Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
06206 - PREMIER SECURITY INC. FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS AT PAV & LEISURE CTR
DOCUMENT TRACKING Page: 1 Report: One Document Detail April 24, 2012 Condition: Document Number a6206, Document# Descrintion A_poroval Date Expiration Date Closed Date A6206 Furnish and install new fire alarm systems at the Pavillion and Leisure Ctr 04/04/2012 07/01/2012 Company Name: Premier Security Inc. Address: 1 . Group: COMMUNITY& ECONOMIC Contract Amt. Total Paid Balance Service: In File $18,844.20 $18,844.20 • xRef: Jan Anderson Ins. Status: Certificate and Policies are OK Document Tracking Items: Due Completed Trackina Amount Amount Code Item Description Date Date Date Added Paid under$25k $18.844.20 kdh to CM for sig distrib to CAM IN FILE 04/24/2012 04/17/2012 * * * * * * END OF REPORT * * * * * * AGREEMENT THIS AGREEMENT made this day of P' in the year 2012, by and between the City of Palm Springs, a charter cit , organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Premier Security Inc. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS AT PAVILION & LEISURE CENTER Invitation for Bids (IFB 12-10) The Work is generally described as follows: Removal of existing systems and furnishing and installing new fire alarm systems at the Pavilion and Leisure Center, located at 403 Pavilion Way, Palm Springs, California, 92262. ARTICLE 2 --COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of$ 0.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 -- CONTRACT PRICE ($18,844.20) The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ORIGINAL F-0 ANsf !%�— 'EtiT t �pl 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 _1 , 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. 2 ,ovl ATTEST: CITY OF PALM SPRINGS, CALIFORNIA City Clerk�0 _oZ61 c_ Cites/ r APPROVED A TO FORM: Date y y By ZYWAPPROVED BY CITY MANAGER City Attorney TM, $�k 8? Qb�Db Date ���lL 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. 7j- CONTRACTOR: Name: �emtee- OL Check one:_Individual_Partnership✓Corporation Address: 1.28 A1, 6&✓s f}a7.-y7;e. ±/bl �4cn t�Pe a<s i CA 9ZZ y By:&'406/6�� By: Signature (notarized) Signature(notarized) Nameu�'� 9 '�`` E Name: c�ecE } � , MC—L& Title: p(23t ��t Title: � CR�Ty9R� (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_anny'Vice President) Financial Officer or any Assistant Treasurer) State of N11 TG�i�I/'1-9 State of County of !j, County of 3 On ZolY On 03/-zy 7-0 before /2%tl J// G�ia��C rrS,4 Ablie vfa2� before me, personally appeared �WOIVOier 1AR8lLAmf,16 personally appeared RE6ECeA fim £/C who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(1tj whose nameW evidence to be the person whose namet< is/Ar® subscribed to the within instrument and is/o& subscribed to the within instrument and acknowledged to me that he/she1t4e5r executed acknowledged to me that IWdshe/tW executed the same in his/hWtbeir authorized capacity(ies'j, the same in D(s/her/ttir authorized capacity(iet), and that by his/ber/tNir'signaturesW on the and that by */her/t*r signatures on the instrument the person(5--), or the entity upon instrument the person(X), or the entity upon behalf behalf of which the personM acted, executed the of which the person acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under I certify under PENALTY OF PERJURY under the the laws of the State of California that the laws of the State of California that the foregoing foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: ROBN JR.I WAMM ROBIN Jilt WATKMIg i CanatNseios 01909M Comotlseroo•19089y Rotuy Pvs k-CAWOM e L Nofar Public•CeRtotMa RiyetsNq County Riverside County MV Comm.Expires Oct 19,2014 My Comm.Expires Oct 19,2014 4 Dql 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 �I ,9M,I r�Y�������I�I� /QC' By 411� 2.�C PC2 Title 5 EXHIBIT "A" SPECIAL PROVISIONS Business License Requirement: Contractor shall possess a valid City of Palm Springs Business License throughout the term of this agreement. Bid Bond: Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the amount Bid (maximum award value of lump sum total). Such guaranty shall be forfeited should the Bidder to whom the work is awarded fail to furnish the required proof of insurance, bonds and enter into a Purchase Order Contract with the City within the period of time provided by the IFB's requirements. Performance Bond and Insurance: The successful Bidder shall furnish within 14 calendar days after Notice of Award, a Performance Bond in the sum of the amount of the Agreement. The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. Also, the successful Bidder shall furnish within 14 calendar days after Notice of Award certificates of Insurance as per the instructions contained herein. Payment Bond: Concurrently with execution of Agreement, Contractor shall deliver to Agency a payment bond (Material and Labor Bond) in the sum of the amount of Agreement, in the form provided by the City Clerk, to satisfy claims of material suppliers and mechanics and laborers employed by Contractor on the work. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be certified and current copy of his power of attorney. The bond shall be unconditional and remain in force until the work is accepted by Agency and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. All work shall be performed in accordance with the 2010 California Codes including Building, Electrical, Fire and Mechanical as adopted by the City of Palm Springs Oridnances 1780 and 1781; and NFPA 72 National Fire Alarm Code, 2010 Edition. 6 QE ?At IA4 IPA INVITATION FOR BIDS (IFB 12-10) FURNISH AND INSTALL NEW FIRE ALARM cq`'foR" SYSTEMS FOR THE PAVILION AND LEISURE CENTER ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: 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 is providing a REVISED Scope of WorklSpecification, a REVISED Bid Schedule Lump Sum Pricing Page(s), and Plans for the Pavilion and Leisure Center, all attached hereto. This Addenda consists of a total of seven (7) pages (plus the 2 plans). THESE REVISED SECTIONS REPLACE WHAT WAS INCLUDED IN THE ORIGINAL IFB DOCUMENT. • After careful consideration, the City will accept bids of alternate brands under the provisions of "OR EQUAL". For the purpose of this bid the City is providing the brand name and model of Edwards UTC Vigilant GE VS1 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& 10.4.3. • You MUST submit the REVISED Bid Schedule (pricing pages) with your Bid. Failure to submit the REVISED Bid Schedule (pricing pages) will render your bid as non-responsive. Do NOT use the original pricing pages provided. • Vendors may submit only ONE (1) bid in response to this IFB. You may NOT submit multiple bids. • The deadline for questions on this bid has been extended to Thursday, March 8, 2012 at 3:OOPM. • The bid due date and time has been extended to WEDNESDAY, MARCH 14, 2012 AT 3:OOPM. 1 ALL OTHER TERMS AND CONDITIONS AND REQUIREMENTS OF THE ORIGINAL BID DOCUMENT REMAIN UNCHANGED. BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA Craig L. Gladders, CPM Procurement& Contracting Manager DATE: March 1, 2012 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Y e�P_. S G-GC712Cry /I X Authorized Signature: Date: 3 —0 — Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your submittal. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. 2 ADDENDA #1 - REVISED SPECIFICATIONS CITY OF PALM SPRINGS IFB 12-10 FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS AT THE PAVILION & LEISURE CENTER 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 Systems at the Pavilion and Leisure Center located at 403 Pavilion Way, Palm Springs, CA 92262. SCOPE OF WORK: Bids are being solicited from contractors that currently hold a valid State of California C10 Contractors License, as well as at least one employee working on this job site shall hold a current, valid Fire Alarm Technician Certification (Blue Card). • The new Fire Alarm system will be a Vigilant GE VS1 (OR EQUAL) addressable/programmable fire alarm panel to serve two existing buildings. • The new fire alarm control panel shall be mounted in the Leisure Center Lobby with the Contractor providing a dedicated 120 V circuit. Conduit shall be installed on the structural members connecting both buildings to serve the Pavilion Center building. • The new annunciator panel shall be installed in the Pavilion Center Lobby. • A new pull station shall be installed within 5 feet of the Pavilion lobby exit doors near the new annunciator panel. • The new NAC power supply panel shall be installed in the Pavilion Center with the Contractor providing a dedicated 120 V circuit. • The Leisure Center fire alarm system shall be a full coverage automatic smoke/ heat detection with full notification and manual pull stations. • The existing bell located in the courtyard of the Leisure Center shall be removed and replaced with a horn/strobe. • The existing bell located in the lobby of the Leisure Center shall be replaced with a new horn/strobe installed on the ceiling. • The existing pull station located in the Leisure Center lobby shall be removed and replaced with a new pull station within 5 feet of the lobby entrance doors. Additional pull stations shall be located at the courtyard entrance doors to the lobby and the 8 exterior exit doors. • The Pavilion Center fire alarm system shall be a manual system with full notification and fire sprinkler monitoring and alarm. This fire alarm system shall monitor the Ansul 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 in the service area behind the Pavilion shall be removed and replaced with a 24 volt horn/strobe at this location. • As required by Codes, duct detectors shall be installed including sampling tubes and duct detector units, 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. 3 The bid price is to include the removal of existing Fire Alarm panels and all related equipment. The bid price is to also include all necessary material, labor, equipment, drawings, permits, inspections, testing and warranties necessary to furnish and 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 and appropriate Codes (including ADA), and comply with Fire Alarm Manufacturer's Listings, Installation Instructions and Requirements. 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 -5:00 pm, Monday thru Friday. 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 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. 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. 4 01 ADDENDA #1 - REVISED BID SCHEDULE/PRICING PAGES BID SCHEDULE(IFB 12-10) LUMP SUM PRICE for FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS AT THE PAVILION & LEISURE CENTER All materials, equipment and labor necessary to furnish and install a new turnkey Fire Alarm System at the Pavilion & Leisure center 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 TOTA Edwards UTC Vigilant GE VS1 (OR EQUAL) 1 8/O.ov Panel, 1 loop, 64 Intel Dev, NAC's DLD 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. Red Annunciator Panel 1 g3V ,,a $ 3 96P Rs232 interface for VS1 (OR EQUAL) Battery 12v with Appropriate AH 4 $ Addressable Photo Smoke Detectors with Bases 27 Addressable Rate of Rise Heat Detectors with Bases 4 Addressable Single Action Pull Stations 11 -)a-- $ F&40. 9d Single Input Modules:2 Duct Detectors,Ansul System, Fire Sprinkler Flow Switch&Control Valve 5 CeilingNvall mount horn-strobe, multi-cd (15/30/75/95od)temporal hi8o db output 24v-White w/Fire 21 NAC Power Supply 1 Genesis(OR EQUALI Ceiling/Wall Strobe—15/95 multi-cd, /! p Fire marking, mounts to 4"square x 2-1/8"Box 12 $,�5, Z $ YJ0 15/75 cd Temporal Horn/Strobe-24vdc, RED. UL1971 Listed ctl 15cd(75 cd On Axis Per ADA/UL 1638), "Fire"wall orientation, Exterior Waterproof $ 6s4 000 $ -do 5 3zx..30 - Aot Duct Smoke Detectors with Sample Tubes 2 $��� v $ � •� Lot(Shop Drawings, Submittals, Inspections and Testing, Misc. conduit,wiring, and all installation supplies) 1 lot AES Fire Radio w/Intellitap,AES UL Fire&Zone w/Red Case w/2.5db Antenna AES UI Intellitap Telephone Line Data Receiver with batteries included 1 Sales Tax(7.75%) 1 $ sue,La Delivery(if applicable*) 1 lot $ on 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) $ !�, �`F.3, 90 t` tr,ry�• �o)�� (written 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*): $ d77• ao per hour. 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 (3)years from the date of final acceptance of the materiallequipment 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. 6 Q� I 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 brandl Name of system Manufacturer: S ILA V' 1\l c ;'-kMT Brand and Model number of system bid: S-90 g Name and Address (in Southern California region) where certified training may be obtained: LAX Contact Person: � ,OV h d561C Phone#: 763 — 3 Vt29 r �i / nn What is the cost(if any) of the factory/manufacturer certified training? : �� - oa e_9Ly i'-t�� (Signatures): Name of contractor submitting bid 1 ��✓`1� /L� �G(:-fj le 'jC� Authorized signature Printed name/U�� D Ti9 MEC Title Address /a 4�42 A)_ /JGVC-7 city, state, zip i°/ L,C 4 �Pf2 ��9 cry l�olk� Telephone No:70- 33 3 7395 Fax No: E-mail r0tAeJ& FCeM I CV 6 C94C . 0001 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. 7 REFERENCES The City is seeking a qualified contractor who has the required license, certifications, experience and capability to install new Fire Alarm Systems at the Pavilion & Leisure Center 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. p/� 1) Name of contractor or agency: i A C fA, 5 q5 l Qv W-S A�M KES el-�� QAu,t 106SEAZ-V Contact Person: Phone# 760 cUO OV Brief description of project: -5/4C7T' 9 AJ t 2 KET- �iig' A0!_7 44�iE3Zjtit 2) Name of contractor or agency: Contact Person: V AL415 Phone# 69 -6�3387b Brief description of project: SI Lev, r _&vtG_"TE O4c_4p_r-L IOA*zG-c_ Fa 2 /-fo TL 3) Name of contractor or agency: L 'O A 5 e-z�, V( L_LA crC Contact Person: 0�T r -L l O±Y Phone# Xe f 6ck I TFO Brief description of project: 13 BIDDER'S GENERAL INFORMATION FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS FOR PAVILION&LEISURE CENTER 1FB 12-10 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: P2 .,t 5 Ec_u 9-n i �J c. /dV_3 4). &gg&U IgQT-ey-PO_A-cC 4,- l07 Cif 2. CONTRACTOR'S Telephone Number: ( 7&6) 3,a3 -23RS Facsimile Number: (760) 3 'K/ 3. CONTRACTOR'S License: Primary Classification 7 S5-57 7 C AF State License Number(s) "Z5 S3 Supplemental License Classifications C 7 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety C — 6W A u 9 F►2 e4'"C' 3 e4wL-C4�S Address 3.387 D2 hd3 of�Asg� cA Surety Company Telephone Numbers: Agent(96) YVkG Jia7 Surety (,tm ) zl` � 5. Type of Contractor(Individual, Partnership or Corporation): f4w'p 6. Corporation organized under the laws of the State of: CrT 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: Dg u rAf-,_cZ 4�o e�j P,4T&\�,ua s-- PAGM slFaakW 15 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 t' 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* 16 �A REQUEST FOR TREASURER'S RECEIPT TO: FINANCE DEPARTMENT, CASHIER DATE: FROM: A,o l: �rij PLEASE ACCEPT $ FROM: FOR: CREDIT ACCOUNT NO. 14 BY ORDER OF x INTELLIKNIGHT FIRE ALARM CONTROL PANEL SILENT IntelliKnight® 5808 KNIGHT Single Loop Addressable ® Fire Alarm Control System by Honeywell The convenience of an addressable fire alarm control panel in a cost-effective easy to use package. IntelliKnight Model 5808 is a 127 point class leading single loop addressable fire alarm control/communicator system. 5808 provides you with the revolutionary value and performance of addressable sensing technology combined with exclusive, built-in digital communication, distributed intelligent power, easy to use interface. Powerful features such as drift compensation and maintenance alert are delivered in this powerful FACP from Silent Knight. For more information about the IntelliKnight system, or to locate your nearest source, please call 1-800-328-0103. Description The basic 5808 system can be enhanced by adding modules such as 5860 remote annunciator, 5824 serial/parallel printer interface module (for printing system reports), and 5496 intelligent power module. 5808 supports Hochiki or SK protocol devices. 5808 also features a powerful built-in dual line fire communicator that allows for reporting of all system activity to a remote monitoring location. Features • Built-in support for up to 99 SK detectors and 99 SK modules. • Built in support for 127 Hochiki SD devices. • Up to 125 zones and 125 output groups. • Uses standard wire—no shielded or twisted pair required • Built-in digital communicator. Model 5808 • Central station reporting by point or by zone • Programmable date setting for Daylight Saving • Supports Class B (Style 4)and Class A(Style 6 or 7) Time configuration for SLC. • Plex-2 door option combines a dead front • Distributed, intelligent power. cabinet door with a clear window, limiting • Drift compensation. access to the panel while providing single • 13 pre-programmed output cadences, (including ANSI- button operation of the reset and silence 3.41), and 4 programmable outputs. functions. • Notification circuits can be configured as 2 Class A(Style Integrated dead front panel protects operator Z) or 4 Class B (Style Y), or auxiliary power for resettable, from exposure to electrical components. constant, or door holder power. • The FACP enclosure features a Plexiglass® • Built-in annunciator with 80-character LCD display. viewing window to protect annunciator. • RS-485 bus provides communication to system Acknowledge function allows operator to keep • Built-in RS-232 and USB interface for programming via a PC. Installation • Upload or download programming, event history, or The 5800 can be surface or flush mounted. detector status via remote or direct connection. • Improvements in SKSS deliver five times faster Compatibility upload/downloads. The 5808 SLC supports multiple device types of the • Built-in synchronization for appliances from AMSECO, same protocol: GentexO, Faraday, System Sensor®, and Wheelock®- • SK(System Sensor) • One Form C trouble relay rated at 2.5A at 27.4 VDC and • Hochiki SD two Form C programmable relays rated at 2.5A at 27.4 VDC. You cannot mix SD and SK devices on a FACP. i INTELLIKNIGHT FIRE ALARM CONTROL PANEL zrz.-= 5496 5808 Specifications for automatic,manual,waterfiow,sprinkler Miscellaneous Accessories Electrical supervisory(DACT non-coded)signalling services. 5660 Silent Knight Software Suite Primary AC: 120 VRMS at 50/60 Hz, UL Listed PC-base software for FACP 2.75A CSFM 7165-0559:0142; programming. Upload and view panel Total Accessory Load:6A @ 27.4 MEA 429-92-E Vol.XIV account information, event history,and VDC detector status. Notification Power.6A @ 27.4 VDC, S-BUS Accessories power-limited 5860/R Remote Fire Annunciator 5670 Silent Knight Software Suite End-user facility management software Standby Current: 170 mA Features the same 80 character backlit allows viewing of detector status and Alarm Current: 325 mA LCD display keypad and firefighter's key event history via modem or direct Notification&Auxiliary Circuits: switch as the 5808.5860 is gray and connection. 3A @ 27.4 VDC per circuit,power- 5860R is red. limited Plex-2 Door 5496 Intelligent Power Module Dead front cabinet door with clear Battery Charging Capacity:7.0-35 A 6 amp notification power expander that window to limit access to the FACP. AH provides four additional power-limped Battery Size: 18 AH max. allowed in notification appliance circuit outputs. RBB FACP. Larger capacity batteries can Remote Battery Box Accessory be housed in an RBB accessory 5880 LED/1O Module Cabinet. Used backup batteries are cabinet Features 40 LED outputs,8 normally open too large to fit into FACP cabinet. Physical dry contact inputs and one piezo output. Dimensions: Flush Mount Dimensions: 5865-3 and 5865.4 16"W x 10"H x 6"D(406 mm W x 254 14.5"W x 24.75"H x 3.5"D Remote LED Annunciator mm H x 152 mm D) Features 30 programmable LED(15 red (36.8 W x 62.9 H x 8.73 D cm) and 15 yellow)outputs and a piezo Hochiki and SK Devices Overall Dimensions: sounder.The 5865-4 adds a silence and See the specification sheets listed 16"W x 26.4"H x 4.65"D reset switch to the package. below for a complete listing of the (40.6 W x 67 H x 11.8 D cm) Hochiki and SK devices. Weight:28 lbs. (12.8 kg) 5824 Serial/Parallel Printer 53624 Hochiki SD Devices data Color: Red Interface Module sheet Provides one parallel and one RS-232 Telephone Requirements: serial port for connecting a printer to 5808. 53623 SK Device Protocol Devices FCC Part 15 and Part 68 approved Use to print a real-time log of system data sheet Type of Jack: RJ31X(two required) events,detector status reports, and event Approvals history. NFPA 13, NFPA 15, NFPA 16, NFPA 5883 Relay.Board 70.&NFPA 72: Central Station; Features 10 general purpose Form C Remote Signalling; Local Protective relays. Used with 5880 module. IntelliKnight&JumpStart are Registered Signalling Systems;Auxiliary Trademarks of Silent Knight Flexpm is a Protected Premises Unit; &Water Trademark of Silent Knight Deluge Releasing Service. Suitable ® SILENT This document is not intended to be used for installation purposes.We try to MADE IN AMERICA keep our product infonnation up-to-date and accurate.We cannot cover all KNIGHT specific applications or anticipate all requirements.Al specifications are 350386 Rev.H subject to change without notice.For more information,contact Silent Knight 0 2011 Honeywell International Inc. by Honeywell 12 Clintonville Road,Norlhford,CT 06472-1610.Phone:(800)328-0103, Fax:(203)484.7118.www.slientknight.com CALIFORNIA DEPARTMENT OF FORESTRY&FIRE PROTECTION OFFICE OF THE STATE FIRE MARSHAL FIRE ENGINEERING-BUILDING MATERIALS LISTING PROGRAM LISTING SERVICE LISTING No. 7165-0559:0142 Page 1 of 2 CATEGORY: 7165—FIRE ALARM CONTROL UNIT(COMMERCIAL) LISTEE: SILENT KNIGHT SECURITY7550 Meridian Circle, Maple Grove,MN 5536941927 Contact: Michael Mclsaac(763)493-6400 Fax(763)391-5464 Email:mike.mcisaac@honeywell.com DESIGN: Models*5808,'IFP-100 Fire Alarm Control Units.Power limited,automatic,manual,local, remote station,central station,waternow,water releasing and sprinkler supervisory service. Refer to listee's data sheet for additional detailed product description and operational considerations.System components: 5808, IFP-100 Control Units '01FP-100BD Motherboard 7628 EOL Resistor 5860/586OR/RA-1000 Annunciator 'OIFP100-IAIFP-100 User interface *058631 5808 User Interface 5496 Power Module 5824 Serial/ParallelInterface RPS-1000 Power Expander/Supply 5865-3/5965-4 LED Annunciator 5880 LED 10 Module 5883 Relay Interface Board SD500-ANM Addressable Notification Module SD500-LIM Line Isolation Module SD505-61B Isolation Base SD-500 SDM Smoke Detector Module RA-100 Remote Annunciator 3158 Reverse Polarity Module 5220 Direct Connect Module `122740,'122723E Enclosures RATING: 120 VAC Primary,24 VDC Secondary INSTALLATION: In accordance with listee's printed installation instructions,applicable codes and ordinances and in a manner acceptable to the authority having jurisdiction. MARKING: Listee's name,model number,electrical rating, and UL label. APPROVAL: These control units can generate a distinctive three-pulse Temporal Pattern Fire Alarm Evacuation Signal(for total evacuation)in accordance with NFPA 72,2002 Edition. Rev.10-3-08 ma This listing is based upon technical data submitted by the applicant. CSFM Fire Engineering staff has reviewed the test results and/or other data but does not make an independent verification of any claims. This listing is not an endorsement or recommendation of the item listed. This listing should not be used to verify correct operational requirements or installation criteria. Refer to listee's data sheet,installation instructions and/or other Date Issued: July 01, 2011 Listing Expires June 30,2012 Authorized By: FRANCS MATEO,Program Coordinator Fire Engineering Division Listing No. 7165-0559:0142 Page 2 of 2 This control unit meets the requirements of UL-864,9th Edition Standards. NOTE: For Fire Alarm Verification Feature(delay of fire alarm signal),the maximum Retard/Reset/Restart period shall not exceed 30 seconds. Rev.10-3-08 me This listing is based upon technical data submitted by the applicant. CSFM Fire Engineering staff has reviewed ,fig the test results and/or other data but does not make an independent verification of any claims. This listing is not an endorsement or recommendation of the item listed. This listing should not be used to verify correct it operational requirements or installation criteria. Refer to listee's data sheet,installation Instructions and/or other Date Issued: July 01, 2011 Listing Expires June 30,2012 Authorized By: FRANCIS MATEO, Program Coordinator Fire Engineering Division tea• .r ul�l.. �_ di, '.; � I I�PQ p.:. l���il illl��A i!�WO°�i ��:yy �III � VijiPo�iT liyll .i�V���lll a IIVO iVatl ili �Vi i�, ea '. r ,�pi�l�ii�iiil�IVl i� m �ry e _Y r1 O 161 14, e e e � eo dal }„ioG ':�i � 9 miu �'-0Ii Wi ulr yi pii ,,. � l& Y-.' I�i it pi is li aa- rl rt y +r��li i Vf w•..�. ? �d�¢"� .;t i 1r�491.p V nl tl i, ii it ii *"V �IV4SI i0pi�,.� 'za ��� � lI .✓Y��. ii #i i i"'F"�,( �wj 4 i�f ii� >�n !" i u��e Ix WI I�z,up�i � u lfiy ..� u"zx, .&"��' "'�►.'«��.: �kf�' S' xs a'`G���✓F, �`a ' �`r" s•,;'--rV y � i` ,,;`y:::�� ;s If, p JE 10 t I F y ,..GFt7 i u ii" � �'�.� su i� � e "fxi � I�i IXi i.b a' i •"`iT 'hl l� � ✓ rioJii m 05���� t�' iVl � ✓�� il,d�. ��" �k Voi p k ipPil�jl�}}isL i u�' i JP �: i ia+. ' :W ui �il w i V i ilpo �'" ."»«'w JV�PV�^ yti�piil�f I". iiiPil li V i V'� ry n � i�E! ph ul� i i@ I. i i ii V I �� � � mVV�IIV�ia } ¢ expL Wukoj _ II STATE OF CALIFORNIA �tCo t� of trenot oarb Pursuant to Chapter 9 of Division 3 of the Business,,!!!Professions Code and the Rules and RMdations of the Contractors-Mille license Board, the Registrar of Contractors does hereby issue'ttTls tense to: to engage in °r - a contractor in tho Flo ion(s0$-,` Ct¢ �j ' Witness my hand and seal this day, f April 11003 �tp 1j4VO4— SIGNATURE OF LICENSEE lsnxd bier � 1996. Stephen P.Saads Registrar of C muraam SIGNATURE OF LICENSE QUALIFIER This license is the Property of the Registrar of Contractors, 755596 is not transferrable,and shall be returned to the Registrar - upon demand when suspended,revoked,or invalidaW License Number for any reason.It becomes void if not renewed. M-u MEV.7411 O.GSi ni 59448 ,weir,u arm, S.L LENT KNIGHr Premier Security Inc Jeff Dettmers i Is Authorized to sell, install and service the IntelliKnightTM Product Lines /,���✓�� SILENT ti KNIGHT March 7, 2012 Michael T. Fischer Valid 1 Year From Date Vice President, Sales 130D by Honeywell CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 12-10 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and contractorly 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 SYSTEMS FOR PAVILION &LEISURE CENTER 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 attorneys 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) 17 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 12-10 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) SS COUNTY OF RIVERSIDE ) � yn rsrgned, being first duly sworn, deposes and says that he or she is_ `Q `� of ( !C �( U/2/Z follhe 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. Title f�l oq<5�( Subscribed and sworn to before me this day of M A-kctl- 2012 . w w� Notary,961ic in and for said JAMES W GOECO Coand State Camr "61"0/911077 IVoWy Pdbk CMIhr* FIDAVI.FRM B*M*Cooft 14 Check a License- License Detail - Contractors State License Board Page 1 of 2 Department of Consumer Affairs Contractors State Li a oard Contractor's License Detail - License # 755596 DISCLAIMER:A license status check provides information taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. > CSLB complaint disclosure is restricted by law(B&P 7124.61 if this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. �+ Per B&P 707t17,only construction related civil judgments reported to the CSLB are disclosed. n� Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. -yP Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. License Number 755596 Extract Date 3/14/2012 PREMIER SECURITY INC 1243 N GENE AUTRY TR#107 Business Information PALM SPRINGS,CA 92262 Business Phone Number.(7601 323-7395 Enti�—__ Corporation Issue Date 10/22/1998 Expire Date_ 10/31/2012 ACTIVE License Status This license is current and active.All information below should be reviewed. CLASS DESCRIPTION Classifications C-7 LOW VOLTAGE SYSTEMS C10 ELECTRICAL _. CONTRACTOR'S BOND This license filed Contractor's Bond number SC6310708 in the amount of$12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date:03/02/2009 Contractor's Bonding History Bonding _... __. _.. ......_ _.... __. ....... .__. _. BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO)IAMELE RONALD DANIEL certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date:01/23/2007 BQI's Bonding History Workers'Compensation This license has workers compensation insurance with the TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA 1,Tt.,e•/hcnxnxr7 nell+ ro nnv/(1n1:naCo�x.:��.o/!`ho..LTa.o.+ooTT/T :�oecoTloto:l -o119T :1AT11m-75 2/l dl')M7 Check a License - License Detail - Contractors State License Board Page 2 of 2 Policy Number:XJUB3455T19111 Effective Date: 04/022011 Expire Date: 04/022012 Workers' Compensation History Personnel listed on this license(current or disassociated)are listed on other licenses. Personnel List I Other Licenses Conditions of Use I Privacy Policy Copyright©2010 State of California lhttna•/hammO rclh ra rtnv/(1n1inACn+R r:noc/(`1.onLT ;,n--TT/T INVITATION FORBIDS NO. 12-10 FOR FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS AT THE PAVILION & LEISURE CENTER 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 ................................................................ 9-10 BID SCHEDULE PRICING PAGES (MUST BE MANUALLY SIGNED) ............................... 11-12 BIDDER'S REFERENCE LIST ................................................................................................. 13 AFFIDAVIT OF NON-COLLUSION........................................................................................... 13 BIDDERS GENERAL INFORNATION FORM...................................................................... 15-16 BIDBOND FORM .................................................................................................................... 17 PAYMENT BOND FORM .................................................................................................... 18-19 PERFORMANCEBOND ..........................................................................................................20 CONTRACT AGREEMENT.................................................................................................21-24 WORKER'S COMPENSATION CERTIFICATE ....................................................................... 25 EXHIBIT "A„ SPECIAL PROVISIONS....................................................................................... 26 CERTIFICATE OF INSURANCE SAMPLE DOCUMENT ......................................................... 27 SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS ........................28-30 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 7, 2012 TIME DUE:3:00 P.M., Local Time 1 NOTICE INVITING BIDS CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS (IFB 12-10) NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified contractors for: FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS FOR THE PAVILION AND LEISURE CENTER 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 Pavilion and Leisure Center, located at 403 Pavilion Way, Palm Springs, CA 92262. Please refer to the attached plans for the scope of work required and other details. The work requires a contractor with a current, valid State of California C10 Contractor's license, and at least one (1) employee working on this job site shall hold a current, valid Fire Alarm Technician Certification (Blue Card). Copies of both shall be submitted with your bid. Work shall be performed in accordance with 2010 California Codes including Building, Electrical, Fire and Mechanical as adopted by the City of Palm Springs Ordinances 1780 and 1781, and NFPA 72 National Fire Alarm Code, 2010 Edition, in addition to the specifications included herein. A payment (labor/material) bond will be required if you are the selected contractor and enter into an Agreement with the City of Palm Springs. Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent(10%) of the amount Bid (maximum award value). Such guaranty shall be forfeited should the Bidder to whom the Work is awarded fail to furnish the required proof of insurance, bonds and enter into a Purchase Order Contract with the City within the period of time provided by the IFB's requirements. Bids will be received until 3:00 P.M., WEDNESDAY, MARCH 7, 2012 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, February 22, 2012, 9:OOAM at the Palm Springs Pavilion, located at 403 Pavilion Way, Palm Springs CA 92262. Failure of a Bidder to attend the pre-bid walk- through shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver of any and all future claims relating to said conditions. 2 Availability of Documents: Bid Documents and Specifications may be obtained from the Procurement Office by calling (760) 322-8368, NOTE: Contact Craig Gladders, Procurement & Contracting Manager, via email at Craig.Gladders(a)palmspringsca.gov to register as a Bidder. Failure to register as a Bidder may result in not receiving bid addenda. Failure to acknowledge addenda with your bid may cause your bid to be considered non-responsive. 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 60 working days (note: allowed working days Monday through Friday 8:00 a.m. to 5:00 p.m). Craig L. Gladders, C.P.M. Procurement & Contracting Manager City of Palm Springs, CA 3 INVITATION FOR BIDS (IFB 12-10) 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 12, 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 13, must be completed. X Affidavit of Non-collusion by Contractor form, page 14, 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 12 located at the bottom. Failure to acknowledge all Addenda may render your Bid non-responsive. X Bidder's General Information, page 15-16, 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 17 must be executed and notarized as indicated, if applicable. 4 CITY OF PALM SPRINGS IFB 12-10 FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS AT PAVILION & LEISURE CENTER 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. When discrepancies occur between unit prices and extended amounts the unit prices shall govern. 10. Bidder will be required to file an Affidavit of Non-Collusion with their Bid. This shall be signed and sworn before a Notary Public. 11. PRE-BID WALK THROUGH: Prospective Bidders are strongly advised to attend a Pre-Bid Walk-Through which will be conducted by the City in order to acquaint the Bidders with existing site conditions. The pre-proposal walk-through will take place on Wednesday, February 22, 2012, at 9:00 A.M. Local Time. Please allow at least 2 hours for site tour. Participants will meet promptly at 9:00 A.M. in the lobby of the Palm Springs Pavilion located 5 at 403 Pavilion Way, Palm Springs, CA 92262. It shall be the full responsibility of the Bidder to visit and inspect all locations prior to submission of a Bid. No variation in price or condition shall be permitted based on a claim of ignorance. Failure of a Bidder to attend the pre-bid walk-through shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver of any and all future claims relating to said conditions. 12. QUESTIONS: Bidders, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this 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: Craig L. Gladders, Procurement& Contracting Manager Procurement & Contracting Dept. 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Craig.Gladders(a)oalmspringsca.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, February 29, 2012. 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. 13. Notice of Award: After award of the Bid by the Palm Springs City Council if necessary, a Notice of Award letter and/or Purchase Order will be issued to the successful Bidder. The successful Bidder shall provide all Certificates of Insurance, Bonds, if required, within fourteen (14) calendar days. 14. The Bidder agrees that the City has the right to make the final determination as to whether the material/equipment has been satisfactorily delivered, operable and meets acceptance criteria as defined in the Bid documents. 15. Performance: Time is of the essence in the performance of the work. Performance schedule may be a factor in award of bid and may be cause for resection as determined by the City. 16. Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship including without limitation, any optional equipment purchased by the City under the terms of this agreement, against poor or inferior quality equipment, materials or workmanship for a period not less than three years from the date of final acceptance of the material/equipment by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. Where applicable, all bids shall be accompanied by a copy or 6 description of the manufacturer's warranty for the items(s) proposed and evidence that such warranty is assignable to the City. 17. Termination for Default: The City may, by written notice of default to the vendor, terminate any resulting order in whole or in part should the vendor fail to make satisfactory progress, fail to deliver within time specified therein or fail to deliver in strict conformance to specifications and requirements set forth therein. In the event of such termination, the City reserves the right to purchase or obtain the supplies or services elsewhere, and the defaulting vendor shall be liable for the difference between the prices set forth in the terminated order and the actual cost thereof 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. 18. Termination for Convenience: The City may, by written notice stating the extent and effective date, terminate any resulting order for convenience in whole or in part, at any time. The City shall pay the vendor as full compensation for performance until such termination the unit or pro rate price for the delivered and accepted portion, and a reasonable amount, as costs of termination, not otherwise recoverable from other sources by the vendor as approved by the City, with respect to the undelivered or unaccepted portion of the order, provided compensation hereunder shall in no event exceed the total price. In no event shall the City be liable for any loss of profits on the resulting order or portion thereof so terminated. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 19. Fiscal Year: Obligation for payment of any contract beyond the current fiscal year end is contingent upon the availability of funding from which payment can be made. No legal liability shall arise for payment beyond June 30 of the calendar year unless funds are made available for such performance. 20. Governing Law: This contract shall be construed and interpreted according to the laws of the State of California. 21. Contractor's License: The successful Offeror shall posses a 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. 22. Bid Bond: Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the amount Bid (maximum award value of lump sum total). Such guaranty shall be forfeited should the Bidder to whom the work is awarded fail to furnish the required proof of insurance, bonds and enter into a Purchase Order Contract with the City within the period of time provided by the IFB's requirements. 23. Performance Bond and Insurance: The successful Bidder shall furnish within 14 calendar days after Notice of Award, a Performance Bond in the sum of the amount of Agreement. The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. Also, the successful Bidder shall furnish within 14 calendar days after Notice of Award certificates of Insurance as per the instructions contained herein. 24. Payment Bond: Concurrently with execution of Agreement, Contractor shall deliver to Agency a payment bond (Material and Labor Bond) in the sum of the amount of Agreement, in the form provided by the City Clerk, to satisfy claims of material suppliers and mechanics and 7 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. 25. Local Preference: Local Preference in Public Works Contracts (Sub-Contracting). The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. 26. Payment Terms - The standard terms at the City of Palm Springs are Net 30 days. 8 CITY OF PALM SPRINGS IFB 12-10 FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS AT THE PAVILION & LEISURE CENTER 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 Systems at the Pavilion and Leisure Center located at 403 Pavilion Way, Palm Springs, CA 92262. SCOPE OF WORK: Bids are being solicited from contractors that currently hold a valid State of California C10 Contractors License, as well as at least one employee working on this job site shall hold a current, valid Fire Alarm Technician Certification (Blue Card). he new Fire Alarm system shall be a GE Vigilant addressable/programmable fire alarm panel to serve two existing buildings. Pursuant to the provisions of 7.05.040 (3) of the Municipal Code the City has determined that the standardization on the non- proprietary GE brand Vigilant alarm system is in the best interest of the City and applicable. Other brands shall not be considered for this bid. • Existing bells are to be replaced with new horn strobes. Existing pull stations are to be replaced with new pull stations. • The new fire alarm control panel shall be mounted in the Leisure Center Lobby with a dedicated 120 V circuit. Conduit shall be installed on the structural members connecting both buildings to serve the Pavilion Center building. • An annunciator panel shall be installed in the Pavilion Center Lobby. • The Leisure Center fire alarm system shall be a full coverage automatic smoke / heat detection with full notification and manual pull stations. • The Pavilion Center fire alarm system shall be a manual system with full notification and fire sprinkler monitoring and alarm. • As required by Codes, duct detectors shall be installed including sampling tubes and duct detector units, which shall be supervised by the Fire Alarm System. The City shall connect the shutdown wiring for duct detectors. The bid price is to include the removal of existing Fire Alarm panels and all related equipment. The bid price is to also include all necessary material, labor, equipment, drawings, permits, inspections, testing and warranties necessary to furnish and 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 and appropriate Codes. All material and equipment is to be non-proprietary. 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 - 5:00 pm, Monday thru Friday. 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, material and equipment are to be in place prior to the start of the project. The awarded contractor shall provide one (1) year parts and labor warranty for all Services performed under this proposal. 9 The awarded contractor shall provide all necessary provisions to provide a safe environment for all pedestrian traffic during the entire phase of the project. The awarded contractor is responsible for the cleanup of all areas where work is to be performed daily. All areas are to be put back to the same condition or better as found prior to the start of the project. SPECIAL CONDITIONS: 1. Contract Services Agreement: The attached Contract Services Agreement shall be utilized to identify the respective obligations of the City and the (awarded) Contractor. 2. Plans Submissions: Three complete sets of 24"X36" sets of plans for Fire Alarm System must be submitted at time of building plan submittal. 3. Non-Interference: Contractor shall not interfere with the public use of the premises and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 4. Insurance Requirement: The Contractor awarded the Contract shall meet all insurance requirements of the City, including but not limited to, the provisions of personal and property liability, including automobile coverage, and Worker's Compensation, in limits acceptable to the City. 5. License Requirement: The contractor will be required to: • be licensed in accordance with the Palm Springs Municipal Code, Chapter 3.40 through 3.96 entitled Business Tax; • possess any other applicable license required in the performance of these services. 7. Terms and Conditions: The bidder shall not change the wording in the attached specifications or conditions. No words or comments shall be added to the general conditions or detailed specifications. Any explanation or alternative offered shall be set forth in a letter attached to the front cover of the specifications. Conditional bids will not be accepted. 8. Notice to Proceed: A Notice to Proceed letter will be issued upon receipt of the required executed agreement, and approved Certificate of Insurance and the required bonding. The successful Bidder shall begin Work immediately or as soon as is reasonable from the date of the Notice to Proceed and shall complete all work specified in this document within sixty 60 days from the date indicated on the Notice to Proceed. 9. Final Determination: The Bidder agrees that the City has the right to make all final determinations as to whether the Work has been satisfactorily completed. 10. The successful bidder will enter into a contract with the City of Palm Springs. A sample contract and a summary of insurance requirements are attached for your reference. Contractors bidding this project are strongly encouraged to review the bonding and insurance requirements urior 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. 10 BID SCHEDULE (IFB 12-10) LUMP SUM PRICE for FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS AT THE PAVILION & LEISURE CENTER All materials, equipment and labor necessary to furnish and install a new turnkey GE Vigilant (no alternate brands or substitutions allowed*) Fire Alarm System at the Pavilion & Leisure center 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 TOTA GE Vigilant VS1 Panel, 1 loop, 64 Intel Dev, NAC's DLD 1 $ $ Red Annunciator Panel 1 $ $ Rs232 Interface for VS1 1 $ $ Battery 12v with Appropriate AH 4 $ $ Addressable Photo Smoke with Detector Bases 21 $ $ Addressable Heat Detector with Detector Bases 4 $ $ Single Action Pull Station 9 $ $ Single Input Module 15 $ $ Ceiling mount horn-strobe, multi-cd (15/30/75/95cd)temporal hi/lo db output 24v-White w/Fire 15 $ $ NAC Power Supply with Dedicator Power Circuit 1 $ $ Genesis (or equal)Ceiling Strobe— 15/95 multi-cd, Fire marking, mounts to 4" square x 2-1/8" Box 5 $ $ 15/75 cd Temporal Horn/Strobe-24vdc, RED. UL1971 Listed @ 15cd (75 cd On Axis Per ADA/UL 1638), "Fire'wall orientation 2 $ $ Duct Smoke Detectors with Sample Tubes 2 $ $ Lot(Shop Drawings, Submittals, Inspections and Testing, Misc. conduit, wiring, and all installation supplies) 1 lot $ AES Fire Radio w/Intellitap, AES UL Fire&Zone w/Red Case w/2.5db Antenna AES UI Intellitap Telephone Line Data Receiver with battery backup 1 $ Sales Tax(7.75%) 1 $ Delivery(if applicable*) 1 lot $ 11 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 WARRANTY: List warranties. City of Palm Springs requires a minimum of a one (1) year warranty for all parts and labor. (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) # isfare hereby acknowledged. 12 REFERENCES The City is seeking a qualified contractor who has the required license, certifications, experience and capability to install new Fire Alarm Systems at the Pavilion & Leisure Center 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: 13 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 12-10 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 20_. Notary Public in and for said County and State FIDAVI.FRM 14 BIDDER'S GENERAL INFORMATION FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS FOR PAVILION & LEISURE CENTER IFB 12-10 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: 15 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* 16 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 12-10 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and contractorly 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 SYSTEMS FOR PAVILION & LEISURE CENTER 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) 17 PAYMENT 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, 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, contractorly 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 SYSTEMS AT PAVILION & LEISURE CENTER NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefore, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorneys fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. 18 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 2012. 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) 19 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 SYSTEMS AT PAVILION & LEISURE CENTER 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, wrporafion) (Corporations require two signatures;one from each of the following groups:A. Chairman of Board, President,or any Vice President; AND B.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). By SURETY: Signature(NOTARIZED) Print Name and Title: By By Signature(NOTARIZED) Title Print Name and Title: (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) 20 AGREEMENT THIS AGREEMENT made this day of in the year 2012, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: FURNISH AND INSTALL NEW FIRE ALARM SYSTEMS AT PAVILION & LEISURE CENTER The Work is generally described as follows: Removal of existing systems and furnishing and intalling new fire alarm systems at the Pavilion and Leisure Center, located at 403 Pavilion Way, Palm Springs, California, 92262. ARTICLE 2-- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of$ 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). 21 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. 22 ATTEST: CITY OF PALM SPRINGS, CALIFORNIA By By City Clerk City Manager APPROVED AS TO FORM: Date By City Attorney APPROVED BY THE CITY COUNCIL: Date Date Agreement No. Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: Check one:_Individual_Partnership_Corporation Address: By: By: Signature (notarized) Signature(notarized) Name: Name: Title: Title: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of ❑ State of ❑ County of ❑ss County of ❑ss 23 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: 24 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 25 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. 26 CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNEIVAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAMEANDADDRESSOFINSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B C D TYPE OF WORT(PERFORMED AND LOCATION TYPE OF INSURANCE POLICY NUMBER LIMITS OF LIABILITY IN THOUSANDS(x1000) L... EACH OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY Including: $ $ ❑ EXPLOSION AND COLLAPSE BODILYINJURY $ $ ❑ UNDERGROUND DAMAGE PROPERTY DAMAGE ❑ PRODUCTacMMPI=I)OPERATIONS or ❑ CONTRACTUAL INSURANCE $ $ ❑ BROAD FORM PROPERTY DAMAGEBODILYINJURYAND PROPERTY ❑ INDEPENDENTCONTRACTORS DAMAGECOMBINED ❑ PERSONAL INJURY PERSONAL INJURY $ COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON $ Including: EACHACGDENT ❑ OWNED PROPERTY DAMAGE $ ❑ HIRED ❑ NONGNINED BODILY INJURY - AND PRC ❑ MOTOR CAPWER ACi DAMAGE COMBINED ED $ EXCESS LIABILITY BODILY INJURY Including: ANDPROPERTY DAMAGE COMBINED $ ElEMPLOYER'S LIA6ILIIY WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABILITY Including: EL $ (EACH ACCIDENT) ❑ LONGSHOREMEN'S AND HARBOR WORKERS OTHER ADDITIONAL INSURED ENDORSEMENT-CITY OF PALM SPRINGS The undersigned certifies that he or she is Me representative of Me 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 Mat 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 contract or other document with respect to which this certificate may be issued or may pertain,the insurance afforded by Me policies described herein is subject to at the tens,exclusions,and conditions of such policies. Copies of the polices shown will be furnished to the Certificate Holder upon request. This Certificate does not amend,extend,or alter Me coverage afforded by the policies listed. Cancellation:Should any of the above described policies be cancelled before the expiration date thereof,the issuing company wtll mail 30 days written notice to Me belownamed certificate holder: NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY wmoxffor¢r�¢smarrvc I.co.esw�rarmmomrruae 27 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 bv: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Sprinos or (2) an acceptable Certificate of 28 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 29 F. Endorsement Language for Insurance Certificates SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE Example A: IISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT I FAIT I IRE TO -AAA11 S GH NOTICE SHALL IMPOSE PIG OB IGATIGN OR ! i I IAQII ITV OF ANY KIND UPON 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 30 CITY OF PALM SPRINGS BUSINESS LICENSE 3200 E TAHQUITZ CANYON WAY, PALM SPRINGS, CA 92262(760)323-8289 PLEASE NOTE THAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. BUSINESS NUMBER: 00008986 EXPIRATION TAX/ADMIN. FEE CERT NO BUSINESS TYPE: ELECTRIC ALARM SALES&SVC 03/31/2012 18.00 3741 OWNER NAME: IAMELE(PRESIDENT), RONALD 03/31/2012 67.00 3742 BUSINESS NAME: PREMIER SECURITY SYSTEMS BUSINESS ADDRESS: 1243 N GENE AUTRY TRL#107 PALM SPRINGS,CA 92262 PREMIER SECURITY SYSTEMS ISSUANCE OF THIS LICENSE DOES NOT ENTITLE 1243 N. GENE AUTRY TR THE LICENSEE TO OPERATE OR MAINTAIN A SUITE 107 BUSDVESS IN VIOLATION OF ANY OTHER LAW PALM.SPRINGS CA 92262 -OR,ORDINANCE. THIS IS NOT AN ENDORSEMENT OF THE ACTIVITY NOR OF THE APPLICANT'S MUST BE POSTED IN A CONSPICUOUS PLACE