with all local funds and, as provided under City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. The successful bidder will enter into a contract with the City of Palm Springs. A sample contract and a summary of insurance requirements are attached for your reference. All work shall be completed within 600 working days (note: allowed working days Monday through Thursday 8:00 a.m. to 6:00 p.m). ""'"'a"`(l -. 4L" Procurement Specialist II City of Palm Springs, CA 3 INVITATION FOR BIDS (IFB 13-14) 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 14, 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 15, must be completed. X Affidavit of Non-collusion by Contractor form, page 16, 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 14 located at the bottom. Failure to acknowledge all Addenda may render your Bid non-responsive. X Bidder's General Information, page 17-18, 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 23 must be executed and notarized as indicated, if applicable. 4 CITY OF PALM SPRINGS IFB 13-14 FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL 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, March 6, 2013, at 8:30 A.M. Local Time. Please allow at least 3 hours for site tour. Participants will meet 5 promptly at 8:30 A.M. in the lobby of Palm Springs City Hall located at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262. It shall be the full responsibility of the Bidder to visit and inspect all locations prior to submission of a Bid. No variation in price or condition shall be permitted based on a claim of ignorance. Failure of a Bidder to attend the pre-bid walk-through shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver of any and all future claims relating to said conditions. 13. QUESTIONS: Bidders, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this IFB other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a Bid. ANY questions, technical or otherwise, pertaining to this Invitation for Bid must be submitted IN WRITING and directed ONLY to: Leigh A. Gileno, Procurement Specialist II Procurement & Contracting Dept. 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: LelghAnn.Gilenoopaimspringsca.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, March 13, 2013. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. PLEASE NOTE THAT PALM SPRINGS CITY HALL IS CLOSED EVERY FRIDAY DUE TO THE CURRENT FURLOUGH PROGRAM, 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 resection, as determined by the City. 17. Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship including without limitation, any optional equipment purchased by the City under the terms of this agreement, against poor or inferior quality equipment, materials or workmanship for a period not less than three years from the date of final acceptance of the material/equipment by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. Where applicable, all bids shall be accompanied by a copy or description 6 of the manufacturer's warranty for the items(s) proposed and evidence that such warranty is assignable to the City. 18. Termination for Default: The City may, by written notice of default to the vendor, terminate any resulting order in whole or in part should the vendor fail to make satisfactory progress, fail to deliver within time specified therein or fail to deliver in strict conformance to specifications and requirements set forth therein. In the event of such termination, the City reserves the right to purchase or obtain the supplies or services elsewhere, and the defaulting vendor shall be liable for the difference between the prices set forth in the terminated order and the actual cost thereof to the City. The prevailing market price shall be considered the fair repurchase price, If, after notice of termination of this contract under the provisions of this clause, it's determined for any reason that the Contractor was not in default under the provisions of this clause, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 19. Termination for Convenience: The City may, by written notice stating the extent and effective date terminate any resulting order for convenience in whole or in part, at any time. The City shall pay the vendor as full compensation for performance until such termination the unit or pro rate price for the delivered and accepted portion, and a reasonable amount, as costs of termination, not otherwise recoverable from other sources by the vendor as approved by the City, with respect to the undelivered or unaccepted portion of the order, provided compensation hereunder shall in no event exceed the total price. In no event shall the City be liable for any loss of profits on the resulting order or portion thereof so terminated. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 20. Fiscal Year: Obligation for payment of any contract beyond the current fiscal year end is contingent upon the availability of funding from which payment can be made. No legal liability shall arise for payment beyond June 30 of the calendar year unless funds are made available for such performance. 21. Governing Law: This contract shall be construed and interpreted according to the laws of the State of California. 22. Contractor's License: The successful Offeror shall posses a current, valid State of California C-10 Contractor's License and at least one employee working on this job site shall hold a current, valid Fire Alarm Technician Certification (Blue Card) at the time the contract is awarded and for the duration of the term that the work is in progress. 23. Bid Bond: Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the amount Bid (maximum award value of lump sum total). Such guaranty shall be forfeited should the Bidder to whom the work is awarded fail to furnish the required proof of insurance, bonds and enter into a Purchase Order Contract with the City within the period of time provided by the IFB's requirements. 24. Performance Bond and Insurance: The successful Bidder shall furnish within 14 calendar days after Notice of Award, a Performance Bond in the sum of the amount of Agreement. The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. Also, the successful Bidder shall furnish within 14 calendar days after Notice of Award certificates of Insurance as per the instructions contained herein. 25. Payment Bond: Concurrently with execution of Agreement, Contractor shall deliver to Agency a payment bond (Material and Labor Bond) in the sum of the amount of Agreement, in the form provided by the City Clerk, to satisfy claims of material suppliers and mechanics and laborers 7 employed by Contractor on the work. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be certified and current copy of his power of attorney. The bond shall be unconditional and remain in force until the work is accepted by Agency and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. 26. Local Preference: Local Preference in Public Works Contracts (Sub-Contracting). The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. 27. Payment Terms - The standard terms at the City of Palm Springs are Net 30 days. 8 CITY OF PALM SPRINGS IFB 13-14 FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL PURPOSE, SCOPE OF WORK, AND SPECIAL CONDITIONS: PURPOSE: The City of Palm Springs requires a qualified and properly licensed contractor to replace the existing Fire Alarm System at Palm Springs City Hall Buildings located at 3200 E. Tahquitz Canyon 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) addressable/programmable fire alarm panel to serve two existing buildings. NOTE: For the purpose of this bid the City is providing the brand name and model of Honeywell Silent Knight 5820XL as an example for prospective Bidders to correctly identify the quality level desired by the City. The City of Palm Springs will be the sole judge as to whether the product offered is an approved "equal" where "or equal" is indicated. If bidding "OR EQUAL" you must include the Manufacturer's name, model number, and specification sheets, data sheets, and CFSM approval sheets for the product with your bid. The successful contractor is required to be properly trained and certified to install the system that they are bidding, per manufacturer's requirements and specifications to comply with NFPA 72 Sections 10.4.2 and 10.4.3. • The new fire alarm control panel shall be mounted in the South City Hall Building next to the existing fire alarm panel & utilizing its dedicated 120 V circuit. Conduit shall be installed on the breezeway to connect the South & North City Hall Buildings to serve the North City Hall Building. • The two new remote annunciator panels Honeywell Silent Knight 5860R (OR EQUAL) shall be installed in the Lobbies of the North & South City Hall Buildings. • The new pull stations shall be installed within 5 feet all exits from both buildings. • The new Honeywell Silent Knight 6A Intelligent Power Module 5496 (OR EQUAL) shall be installed in the South City Hall Building to provide Notification Appliance Circuits (NACs) for the strobes and horn/strobes with the Contractor providing a dedicated 120 V circuit. • The new Honeywell Silent Knight Intelligent Power Module 5895XL (OR EQUAL) shall be installed in the North City Hall Building to provide Notification Appliance Circuits (NACs) for the strobes and horn/strobes with the Contractor providing a dedicated 120 V circuit. • One new Honeywell Silent Knight SLC Expander Board 5815XL (OR EQUAL) shall be installed in the Honeywell Silent Knight 5820XL (OR EQUAL) addressable/programmable fire alarm panel. • One new Honeywell Silent Knight SLC Expander Board 5815XL (OR EQUAL) shall be installed in the Honeywell Silent Knight new Intelligent Power Module (5895XL) (OR EQUAL). • The North & South City Hall Buildings fire alarm system shall be a full coverage automatic smoke / heat detection with full notification and manual pull stations. This fire alarm system shall monitor the two Halon systems in the South City Hall Building including Alarm, Supervisory and Trouble for each system, Fire Sprinkler Flow Switch and Control Valve Tamper Switch. The Tamper Switch shall be installed by the City. • The 120 volt exterior bell located on the North-East corner of the East side of the North 9 City Hall Building shall be removed and replaced with a new 24 volt weather proof horn/strobe at this location. ' • Install a new 24 volt weather proof horn/strobe at the South-East corner of the East side of the South City Hall Building. • As required by Codes, new duct detectors (SK-DUCT) shall be installed including sampling tubes in 4 HVAC systems, which shall be supervised by the Fire Alarm System. The City shall connect the shutdown wiring for duct detectors. • The successful bidder shall be required to provide the City, after testing, with a NFPA 72 Record of Completion Form and printout of test signals from the Central Station. • The successful bidder shall be required to provide the City with As-Built drawings and Programming Data after completion of the project. The bid price is to include the removal of existing Fire Alarm panel and all related equipment. The bid price is to also 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 Thursday. The awarded contractor is to begin work within 30 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. 10 '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 3.96 entitled Business Tax; • possess any other applicable license required in the performance of these services. 7. Terms and Conditions: The bidder shall not change the wording in the attached specifications or conditions. No words or comments shall be added to the general conditions or detailed specifications. Any explanation or alternative offered shall be set forth in a letter attached to the front cover of the specifications. Conditional bids will not be accepted. 8. Notice to Proceed: A Notice to Proceed letter will be issued upon receipt of the required executed agreement, and approved Certificate of Insurance and the required bonding. The successful Bidder shall begin Work immediately or as soon as is reasonable from the date of the Notice to Proceed and shall complete all work specified in this document within six 60 days from the date indicated on the Notice to Proceed. 9. Final Determination: The Bidder agrees that the City has the right to make all final determinations as to whether the Work has been satisfactorily completed. 10. The successful bidder will enter into a contract with the City of Palm Springs. A sample contract and a summary of insurance requirements are attached for your reference. Contractors bidding this project are strongly encouraged to review the bonding and insurance requirements prior to submitting a bid. The successful Contractor will be required to submit the required bonds and insurance as defined in these documents. 11. All of Contractor's employees, representatives and officials shall be expected to maintain excellent relations with the public, City officials and employees. Any display of offensive, discourteous or rude behavior by any representative of the Contractor may be cause for contract termination. Use of alcoholic beverages by Contractor's representatives is prohibited, and representatives are prohibited from being on the premises under the influence of alcohol or any other substances. 11 BID SCHEDULE/PRICING PAGES BID SCHEDULE (IFB13-14) LUMP SUM PRICE TO FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT THE CITY HALL 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. DESCRIPTION QTY PRICE EACH TOTAL Honeywell Silent Knight 5820XL Fire Alarm Panel 1 $ $ (OR EQUAL) State the Manufacturer, Brand, and Model # of the system you are offering in this bid below: *If you are offering an alternate brand/model as an "OR EQUAL" you must include product specification sheets, data sheets, and CFSM approval sheets attached with your bid. *Include with your bid copies of your valid C-10 Contractor's license, Fire Alarm Technician Certification (Blue Card) and evidence of your certified training to install the system you are bidding. *NOTE: All model numbers referenced below are based on the Honeywell Silent Knight 5820XL or System Sensor SpectrAlert Advance 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 brands as specified, "OR EQUAL". Honeywell Silent Knight 5820XL Red Remote Annunciator Panels (5860R) 2 $ $ 6A Intelligent Power Module (5496) 1 $ $ Intelligent Power Module (5895XL) 1 $ $ SLC Expander Boards (5815XL) 2 $ $ Battery 12v with Appropriate AH 6 $ $ Addressable Photo Smoke Detectors 168 $ $ (SK-PHOTO) Addressable Rate of Rise Heat Detectors 15 $ $ (SK-HEAT-ROR) Addressable Dual Action Pull Stations 11 $ $ (SK-PULL-DA) Duct Detectors (SK-DUCT) 4 $ $ with Sampling Tubes 12 Monitor Modules (SK-MINIMON): 2 Halon 8 $ $ Systems with Alarm, Supervisory & Trouble each, Fire Sprinkler Flow Switch & Control Valve System Sensor SpectrAlert Advance System Sensor SpectrAlert Advance 51 $ $ ceiling/wall mount horn-strobe, field selectable multi-cd, temporal hi/med/lo db output, 24v-White w/Fire System Sensor SpectrAlert Advance 8 $ $ ceiling/wall mount strobe, field selectable multi-cd output, 24v-White w/Fire System Sensor SpectrAlert Advance 2 $ $ wall mount horn-strobe, field selectable multi-cd, temporal hi/med/lo db output, 24v- red w/"Fire" wall orientation, exterior weather proof Lot (Shop Drawings, Submittals, Inspections 1 lot $ and Testing, Misc. conduit, wiring, and all installation supplies) AES Fire Radio w/Intellitap, AES UL 1 $ Fire & Zone w/Red Case w/2.5db Antenna AES UI Intellitap Telephone Line Data Receiver with batteries Sales Tax (9.0%) 1 $ Delivery (if applicable*) 1 lot $ Labor (all inclusive) 1 job $ *Labor includes both the removal of the existing system as well as the installation of the new system. 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. 13 SYSTEM PROGRAMMING, MAINTENANCE AND MONTIORING: The City requires that the fire alarm system installed as a result of this bid must be able to be properly programmed, maintained, and monitored per the manufacturer's specifications by any properly licensed fire alarm company/installer. Provide below the name, address, phone, and contact person located in the Southern California region where any properly licensed fire alarm company/installer may obtain factory/manufacturer certified training on the proposed system: (this is NOT for becoming a dealer or distributor of any particular brand') Name of system Manufacturer: Brand and Model number of system bid: Name and Address (in Southern California region) where certified training may be obtained: Contact Person: Phone#: What is the cost(if any) of the factory/manufacturer certified training? (Signatures): Name of contractor submitting bid Authorized signature Printed name Title Address City, State, Zip Telephone No: Fax No: E-mail ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by including the acknowledgment with your Bid. Failure to acknowledge the Addenda issued may result in your Bid being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addendum: Addendum(s) # is/are hereby acknowledged. 14 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: 15 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 13-14 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) SS COUNTY OF RIVERSIDE ) The undersigned, being first duly sworn, deposes and says that he or she is of , the party making the foregoing bid. That the bid is not made in the interests of, or on the behalf of, any undisclosed person, partnership company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or any other member or agent thereof to effectuate a collusive or sham bid. By: Title Subscribed and sworn to before me this day of 120 . Notary Public in and for said County and State FIDAVI.FRM 16 BIDDER'S GENERAL INFORMATION FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL IFB 13-14 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: 17 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* 18 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. 19 LOCAL BUSINESS PREFERENCE PROGRAM-GOOD FAITH EFFORTS ' IFB 13-14 Bid Opening Date March 20, 2013 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: 20 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 21 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. 22 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 13-14 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: FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL 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) 23 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: FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefore, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. 24 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 12012. 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) 25 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: FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL 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 2011. 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) Print Name and Title: Title (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) 26 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 7 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL The Work is generally described as follows: Removal of existing systems and furnishing and installing new fire alarm systems at the Palm Springs City Hall, located at 3200 E. Tahquitz Canyon 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$ 0.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 --CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). 27 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. 28 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 C State of C County of Css County of ]ss 29 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: 30 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 31 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. 32 CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B C D TYPE OF WORK PERFORMED AND LOCATION c�w�r LIMITS OF LIABILITY IN THOUSANDS(x1000) u�. TYPE OF INSURANCE POLICY NUMBER EACH OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY Indudiog'. $ $ ❑ EXPLOSION AND COLLAPSE BODILY INJURY $ $ ❑ UNDERGROUND DAMAGE PROPERTY DAMAGE ❑ PRODUCTSCOMPLEIEDOPERATIONS or ❑ CONTRACTUAL INSURANCE El BROAD INJURY AND $ $ BROAD FORM PROPERTY DAMAGE PROPERTY ❑ INDEPENDENT CONTRACTORS DAMAGECOMBINED ❑ PERSONAL INJURY PERSONAL INJURY $ COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON $ Including EACHACCIDENT El OVYlJM PROPERTY DAMAGE $ El HIRED ❑ NON-ONMED BODILY INJURY AND PR�ERTY $ ❑ MOTOR CARRIER ACT DAMAGE COMBINED EXCESS LIABILITY BODILY 1NIURY Including' AND PROPERTY El EMPLOYER DAMAGE COMBINED $ 'a LWBIIfTY WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABILITY Including, EL $ (EACH ACCIDENT) ElLONG SHOREMEMGAND HARBOR MCfQERS OTHER ADDITIONAL INSURED ENDORSEMENT-CITY OF PALM SPRINGS The undersigned certifies that he or she is the representative of the above+ramed insurance companies,that he or she has the authority to execute and issue this cartNcate to Certificate Holder,and accordingly,does 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 at this time. Notwithstanding any requirement,term,or condition of any cormact or Other document with respect to which this certificate may be issued or may pertain,the insurance afforded by the policies described herein is subject to at the terms,exclusions,and conditions of such policies. Copies of the policies shown will be h nhishetl to the Certificate Holder upon request. This Certificate does not amend,extend,or after the coverage afforded by the policies listed. Cancellation'Should any of the above described policies be cancelled before the expiration date thereof,the issuing company will mail 30 days written notice to the belownamed certificate holder' NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY 33 SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS Instructions to Contractors/Vendors/Service Providers: Prior to commencing any work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract with the City, appropriate insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified below: A. Minimum Scope of Insurance Required 1. General Liability Insurance is required whenever the City is at risk of third-party claims which may arise out of work or presence of a contractor, vendor and service provider on City premises. 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are driven off-road on City property. Compliance with California law requiring auto liability insurance is mandatory and can not be waived. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form. 4. Errors and Omissions coverage is required for licensed or other professional contractors doing design, architectural, engineering or other services that warrant such insurance. B. Minimum Limits of Insurance Coverage Required Under $25,000 Limits TBD by Risk Manager Over$25,000 to $5,000,000 $1 Million per Occurrence/$2 Million Aggregate Over$5 Million Limits TBD by Risk Manager Umbrella excess liability may be used to reach the limits stated above. C. The following general requirements apply: 1. Insurance carrier must be authorized to do business in the State of California. 2. Insurance carrier must have a rating of or equivalent to B++, VII, by A.M. Best Company. 3. Coverage must include personal injury, protective and employer liability. 4. Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. 5. Contractor's general liability and automobile insurance coverage must be primary and non- contributory over any insurance the City may maintain, that is, any such City insurance shall be excess to limits stated in the certificate. D. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of 34 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 35 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 ENDFAVOR TO MAIL 30 DAYS* WRITTEN !. NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT FAILURE RE TO AAA11 SI ICH NOTICE SHALL IMPOSE NO OR' 1GATION !lam I I IARII ITV OF AAIV KIND 1 lPQN THE INSI IRFC ITS AGENTS O '.. REPRESENTATIVES *The brokedagent 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 36 VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID BID ABSTRACT ACT JD �� DATE: 3 IDDING TO: Piu rll IUANTITV COMMODITY ITEM I All OPAJ 214 O VENDORS& AMOUNTS BID VENDORS & AMOUNTS BID BID ABSTRACT j� ��I I D t-z-I DATE J CID \ IDDING TO: Y pUANTITY COMMODITY ITEM# ,� i